and special provisions - caltrans · 10-1.33 soil nail wall earthwork ... 10-3.07 pull boxes ......

526
Electronic Advertising Contract Bids open Thursday, September 8, 2011 OSD Dated July 18, 2011 IH 07 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN LOS ANGELES COUNTY IN AND NEAR SANTA CLARITA FROM 0.3 MILE SOUTH OF WELDON CANYON OVERCROSSING TO 0.4 MILE SOUTH OF PICO CANYON ROAD/LYONS AVENUE OVERCROSSING In District 07 On Route 5 Under Bid book dated July 18, 2011 Standard Specifications dated 2006 Project Plans approved April 25, 2011 Standard Plans dated 2006 Identified by Contract No. 07-2332A4 07-LA-5-R46.3/R50.0 Project ID 0700000390 Federal-Aid Project ACIM-005-3(044)E

Upload: dokiet

Post on 29-Apr-2018

224 views

Category:

Documents


3 download

TRANSCRIPT

  • Electronic Advertising Contract Bids open Thursday, September 8, 2011 OSD Dated July 18, 2011 IH

    07

    STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

    NOTICE TO BIDDERS AND

    SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN LOS ANGELES COUNTY IN AND NEAR SANTA CLARITA FROM 0.3 MILE SOUTH OF WELDON CANYON OVERCROSSING TO

    0.4 MILE SOUTH OF PICO CANYON ROAD/LYONS AVENUE OVERCROSSING

    In District 07 On Route 5

    Under

    Bid book dated July 18, 2011 Standard Specifications dated 2006

    Project Plans approved April 25, 2011 Standard Plans dated 2006

    Identified by

    Contract No. 07-2332A4

    07-LA-5-R46.3/R50.0

    Project ID 0700000390

    Federal-Aid ProjectACIM-005-3(044)E

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

    SPECIAL NOTICES

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

    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 contract award period has been extended for this project. 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. 07-2332A4

    i

    TABLE OF CONTENTS

    NOTICE TO BIDDERS ....................................................................................................................................................... 1COPY OF BID ITEM LIST .................................................................................................................................................. 3SPECIAL PROVISIONS .................................................................................................................................................... 11SECTION 1 (BLANK) ...................................................................................................................................................... 11SECTION 2 BIDDING ...................................................................................................................................................... 11

    2-1.01 TIE BID RESOLUTION .................................................................................................................................. 112-1.02 DISADVANTAGED BUSINESS ENTERPRISES ......................................................................................... 112-1.03 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ................................. 12

    SECTION 3 CONTRACT AWARD AND EXECUTION ................................................................................................ 133-1.01 CONTRACT AWARD .................................................................................................................................... 133-1.02 SMALL BUSINESS PARTICIPATION REPORT ......................................................................................... 133-1.03 CALTRANS BIDDER - DBE INFORMATION FORM ................................................................................. 13

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES ....................... 13SECTION 5 GENERAL .................................................................................................................................................... 13

    5-1.01 EMISSIONS REDUCTION ............................................................................................................................ 135-1.02 PERFORMANCE OF DBES ........................................................................................................................... 135-1.03 PERFORMANCE OF UDBES ......................................................................................................................... 145-1.04 PARTNERING DISPUTE RESOLUTION .................................................................................................... 145-1.05 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ........................................................ 155-1.06 SURFACE MINING AND RECLAMATION ACT ........................................................................................ 185-1.07 ELECTRONIC SUBMISSION OF PAYROLL RECORDS............................................................................ 185-1.08 TRAINING ...................................................................................................................................................... 195-1.09 FORCE ACCOUNT PAYMENT .................................................................................................................... 195-1.10 AREAS FOR CONTRACTOR'S USE ............................................................................................................ 195-1.11 PAYMENTS ................................................................................................................................................... 205-1.12 SUPPLEMENTAL PROJECT INFORMATION ............................................................................................ 205-1.13 NOISE CONTROL .......................................................................................................................................... 215-1.14 BIRD PROTECTION ...................................................................................................................................... 215-1.15 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD ...................... 215-1.16 TUNNEL SAFETY ORDERS ......................................................................................................................... 225-1.17 AIR QUALITY - NESHAP ASBESTOS NOTIFICATION ............................................................................ 225-1.18 ENVIRONMENTALLY SENSITIVE AREA ................................................................................................. 225-1.19 NONHIGHWAY FACILITIES (INCLUDING UTILITIES) .......................................................................... 22

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

    8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ...................................... 238-1.02 SLAG AGGREGATE ..................................................................................................................................... 298-1.03 FILTER FABRIC............................................................................................................................................. 30

    SECTION 8-2. CONCRETE ............................................................................................................................................. 308-2.01 PORTLAND CEMENT CONCRETE ............................................................................................................. 308-2.02 CORROSION CONTROL FOR PORTLAND CEMENT CONCRETE ......................................................... 318-2.03 CONTRACTOR QUALITY CONTROL (CONCRETE PAVEMENT) ......................................................... 31

    SECTION 8-3. WELDING ................................................................................................................................................ 338-3.01 WELDING ....................................................................................................................................................... 33

    WELDING QUALITY CONTROL ..................................................................................................................... 35WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES ................................................................... 38

    SECTION 9. DESCRIPTION OF BRIDGE WORK ......................................................................................................... 39SECTION 10. CONSTRUCTION DETAILS ................................................................................................................... 39SECTION 10-1. GENERAL .............................................................................................................................................. 39

    10-1.00 CONSTRUCTION PROJECT INFORMATION SIGNS .............................................................................. 3910-1.01 ORDER OF WORK ...................................................................................................................................... 40

  • Contract No. 07-2332A4

    ii

    10-1.02 WATER POLLUTION CONTROL .............................................................................................................. 4110-1.03 CONSTRUCTION SITE MANAGEMENT .................................................................................................. 5410-1.04 STREET SWEEPING .................................................................................................................................... 6410-1.05 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX)....................................................... 6510-1.06 TEMPORARY COVER ................................................................................................................................ 6710-1.07 TEMPORARY CONCRETE WASHOUT (PORTABLE) ............................................................................ 7010-1.08 TEMPORARY FIBER ROLL ....................................................................................................................... 7210-1.09 TEMPORARY SILT FENCE ........................................................................................................................ 7410-1.10 TEMPORARY FENCE (TYPE ESA) ............................................................................................................ 7710-1.11 TEMPORARY GRAVEL BAG BERM ......................................................................................................... 7910-1.12 TEMPORARY CONSTRUCTION ENTRANCE ......................................................................................... 8110-1.13 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) .............................................................. 8310-1.14 TEMPORARY DRAINAGE INLET PROTECTION ................................................................................... 8410-1.15 COOPERATION ........................................................................................................................................... 9310-1.16 PROGRESS SCHEDULE (CRITICAL PATH METHOD)........................................................................... 9310-1.17 TIME-RELATED OVERHEAD ................................................................................................................... 9710-1.18 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES .................................................................... 10010-1.19 CONSTRUCTION AREA SIGNS .............................................................................................................. 10110-1.20 MAINTAINING TRAFFIC ......................................................................................................................... 10110-1.21 CLOSURE REQUIREMENTS AND CONDITIONS ................................................................................. 11610-1.22 IMPACT ATTENUATOR VEHICLE ......................................................................................................... 11710-1.23 TEMPORARY PAVEMENT DELINEATION .......................................................................................... 11910-1.24 PORTABLE CHANGEABLE MESSAGE SIGNS ..................................................................................... 12010-1.25 CHANNELIZER ......................................................................................................................................... 12110-1.26 TEMPORARY TRAFFIC SCREEN ............................................................................................................ 12210-1.27 TEMPORARY CRASH CUSHION MODULE .......................................................................................... 12210-1.28 REMOVE YELLOW TRAFFIC STRIPE (HAZARDOUS WASTE) ......................................................... 12310-1.29 EXISTING HIGHWAY FACILITIES ........................................................................................................ 125

    EARTH MATERIAL CONTAINING LEAD .................................................................................................... 126ABANDON CULVERT ..................................................................................................................................... 126REMOVE METAL BEAM GUARD RAILING ................................................................................................ 127REMOVE THRIE BEAM BARRIER ................................................................................................................ 127REMOVE PAVEMENT MARKER .................................................................................................................. 127REMOVE SIGN STRUCTURE ......................................................................................................................... 127REMOVE CHAIN LINK FENCE ..................................................................................................................... 127REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING ....................................................................... 128REMOVE DRAINAGE FACILITY .................................................................................................................. 128REMOVE ASPHALT CONCRETE DIKE ........................................................................................................ 128RELOCATE ROADSIDE SIGN ........................................................................................................................ 128COLD PLANE ASPHALT CONCRETE PAVEMENT .................................................................................... 128CAP INLET AND MANHOLE ......................................................................................................................... 130BRIDGE REMOVAL ........................................................................................................................................ 130REMOVE CONCRETE ..................................................................................................................................... 132

    10-1.30 CLEARING AND GRUBBING .................................................................................................................. 13210-1.31 WATERING ................................................................................................................................................ 13210-1.32 EARTHWORK ........................................................................................................................................... 13210-1.33 SOIL NAIL WALL EARTHWORK ........................................................................................................... 13310-1.34 SOIL NAIL ASSEMBLY ............................................................................................................................ 13510-1.35 MATERIAL CONTAINING PETROLEUM HYDROCARBONS ............................................................ 141

    HEALTH AND SAFETY PLAN (HSP) ............................................................................................................ 141SAMPLING AND ANALYSIS PLAN (SAP) ................................................................................................... 142SOIL SAMPLING AND ANALYSIS REPORT (SSAR) .................................................................................. 142EXCAVATION, TRANSPORTATION, AND DISPOSAL PLAN (ETDP) ..................................................... 142SOIL HANDLING ............................................................................................................................................. 142

    10-1.36 HANDLING OF POTENTIALLY CONTAMINATED LEAD SOIL ......................................................... 143APPLICABLE RULES AND REGULATIONS ................................................................................................ 143PERMITS AND LICENSES .............................................................................................................................. 144LEAD CONTAMINATED SOIL MITIGATION PLAN .................................................................................. 144

  • Contract No. 07-2332A4

    iii

    LEAD-COMPLIANCE PLAN ........................................................................................................................... 144HEALTH AND SAFETY TRAINING .............................................................................................................. 144SAMPLING AND ANALYSIS PLAN .............................................................................................................. 144EXCAVATION, TRANSPORATION, AND DISPOSAL PLAN ..................................................................... 146DUST CONTROL .............................................................................................................................................. 147EARTHWORK .................................................................................................................................................. 147MEASUREMENT AND PAYMENT ................................................................................................................ 147

    10-1.37 EROSION CONTROL (HYDROSEED)..................................................................................................... 14810-1.38 EROSION CONTROL (BONDED FIBER MATRIX) ................................................................................ 14910-1.39 GROSS SOLIDS REMOVAL SYSTEMS (GSRD) ..................................................................................... 15310-1.40 AGGREGATE BASE .................................................................................................................................. 15510-1.41 LEAN CONCRETE BASE ......................................................................................................................... 15610-1.42 HOT MIX ASPHALT .................................................................................................................................. 15610-1.43 JOINTED PLAIN CONCRETE PAVEMENT ............................................................................................ 15710-1.44 GRIND EXISTING CONCRETE PAVEMENT ......................................................................................... 16010-1.45 DISPOSAL OF PORTLAND CEMENT CONCRETE (PCC) PAVEMENT GROOVING AND GRINDING RESIDUES ............................................................................................................................................ 16110-1.46 PILING ........................................................................................................................................................ 162

    CAST-IN-DRILLED-HOLE CONCRETE PILES ............................................................................................ 16510-1.47 PRESTRESSING CONCRETE ................................................................................................................... 17710-1.48 CONCRETE STRUCTURES ...................................................................................................................... 177

    FALSEWORK .................................................................................................................................................... 178DECK CLOSURE POURS ................................................................................................................................ 178MASS CONCRETE ........................................................................................................................................... 179COST REDUCTION INCENTIVE PROPOSALS FOR CAST-IN-PLACE PRESTRESSED BOX GIRDER BRIDGES ........................................................................................................................................... 180SLIDING BEARINGS ....................................................................................................................................... 181ELASTOMERIC BEARING PADS .................................................................................................................. 181MEASUREMENT AND PAYMENT ................................................................................................................ 181

    10-1.49 PTFE BEARING ......................................................................................................................................... 18210-1.50 STRUCTURE APPROACH SLABS (TYPE N) ......................................................................................... 18410-1.51 DRILL AND BOND DOWELS .................................................................................................................. 18710-1.52 SEALING JOINTS ...................................................................................................................................... 18710-1.53 WABO JOINT SEAL ASSEMBLIES (MR=7") .......................................................................................... 18710-1.54 ARCHITECTURAL TREATMENT ........................................................................................................... 189

    REFEREE SAMPLE .......................................................................................................................................... 190WORKING DRAWINGS .................................................................................................................................. 190FORM LINERS .................................................................................................................................................. 190RELEASING FORM LINERS ........................................................................................................................... 191ABRASIVE BLASTING ................................................................................................................................... 191CURING ............................................................................................................................................................. 191MEASUREMENT AND PAYMENT ................................................................................................................ 191

    10-1.55 REINFORCEMENT .................................................................................................................................... 191MEASUREMENT AND PAYMENT ................................................................................................................ 192

    10-1.56 SHOTCRETE .............................................................................................................................................. 19210-1.57 STEEL STRUCTURES ............................................................................................................................... 19410-1.58 SIGN STRUCTURES ................................................................................................................................. 19910-1.59 ROADSIDE SIGNS .................................................................................................................................... 20010-1.60 INSTALL MEDIAN MILEAGE PANEL ................................................................................................... 20010-1.61 FURNISH SIGN .......................................................................................................................................... 201

    SHEET ALUMINUM ........................................................................................................................................ 202RETROREFLECTIVE SHEETING ................................................................................................................... 203PROCESS COLOR AND FILM ........................................................................................................................ 203SINGLE SHEET ALUMINUM SIGN ............................................................................................................... 203LAMINATED PANEL SIGN ............................................................................................................................ 203FORMED PANEL SIGN ................................................................................................................................... 204

  • Contract No. 07-2332A4

    iv

    MEASUREMENT AND PAYMENT ................................................................................................................ 20510-1.62 CLEAN AND PAINT JOINT SEAL ASSEMBLIES AND PTFE BEARINGS .......................................... 20510-1.63 PREPARE AND STAIN CONCRETE ........................................................................................................ 207

    TEST PANEL ..................................................................................................................................................... 207TEST SECTION AND MOCK-UP PANEL ...................................................................................................... 208

    10-1.64 REINFORCED CONCRETE PIPE ............................................................................................................. 20810-1.65 CORRUGATED METAL PIPE .................................................................................................................. 20910-1.66 SLOTTED CORRUGATED STEEL PIPE ................................................................................................. 20910-1.67 UNDERDRAIN .......................................................................................................................................... 21010-1.68 PERMEABLE MATERIAL ........................................................................................................................ 21010-1.69 MISCELLANEOUS FACILITIES .............................................................................................................. 21110-1.70 SLOPE PROTECTION ............................................................................................................................... 21110-1.71 SLOPE PAVING ......................................................................................................................................... 21110-1.72 BRIDGE DECK DRAINAGE SYSTEM .................................................................................................... 21110-1.73 ISOLATION CASINGS .............................................................................................................................. 21110-1.74 MINOR CONCRETE (GUTTER) ............................................................................................................... 21210-1.75 MISCELLANEOUS IRON AND STEEL ................................................................................................... 21310-1.76 MARKERS AND DELINEATORS ............................................................................................................ 21310-1.77 METAL BEAM GUARD RAILING ........................................................................................................... 213

    ALTERNATIVE IN-LINE TERMINAL SYSTEM ........................................................................................... 213ALTERNATIVE FLARED TERMINAL SYSTEM .......................................................................................... 214

    10-1.78 CABLE RAILING ....................................................................................................................................... 21510-1.79 CONCRETE BARRIER .............................................................................................................................. 21510-1.80 TRANSITION RAILING (TYPE WB) ....................................................................................................... 21510-1.81 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING ................................................. 21510-1.82 PAVEMENT MARKERS ........................................................................................................................... 216

    SECTION 10-2. (BLANK) .............................................................................................................................................. 216SECTION 10-3. ELECTRICAL SYSTEMS ................................................................................................................... 216

    10-3.01 DESCRIPTION ........................................................................................................................................... 21610-3.02 COST BREAK-DOWN ............................................................................................................................... 21610-3.03 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION .................................................................................................................................................... 21610-3.04 CAST-IN-DRILLED-HOLE CONCRETE PILE FOUNDATIONS ........................................................... 21810-3.05 STANDARDS, STEEL PEDESTALS, AND POSTS ................................................................................. 21810-3.06 CONDUIT ................................................................................................................................................... 21810-3.07 PULL BOXES ............................................................................................................................................. 21810-3.08 CONDUCTORS, CABLES, AND WIRING ............................................................................................... 21810-3.09 SERVICE .................................................................................................................................................... 21810-3.10 NUMBERING ELECTRICAL EQUIPMENT ............................................................................................ 21910-3.11 LIGHT EMITTING DIODE SIGNAL MODULE ....................................................................................... 21910-3.12 DETECTORS .............................................................................................................................................. 22310-3.13 LUMINAIRES ............................................................................................................................................ 22310-3.14 MODIFY CLOSED CIRCUIT TELEVISION CAMERA SYSTEM .......................................................... 22310-3.15 SYSTEM TESTING AND DOCUMENTATION ....................................................................................... 23210-3.16 INTERNALLY ILLUMINATED SIGNS ................................................................................................... 23410-3.17 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT .................................. 23410-3.18 PAYMENT .................................................................................................................................................. 234

    SECTION 13. RELATIONS WITH RAILROAD........................................................................................................... 23513-1.01 GENERAL ................................................................................................................................................. 235

    AMENDMENTS TO THE STANDARD SPECIFICATIONS ........................................................................................ 236

  • Contract No. 07-2332A4

    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 DetailsA20B Pavement Markers and Traffic Lines, Typical DetailsA20C Pavement Markers and Traffic Lines, Typical DetailsA20D Pavement Markers and Traffic Lines, Typical DetailsA24A Pavement Markings ArrowsA24B Pavement Markings ArrowsRSP A24C Pavement Markings Symbols and NumeralsA24D Pavement Markings WordsA24E Pavement Markings Words and CrosswalksA62A Excavation and Backfill Miscellaneous DetailsA62B Limits of Payment for Excavation and Backfill Bridge Surcharge and WallA62C Limits of Payment for Excavation and Backfill BridgeA62D Excavation and Backfill Concrete Pipe CulvertsRSP A62DA Excavation and Backfill Concrete Pipe CulvertsA62F Excavation and Backfill Metal and Plastic CulvertsA73A Object MarkersA73B MarkersA73C Delineators, Channelizers and BarricadesRSP A76A Concrete Barrier Type 60A76B Concrete Barrier Type 60A77A1 Metal Beam Guard Railing Standard Railing Section (Wood Post with Wood Block)A77A2 Metal Beam Guard Railing Standard Railing Section (Steel Post with Notched Wood or

    Notched Recycled Plastic Block)A77B1 Metal Beam Guard Railing Standard HardwareA77C1 Metal Beam Guard Railing Wood Post and Wood Block DetailsA77C3 Metal Beam Guard Railing Typical Line Post Embedment and Hinge Point Offset DetailsRSP A77C4 Metal Beam Guard Railing Typical Railing Delineation and Dike Positioning DetailsRSP A77E1 Metal Beam Guard Railing Typical Layouts for EmbankmentsRSP A77F1 Metal Beam Guard Railing Typical Layouts for Structure ApproachRSP A77G3 Metal Beam Guard Railing Typical Layouts for Roadside Fixed ObjectsA77H1 Metal Railing End Anchor Assembly (Type SFT)A77H2 Metal Railing Rail Tensioning AssemblyA77H3 Metal Railing Anchor Cable and Anchor Plate DetailsA77J3 Metal Beam Guard Railing Connections to Abutments and WallsRSP A77J4 Metal Beam Guard Railing Transition Railing (Type WB)A77L1 Metal Beam Railing Terminal System (Type SRT)A77L2 Metal Beam Railing Terminal System (Type SKT)A77L3 Metal Beam Railing Terminal System (Type ET)A77L5 Metal Beam Railing Terminal System (Type FLEAT)A78E1 Single Thrie Beam Barrier End Anchor Assembly and Terminal System End TreatmentA78E2 Double Thrie Beam Barrier Emergency Passageway and End Anchor Assembly DetailsA87B Asphalt Concrete DikesRSP P1 Jointed Plain Concrete PavementRSP P10 Concrete Pavement Dowel Bar Details

  • Contract No. 07-2332A4

    vi

    RSP P12 Concrete Pavement Dowel Bar Basket DetailsRSP P17 Concrete Pavement Tie Bar Basket DetailsRSP P20 Concrete Pavement Joint DetailsD73 Drainage InletsD74C Drainage Inlets DetailsD75C Pipe Inlets Ladder and Trash Rack DetailsRSP D77A Grate DetailsD77B Bicycle Proof Grate DetailsD79 Precast Reinforced Concrete Pipe Direct Design MethodD89 Pipe Culver Headwalls Straight and "L"D93A Pipe Riser ConnectionsD93B Drainage Inlet Riser ConnectionsD94A Metal and Plastic Flared End SectionsD97A Corrugated Metal Pipe Coupling Details No. 1 Annular Coupling Band Bar and Strap and

    Angle ConnectionsD97C Corrugated Metal Pipe Coupling Details No. 3 Helical and Universal CouplersRSP D97D Corrugated Metal Pipe Coupling Details No. 4 Hugger Coupling BandsRSP D97E Corrugated Metal Pipe Coupling Details No. 5 Standard JointRSP D97F Corrugated Metal Pipe Coupling Details No. 6 Positive JointRSP D97G Corrugated Metal Pipe Coupling Details No. 7 DowndrainD97H Reinforced Concrete Pipe or Non-Reinforced Concrete Pipe Standard and Positive JointsD98B Slotted Corrugated Steel Pipe Drain DetailsD102 UnderdrainsRSP T1A Temporary Crash Cushion, Sand Filled (Unidirectional)RSP T1B Temporary Crash Cushion, Sand Filled (Bidirectional)RSP T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)T3 Temporary Railing (Type K)T4 Temporary Traffic ScreenRSP T7 Construction Project Funding Identification SignsT10 Traffic Control System for Lane Closure On Freeways and ExpresswaysT10A Traffic Control System for Lane and Complete Closures on Freeways and ExpresswaysT14 Traffic Control System for Ramp ClosureT51 Temporary Water Pollution Control Details (Temporary Silt Fence)T53 Temporary Water Pollution Control Details (Temporary Cover)RSP T56 Temporary Water Pollution Control Details (Temporary Fiber Roll)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)NSP T65 Temporary Water Pollution Control Details [Temporary Fence (Type ESA)]B0-1 Bridge DetailsB0-3 Bridge DetailsB0-5 Bridge DetailsB0-13 Bridge DetailsB2-3 16" and 24" Cast-In-Drilled-Hole Concrete PileB3-1 Retaining Wall Type 1 H = 4' through 30'B3-2 Retaining Wall Type 1 H = 32' through 36'B3-7 Retaining Wall Type 5B3-8 Retaining Wall Details No. 1B3-9 Retaining Wall Details No. 2RSP B6-21 Joint Seals (Maximum Movement Rating = 2")B7-1 Box Girder DetailsB7-6 Deck Drains Types D-1 and D-2

  • Contract No. 07-2332A4

    vii

    B7-7 Deck Drains Type D-3B7-11 Utility DetailsB8-5 Cast-In-Place Prestressed Girder DetailsB11-47 Cable RailingB11-56 Concrete Barrier Type 736RS1 Roadside Signs, Typical Installation Details No. 1RS2 Roadside Signs Wood Post, Typical Installation Details No. 2RS3 Roadside Signs Laminated Wood Box Post Typical Installation Details No. 3RS4 Roadside Signs, Typical Installation Details No. 4S1 Overhead Signs Truss, Instructions and ExamplesS2 Overhead Signs Truss, Single Post Type Post Type II thru IXS3 Overhead Signs Truss, Single Post Type Base Plate and Anchorage DetailsS4 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 1S5 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 2S6 Overhead Signs Truss, Gusset Plate DetailsS7 Overhead Signs Truss, Single Post Type Square Pedestal Pile FoundationS16 Overhead Signs Walkway Details No. 1S17 Overhead Signs Walkway Details No. 2S17A Overhead Signs Walkway Details No. 3S18 Overhead Signs Walkway Safety Railing DetailsS20 Overhead Signs Steel Frames Removable Sign Panel FramesS21 Overhead Signs Removable Sign Panel Frames Mounting DetailsS22 Overhead Signs Truss, Removable Sign Panel Frames 110" and 120" Sign PanelsS93 Framing Details for Framed Single Sheet Aluminum Signs, Rectangular ShapeS94 Roadside Framed Single Sheet Aluminum Signs, Rectangular ShapeS95 Roadside Single Sheet Aluminum Signs, Diamond ShapeRSP 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-2E Electrical Systems (Service Equipment and Typical Wiring Diagram, Type III B Series)ES-4A Electrical Systems (Signal Heads and Mountings)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)RSP ES-5A Electrical Systems (Detectors)ES-5B Electrical Systems (Detectors)ES-5D Electrical Systems (Detectors)RSP ES-6E Electrical Systems (Lighting Standard, Types 30 and 31)ES-6F Electrical Systems (Lighting Standard, Types 30 and 31, Slip Base Plate Details)ES-6G Electrical Systems (Lighting Standard, Type 32)RSP ES-7B Electrical Systems (Signal and Lighting Standard Type 1 Standards and Equipment

    Numbering)ES-7M Electrical Systems (Signal and Lighting Standards Details No. 1)ES-7N Electrical Systems (Signal and Lighting Standards Details No. 2)ES-8 Electrical Systems (Pull Box Details)ES-9E Electrical Systems (Electrical Details, Structure Installations)ES-9F Electrical Systems (Flush Soffit Luminaire Modification Details, Structure Installations)

  • Contract No. 07-2332A4

    viii

    ES-10 Electrical Systems (Isofootcandle Diagrams)ES-11 Electrical Systems (Foundation Installations)ES-13A Electrical Systems (Splicing Details)ES-13B Electrical Systems (Wiring Details and Fuse Ratings)ES-15A Electrical Systems (Sign Illumination Equipment)ES-15C Electrical Systems (Sign Illumination Equipment)RSP ES-15D Electrical Systems (Lighting and Sign Illumination Control)

  • Contract No. 07-2332A4

    1

    NOTICE TO BIDDERS

    Bids open Thursday, September 8, 2011 Dated July 18, 2011 General work description: Widen roadway and bridges with PCC and construct retaining walls. The Department will receive sealed bids for CONSTRUCTION ON STATE HIGHWAY IN LOS ANGELES COUNTY IN AND NEAR SANTA CLARITA FROM 0.3 MILE SOUTH OF WELDON CANYON OVERCROSSING TO 0.4 MILE SOUTH OF PICO CANYON ROAD/LYONS AVENUE OVERCROSSING. District-County-Route-Post Mile: 07-LA-5-R46.3/R50.0 Contract No. 07-2332A4 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 5 percent. Federal-aid project no.:

    ACIM-005-3(044)E Bids must be on a unit price basis. Complete the work within 350 working days. The estimated cost of the project is $50,000,000. No prebid meeting is scheduled for this project. The Department will receive bids until 2:00 p.m. on the bid open date at 3347 Michelson Drive, Suite 100, Irvine, CA 92612-1692. Bids received after this time will not be accepted. 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. Bidders' inquiries may be presented to the Department by following the instructions at:

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

    The Department posts responses to the questions at the District Web sites. 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. 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.

  • Contract No. 07-2332A4

    2

    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 HZ

  • Contract No. 07-2332A4

    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 WDAY 350

    3 071325 TEMPORARY FENCE (TYPE ESA) LF 950

    4 074016 CONSTRUCTION SITE MANAGEMENT LS LUMP SUM

    5 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN

    LS LUMP SUM

    6 074028 TEMPORARY FIBER ROLL LF 10,000

    7 074029 TEMPORARY SILT FENCE LF 6,600

    8 074031 TEMPORARY GRAVEL BAG BERM LF 3,280

    9 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 13

    10 074034 TEMPORARY COVER SQYD 2,000

    11 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL)

    EA 20

    12 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 50

    13 074040 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX)

    SQYD 3,000

    14 074041 STREET SWEEPING LS LUMP SUM

    15 074042 TEMPORARY CONCRETE WASHOUT (PORTABLE) LS LUMP SUM

    16 074056 RAIN EVENT ACTION PLAN EA 50

    17 074057 STORM WATER ANNUAL REPORT EA 2

    18 074058 STORM WATER SAMPLING AND ANALYSIS DAY EA 22

    19 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM

    20 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM

  • Contract No. 07-2332A4

    4

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    21 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 910

    22 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 197,000

    23 120165 CHANNELIZER (SURFACE MOUNTED) EA 210

    24 129000 TEMPORARY RAILING (TYPE K) LF 55,900

    25 129100 TEMPORARY CRASH CUSHION MODULE EA 260

    26 141101 REMOVE YELLOW PAINTED TRAFFIC STRIPE (HAZARDOUS WASTE)

    LF 64,900

    27 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE)

    LF 40,300

    28 150206 ABANDON CULVERT LF 450

    29 150608 REMOVE CHAIN LINK FENCE LF 160

    30 150662 REMOVE METAL BEAM GUARD RAILING LF 2,140

    31 020951 REMOVE DOUBLE THRIE BEAM BARRIER LF 2,830

    32 020952 REMOVE SINGLE THRIE BEAM BARRIER LF 13,700

    33 150711 REMOVE PAINTED TRAFFIC STRIPE LF 84,500

    34 150712 REMOVE PAINTED PAVEMENT MARKING SQFT 910

    35 150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 38,800

    36 150715 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 130

    37 150722 REMOVE PAVEMENT MARKER EA 42,800

    38 150760 REMOVE SIGN STRUCTURE EA 1

    39 150771 REMOVE ASPHALT CONCRETE DIKE LF 1,120

    40 150806 REMOVE PIPE LF 1,930

  • Contract No. 07-2332A4

    5

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    41 150820 REMOVE INLET EA 23

    42 151270 SALVAGE METAL BRIDGE RAILING LF 388

    43 152390 RELOCATE ROADSIDE SIGN EA 5

    44 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 10,600

    45 153210 REMOVE CONCRETE CY 18

    46 153221 REMOVE CONCRETE BARRIER LF 2,060

    47 155003 CAP INLET EA 5

    48 155007 CAP MANHOLE EA 1

    49 157561 BRIDGE REMOVAL (PORTION), LOCATION A LS LUMP SUM

    50 157562 BRIDGE REMOVAL (PORTION), LOCATION B LS LUMP SUM

    51 160101 CLEARING AND GRUBBING LS LUMP SUM

    52 170101 DEVELOP WATER SUPPLY LS LUMP SUM

    53 190101 ROADWAY EXCAVATION CY 87,600

    54 020953 TRANSPORTATION AND DISPOSING OF LEAD CONTAMINATED SOIL

    CY 9,500

    55 020954 LEAD CONTAMINATED SOIL MITIGATION PLAN LS LUMP SUM

    56 (F)

    192003 STRUCTURE EXCAVATION (BRIDGE) CY 1,451

    57 (F)

    192037 STRUCTURE EXCAVATION (RETAINING WALL) CY 80,857

    58 (F)

    192055 STRUCTURE EXCAVATION (SOIL NAIL WALL) CY 2,450

    59 (F)

    193003 STRUCTURE BACKFILL (BRIDGE) CY 1,130

    60 (F)

    193013 STRUCTURE BACKFILL (RETAINING WALL) CY 55,886

  • Contract No. 07-2332A4

    6

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    61 (F)

    193028 STRUCTURE BACKFILL (SOIL NAIL WALL) CY 139

    62 (F)

    193031 PERVIOUS BACKFILL MATERIAL (RETAINING WALL)

    CY 3,605

    63 194001 DITCH EXCAVATION CY 550

    64 197060 SOIL NAIL ASSEMBLY LF 27,065

    65 203027 EROSION CONTROL (BONDED FIBER MATRIX) (SQFT)

    SQFT 209,000

    66 203031 EROSION CONTROL (HYDROSEED) (SQFT) SQFT 31,000

    67 260301 CLASS 3 AGGREGATE BASE CY 28,800

    68 280000 LEAN CONCRETE BASE CY 20,200

    69 390133 HOT MIX ASPHALT (TYPE B) TON 5,080

    70 394060 DATA CORE LS LUMP SUM

    71 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 140

    72 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 140

    73 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 2,800

    74 397005 TACK COAT TON 8

    75 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 44,100

    76 404092 SEAL PAVEMENT JOINT LF 152,000

    77 404093 SEAL ISOLATION JOINT LF 40,100

    78 420201 GRIND EXISTING CONCRETE PAVEMENT SQYD 3,570

    79 490520 FURNISH STEEL PILING (HP 12 X 84) LF 1,260

    80 490521 DRIVE STEEL PILE (HP 12 X 84) EA 36

  • Contract No. 07-2332A4

    7

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    81 490603 24" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 9,218

    82 490618 96" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 303

    83 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS LUMP SUM

    84 (F)

    510051 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 319

    85 (F)

    510053 STRUCTURAL CONCRETE, BRIDGE CY 4,600

    86 (F)

    510060 STRUCTURAL CONCRETE, RETAINING WALL CY 24,101

    87 (F)

    510086 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N)

    CY 245

    88 (F)

    510502 MINOR CONCRETE (MINOR STRUCTURE) CY 409

    89 (F)

    510526 MINOR CONCRETE (BACKFILL) CY 56

    90 (F)

    511035 ARCHITECTURAL TREATMENT SQFT 206,393

    91 511106 DRILL AND BOND DOWEL LF 512

    92 518050 PTFE BEARING EA 12

    93 043185 JOINT SEAL (MR 1") (TYPE A) LF 127

    94 043186 REPLACE WABO NEOPRENE GLAND (MR 7") LF 1,430

    95 043187 WABO JOINT SEAL ASSEMBLY (MR 7")

    LF 118

    96 (F)

    520102 BAR REINFORCING STEEL (BRIDGE) LB 1,623,850

    97 (F)

    520103 BAR REINFORCING STEEL (RETAINING WALL) LB 2,835,011

    98 (F)

    530100 SHOTCRETE CY 377

    99 (F)

    560218 FURNISH SIGN STRUCTURE (TRUSS) LB 20,855

    100 (F)

    560219 INSTALL SIGN STRUCTURE (TRUSS) LB 20,855

  • Contract No. 07-2332A4

    8

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    101 560233 FURNISH FORMED PANEL SIGN (OVERHEAD) SQFT 160

    102 560245 FURNISH LAMINATED PANEL SIGN (1"-TYPE B) SQFT 60

    103 560249 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED)

    SQFT 32

    104 561016 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 25

    105 566011 ROADSIDE SIGN - ONE POST EA 2

    106 566012 ROADSIDE SIGN - TWO POST EA 1

    107 650010 12" REINFORCED CONCRETE PIPE LF 3

    108 650014 18" REINFORCED CONCRETE PIPE LF 1,800

    109 650018 24" REINFORCED CONCRETE PIPE LF 7,330

    110 650030 42" REINFORCED CONCRETE PIPE LF 290

    111 020955 45" REINFORCED CONCRETE PIPE LF 230

    112 655516 JACKED 24" REINFORCED CONCRETE PIPE (CLASS V)

    LF 280

    113 665018 18" CORRUGATED STEEL PIPE (.109" THICK)

    LF 97

    114 665024 24" CORRUGATED STEEL PIPE (.109" THICK) LF 1,110

    115 665037 36" CORRUGATED STEEL PIPE (.109" THICK)

    LF 480

    116 665717 18" SLOTTED CORRUGATED STEEL PIPE (.079" THICK)

    LF 620

    117 020956 24" SLOTTED CORRUGATED STEEL PIPE (0.109 THICK)

    LF 830

    118 020957 8" NON-PERFORATED PLASTIC PIPE UNDERDRAIN LF 110

    119 680905 8" PERFORATED PLASTIC PIPE UNDERDRAIN LF 1,270

    120 681990 FILTER FABRIC SQYD 1,480

  • Contract No. 07-2332A4

    9

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    121 682001 PERMEABLE MATERIAL CY 270

    122 690124 24" CORRUGATED STEEL PIPE DOWNDRAIN (.109" THICK)

    LF 410

    123 020958 8" CORRUGATED STEEL PIPE RISER (0.064" THICK) LF 18

    124 705011 18" STEEL FLARED END SECTION EA 2

    125 721009 ROCK SLOPE PROTECTION (FACING, METHOD B) CY 11

    126 (F)

    721810 SLOPE PAVING (CONCRETE) CY 2

    127 729010 ROCK SLOPE PROTECTION FABRIC SQYD 30

    128 (F)

    731517 MINOR CONCRETE (GUTTER) CY 73

    129 (F)

    750001 MISCELLANEOUS IRON AND STEEL LB 57,691

    130 (F)

    750041 ISOLATION CASING LB 10,150

    131 (F)

    750505 BRIDGE DECK DRAINAGE SYSTEM LB 4,780

    132 020959 INCLINED SCREEN TYPE A GROSS SOLID REMOVAL DEVICE

    EA 1

    133 820180 INSTALL MEDIAN MILEAGE PANEL EA 38

    134 832001 METAL BEAM GUARD RAILING LF 2,490

    135 (F)

    043188 CONCRETE BARRIER (TYPE 60D MODIFIED) LF 1,244

    136 (F)

    839521 CABLE RAILING LF 1,264

    137 839541 TRANSITION RAILING (TYPE WB) EA 3

    138 839581 END ANCHOR ASSEMBLY (TYPE SFT)

    EA 4

    139 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 3

    140 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 2

  • Contract No. 07-2332A4

    10

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    141 839703 CONCRETE BARRIER (TYPE 60C) LF 800

    142 839704 CONCRETE BARRIER (TYPE 60D) LF 16,100

    143 020960 CONCRETE BARRIER (TYPE 60C MOD) LF 2,430

    144 020961 CONCRETE BARRIER (TYPE 60VF) LF 89

    145 (F)

    839727 CONCRETE BARRIER (TYPE 736 MODIFIED) LF 2,145

    146 020962 CONCRETE BARRIER (TYPE 736A MOD) LF 15,200

    147 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 78,300

    148 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 3,310

    149 840508 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 12-3)

    LF 3,700

    150 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 12,200

    151 840525 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 36-12)

    LF 142,000

    152 840526 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7)

    LF 470

    153 840600 PAINTED TRAFFIC STRIPE LF 108,000

    154 850101 PAVEMENT MARKER (NON-REFLECTIVE) EA 28,700

    155 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 8,920

    156 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION

    LS LUMP SUM

    157 020963 MODIFY CLOSED CIRCUIT TELEVISION CAMERA SYSTEM

    LS LUMP SUM

    158 861088 MODIFY RAMP METERING SYSTEM LS LUMP SUM

    159 861504 MODIFY LIGHTING AND SIGN ILLUMINATION LS LUMP SUM

    160 999990 MOBILIZATION LS LUMP SUM

  • Contract No. 07-2332A4

    11

    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. 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.

  • Contract No. 07-2332A4

    12

    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.

    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.

  • Contract No. 07-2332A4

    13

    SECTION 3 CONTRACT AWARD AND EXECUTION

    3-1.01 CONTRACT AWARD

    If the Department awards the Contract, the award is made to the lowest responsible bidder within 60 days.

    3-1.02 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.

    3-1.03 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 55th day after contract approval. Do not start work at the job site until the Engineer approves your submittal for: 1. Storm Water Pollution Prevention Plan (SWPPP) 2. 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. 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 within 350 working days.

    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

  • Contract No. 07-2332A4

    14

    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. 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 PARTNERING DISPUTE RESOLUTION The Department encourages the project team to exhaust the use of partnering in dispute resolution before engagement of

    an objective third party. Comply with Section 5-1.012, "Partnering," of the Standard Specifications. For certain disputes, facilitated partnering session or facilitated dispute resolution session may be appropriate and

    effective in clarifying issues and resolving all or part of a dispute. To afford the project team enough time to plan and hold the session, a maximum of 20 days may be added to the dispute

    resolution board (DRB) referral time following the Engineer's written response to a supplemental potential claim record as specified in Section 5-1.15, "Dispute Resolution," of the Standard Specifications.

    To allow this additional referral time, the project team must document its agreement and intention in the dispute resolution plan of the partnering charter. The team may further document agreement of any associated criteria to be met for use of the additional referral time.

    If the session is not held, the DRB referral time remains in effect as specified in Section 5-1.15, "Dispute Resolution," of the Standard Specifications.

  • Contract No. 07-2332A4

    15

    5-1.05 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

    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)]

  • Contract No. 07-2332A4

    16

    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

    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

  • Contract No. 07-2332A4

    17

    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.

    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

  • Contract No. 07-2332A4

    18

    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.

    5-1.06 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.

    5-1.07 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. 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.

  • Contract No. 07-2332A4

    19

    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

    5-1.08 TRAINING For the Federal training program, the number of trainees or apprentices is 33.

    5-1.09 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. 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 quantity 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.

    5-1.10 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.

  • Contract No. 07-2332A4

    20

    5-1.11 PAYMENTS 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. Bar reinforcing steel (retaining wall and bridge) B. Sign structure and signs C. Culvert pipes, underdrain pipes and steel pipes D. Filter fabric E. Miscellaneous drainage facilities F. Miscellaneous iron and steel G. Railing and appurtenances H. Pavement markers I. Luminaires J. Soil nail assemblies K. Piling (except CIDH piling) L. Prestressing steel for cast-in-place members (sealed