state of california department of … piling ..... 135 steel soldier piling ..... 136 ... sheet...

486
Electronic Advertising Contract Bids open Tuesday, May 1, 2012 OSD Dated March 12, 2012 IH 04 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR Construction of a Bikeway Adjacent to State Highway. ALAMEDA COUNTY IN OAKLAND AND EMERYVILLE FROM MARITIME STREET / BURMA ROAD INTERSECTION TO 0.4 MILE NORTH OF 40TH STREET / HUBBARD STREET INTERSECTION In District 04 On Route 80 Under Bid book dated March 12, 2012 Standard Specifications dated 2006 Project Plans approved November 28, 2011 Standard Plans dated 2006 Identified by Contract No. 04-292264 04-Ala-80-2.5/3.3 Project ID 0400000785 Federal-Aid Project ER-15A3(004)E

Upload: doanh

Post on 17-Mar-2018

219 views

Category:

Documents


4 download

TRANSCRIPT

  • Electronic Advertising Contract

    Bids open Tuesday, May 1, 2012 OSD

    Dated March 12, 2012 IH

    04

    STATE OF CALIFORNIA

    DEPARTMENT OF TRANSPORTATION

    NOTICE TO BIDDERS

    AND

    SPECIAL PROVISIONS FOR Construction of a Bikeway Adjacent to State Highway. ALAMEDA COUNTY IN

    OAKLAND AND EMERYVILLE FROM MARITIME STREET / BURMA ROAD

    INTERSECTION TO 0.4 MILE NORTH OF 40TH STREET / HUBBARD STREET

    INTERSECTION

    In District 04 On Route 80

    Under

    Bid book dated March 12, 2012 Standard Specifications dated 2006

    Project Plans approved November 28, 2011 Standard Plans dated 2006

    Identified by

    Contract No. 04-292264

    04-Ala-80-2.5/3.3

    Project ID 0400000785

    Federal-Aid Project

    ER-15A3(004)E

  • *****************************************************************************************

    SPECIAL NOTICES

    *****************************************************************************************

    Effective July 6, 2010, the Department will receive bids for projects in Districts 1 through 6, 9, and 10 at 1727 30th Street, Bidders' Exchange, MS 26, Sacramento, CA 95816. Refer to the Notice to Bidders for this project's bid opening date, time, and location.

    Refer to Section 8-1.07, "Liquidated Damages," of the Amendments to the Standard Specifications for your project-specific liquidated damages based on your total bid.

    The Department is providing an electronic Information Handout for this project. Refer to Section 2-1.03B, "Supplemental Project Information," in the Amendments to the Standard Specifications for the location of this information.

    The Department is allowing contractors to submit electronic payroll records to the District Labor Compliance Office. Refer to section titled "Electronic Submission of Payroll Records" under Section 5, "General," of these special provisions.

  • Contract No. 04-292264 i

    TABLE OF CONTENTS NOTICE TO BIDDERS ....................................................................................................................................................... 1 COPY OF BID ITEM LIST ................................................................................................................................................. 3 SPECIAL PROVISIONS ..................................................................................................................................................... 9 SECTION 1 (BLANK) ........................................................................................................................................................ 9 SECTION 2 BIDDING ....................................................................................................................................................... 9

    2-1.01 TIE BID RESOLUTION ................................................................................................................................... 9 2-1.02 DISADVANTAGED BUSINESS ENTERPRISES........................................................................................... 9 2-1.03 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ................................. 11

    SECTION 3 CONTRACT AWARD AND EXECUTION ............................................................................................... 11 3-1.01 SMALL BUSINESS PARTICIPATION REPORT ......................................................................................... 11 3-1.02 CALTRANS BIDDER - DBE INFORMATION FORM ................................................................................. 11

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES ....................... 11 SECTION 5 GENERAL .................................................................................................................................................... 12

    5-1.01 EMISSIONS REDUCTION ............................................................................................................................ 12 5-1.02 PERFORMANCE OF DBES ........................................................................................................................... 12 5-1.03 PERFORMANCE OF UDBES ........................................................................................................................ 12 5-1.04 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ........................................................ 13 5-1.05 SURFACE MINING AND RECLAMATION ACT ........................................................................................ 16 5-1.06 ELECTRONIC SUBMISSION OF PAYROLL RECORDS ........................................................................... 16 5-1.07 FORCE ACCOUNT PAYMENT .................................................................................................................... 17 5-1.08 AREAS FOR CONTRACTOR'S USE ............................................................................................................ 18 5-1.09 PAYMENTS ................................................................................................................................................... 18 5-1.10 SUPPLEMENTAL PROJECT INFORMATION ............................................................................................ 19 5-1.11 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD ...................... 19 5-1.12 CHEMICALS OF CONCERN ........................................................................................................................ 20 5-1.13 DAMAGE REPAIR ........................................................................................................................................ 22 5-1.14 RELIEF FROM MAINTENANCE AND RESPONSIBILITY ....................................................................... 22

    SECTION 6. (BLANK) ..................................................................................................................................................... 22 SECTION 7. (BLANK) ..................................................................................................................................................... 22 SECTION 8. MATERIALS .............................................................................................................................................. 23 SECTION 8-1. MISCELLANEOUS ................................................................................................................................. 23

    8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ...................................... 23 8-1.02 STATE-FURNISHED MATERIALS ............................................................................................................. 29

    SECTION 8-2. CONCRETE ............................................................................................................................................. 29 8-2.01 PORTLAND CEMENT CONCRETE ............................................................................................................. 29 8-2.02 CORROSION CONTROL FOR PORTLAND CEMENT CONCRETE ......................................................... 30

    SECTION 8-3. WELDING ............................................................................................................................................... 31 8-3.01 WELDING ...................................................................................................................................................... 31

    WELDING QUALITY CONTROL ..................................................................................................................... 32 WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES .................................................................. 36

    SECTION 9. DESCRIPTION OF BRIDGE WORK ........................................................................................................ 36 SECTION 10. CONSTRUCTION DETAILS ................................................................................................................... 37 SECTION 10-1. GENERAL ............................................................................................................................................. 37

    10-1.01 ORDER OF WORK ...................................................................................................................................... 37 10-1.02 HEALTH AND SAFETY PLAN .................................................................................................................. 37 10-1.03 WATER POLLUTION CONTROL .............................................................................................................. 40 10-1.04 CONSTRUCTION SITE MANAGEMENT .................................................................................................. 54 10-1.05 STREET SWEEPING ................................................................................................................................... 64 10-1.06 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX) ...................................................... 65 10-1.07 TEMPORARY CONCRETE WASHOUT FACILITY ................................................................................. 67 10-1.08 TEMPORARY CHECK DAM ...................................................................................................................... 70 10-1.09 TEMPORARY FIBER ROLL ....................................................................................................................... 74 10-1.10 TEMPORARY CONSTRUCTION ENTRANCE ......................................................................................... 76 10-1.11 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) .............................................................. 79 10-1.12 TEMPORARY DRAINAGE INLET PROTECTION ................................................................................... 79 10-1.13 COOPERATION .......................................................................................................................................... 89 10-1.14 PROGRESS SCHEDULE (CRITICAL PATH METHOD) .......................................................................... 89

  • Contract No. 04-292264 ii

    10-1.15 TIME-RELATED OVERHEAD ................................................................................................................... 94 10-1.16 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES ...................................................................... 96 10-1.17 CONSTRUCTION AREA SIGNS ................................................................................................................ 97 10-1.18 MAINTAINING TRAFFIC ........................................................................................................................... 98 10-1.19 CLOSURE REQUIREMENTS AND CONDITIONS ................................................................................. 101 10-1.20 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE .......................................................................... 102

    STATIONARY LANE CLOSURE .................................................................................................................... 103 MOVING LANE CLOSURE ............................................................................................................................. 103 PAYMENT ......................................................................................................................................................... 104

    10-1.21 PORTABLE CHANGEABLE MESSAGE SIGNS ..................................................................................... 104 10-1.22 CHANNELIZER ......................................................................................................................................... 105 10-1.23 TEMPORARY CRASH CUSHION MODULE .......................................................................................... 105 10-1.24 TREATED WOOD WASTE ....................................................................................................................... 107 10-1.25 EXISTING HIGHWAY FACILITIES ........................................................................................................ 108

    REMOVE METAL BEAM GUARD RAILING................................................................................................ 109 ADJUST INLET ................................................................................................................................................. 109 REMOVE BASE AND SURFACING ............................................................................................................... 109 MODIFY INLET ................................................................................................................................................ 109 COLD PLANE ASPHALT CONCRETE PAVEMENT .................................................................................... 109 REMOVE CONCRETE ..................................................................................................................................... 111

    10-1.26 CLEARING AND GRUBBING .................................................................................................................. 111 10-1.27 EARTHWORK ........................................................................................................................................... 111

    SOLDIER PILE WALL EARTHWORK ........................................................................................................... 112 10-1.28 MATERIAL CONTAINING CHEMICALS OF CONCERN ..................................................................... 113 10-1.29 FIBER ROLLS ............................................................................................................................................ 123

    GENERAL ......................................................................................................................................................... 123 10-1.30 IRRIGATION CROSSOVERS ................................................................................................................... 124 10-1.31 IRRIGATION SLEEVE .............................................................................................................................. 125 10-1.32 DECOMPOSED GRANITE (MISCELLANEOUS AREAS) ...................................................................... 125 10-1.33 BENCH ....................................................................................................................................................... 127 10-1.34 BICYCLE PARKING RACKS .................................................................................................................... 128 10-1.35 DIRECTIONAL SIGNS .............................................................................................................................. 129 10-1.36 BCDC SIGN POST ..................................................................................................................................... 130 10-1.37 INTERPRETIVE SIGN PEDESTAL .......................................................................................................... 130 10-1.38 REMOVABLE BOLLARD ........................................................................................................................ 131 10-1.39 AGGREGATE BASE.................................................................................................................................. 132 10-1.40 HOT MIX ASPHALT .................................................................................................................................. 133 10-1.41 MINOR HOT MIX ASPHALT .................................................................................................................... 133 10-1.42 REPLACE ASPHALT CONCRETE SURFACING .................................................................................... 134 10-1.43 COLORED HOT MIX ASPHALT (TYPE A) SURFACING ...................................................................... 135 10-1.44 PILING ........................................................................................................................................................ 135

    STEEL SOLDIER PILING ................................................................................................................................ 136 10-1.45 DRILLED HOLES ....................................................................................................................................... 136 10-1.46 CONCRETE STRUCTURES ...................................................................................................................... 137

    MEASUREMENT AND PAYMENT ................................................................................................................ 137 10-1.47 ARCHITECTURAL TREATMENT ........................................................................................................... 137 10-1.48 REINFORCEMENT .................................................................................................................................... 138

    MEASUREMENT AND PAYMENT ................................................................................................................ 139 10-1.49 SHOTCRETE LAGGING ........................................................................................................................... 139 10-1.50 STEEL STRUCTURES ............................................................................................................................... 141

    MATERIALS ..................................................................................................................................................... 141 ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE ............................................ 141 INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVAL ON THE JOB SITE ............................................................................................................................................ 145 SURFACE PREPARATION .............................................................................................................................. 146 SEALING ........................................................................................................................................................... 146 WELDING ......................................................................................................................................................... 146

    10-1.51 ROADSIDE SIGNS .................................................................................................................................... 146 10-1.52 FURNISH SIGN .......................................................................................................................................... 146

  • Contract No. 04-292264 iii

    SHEET ALUMINUM ........................................................................................................................................ 148 RETROREFLECTIVE SHEETING .................................................................................................................. 148 PROCESS COLOR AND FILM ........................................................................................................................ 149 SINGLE SHEET ALUMINUM SIGN ............................................................................................................... 149 FIBERGLASS REINFORCED PLASTIC PANEL SIGN ................................................................................. 149 MEASUREMENT AND PAYMENT ................................................................................................................ 150

    10-1.53 ANTI-GRAFFITI COATING ..................................................................................................................... 150 10-1.54 REINFORCED CONCRETE PIPE ............................................................................................................. 150 10-1.55 MISCELLANEOUS FACILITIES ............................................................................................................. 152 10-1.56 DRAINAGE INLET MARKER .................................................................................................................. 152 10-1.57 GRATED LINE DRAIN ............................................................................................................................. 153 10-1.58 SLOPE PAVING......................................................................................................................................... 154 10-1.59 MISCELLANEOUS CONCRETE CONSTRUCTION .............................................................................. 155 10-1.60 CURB RAMP DETECTABLE WARNING SURFACE ............................................................................. 155 10-1.61 MINOR CONCRETE (GUTTER) .............................................................................................................. 156 10-1.62 MODIFY EXISTING DECK DRAINS ...................................................................................................... 156 10-1.63 CHAIN LINK FENCE (TYPE CL-4, CL-6, AND CL-8 BLACK VINYL-CLAD) ...................................... 156 10-1.64 CABLE RAILING (MODIFIED)................................................................................................................ 156 10-1.65 CONCRETE BARRIER.............................................................................................................................. 157 10-1.66 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING ................................................. 157 10-1.67 PAVEMENT MARKERS ........................................................................................................................... 158

    SECTION 10-2 HIGHWAY PLANTING AND IRRIGATION SYSTEMS .................................................................. 158 10-2.01 GENERAL .................................................................................................................................................. 158

    PROGRESS INSPECTIONS ............................................................................................................................. 158 COST BREAK-DOWN ..................................................................................................................................... 159

    10-2.02 EXISTING HIGHWAY PLANTING .......................................................................................................... 162 REMOVE EXISTING PLANTS FOR TRENCHING ....................................................................................... 162

    10-2.03 EXISTING HIGHWAY IRRIGATION FACILITIES ................................................................................ 163 LOCATE EXISTING CROSSOVERS AND CONDUITS ............................................................................... 163 CHECK AND TEST EXISTING IRRIGATION FACILITIES ........................................................................ 163 MAINTAIN EXISTING IRRIGATION FACILITIES ...................................................................................... 164

    10-2.04 HIGHWAY PLANTING ............................................................................................................................ 164 HIGHWAY PLANTING MATERIALS ............................................................................................................ 164 ROADSIDE CLEARING .................................................................................................................................. 164 PESTICIDES ..................................................................................................................................................... 165 PREPARING PLANTING AREAS ................................................................................................................... 166 CULTIVATE ..................................................................................................................................................... 166 PLANTING ........................................................................................................................................................ 166 PLANT ESTABLISHMENT WORK ................................................................................................................ 166

    10-2.05 IRRIGATION SYSTEMS ........................................................................................................................... 167 VALVE BOXES ................................................................................................................................................ 167 BALL VALVES................................................................................................................................................. 168 GATE VALVES ................................................................................................................................................ 168 ELECTRIC AUTOMATIC IRRIGATION COMPONENTS ............................................................................ 168 ARMOR-CLAD CONDUCTORS ..................................................................................................................... 169 IRRIGATION CONTROLLER ENCLOSURE CABINET ............................................................................... 170 IRRIGATION SYSTEMS FUNCTIONAL TEST ............................................................................................. 170 PIPE ................................................................................................................................................................... 170 THRUST BLOCK .............................................................................................................................................. 171 WATER METER ............................................................................................................................................... 171 SPRINKLERS .................................................................................................................................................... 171 SPRINKLER (TYPE D) .................................................................................................................................... 171 WYE STRAINERS ............................................................................................................................................ 171 FLUSH CAPS .................................................................................................................................................... 172 RECYCLED WATER WARNING SIGNS ....................................................................................................... 172 FILTER ASSEMBLY UNIT ............................................................................................................................. 172 FINAL IRRIGATION SYSTEM CHECK ......................................................................................................... 173

    SECTION 10-3. ELECTRICAL SYSTEMS ................................................................................................................... 173 10-3.01 DESCRIPTION ........................................................................................................................................... 173

  • Contract No. 04-292264 iv

    10-3.02 COST BREAK-DOWN ............................................................................................................................... 173 10-3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS ........................................ 173 10-3.04 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION .................................................................................................................................................... 174 10-3.05 LIGHTING (BIKEWAY) (LIGHT POLE AND LUMINAIRE) ................................................................. 175 10-3.06 CAST-IN-DRILLED-HOLE CONCRETE PILE FOUNDATIONS ........................................................... 175 10-3.07 STANDARDS, STEEL PEDESTALS, AND POSTS ................................................................................. 176 10-3.08 CONDUIT ................................................................................................................................................... 176 10-3.09 PULL BOXES ............................................................................................................................................. 176 10-3.10 CONDUCTORS, CABLES, AND WIRING ............................................................................................... 176 10-3.11 SERVICE .................................................................................................................................................... 176

    ELECTRIC SERVICE (IRRIGATION)............................................................................................................. 177 10-3.12 NUMBERING ELECTRICAL EQUIPMENT ............................................................................................ 177 10-3.13 LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE MODULES ................................................ 177 10-3.14 PHOTOELECTRIC CONTROLS ............................................................................................................... 180 10-3.15 PAYMENT .................................................................................................................................................. 180

    AMENDMENTS TO THE STANDARD SPECIFICATIONS ........................................................................................ 181

  • Contract No. 04-292264 v

    STANDARD PLANS LIST The Standard Plan sheets applicable to this contract include, but are not limited to, those indicated below.

    Applicable Revised Standard Plans (RSP) and New Standard Plans (NSP) indicated below are included in the project plans as Standard Plan sheets.

    A10A Acronyms and Abbreviations (Sheet 1 of 2)

    A10B Acronyms and Abbreviations (Sheet 2 of 2)

    A10C Symbols (Sheet 1 of 2)

    A10D Symbols (Sheet 2 of 2)

    A20A Pavement Markers and Traffic Lines, Typical Details

    A20B Pavement Markers and Traffic Lines, Typical Details

    A20C Pavement Markers and Traffic Lines, Typical Details

    A20D Pavement Markers and Traffic Lines, Typical Details

    A24A Pavement Markings Arrows

    RSP A24C Pavement Markings Symbols and Numerals

    A62A Excavation and Backfill Miscellaneous Details

    A62D Excavation and Backfill Concrete Pipe Culverts

    RSP A62DA Excavation and Backfill Concrete Pipe Culverts

    A62F Excavation and Backfill Metal and Plastic Culverts

    A63A Portable Concrete Barrier (Type 60K)

    A63B Portable Concrete Barrier (Type 60K)

    A73C Delineators, Channelizers and Barricades

    RSP A76A Concrete Barrier Type 60

    A76B Concrete Barrier Type 60

    RSP A85 Chain Link Fence

    NSP A85A Chain Link Fence Details

    NSP A85B Chain Link Fence Details

    RSP A87A Curbs and Driveways

    A87B Asphalt Concrete Dikes

    RSP A88A Curb Ramp Details

    A88B Curb Ramp and Island Passageway Details

    NSP D71 Drainage Inlet Markers

    D73 Drainage Inlets

    NSP D73A Drainage Inlets (Precast)

    D74C Drainage Inlets Details

    RSP D75B Concrete Pipe Inlets

    RSP D77A Grate Details

    D77B Bicycle Proof Grate Details

    D88 Construction Loads on Culverts

    D94A Metal and Plastic Flared End Sections

    D94B Concrete Flared End Sections

    D97H Reinforced Concrete Pipe or Non-Reinforced Concrete Pipe Standard and Positive Joints

    D98C Grated Line Drain Details

    RSP H1 Planting and Irrigation Abbreviations

    RSP H2 Planting and Irrigation Symbols

    H3 Planting and Irrigation Details

    H4 Planting and Irrigation Details

    RSP H5 Planting and Irrigation Details

    H6 Planting and Irrigation Details

    RSP H7 Planting and Irrigation Details

    H9 Planting and Irrigation Details

    H10 Irrigation Controller Enclosure Cabinet

    RNSP H51 Erosion Control Details (Fiber Roll)

    RSP T1A Temporary Crash Cushion, Sand Filled (Unidirectional)

  • Contract No. 04-292264 vi

    RSP T1B Temporary Crash Cushion, Sand Filled (Bidirectional)

    RSP T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)

    T3 Temporary Railing (Type K)

    NSP T3A Temporary Railing (Type K)

    T10 Traffic Control System for Lane Closure On Freeways and Expressways

    T13 Traffic Control System for Lane Closure on Two Lane Conventional Highways

    RSP T56 Temporary Water Pollution Control Details (Temporary Fiber Roll)

    T57 Temporary Water Pollution Control Details (Temporary Check Dam)

    T58 Temporary Water Pollution Control Details (Temporary Construction Entrance)

    T59 Temporary Water Pollution Control Details (Temporary Concrete Washout Facility)

    NSP T61 Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)

    NSP T62 Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)

    NSP T63 Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)

    NSP T64 Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)

    B3-9 Retaining Wall Details No. 2

    RSP B11-47 Cable Railing

    B11-53 Concrete Barrier Type 25

    RS1 Roadside Signs, Typical Installation Details No. 1

    RS2 Roadside Signs Wood Post, Typical Installation Details No. 2

    RS3 Roadside Signs Laminated Wood Box Post Typical Installation Details No. 3

    RS4 Roadside Signs, Typical Installation Details No. 4

    S93 Framing Details for Framed Single Sheet Aluminum Signs, Rectangular Shape

    S94 Roadside Framed Single Sheet Aluminum Signs, Rectangular Shape

    S95 Roadside Single Sheet Aluminum Signs, Diamond Shape

    RSP ES-1A Electrical Systems (Symbols and Abbreviations)

    RSP ES-1B Electrical Systems (Symbols and Abbreviations)

    RSP ES-1C Electrical Systems (Symbols and Abbreviations)

    ES-2A Electrical Systems (Service Equipment)

    RSP ES-2C Electrical Systems (Service Equipment Notes, Type III Series)

    RSP ES-2D Electrical Systems (Service Equipment and Typical Wiring Diagram, Type III A Series)

    ES-3H Electrical Systems (Electric Service Irrigation)

    ES-4B Electrical Systems (Signal Heads and Mountings)

    RSP ES-4C Electrical Systems (Signal Heads and Mountings)

    RSP ES-4D Electrical Systems (Signal Heads and Mountings)

    ES-5C Electrical Systems (Detectors)

    RSP ES-7B Electrical Systems (Signal and Lighting Standard Type 1 Standards and Equipment Numbering)

    ES-7P Electrical Systems (Pedestrian Barricades)

    ES-8 Electrical Systems (Pull Box Details)

    ES-9E Electrical Systems (Electrical Details, Structure Installations)

    ES-10 Electrical Systems (Isofootcandle Diagrams)

    ES-13A Electrical Systems (Splicing Details)

    ES-13B Electrical Systems (Wiring Details and Fuse Ratings)

  • Contract No. 04-292264 1

    NOTICE TO BIDDERS

    Bids open Tuesday, May 1, 2012 Dated March 12, 2012 General work description: Construct a 1.55 -mile bikeway. The Department will receive sealed bids for Construction of a Bikeway Adjacent to State Highway. ALAMEDA COUNTY IN OAKLAND AND EMERYVILLE FROM MARITIME STREET / BURMA ROAD INTERSECTION TO 0.4 MILE NORTH OF 40TH STREET / HUBBARD STREET INTERSECTION. District-County-Route-Post Mile: 04-Ala-80-2.5/3.3 Contract No. 04-292264 The Contractor must have either a Class A license or a combination of Class C licenses which constitutes a majority of the work. The UDBE Contract goal is 10% percent. Federal-aid project no.:

    ER-15A3(004)E Bids must be on a cost + time basis. Complete the work within the number of working days bid. Do not bid more than 300 working days. Do not include plant establishment working days in your bid. The estimated cost of the project is $6,520,000. No prebid meeting is scheduled for this project. The Department will receive bids until 2:00 p.m. on the bid open date at 1727 30th Street, Bidders' Exchange, MS 26, Sacramento, CA 95816. Bids received after this time will not be accepted. Department staff will direct the bidders to the bid opening. The Department will open and publicly read the bids at the above location immediately after the specified closing time. District office addresses are provided in the Standard Specifications. Present bidders' inquiries to the Department and view the Department's responses at:

    http://www.dot.ca.gov/hq/esc/oe/project_status/bid_inq.html

    Questions about alleged patent ambiguity of the plans, specifications, or estimate must be asked before bid opening. After bid opening, such questions will not be treated as bid protests. Submit your bid with bidder's security equal to at least 10 percent of the bid. Prevailing wages are required on this Contract. The Director of the California Department of Industrial Relations determines the general prevailing wage rates. Obtain the wage rates at the DIR Web site, http://www.dir.ca.gov, or from the Department's Labor Compliance Office of the district in which the work is located.

  • Contract No. 04-292264 2

    The federal minimum wage rates for this Contract as determined by the United States Secretary of Labor are available at http://www.dot.ca.gov/hq/esc/oe/federal-wages. If the minimum wage rates as determined by the United States Secretary of Labor differs from the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors must not pay less than the higher wage rate. The Department does not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes helper, or other classifications based on hours of experience, or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors must not pay less than the Federal minimum wage rate that most closely approximates the duties of the employees in question. The Department has made available Notices of Suspension and Proposed Debarment from the Federal Highway Administration. For a copy of the notices go to http://www.dot.ca.gov/hq/esc/oe/contractor_info. Additional information is listed in the Excluded Parties List System at https://www.epls.gov. DEPARTMENT OF TRANSPORTATION KEB

  • Contract No. 04-292264 3

    COPY OF BID ITEM LIST

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    1 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS LUMP SUM

    2 070018 TIME-RELATED OVERHEAD LS LUMP SUM

    3 074016 CONSTRUCTION SITE MANAGEMENT LS LUMP SUM

    4 074018 HEALTH AND SAFETY PLAN LS LUMP SUM

    5 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN

    LS LUMP SUM

    6 074028 TEMPORARY FIBER ROLL LF 2,500

    7 074032 TEMPORARY CONCRETE WASHOUT FACILITY EA 2

    8 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 3

    9 074035 TEMPORARY CHECK DAM LF 8

    10 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL)

    EA 2

    11 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 7

    12 074040 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX)

    SQYD 2,000

    13 074041 STREET SWEEPING LS LUMP SUM

    14 074057 STORM WATER ANNUAL REPORT EA 2

    15 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM

    16 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM

    17 120165 CHANNELIZER (SURFACE MOUNTED) EA 10

    18 128650 PORTABLE CHANGEABLE MESSAGE SIGN LS LUMP SUM

    19 129000 TEMPORARY RAILING (TYPE K) LF 1,600

    20 129100 TEMPORARY CRASH CUSHION MODULE EA 14

  • Contract No. 04-292264 4

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    21 150608 REMOVE CHAIN LINK FENCE LF 2,420

    22 150620 REMOVE GATE EA 5

    23 150662 REMOVE METAL BEAM GUARD RAILING LF 190

    24 150722 REMOVE PAVEMENT MARKER EA 68

    25 022325 REMOVE GRATE EA 7

    26 150860 REMOVE BASE AND SURFACING CY 550

    27 152430 ADJUST INLET EA 5

    28 152440 ADJUST MANHOLE TO GRADE EA 9

    29 152469 ADJUST UTILITY COVER TO GRADE EA 4

    30 152604 MODIFY INLET EA 3

    31 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQFT 5,070

    32 153130 REMOVE CONCRETE CURB (LF) LF 200

    33 153218 REMOVE CONCRETE SIDEWALK SQFT 470

    34 156590 REMOVE CRASH CUSHION (SAND FILLED) EA 1

    35 160101 CLEARING AND GRUBBING LS LUMP SUM

    36 190101 ROADWAY EXCAVATION CY 2,930

    37 022326 ROADWAY EXCAVATION (CLASS 1) (TYPE BARBARY)

    CY 130

    38 022327 ROADWAY EXCAVATION (CLASS 1) (TYPE EMERYVILLE)

    CY 1,320

    39 022328 HAZARDOUS METERIAL MANAGEMENT PLAN LS LUMP SUM

    40 022329 REMEDIATION EXCAVATION (CLASS 1) (TYPE EMERYVILLE)

    CY 940

  • Contract No. 04-292264 5

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    41 022330 REMEDIATION EXCAVATION (CLASS 1) (TYPE BARBARY)

    CY 5,480

    42 022331 REMEDIATION EXCAVATION (CLASS R) (TYPE OARB)

    CY 4,720

    43 022332 HAZARDOUS MATERIAL MANAGEMENT REPORT LS LUMP SUM

    44 022333 REMEDIATION EXCAVATION (CLASS 2) (TYPE OARB)

    CY 68

    45 022334 STRUCTURE EXCAVATION (LIGHT POLE FOOTING)

    CY 270

    46 (F)

    022335 STRUCTURAL EXCAVATION (CLASS 1) (TYPE EMERYVILLE)

    CY 115

    47 193002 STRUCTURE BACKFILL CY 200

    48 (F)

    193029 STRUCTURE BACKFILL (SOLDIER PILE WALL) CY 5

    49 (F)

    193116 CONCRETE BACKFILL (SOLDIER PILE WALL) CY 11

    50 (F)

    193119 LEAN CONCRETE BACKFILL CY 10

    51 194001 DITCH EXCAVATION CY 120

    52 200001 HIGHWAY PLANTING LS LUMP SUM

    53 200118 DECOMPOSED GRANITE (MISCELLANEOUS AREAS)(SQYD)

    SQYD 2,830

    54 203021 FIBER ROLLS LF 5,200

    55 204096 MAINTAIN EXISTING PLANTED AREAS LS LUMP SUM

    56 204099 PLANT ESTABLISHMENT WORK LS LUMP SUM

    57 206401 MAINTAIN EXISTING IRRIGATION FACILITIES LS LUMP SUM

    58 208000 IRRIGATION SYSTEM LS LUMP SUM

    59 208304 WATER METER LS LUMP SUM

    60 022336 3" IRRIGATION SLEEVE (PR) 315 LF 130

  • Contract No. 04-292264 6

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    61 022337 6" IRRIGATION SLEEVE (PR) 315 LF 40

    62 208738 8" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT

    LF 100

    63 208740 12" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT

    LF 45

    64 260301 CLASS 3 AGGREGATE BASE CY 2,280

    65 390132 HOT MIX ASPHALT (TYPE A) TON 1,570

    66 022338 COLORED HOT MIX ASPHALT (TYPE A)

    TON 170

    67 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 300

    68 397005 TACK COAT TON 2

    69 043530 STEEL SOLDIER PILE (W 10 X 12) LF 57

    70 043531 STEEL SOLDIER PILE (W 10 X 30) LF 158

    71 043532 STEEL SOLDIER PILE (W 10 X 45) LF 100

    72 043533 18" DRILLED HOLE LF 315

    73 (F)

    510060 STRUCTURAL CONCRETE, RETAINING WALL CY 41

    74 (F)

    510502 MINOR CONCRETE (MINOR STRUCTURE) CY 164

    75 (F)

    511035 ARCHITECTURAL TREATMENT SQFT 1,278

    76 (F)

    511047 ANTI-GRAFFITI COATING SQFT 1,278

    77 520101 BAR REINFORCING STEEL LB 8,230

    78 (F)

    520103 BAR REINFORCING STEEL (RETAINING WALL) LB 9,800

    79 (F)

    043534 SHOTCRETE LAGGING CY 16

    80 560248 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED)

    SQFT 190

  • Contract No. 04-292264 7

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    81 566011 ROADSIDE SIGN - ONE POST EA 41

    82 022339 BCDC SIGN POST EA 2

    83 022340 DIRECTIONAL SIGN EA 2

    84 022341 INTERPRETIVE SIGN PEDESTAL EA 4

    85 641101 12" PLASTIC PIPE LF 84

    86 641107 18" PLASTIC PIPE LF 530

    87 650026 36" REINFORCED CONCRETE PIPE LF 5

    88 700617 DRAINAGE INLET MARKER EA 6

    89 703233 GRATED LINE DRAIN LF 110

    90 705307 12" ALTERNATIVE FLARED END SECTION EA 1

    91 705311 18" ALTERNATIVE FLARED END SECTION EA 2

    92 (F)

    721810 SLOPE PAVING (CONCRETE) CY 12

    93 727901 MINOR CONCRETE (DITCH LINING) CY 67

    94 731502 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION)

    CY 220

    95 (F)

    731517 MINOR CONCRETE (GUTTER) LF 158

    96 731656 CURB RAMP DETECTABLE WARNING SURFACE SQFT 12

    97 (F)

    750001 MISCELLANEOUS IRON AND STEEL LB 5,108

    98 043535 MODIFY EXISTING DECK DRAIN EA 6

    99 022342 CHAIN LINK FENCE (TYPE CL-4, BLACK VINYL-CLAD)

    LF 4,180

    100 022343 CHAIN LINK FENCE (TYPE CL-6, BLACK VINYL-CLAD)

    LF 4,800

  • Contract No. 04-292264 8

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    101 022344 CHAIN LINK FENCE (TYPE CL-8, BLACK VINYL-CLAD)

    LF 340

    102 802580 12' CHAIN LINK GATE (TYPE CL-6) EA 1

    103 802620 16' CHAIN LINK GATE (TYPE CL-6) EA 3

    104 022345 24' CHAIN LINK FENCE (TYPE CL-8) EA 1

    105 (F)

    839527 CABLE RAILING (MODIFIED) LF 170

    106 839701 CONCRETE BARRIER (TYPE 60) LF 700

    107 840501 THERMOPLASTIC TRAFFIC STRIPE LF 8,420

    108 840519 THERMOPLASTIC CROSSWALK AND PAVEMENT MARKING

    SQFT 600

    109 850101 PAVEMENT MARKER (NON-REFLECTIVE)

    EA 68

    110 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION

    LS LUMP SUM

    111 860297 SIGNAL AND LIGHTING (CITY) LS LUMP SUM

    112 022346 LIGHTING (BIKEWAY) LS LUMP SUM

    113 860797 ELECTRIC SERVICE (IRRIGATION) LS LUMP SUM

    114 994425 BENCH EA 8

    115 994921 BICYCLE PARKING RACK EA 1

    116 022348 REMOVABLE BOLLARD EA 5

    117 999990 MOBILIZATION LS LUMP SUM

  • Contract No. 04-292264 9

    SPECIAL PROVISIONS

    SECTION 1 (BLANK)

    SECTION 2 BIDDING

    2-1.01 TIE BID RESOLUTION

    After bid verification, if there is a tie between 2 or more bidders, the Department breaks the tie by tossing a coin.

    2-1.02 DISADVANTAGED BUSINESS ENTERPRISES

    Under 49 CFR 26.13(b): The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national

    origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

    Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49

    CFR 26). To ensure there is equal participation of the DBE groups specified in 49 CFR 26.5, the Department specifies a

    goal for Underutilized Disadvantaged Business Enterprises (UDBEs). UDBE is a firm that meets the definition of DBE and is a member of one of the following groups:

    1. Black Americans 2. Native Americans 3. Asian-Pacific Americans 4. Women References to DBEs include UDBEs, but references to UDBEs do not include all DBEs. Make work available to UDBEs and select work parts consistent with available UDBE subcontractors and

    suppliers. Meet the UDBE goal shown in the Notice to Bidders or demonstrate that you made adequate good faith efforts

    to meet this goal. It is your responsibility to verify that the UDBE firm is certified as DBE at date of bid opening. For a list of

    DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find_certified.htm Only UDBE participation will count towards the UDBE goal. DBE participation will count towards the

    Department's federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from UDBEs counts towards the goal in the following manner: 1. 100 percent counts if the materials or supplies are obtained from a UDBE manufacturer. 2. 60 percent counts if the materials or supplies are obtained from a UDBE regular dealer. 3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies

    count if obtained from a UDBE that is neither a manufacturer or regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer."

    You receive credit towards the goal if you employ a UDBE trucking company that performs a commercially

    useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6). UDBE Commitment Submittal

    Submit UDBE information on the Caltrans Bidder - UDBE - Commitment form included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid.

  • Contract No. 04-292264 10

    If the UDBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the UDBE Commitment form to Office Engineer. UDBE Commitment form must be received by the Department no later than 4:00 p.m. on the 4th business day after bid opening.

    Other bidders do not need to submit the UDBE Commitment form unless the Department requests it. If the Department requests you to submit a UDBE Commitment form, submit the completed form within 4 business days of the request.

    Submit written confirmation from each UDBE stating that it is participating in the contract. Include confirmation with the UDBE Commitment form. A copy of a UDBE's quote will serve as written confirmation that the UDBE is participating in the contract.

    If you do not submit the UDBE Commitment form within the specified time, the Department finds your bid nonresponsive.

    Good Faith Efforts Submittal

    If you have not met the UDBE goal, complete and submit the Good Faith Efforts Documentation form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by UDBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Department no later than 4:00 p.m. on the 4th business day after bid opening.

    If your UDBE Commitment form shows that you have met the UDBE goal or if you are required to submit the UDBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Department finds that the UDBE goal has not been met.

    Good faith efforts documentation must include the following information and supporting documents, as necessary:

    1. Items of work you have made available to UDBE firms. Identify those items of work you might otherwise

    perform with its own forces and those items that have been broken down into economically feasible units to facilitate UDBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to UDBE firms.

    2. Names of certified UDBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the UDBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified UDBEs through all reasonable and available means and provide sufficient time to allow UDBEs to respond.

    3. Name of selected firm and its status as a UDBE for each item of work made available. Include name, address, and telephone number of each UDBE that provided a quote and their price quote. If the firm selected for the item is not a UDBE, provide the reasons for the selection.

    4. Name and date of each publication in which you requested UDBE participation for the project. Attach copies of the published advertisements.

    5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using UDBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

    6. List of efforts made to provide interested UDBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the UDBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

    7. List of efforts made to assist interested UDBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the UDBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the UDBE assisted, nature of the assistance offered, and date. Provide copies of supporting documents, as appropriate.

    8. Any additional data to support demonstration of good faith efforts. The Department may consider UDBE commitments of the 2nd and 3rd bidders when determining whether the

    low bidder made good faith efforts to meet the UDBE goal.

  • Contract No. 04-292264 11

    2-1.03 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS

    You may opt out of the payment adjustments for price index fluctuations as specified in "Payment Adjustments for Price Index Fluctuations" of these special provisions. If you elect to opt out of the provisions of this specification, you must complete the "Opt Out of Payment Adjustments for Price Index Fluctuations" form. The completed form must be submitted with your bid.

    SECTION 3 CONTRACT AWARD AND EXECUTION

    3-1.01 SMALL BUSINESS PARTICIPATION REPORT

    The Department has established an overall 25 percent small business participation goal. To determine if the goal is achieved, the Department is tracking small business participation on all contracts.

    Complete and sign the Small Business (SB) Participation Report form included in the contract documents even if no small business participation is reported. Submit it with the executed contract.

    3-1.02 CALTRANS BIDDER - DBE INFORMATION FORM

    Complete and sign the Caltrans Bidder - DBE Information form included in the contract documents even if no DBE participation is reported. Submit it with the executed contract.

    Provide written confirmation from each DBE that the DBE is participating in the contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the Department encourages you to submit a copy of the joint venture agreement.

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES

    The 1st working day is the earlier of (1) the 55th day after contract approval or (2) the day you start work other than the measurement of controlling field dimensions or the location of utilities.

    Do not start work at the job site until the Engineer approves your submittal for: 1. Baseline Progress Schedule (Critical Path Method) 2. Storm Water Pollution Prevention Plan (SWPPP) 3. Notification of Dispute Resolution Advisor (DRA) or Dispute Review Board (DRB) nominee and

    disclosure statement as specified in Section 5-1.15, "Dispute Resolution," of the Standard Specifications You may enter the job site only to measure controlling field dimensions and locating utilities. Do not start other

    work activities until all the submittals from the above list are approved and the following information is submitted: 1. Notice of Materials To Be Used. 2. Contingency plan for reopening closures to public traffic. 3. Written statement from the vendor that the order for electrical material has been received and accepted by

    the vendor. The statement must show the dates that the materials will be shipped. 4. Written statement from the vendor that the order for structural steel has been received and accepted by the

    vendor. The statement must show the dates that the materials will be shipped. You may start work at the job site before the 55th day after contract approval if: 1. You obtain required approval for each submittal before the 55th day 2. The Engineer authorizes it in writing The Department grants a time extension if a delay is beyond your control and prevents you from starting work

    at the job site on the 1st working day. Complete the work, except plant establishment work, within the number of working days bid. Additional damages to those specified in Section 8-1.07, "Liquidated damages," of the Standard Specifications

    are $0.00 per day starting on the 1st day after exceeding the number of working days bid until work requiring lane or shoulder closures on State Highway Route 580 is complete.

    Complete the plant establishment work within 750 working days starting on the 1st working day after exceeding the number of working days bid.

  • Contract No. 04-292264 12

    SECTION 5 GENERAL

    5-1.01 EMISSIONS REDUCTION

    Contract execution constitutes submittal of the following certification: I am aware of the emissions reduction regulations being mandated by the California Air Resources Board.

    I will comply with such regulations before commencing the performance of the work and maintain compliance throughout the duration of this contract.

    5-1.02 PERFORMANCE OF DBEs

    Use each DBE subcontractor as listed on the Subcontractor List form unless you receive authorization for a substitution.

    The Department requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work Maintain records including: 1. Name and business address of each 1st-tier subcontractor 2. Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company,

    regardless of tier 3. Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding

    value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE subcontractor is decertified before completing subcontracted work, the subcontractor must notify you

    in writing of the decertification date. If a subcontractor becomes a certified DBE before completing subcontracted work, the subcontractor must notify you in writing of the certification date. Submit the notifications. On contract work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change form. Submit the form within 90 days of contract acceptance.

    Upon contract work completion, complete a Final Report Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors form. Submit it within 90 days of contract acceptance. The Department withholds $10,000 until the form is submitted. The Department releases the withhold upon submission of the completed form.

    5-1.03 PERFORMANCE OF UDBEs

    UDBEs must perform work or supply materials as listed in the Caltrans Bidder - UDBE - Commitment form specified under Section 2, "Bidding," of these special provisions. Do not terminate a UDBE listed subcontractor for convenience and perform the work with your own forces or obtain materials from other sources without prior written authorization from the Department.

    The Department grants authorization to use other forces or sources of materials for requests that show any of the following justifications:

    1. Listed UDBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed UDBE fails to meet

    your bond requirements. 3. Work requires a contractors license and listed UDBE does not have a valid license under Contractors

    License Law. 4. Listed UDBE fails or refuses to perform the work or furnish the listed materials. 5. Listed UDBE's work is unsatisfactory and not in compliance with the contract. 6. Listed UDBE delays or disrupts the progress of the work. 7. Listed UDBE becomes bankrupt or insolvent. If a listed UDBE subcontractor is terminated, you must make good faith efforts to find another UDBE

    subcontractor to substitute for the original UDBE. The substitute UDBE must perform at least the same amount of work as the original UDBE under the contract to the extent needed to meet the UDBE goal.

    The substitute UDBE must be certified as a DBE at the time of request for substitution.

  • Contract No. 04-292264 13

    The Department does not pay for work or material unless it is performed or supplied by the listed UDBE or an authorized substitute.

    5-1.04 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS

    GENERAL

    Summary

    This section applies to asphalt contained in materials for pavement structural sections and pavement surface treatments such as hot mix asphalt (HMA), tack coat, asphaltic emulsions, bituminous seals, asphalt binders, and modified asphalt binders placed in the work. This section does not apply if you opted out of payment adjustment for price index fluctuations at the time of bid.

    The Engineer adjusts payment if the California Statewide Crude Oil Price Index for the month the material is placed is more than 5 percent higher or lower than the price index at the time of bid.

    The California Statewide Crude Oil Price Index is determined each month on or about the 1st business day of the month by the Department using the average of the posted prices in effect for the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for the Buena Vista, Huntington Beach, and Midway Sunset fields.

    If a company discontinues posting its prices for a field, the Department determines the index from the remaining posted prices. The Department may include additional fields to determine the index.

    For the California Statewide Crude Oil Price Index, go to:

    http://www.dot.ca.gov/hq/construc/crudeoilindex/ If the adjustment is a decrease in payment, the Department deducts the amount from the monthly progress

    payment. The Department includes payment adjustments for price index fluctuations when making adjustments under

    Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications. If you do not complete the work within the contract time, payment adjustments during the overrun period are

    determined using the California Statewide Crude Oil Price Index in effect for the month in which the overrun period began.

    If the price index at the time of placement increases: 1. 50 percent or more over the price index at bid opening, notify the Engineer. 2. 100 percent or more over the price index at bid opening, do not furnish material containing asphalt until the

    Engineer authorizes you to proceed with that work. The Department may decrease Bid item quantities, eliminate Bid items, or terminate the contract.

    Submittals

    Before placing material containing asphalt, submit the current sales and use tax rate in effect in the tax jurisdiction where the material is to be placed.

    Submit certified weight slips for HMA, tack coat, asphaltic emulsions, and modified asphalt binders, including those materials not paid for by weight, as specified in Section 9-1.01, "Measurement of Quantities," of the Standard Specifications. For slurry seals, submit certified weight slips separately for the asphaltic emulsion.

    ASPHALT QUANTITIES

    General

    Interpret the term "ton" as "tonne" for projects using metric units.

    Hot Mix Asphalt

    The Engineer calculates the quantity of asphalt in HMA using the following formula: Qh = HMATT x [Xa / (100 + Xa)] where:

    Qh = quantity in tons of asphalt used in HMA HMATT = HMA total tons placed

    Xa = theoretical asphalt content from job mix formula expressed as percentage of the weight of dry aggregate

  • Contract No. 04-292264 14

    Rubberized Hot Mix Asphalt

    The Engineer calculates the quantity of asphalt in rubberized HMA (RHMA) using the following formula: Qrh = RHMATT x 0.80 x [Xarb / (100 + Xarb)] where:

    Qrh = quantity in tons of asphalt in asphalt rubber binder used in RHMA RHMATT = RHMA total tons placed

    Xarb = theoretical asphalt rubber binder content from the job mix formula expressed as percentage of the weight of dry aggregate

    Modified Asphalt Binder in Hot Mix Asphalt

    The Engineer calculates the quantity of asphalt in modified asphalt binder using the following formula: Qmh = MHMATT x [(100 - Xam) / 100] x [Xmab / (100 + Xmab)] where:

    Qmh = quantity in tons of asphalt in modified asphalt binder used in HMA MHMATT = modified asphalt binder HMA total tons placed

    Xam = specified percentage of asphalt modifier Xmab = theoretical modified asphalt binder content from the job mix formula expressed as

    percentage of the weight of dry aggregate

    Hot Mix Asphalt Containing Reclaimed Asphalt Pavement (RAP)

    The Engineer calculates the quantity of asphalt in HMA containing RAP using the following formulas: Qrap = HMATT x [Xaa / (100 + Xaa)] where:

    Xaa = Xta - [(100 -Xnew) x (Xra / 100)] and

    Qrap = quantity in tons of asphalt used in HMA containing RAP HMATT = HMA total tons placed

    Xaa = asphalt content of HMA adjusted to account for the asphalt content in RAP expressed as percentage of the weight of dry aggregate

    Xta = total asphalt content of HMA expressed as percentage of the weight of dry aggregate Xnew = theoretical percentage of new aggregate in the HMA containing RAP determined from

    RAP percentage in the job mix formula Xra = asphalt content of RAP expressed as percentage

    Tack Coat

    The Engineer calculates the quantity of asphalt in tack coat (Qtc) as either: 1. Asphalt binder using the asphalt binder total tons placed as tack coat 2. Asphaltic emulsion by applying the formula in "Asphaltic Emulsion" to the asphaltic emulsion total tons

    placed as tack coat

  • Contract No. 04-292264 15

    Asphaltic Emulsion

    The Engineer calculates the quantity of asphalt in asphaltic emulsions, including fog seals and tack coat, using the following formula:

    Qe = AETT x (Xe / 100) where:

    Qe = quantity in tons of asphalt used in asphaltic emulsions AETT = undiluted asphaltic emulsions total tons placed

    Xe = minimum percent residue specified in Section 94, "Asphaltic Emulsions," of the Standard Specifications based on the type of emulsion used

    You may, as an option, determine "Xe" by submitting actual daily test results for asphalt residue for the

    asphaltic emulsion used. If you choose this option, you must: 1. Take 1 sample every 200 tons but not less than 1 sample per day in the presence of the Engineer from the

    delivery truck, at midload from a sampling tap or thief, and in the following order:

    1.1. Draw and discard the 1st gallon 1.2. Take two separate 1/2-gallon samples

    2. Submit 1st sample at the time of sampling 3. Provide 2nd sample within 3 business days of sampling to an independent testing laboratory that

    participates in the AASHTO Proficiency Sample Program 4. Submit test results from independent testing laboratory within 10 business days of sample date

    Slurry Seal

    The Engineer calculates the quantity of asphalt in slurry seals (Qss) by applying the formula in "Asphaltic Emulsion" to the actual quantity of asphaltic emulsion used in producing the slurry seal mix.

    Modified Asphalt Binder

    The Engineer calculates the quantity of asphalt in modified asphalt binder using the following formula: Qmab = MABTT x [(100 - Xam) / 100] where:

    Qmab = quantity in tons of asphalt used in modified asphalt binder MABTT = modified asphalt binder total tons placed

    Xam = specified percentage of asphalt modifier

    Other Materials

    For other materials containing asphalt not covered above, the Engineer determines the quantity of asphalt (Qo). PAYMENT ADJUSTMENTS

    The Engineer includes payment adjustments for price index fluctuations in progress pay estimates. If material containing asphalt is placed within 2 months during 1 estimate period, the Engineer calculates 2 separate adjustments. Each adjustment is calculated using the price index for the month in which the quantity of material containing asphalt subject to adjustment is placed in the work. The sum of the 2 adjustments is used for increasing or decreasing payment in the progress pay estimate.

  • Contract No. 04-292264 16

    The Engineer calculates each payment adjustment as follows:

    PA = Qt x A where: PA = Payment adjustment in dollars for asphalt contained in materials placed in the work for a given month. Qt = Sum of quantities of asphalt (Qh + Qrh + Qmh + Qrap + Qtc + Qe + Qss + Qmab + Qo). A = Adjustment in dollars per ton of asphalt used to produce materials placed in the work rounded to the nearest

    $0.01. For US Customary projects, use:

    A = [(Iu / Ib) - 1.05] x Ib x [1 + (T / 100)] for an increase in the crude oil price index exceeding 5 percent A = [(Iu / Ib) - 0.95] x Ib x [1 + (T / 100)] for a decrease in the crude oil price index exceeding 5 percent

    For metric projects, use:

    A = 1.1023 x [(Iu / Ib) - 1.05] x Ib x [1 + (T / 100)] for an increase in the crude oil price index exceeding 5 percent

    A = 1.1023 x [(Iu / Ib) - 0.95] x Ib x [1 + (T / 100)] for a decrease in the crude oil price index exceeding 5 percent

    Iu = California Statewide Crude Oil Price Index for the month in which the quantity of asphalt subject to

    adjustment was placed in the work. Ib = California Statewide Crude Oil Price Index for the month in which the bid opening for the project occurred T = Sales and use tax rate, expressed as a percent, currently in effect in the tax jurisdiction where the material is

    placed. If the tax rate information is not submitted timely, the statewide sales and use tax rate is used in the payment adjustment calculations until the tax rate information is submitted.

    5-1.05 SURFACE MINING AND RECLAMATION ACT

    Imported borrow or aggregate material must come from a surface mine permitted under the Surface Mining and Reclamation Act of 1975 (SMARA), Pub Res Code 2710, et seq., or from an exempt site.

    The Department of Conservation, Office of Mine Reclamation maintains a list of permitted mine sites. For the list of permitted sites, go to:

    http://www.conservation.ca.gov/omr/ab_3098_list If you import borrow or aggregate material from a surface mine not on this list, submit proof the mine is exempt

    from SMARA.

    5-1.06 ELECTRONIC SUBMISSION OF PAYROLL RECORDS

    In lieu of submitting weekly payroll records to the Engineer as specified in Section 7-1.01A(3), "Payroll Records," of the Standard Specifications, you may submit weekly payroll records electronically.

  • Contract No. 04-292264 17

    Before submitting payroll records electronically, you must complete and sign the Contractor's Acknowledgement and submit it to the District where your project is located. Submit your signed acknowledgement to the corresponding District electronic mailbox shown in the following table:

    Electronic Mailboxes

    District Address

    1 [email protected]

    2 [email protected]

    3 [email protected]

    4 [email protected]

    5 [email protected]

    6 [email protected]

    7 [email protected]

    8 [email protected]

    9 [email protected]

    10 [email protected]

    11 [email protected]

    12 [email protected]

    The Department responds with an e-mail containing a Caltrans Internet Certificate to be used for the electronic

    submission of payroll records. You must agree to accept this certificate and reply to the e-mail. After you accept the certificate and reply to the e-mail, the Department is ready to accept your electronic submissions.

    Each electronic submission must: 1. Include payroll records in a nonmodifiable PDF image format. No spreadsheets, word documents, or

    password protected documents are accepted. 2. Include payroll records with all data elements required by the Labor Code 1776. 3. Include a signed Statement of Compliance form with each weekly record. 4. Be received by the Department by close of business on the 15th day of the month for the prior month's

    work. 5. Be encrypted before submission. 6. Contain the following information in the subject line:

    6.1. Contract number 6.2. Week ending date as W/E mm/dd/yy

    7. Contain 1 contract number and week ending date per submission. For additional information on electronic submission of payroll records, go to: http://www.dot.ca.gov/hq/construc/LaborCompliance/index.htm

    5-1.07 FORCE ACCOUNT PAYMENT

    Payment for extra work at force account will be determined by either non-subcontracted or subcontracted force account payment unless otherwise specified.

  • Contract No. 04-292264 18

    Non-Subcontracted Force Account Payment

    When extra work to be paid for on a force account basis is performed by the Contractor, compensation will be determined as specified in Section 9-1.03, "Force Account Payment," of the Standard Specifications except for the markups. The markups specified in Section 9-1.03B, "Labor," Section 9-1.03C, "Materials," and Section 9-1.03D, "Equipment Rental" are changed to the following markups:

    Cost Percent Markup

    Labor 30

    Materials 10

    Equipment Rental 10

    The above markups shall be applied to work performed on a force account basis, regardless of whether the work revises the current contract completion date.

    The above markups, together with payments made for time-related overhead under "Time-Related Overhead" of

    these special provisions, shall constitute full compensation for all overhead costs for work performed on a force account basis.

    Full compensation for overhead costs for work performed on a force account basis, and for which no adjustment is made to the lump sum price bid for time-related overhead conforming to the provisions in "Time-Related Overhead" of these special provisions, shall be considered as included in the markups specified above, and no additional compensation will be allowed therefor.

    Subcontracted Force Account Payment

    When extra work to be paid for on a force account basis is performed by a subcontractor approved in conformance with the provisions in Section 5-1.055, "Subcontracting," of the Standard Specifications, compensation will be determined in accordance with the provisions in Section 9-1.03, "Force Account Payment," of the Standard Specifications.

    5-1.08 AREAS FOR CONTRACTOR'S USE

    Attention is directed to the provisions in Section 7-1.19, "Rights in Land and Improvements," of the Standard Specifications and these special provisions.

    The highway right of way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work.

    No State-owned parcels adjacent to the right of way are available for the exclusive use of the Contractor within the contract limits. The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials, or for other purposes.

    No area is available within the contract limits for the exclusive use of the Contractor. However, temporary storage of equipment and materials on State property may be arranged with the Engineer, subject to the prior demands of State maintenance forces and to other contract requirements. Use of the Contractor's work areas and other State-owned property shall be at the Contractor's own risk, and the State shall not be held liable for damage to or loss of materials or equipment located within such areas.

    5-1.09 PAYMENTS

    No partial payment will be made for any materials on hand which are furnished but not incorporated in the work.

    In determining the partial payments to be made to the Contractor, only the following listed materials will be considered for inclusion in the payment as materials furnished but not incorporated in the work:

    A Control and neutral conductors B. Pipe (Irrigation Systems) C. Sprinklers D. Valves E. Steel soldier piling F. Bar reinforcing steel G. Cable railing H. Lighting Standards I. Luminaires

  • Contract No. 04-292264 19

    5-1.10 SUPPLEMENTAL PROJECT INFORMATION

    The Department makes the following supplemental project information available:

    Supplemental Project Information

    Means Description

    Included in the Information Handout 1. BCDC Permit 11-93 Amendment 7, Route 880 Cypress Bike Path 2. Final Geotechnical Recommendations for Bike Path(Br No.33E0072), 3. Site Investigation Report, State Route 80/880, Maritime to Shellmound Street Bikeway, Oakland, California, by Geocon Consultants, dated August 2010 4. Final Risk Management Plan, Oakland Army Base, Oakland, California by Erler & Kalinowski, Inc. dated September 27, 2002.

    Available for inspection at the District Office Telephone No. (510) 286-5209

    Cross Sections (Paper Copy)

    Available as specified in the Standard Specifications Bridge as-built drawings

    Available at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php

    Cross sections

    5-1.11 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD

    This project lies within the boundaries of the San Francisco Bay Region 2 Regional Water Quality Control Board (RWQCB).

    The State Water Resources Control Board (SWRCB) has issued to the Department a permit that governs storm water and non-storm water discharges from the Department's properties, facilities, and activities. The Department's permit is entitled "Order No. 99 - 06 - DWQ, NPDES No. CAS000003, National Pollutant Discharge Elimination System (NPDES) Permit, Statewide Storm Water Permit and Waste Discharge Requirements (WDRs) for the State of California, Department of Transportation (Caltrans)." Copies of the Department's permit are available for review from the SWRCB, Division of Water Quality, 1001 "I" Street, P.O. Box 100, Sacramento, California 95812-0100, Telephone fax: (916) 341-5463 and may also be obtained at:

    http://www.waterboards.ca.gov/water_issues/programs/stormwater/caltrans.shtml The Department's permit references and incorporates by reference the current statewide general permit issued

    by the SWRCB entitled "Order No. 2009-0009-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit No. CAS000002, Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities" that regulates discharges of storm water and non-storm water from construction activities disturbing one acre or more of soil in a common plan of development. Copies of the statewide permit and modifications thereto are available for review from the SWRCB, Division of Water Quality, 1001 "I" Street, P.O. Box 100, Sacramento, California 95812-0100, Telephone fax: (916) 341-5463 and may also be obtained at:

    http://www.waterboards.ca.gov/water_issues/programs/stormwater/construction.shtml The NPDES permits that regulate this project, as referenced above, are collectively referred to in this section as

    the "permits." This project shall conform to the permits and modifications thereto. The Contractor shall maintain copies of the

    permits at the project site and shall make them available during construction. The Contractor shall know and comply with provisions of Federal, State, and local regulations and requirements

    that govern the Contractor's operations and storm water and non-storm water discharges from the project site and areas of disturbance outside the project limits during construction. Attention is directed to Sections 7-1.01, "Laws to be Observed," 5-1.18, "Property and Facility Preservation," 7-1.12, "Indemnification and Insurance," and 9-1.07E(5), "Penalty Withholds," of the Standard Specifications.

  • Contract No. 04-292264 20

    The Contractor shall notify the Engineer immediately upon request from the regulatory agencies to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's records pertaining to water pollution control work. The Contractor and the Department shall provide copies of correspondence, notices of violation, enforcement actions, or proposed fines by regulatory agencies to the requesting regulatory agency.

    5-1.12 CHEMICALS OF CONCERN

    The following table contains a partial list of the elements and chemicals that have been detected, or are suspected to exist, within the job site:

    Chemicals of Potential Concern in Soil at the Job Site

    Elements/ Chemicalsa

    Minimum Observed

    Concentrationb (mg/kg)

    Maximum Observed

    Concentration (mg/kg)

    Highest Average

    Concentrationc (mg/kg)

    Construction Worker

    Screening Levelsd (mg/kg)

    Industrial Screening

    Levele (mg/kg)

    Antimony (Sb)

    ND (2.0) 17 8.12 310 40

    Arsenicf (As)

    ND (1.0) 33 17.24

    15 0.24

    Cadmium (Cd)

    ND (1.0) 9.3 5 39 7.4

    Total Chromium (Cr)

    ND (1.0) 840 314 Not Available

    Not Available

    Copper (Cu)

    2.1 1,200 773 310,000 230

    Lead (Pb)

    2.1 1,900 779

    750 750

    Mercury (Hg)

    0.11 5.5 2.19 58

    10

    Vanadiumg (V)

    3.7 90 46

    770 190

    Zinc (Zn)

    16 18,000 9,008 230,000 600

    Total Polychlorinated

    Biphenyls (PCBs)

    2 45.4 45.4* 6.7 0.3

    Diesel Range Organics

    11 1100 712 4,200 (TPH-m.d.)

    83 (TPH-m.d.)

    Total Petroleum Hydrocarbons

    (TPH)

    50 1,300 693 12,000 (TPH-r.f.)

    2,500 (TPH-r.f.)

    Benzo(a)pyreneh

    0.0065 1.7 1.7* 1.5 0.13

    Notes: a This table only includes data on a chemical or element in surface soil if the average concentration of the substance equals or exceeds a residential screening level promulgated by any one of the following

  • Contract No. 04-292264 21

    agencies: 1) California Office of Environmental Health Hazard Assessment 2) San Francisco Bay Regional Water Quality Control Board 3) U.S. Environmental Protection Agency. b In some cases the minimum concentration of an element was below the analytical method's detection limit. In this situation the minimum concentration was shown in this table as non-detectable (ND), and is accompanied by the particular detection limit for the contaminant of concern. c The maximum values for the 95% upper confidence limit (UCL) of the arithmetic mean contaminant concentration, derived from the various sample populations found within the project site, are shown here for the purpose of estimating the true mean concentration of the contaminant(s) of concern at the project site. However, if the number of samples is small then the maximum observed concentration may be provided instead of the UCL, this situation will be indicated with an asterisk (*) next to the value. d The construction worker soil-screening level is the San Francisco Bay Regional Water Quality Control Boards direct exposure soil-screening level for construction/trench worker exposure scenario from Table K-3 from their Screening for Environmental Concerns at Sites with Contaminated Soil and Groundwater document revised in May 2008. e The most conservative screening levels for commercial/industrial land use scenarios promulgated by any one of the regulatory agencies mentioned in note a has been provided here for reference. Under most circumstances, and subject to certain limitations, the presence of elements or chemicals in soil, soil gas or groundwater at concentrations below the corresponding screening level can be assumed to not pose a significant, long-term (chronic) threat to human health and the environment. The presence of a chemical at concentrations in excess of a screening level does not indicate that adverse impacts to human health or the environment are occurring, or will occur, but suggests that a potential for adverse risk may exist and that further evaluation is warranted. f The range of arsenic concentrations observed at the job site is within the range of background concentrations of arsenic found at Lawrence Berkeley National Laboratory (LBNL) (0.3 to 42 mg/kg) as reported by LBNL and Parsons Engineering Science, Inc., in their June 2002 Analysis of Background Distribution of Metals in Soil at Lawrence Berkeley National Laboratory. g The range of vanadium concentrations observed at the job site is within the range of background concentrations for vanadium found soil at Lawrence Berkeley National Lab (LBNL) and is within the range observed in other soil throughout California. LBNL reported that the Orinda Formation had an estimated average vanadium concentration of 40 mg/kg and that the Moraga Formation had an estimated average vanadium concentration of 46 mg/kg. h Other potentially-carcinogenic polycyclic aromatic hydrocarbons (PAHs) have been detected at the job site at concentrations that equal or exceed risk-based screening criteria for residential and industrial land-use scenarios. See the site investigation report for more information.

    Yellow traffic stripe and pavement marking in District 4 may contain significant concentrations of chromium

    (Cr) and lead (Pb). Cr has been reported in waste material generated from yellow traffic stripe and pavement marking removal in concentrations up to 4,800 mg/kg and Pb has been reported up to 44,344 mg/kg.

    Paint on steel girders in the San Francisco-Oakland Bay Bridge Distribution Structure may contain lead in concentrations up to 87,000 mg/kg.

    Portions of the surface soil site investigation report are included in the "Information Handout." The complete report, entitled "Site Investigation Report, Route 80 Maritime Street to Shellmound Street Bikeway, Alameda County, California," is available for inspection at the Department of Transportation, Duty Senior's Desk, 111 Grand Avenue, Oakland, California. Call (510) 286-5209 for an appointment to review this document.

    The limits of the former Oakland Army Base (OARB) and the corresponding construction risk-management measures for working within the former Oakland Army Base are found in the Final Risk Management Plan, Oakland Army Base, O