state of california department of transportation · state of california department of...

564
Electronic Advertising Contract Bids open Wednesday, September 26, 2012 OSD Dated July 30, 2012 IH 06 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN MADERA COUNTY NEAR MADERA FROM 0.6 MILE SOUTH OF AVENUE 12 OVERCROSSING TO 0.7 MILE NORTH OF AVENUE 12 OVERCROSSING In District 06 On Route 99 Under Bid book dated July 30, 2012 Standard Specifications dated 2006 Project Plans approved June 4, 2012 Standard Plans dated 2006 Identified by Contract No. 06-471004 06-Mad-99-R6.9/R8.2 Project ID 0600000463

Upload: duongtuyen

Post on 20-Apr-2018

229 views

Category:

Documents


6 download

TRANSCRIPT

  • Electronic Advertising Contract

    Bids open Wednesday, September 26, 2012 OSD

    Dated July 30, 2012 IH

    06

    STATE OF CALIFORNIA

    DEPARTMENT OF TRANSPORTATION

    NOTICE TO BIDDERS

    AND

    SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN MADERA COUNTY NEAR

    MADERA FROM 0.6 MILE SOUTH OF AVENUE 12 OVERCROSSING TO 0.7 MILE

    NORTH OF AVENUE 12 OVERCROSSING

    In District 06 On Route 99

    Under

    Bid book dated July 30, 2012 Standard Specifications dated 2006

    Project Plans approved June 4, 2012 Standard Plans dated 2006

    Identified by

    Contract No. 06-471004

    06-Mad-99-R6.9/R8.2

    Project ID 0600000463

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

    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 has changed its DVBE requirements. Refer to section titled "Disabled Veteran Business Enterprises" in Section 2, "Bidding," of these special provisions.

    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. 06-471004 i

    TABLE OF CONTENTS

    NOTICE TO BIDDERS ....................................................................................................................................................... 1 COPY OF BID ITEM LIST ................................................................................................................................................. 3 SPECIAL PROVISIONS ................................................................................................................................................... 14 SECTION 1 (BLANK) ...................................................................................................................................................... 14 SECTION 2 BIDDING ..................................................................................................................................................... 14

    2-1.01 SMALL BUSINESS AND NONSMALL BUSINESS SUBCONTRACTOR PREFERENCES ................. 14 2-1.02 DISABLED VETERAN BUSINESS ENTERPRISES .................................................................................... 15 2-1.03 CALIFORNIA COMPANIES ......................................................................................................................... 15 2-1.04 TIE BID RESOLUTION ................................................................................................................................. 16 2-1.05 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ................................. 16

    SECTION 3 CONTRACT AWARD AND EXECUTION ............................................................................................... 16 3-1.01 SMALL BUSINESS PARTICIPATION REPORT ......................................................................................... 16

    SECTION 4 BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES ......................... 16 SECTION 5 GENERAL .................................................................................................................................................... 16

    5-1.01 EMISSIONS REDUCTION ............................................................................................................................ 16 5-1.02 NONSMALL BUSINESSES ........................................................................................................................ 16 5-1.03 DISABLED VETERAN BUSINESS ENTERPRISES ................................................................................... 16 5-1.04 PARTNERING DISPUTE RESOLUTION .................................................................................................... 17 5-1.05 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ........................................................ 17 5-1.06 SURFACE MINING AND RECLAMATION ACT ........................................................................................ 20 5-1.07 ELECTRONIC SUBMISSION OF PAYROLL RECORDS ........................................................................... 21 5-1.08 FORCE ACCOUNT PAYMENT .................................................................................................................... 21 5-1.09 AREAS FOR CONTRACTOR'S USE ............................................................................................................ 22 5-1.10 PAYMENTS ................................................................................................................................................... 22 5 -1.11 SUPPLEMENTAL PROJECT INFORMATION ........................................................................................... 23 5-1.12 NOISE CONTROL .......................................................................................................................................... 23 5-1.13 PALEONTOLOGICAL RESOURCES ........................................................................................................... 23 5-1.14 SPECIES PROTECTION ................................................................................................................................ 24 5-1.15 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD ...................... 25 5-1.16 AIR POLLUTION CONTROL DISTRICT REQUIREMENTS ..................................................................... 25 5-1.17 ENVIRONMENTALLY SENSITIVE AREA ................................................................................................. 26 5-1.18 NONHIGHWAY FACILITIES (INCLUDING UTILITIES) .......................................................................... 26

    SECTION 6. (BLANK) ..................................................................................................................................................... 27 SECTION 7. (BLANK) ..................................................................................................................................................... 27 SECTION 8. MATERIALS .............................................................................................................................................. 27 SECTION 8-1. MISCELLANEOUS ................................................................................................................................. 27

    8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ...................................... 27 8-1.02 STATE-FURNISHED MATERIALS ............................................................................................................. 33

    SECTION 8-2. CONCRETE ............................................................................................................................................. 33 8-2.01 PORTLAND CEMENT CONCRETE ............................................................................................................. 33 8-2.02 RAPID STRENGTH CONCRETE FOR STRUCTURES ............................................................................... 34

    SECTION 8-3. WELDING ............................................................................................................................................... 38 8-3.01 WELDING ...................................................................................................................................................... 38

    WELDING QUALITY CONTROL ..................................................................................................................... 40 WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES .................................................................. 43 STEEL PIPE PILING QUALIFICATION AUDIT ............................................................................................. 44

    SECTION 9. DESCRIPTION OF BRIDGE WORK ........................................................................................................ 44 SECTION 10. CONSTRUCTION DETAILS ................................................................................................................... 45 SECTION 10-1. GENERAL ............................................................................................................................................. 45

    10-1.01 ORDER OF WORK ....................................................................................................................................... 45 10-1.02 ARCHAEOLOGICAL MONITORING AREA ............................................................................................ 46 10-1.03 WATER POLLUTION CONTROL .............................................................................................................. 46 10-1.04 CONSTRUCTION SITE MANAGEMENT .................................................................................................. 60 10-1.05 TEMPORARY FENCE (TYPE CL-6) .......................................................................................................... 71 10-1.06 TEMPORARY HYDRAULIC MULCH ....................................................................................................... 71 10-1.07 STREET SWEEPING ................................................................................................................................... 74

  • Contract No. 06-471004 ii

    10-1.08 TEMPORARY EROSION CONTROL BLANKET ...................................................................................... 75 10-1.09 TEMPORARY COVER ................................................................................................................................ 78 10-1.10 TEMPORARY CONCRETE WASHOUT (PORTABLE) ............................................................................ 81 10-1.11 TEMPORARY FIBER ROLL ....................................................................................................................... 83 10-1.12 TEMPORARY SILT FENCE ........................................................................................................................ 85 10-1.13 TEMPORARY FENCE (TYPE ESA) ............................................................................................................ 88 10-1.14 TEMPORARY CONSTRUCTION ENTRANCE ......................................................................................... 90 10-1.15 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) .............................................................. 93 10-1.16 TEMPORARY DRAINAGE INLET PROTECTION ................................................................................... 93 10-1.17 COOPERATION ......................................................................................................................................... 102 10-1.18 PROGRESS SCHEDULE (CRITICAL PATH METHOD) ......................................................................... 102 10-1.19 TIME-RELATED OVERHEAD ................................................................................................................. 107 10-1.20 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES ..................................................................... 109 10-1.21 CONSTRUCTION AREA SIGNS ............................................................................................................... 110 10-1.22 MAINTAINING TRAFFIC ......................................................................................................................... 111 10-1.23 CLOSURE REQUIREMENTS AND CONDITIONS ................................................................................. 116 10-1.24 IMPACT ATTENUATOR VEHICLE ......................................................................................................... 117 10-1.25 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE .......................................................................... 118

    STATIONARY LANE CLOSURE .................................................................................................................... 118 MOVING LANE CLOSURE ............................................................................................................................. 119 PAYMENT ......................................................................................................................................................... 119

    10-1.26 TEMPORARY PAVEMENT DELINEATION ........................................................................................... 120 10-1.27 BARRICADE .............................................................................................................................................. 122 10-1.28 PORTABLE CHANGEABLE MESSAGE SIGNS ..................................................................................... 122 10-1.29 CHANNELIZER ......................................................................................................................................... 123 10-1.30 TEMPORARY CRASH CUSHION MODULE .......................................................................................... 124 10-1.31 REMOVE YELLOW TRAFFIC STRIPE AND PAVEMENT MARKING (HAZARDOUS WASTE)....... 125 10-1.32 TREATED WOOD WASTE ....................................................................................................................... 127 10-1.33 EXISTING HIGHWAY FACILITIES ......................................................................................................... 129

    EARTH MATERIAL CONTAINING LEAD .................................................................................................... 129 ABANDON CULVERT ..................................................................................................................................... 130 DESTROY WELLS ........................................................................................................................................... 130 SALVAGE METAL BEAM GUARD RAILING .............................................................................................. 131 SALVAGE QUADGUARD SYSTEM .............................................................................................................. 131 REMOVE METAL BEAM GUARD RAILING................................................................................................ 131 REMOVE PAVEMENT MARKER .................................................................................................................. 132 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING ....................................................................... 132 RESIDUE CONTAINING LEAD FROM PAINT AND THERMOPLASTIC ................................................. 132 REMOVE ROADSIDE SIGN ............................................................................................................................ 132 RELOCATE MAILBOX .................................................................................................................................... 132 RESET ROADSIDE SIGN ................................................................................................................................ 133 REMOVE SURFACING .................................................................................................................................... 133 COLD PLANE ASPHALT CONCRETE PAVEMENT .................................................................................... 133 BRIDGE REMOVAL ........................................................................................................................................ 134 REMOVE CONCRETE ..................................................................................................................................... 137 REMOVAL OF ASBESTOS CONTAINING MATERIALS ............................................................................ 137

    10-1.34 CLEARING AND GRUBBING .................................................................................................................. 141 10-1.35 EARTHWORK ............................................................................................................................................ 141 10-1.36 CONTROLLED LOW STRENGTH MATERIAL ...................................................................................... 143 10-1.37 EROSION CONTROL (SEQUENCING) .................................................................................................... 144 10-1.38 ROLLED EROSION CONTROL PRODUCT (NETTING) ........................................................................ 144 10-1.39 EROSION CONTROL (DRY SEED) .......................................................................................................... 146 10-1.40 EROSION CONTROL (COMPOST BLANKET) ....................................................................................... 147 10-1.41 FIBER ROLLS............................................................................................................................................. 150 10-1.42 WILLOW CUTTINGS (PLANT GROUP W) ............................................................................................. 151 10-1.43 IRRIGATION CROSSOVERS .................................................................................................................... 152 10-1.44 AGGREGATE BASE .................................................................................................................................. 152 10-1.45 HOT MIX ASPHALT .................................................................................................................................. 153 10-1.46 MINOR HOT MIX ASPHALT .................................................................................................................... 156

  • Contract No. 06-471004 iii

    10-1.47 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - SLURRY METHOD ................................. 156 10-1.48 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - DRY LIME METHOD .............................. 158 10-1.49 LIQUID ANTISTRIP TREATMENT ......................................................................................................... 161 10-1.50 PILING ........................................................................................................................................................ 163

    CAST-IN-DRILLED-HOLE CONCRETE PILES ............................................................................................ 167 TEMPORARY ISOLATION CASINGS ........................................................................................................... 180 OPEN ENDED CAST-IN-STEEL-SHELL CONCRETE PILING ................................................................... 180 STEEL PIPE PILING ........................................................................................................................................ 181 NONDESTRUCTIVE TESTING OF CLASS N STEEL PIPE PILING ........................................................... 184

    10-1.51 PRESTRESSING CONCRETE ................................................................................................................... 186 10-1.52 CONCRETE STRUCTURES ...................................................................................................................... 186

    FALSEWORK ................................................................................................................................................... 186 COST REDUCTION INCENTIVE PROPOSALS FOR CAST-IN-PLACE PRESTRESSED BOX GIRDER BRIDGES ........................................................................................................................................... 187

    10-1.53 BRIDGE DECK SURFACE TEXTURE ..................................................................................................... 189 DECK CLOSURE POURS ................................................................................................................................ 189 SLIDING BEARINGS ....................................................................................................................................... 190 ELASTOMERIC BEARING PADS .................................................................................................................. 190 MEASUREMENT AND PAYMENT ................................................................................................................ 190

    10-1.54 STRUCTURE APPROACH SLABS (TYPE N).......................................................................................... 190 10-1.55 SEALING JOINTS ...................................................................................................................................... 192 10-1.56 JOINT SEAL ASSEMBLIES (MOVEMENT RATING EXCEEDING 4 INCHES) .................................. 192 10-1.57 REINFORCEMENT .................................................................................................................................... 194

    MEASUREMENT AND PAYMENT ................................................................................................................ 194 10-1.58 STEEL STRUCTURES ............................................................................................................................... 194

    GENERAL ......................................................................................................................................................... 194 MATERIALS ..................................................................................................................................................... 194 ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE ............................................ 195 INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVAL ON THE JOB SITE ............................................................................................................................................ 199 SEALING ........................................................................................................................................................... 199 WELDING ......................................................................................................................................................... 200

    10-1.59 SIGN STRUCTURES ................................................................................................................................. 200 10-1.60 ROADSIDE SIGNS..................................................................................................................................... 201 10-1.61 FURNISH SIGN .......................................................................................................................................... 202

    SHEET ALUMINUM ........................................................................................................................................ 203 RETROREFLECTIVE SHEETING .................................................................................................................. 203 PROCESS COLOR AND FILM ........................................................................................................................ 204 SINGLE SHEET ALUMINUM SIGN ............................................................................................................... 204 LAMINATED PANEL SIGN ............................................................................................................................ 204 MEASUREMENT AND PAYMENT ................................................................................................................ 205

    10-1.62 CLEAN AND PAINT JOINT SEAL ASSEMBLIES .................................................................................. 205 10-1.63 ALTERNATIVE PIPE ................................................................................................................................ 208 10-1.64 PLASTIC PIPE ............................................................................................................................................ 208 10-1.65 REINFORCED CONCRETE PIPE ............................................................................................................. 208 10-1.66 CORRUGATED METAL PIPE .................................................................................................................. 210 10-1.67 OVERSIDE DRAIN .................................................................................................................................... 210 10-1.68 MISCELLANEOUS FACILITIES .............................................................................................................. 210 10-1.69 PRESSURE MANHOLE (MID) ................................................................................................................. 210 10-1.70 WELDED STEEL PIPE CASING (BRIDGE) ............................................................................................. 210 10-1.71 SLOPE PROTECTION ............................................................................................................................... 211 10-1.72 SLOPE PAVING ......................................................................................................................................... 211 10-1.73 MISCELLANEOUS CONCRETE CONSTRUCTION ............................................................................... 211 10-1.74 BRIDGE DECK DRAINAGE SYSTEM..................................................................................................... 213 10-1.75 CHAIN LINK FENCE ................................................................................................................................. 214 10-1.76 MONUMENTS ........................................................................................................................................... 214 10-1.77 MARKERS AND DELINEATORS ............................................................................................................ 214 10-1.78 METAL BEAM GUARD RAILING ........................................................................................................... 214

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

  • Contract No. 06-471004 iv

    ALTERNATIVE FLARED TERMINAL SYSTEM .......................................................................................... 215 10-1.79 CHAIN LINK RAILING ............................................................................................................................. 216 10-1.80 METAL BRIDGE RAILING ....................................................................................................................... 216 10-1.81 CABLE RAILING ....................................................................................................................................... 216 10-1.82 CONCRETE BARRIER .............................................................................................................................. 217 10-1.83 TRANSITION RAILING (TYPE WB) ....................................................................................................... 217 10-1.84 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING .................................................. 217 10-1.85 PAINT TRAFFIC STRIPE AND PAVEMENT MARKING ....................................................................... 218 10-1.86 PAVEMENT MARKERS............................................................................................................................ 218

    SECTION 10-2. (BLANK) .............................................................................................................................................. 218 SECTION 10-3. ELECTRICAL SYSTEMS ................................................................................................................... 218

    10-3.01 DESCRIPTION ........................................................................................................................................... 218 10-3.02 COST BREAK-DOWN ............................................................................................................................... 219 10-3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS ......................................... 219 10-3.04 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION .................................................................................................................................................... 219 10-3.05 CAST-IN-DRILLED-HOLE CONCRETE PILE FOUNDATIONS ........................................................... 220 10-3.06 STANDARDS, STEEL PEDESTALS, AND POSTS .................................................................................. 221 10-3.07 CONDUIT ................................................................................................................................................... 221 10-3.08 PULL BOX .................................................................................................................................................. 221 10-3.09 CONDUCTORS, CABLES, AND WIRING ............................................................................................... 222 10-3.10 SERVICE ..................................................................................................................................................... 222 10-3.11 NUMBERING ELECTRICAL EQUIPMENT ............................................................................................ 223 10-3.12 CONTROLLER CABINETS ....................................................................................................................... 223 10-3.13 STATE-FURNISHED CONTROLLER ASSEMBLIES ............................................................................. 224 10-3.14 WIRELESS MODEM .................................................................................................................................. 224

    GENERAL ......................................................................................................................................................... 224 SOFTWARE REQUIREMENTS ....................................................................................................................... 224 ANTENNA ......................................................................................................................................................... 224 EIA-232 SERIAL PORT .................................................................................................................................... 225 TESTING ........................................................................................................................................................... 225 CERTIFICATE OF COMPLIANCE .................................................................................................................. 225 WARRANTY ..................................................................................................................................................... 225

    10-3.15 VEHICLE SIGNAL FACES AND SIGNAL HEADS ................................................................................. 225 10-3.16 LIGHT EMITTING DIODE SIGNAL MODULE ....................................................................................... 225 10-3.17 BATTERY BACKUP SYSTEM ................................................................................................................. 230 10-3.18 LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE MODULES ................................................. 232 10-3.19 DETECTORS .............................................................................................................................................. 234

    PREFORMED INDUCTIVE LOOPS ................................................................................................................ 235 10-3.20 TRAFFIC COUNT STATION ..................................................................................................................... 235

    GENERAL ......................................................................................................................................................... 235 MATERIALS ..................................................................................................................................................... 236 ATTACHMENTS .............................................................................................................................................. 239

    10-3.21 LIGHT EMITTING DIODE LUMINAIRES ............................................................................................... 242 10-3.22 SOFFIT AND WALL LUMINAIRES ......................................................................................................... 247 10-3.23 CLOSED CIRCUIT TELEVISION SYSTEM ............................................................................................. 247

    GENERAL ......................................................................................................................................................... 247 MATERIALS ..................................................................................................................................................... 248

    10-3.24 COMMUNICATION CONDUIT SYSTEM ............................................................................................... 249 GENERAL ......................................................................................................................................................... 249 MATERIALS ..................................................................................................................................................... 249

    10-3.25 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT .................................. 250 10-3.26 PAYMENT .................................................................................................................................................. 250

    SECTION 11. (BLANK) ................................................................................................................................................. 251 SECTION 12. (BLANK) ................................................................................................................................................. 251 SECTION 13. RAILROAD RELATIONS AND INSURANCE ..................................................................................... 251 SECTION 13-2. RAILROAD PROTECTIVE INSURANCE .......................................................................................... 254 AMENDMENTS TO THE STANDARD SPECIFICATIONS ........................................................................................ 258

  • Contract No. 06-471004 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

    RSP A24A Pavement Markings Arrows

    A24B Pavement Markings Arrows

    RSP A24C Pavement Markings Symbols and Numerals

    A24D Pavement Markings Words

    A24E Pavement Markings Words and Crosswalks

    A62A Excavation and Backfill Miscellaneous Details

    A62B Limits of Payment for Excavation and Backfill Bridge Surcharge and Wall

    A62C Limits of Payment for Excavation and Backfill Bridge

    A62D Excavation and Backfill Concrete Pipe Culverts

    RSP A62DA Excavation and Backfill Concrete Pipe Culverts

    A62F Excavation and Backfill Metal and Plastic Culverts

    A73A Object Markers

    A73B Markers

    A73C Delineators, Channelizers and Barricades

    RSP A74 Survey Monuments

    RSP A76F Concrete Barrier Type 60GE

    RSP A77A2 Metal Beam Guard Railing Standard Railing Section (Steel Post with Notched Wood or Notched Recycled Plastic Block)

    A77B1 Metal Beam Guard Railing Standard Hardware

    RSP A77C3 Metal Beam Guard Railing Typical Line Post Embedment and Hinge Point Offset Details

    RSP A77C4 Metal Beam Guard Railing Typical Railing Delineation and Dike Positioning Details

    RSP A77F1 Metal Beam Guard Railing Typical Layouts for Structure Approach

    RSP A77F4 Metal Beam Guard Railing Typical Layouts for Structure Departure

    RSP A77G3 Metal Beam Guard Railing Typical Layouts for Roadside Fixed Objects

    RSP A77J1 Metal Beam Guard Railing Connections to Bridge Railings without Sidewalks Details No. 1

    RSP A77J2 Metal Beam Guard Railing Connections to Bridge Railings without Sidewalks Details No. 2

    RSP A77J4 Metal Beam Guard Railing Transition Railing (Type WB)

    RSP A77K1 Metal Beam Guard Railing Connections to Bridge Railings with Sidewalks Details No. 1

    A77K2 Metal Beam Guard Railing Connections to Bridge Railings with Sidewalks Details No. 2

    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)

    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

  • Contract No. 06-471004 vi

    A88B Curb Ramp and Island Passageway Details

    D73 Drainage Inlets

    RSP D74B Drainage Inlets

    RSP D77A Grate Details

    D78A Gutter Depressions

    D78C Inlet Depressions Asphalt Concrete Shoulders

    D87A Corrugated Metal Pipe Downdrain Details

    D87C Cable Anchorage System

    D87D Overside Drains

    D94A Metal and Plastic Flared End Sections

    D94B Concrete Flared End Sections

    RSP H1 Planting and Irrigation Abbreviations

    RSP H2 Planting and Irrigation Symbols

    H9 Planting and Irrigation Details

    RNSP H51 Erosion Control Details (Fiber Roll)

    NSP H53 Rolled Erosion Control Product

    RSP 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)

    NSP T3A Temporary Railing (Type K)

    T10 Traffic Control System for Lane Closure On Freeways and Expressways

    T10A Traffic Control System for Lane and Complete Closures on Freeways and Expressways

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

    T14 Traffic Control System for Ramp Closure

    T17 Traffic Control System for Moving Lane Closure on Two Lane Highways

    T51 Temporary Water Pollution Control Details (Temporary Silt Fence)

    T53 Temporary Water Pollution Control Details (Temporary Cover)

    T54 Temporary Water Pollution Control Details (Temporary Erosion Control Blanket)

    T55 Temporary Water Pollution Control Details (Temporary Erosion Control Blanket)

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

    T58 Temporary Water Pollution Control Details (Temporary Construction Entrance)

    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)]

    NSP T67 Temporary Water Pollution Control Details (Temporary Construction Roadway)

    B0-1 Bridge Details

    B0-3 Bridge Details

    B0-5 Bridge Details

    B0-13 Bridge Details

    B2-5 Pile Details Class 90 and Class 140

    RSP B2-8 Pile Details Class 200

    B3-1 Retaining Wall Type 1 H = 4' through 30'

    B3-8 Retaining Wall Details No. 1

    B3-9 Retaining Wall Details No. 2

    RSP B6-21 Joint Seals (Maximum Movement Rating = 2")

    B7-1 Box Girder Details

    B7-5 Deck Drains

    B7-6 Deck Drains Types D-1 and D-2

    B7-7 Deck Drains Type D-3

    B7-8 Deck Drainage Details

    B7-10 Utility Opening Box Girder

    B7-11 Utility Details

    B8-5 Cast-In-Place Prestressed Girder Details

    RSP B11-47 Cable Railing

  • Contract No. 06-471004 vii

    B11-51 Tubular Hand Railing

    B11-52 Chain Link Railing Type 7

    B11-53 Concrete Barrier Type 25

    B11-54 Concrete Barrier Type 26

    B11-55 Concrete Barrier Type 732

    B11-56 Concrete Barrier Type 736

    B11-57 Concrete Barrier Type 742

    B14-3 Communication and Sprinkler Control Conduits (Conduit Less Than 4")

    RS1 Roadside Signs, Typical Installation Details No. 1

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

    RS4 Roadside Signs, Typical Installation Details No. 4

    S1 Overhead Signs Truss, Instructions and Examples

    S2 Overhead Signs Truss, Single Post Type Post Type II thru IX

    S3 Overhead Signs Truss, Single Post Type Base Plate and Anchorage Details

    S4 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 1

    S5 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 2

    S6 Overhead Signs Truss, Gusset Plate Details

    S8 Overhead Signs Truss, Single Post Type Round Pedestal Pile Foundation

    S12 Overhead Signs Truss, Structural Frame Details

    S13 Overhead Signs Truss, Frame Juncture Details

    S16 Overhead Signs Walkway Details No. 1

    S17 Overhead Signs Walkway Details No. 2

    S17A Overhead Signs Walkway Details No. 3

    S18 Overhead Signs Walkway Safety Railing Details

    S19 Overhead Signs Truss, Sign Mounting Details Laminated Panel Type A

    S44 Overhead Signs Lightweight, Type B, Connection Details

    S46 Overhead Signs Lightweight, Sign Panel Mounting Details, Laminated Panel Type A

    S47 Overhead Signs Lightweight, Light Fixture Mounting Details

    S48 Overhead Signs Lightweight Post Details

    S49 Overhead Signs Lightweight Foundation Details

    S81 Overhead Laminated Sign Single or Multiple Panel, Type A (1" Thick)

    S86 Laminated Panel Details Extrusions for Type A, B and H Panels

    S88 Type A-2 Mounting Hardware Overhead Laminated Type A Panel, Bridge Mounted and Tubular Sign Structures

    S89 Roadside Sign Formed Single Sheet Aluminum Panel

    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-2F Electrical Systems (Service Equipment and Typical Wiring Diagram Type III C Series)

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

    ES-3B Electrical Systems (Controller Cabinet Details)

    ES-3C Electrical Systems (Controller Cabinet Details)

    RSP ES-3E Electrical Systems (Telephone Demarcation Cabinet, Type B)

    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)

    ES-4E Electrical Systems (Signal Faces and Mountings)

    RSP ES-5A Electrical Systems (Detectors)

    ES-5B Electrical Systems (Detectors)

    ES-5C Electrical Systems (Detectors)

    ES-5D Electrical Systems (Detectors)

  • Contract No. 06-471004 viii

    RSP ES-6A Electrical Systems (Lighting Standard, Types 15 and 21)

    ES-6B Electrical Systems (Lighting Standard, Types 15 and 21, Barrier Rail Mounted Details)

    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-7A Electrical Systems (Signal and Lighting Standards, Push Button Posts and Type 15TS Standard)

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

    RSP ES-7C Electrical Systems (Signal and Lighting Standard Case 1 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 15' to 30')

    RSP ES-7E Electrical Systems (Signal and Lighting Standard Case 3 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 15' to 45')

    RSP ES-7F Electrical Systems (Signal and Lighting Standard Case 4 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 25' to 45')

    RSP ES-7G Electrical Systems (Signal And Lighting Standard Case 5 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 50' to 55')

    ES-7H Electrical Systems (Signal and Lighting Standard Case 5 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 60' to 65')

    ES-7J Electrical Systems (Signal and Lighting Standard Advance Flashing Beacons)

    RSP ES-7K Electrical Systems (Signal and Lighting Standard - Cantilever Flashing Beacon, Types 9, 9A and 9B)

    RSP ES-7L Electrical Systems (Signal and Lighting Standard Cantilever Flashing Beacon, Types 9, 9A and 9B)

    ES-7M Electrical Systems (Signal and Lighting Standards Details No. 1)

    ES-7N Electrical Systems (Signal and Lighting Standards Details No. 2)

    NSP ES-8A Electrical Systems (Pull Box)

    NSP ES-8B Electrical Systems (Traffic Rated Pull Box)

    RSP ES-9A Electrical Systems (Electrical Details, Structure Installations)

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

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

    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)

    ES-16A Electrical Systems (Closed Circuit Television, Pole Details)

  • Contract No. 06-471004 1

    NOTICE TO BIDDERS

    Bids open Wednesday, September 26, 2012 Dated July 30, 2012 General work description: Reconstruct Interchange The Department will receive sealed bids for CONSTRUCTION ON STATE HIGHWAY IN MADERA COUNTY NEAR MADERA FROM 0.6 MILE SOUTH OF AVENUE 12 OVERCROSSING TO 0.7 MILE NORTH OF AVENUE 12 OVERCROSSING . District-County-Route-Post Mile: 06-Mad-99-R6.9/R8.2 Contract No. 06-471004 The Contractor must have either a Class A license or a combination of Class C licenses which constitutes a majority of the work. The Department establishes no DVBE Contract goal but encourages bidders to obtain DVBE participation. Bids must be on a unit price basis. Complete the work within 600 working days. The estimated cost of the project is $45,000,000. No prebid meeting is scheduled for this project. The Department will receive bids until 2:00 p.m. on the bid open date at 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. Under Govt Code 14835 et seq. and 2 CA Code of Regs 1896 et seq., the Department gives preference to certified small businesses and non-small businesses who commit to 25 percent certified small business participation. Under Pub Cont Code 6107, the Department gives a reciprocal preference to a California company for bid comparison purposes over a nonresident contractor from any state that provides a preference to contractors from that state on construction contracts.

  • Contract No. 06-471004 2

    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 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 BP

  • Contract No. 06-471004 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 071321 TEMPORARY FENCE (TYPE CL-6) LF 380

    3 071325 TEMPORARY FENCE (TYPE ESA) LF 6,710

    4 074016 CONSTRUCTION SITE MANAGEMENT LS LUMP SUM

    5 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN

    LS LUMP SUM

    6 074027 TEMPORARY EROSION CONTROL BLANKET SQYD 3,000

    7 074028 TEMPORARY FIBER ROLL LF 14,000

    8 074029 TEMPORARY SILT FENCE LF 7,000

    9 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 4

    10 074034 TEMPORARY COVER SQYD 5,000

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

    EA 8

    12 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 26

    13 074041 STREET SWEEPING LS LUMP SUM

    14 074042 TEMPORARY CONCRETE WASHOUT (PORTABLE) LS LUMP SUM

    15 074051 TEMPORARY HYDRAULIC MULCH SQYD 40,000

    16 074057 STORM WATER ANNUAL REPORT EA 4

    17 090100 TIME-RELATED OVERHEAD (WDAY) WDAY 600

    18 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM

    19 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM

    20 120120 TYPE III BARRICADE EA 150

  • Contract No. 06-471004 4

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    21 120151 TEMPORARY TRAFFIC STRIPE (TAPE) LF 55,700

    22 120165 CHANNELIZER (SURFACE MOUNTED) EA 1,460

    23 120300 TEMPORARY PAVEMENT MARKER EA 190

    24 128652 PORTABLE CHANGEABLE MESSAGE SIGN LS LUMP SUM

    25 129000 TEMPORARY RAILING (TYPE K) LF 11,900

    26 129100 TEMPORARY CRASH CUSHION MODULE EA 130

    27 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE)

    LF 4,410

    28 150203 ABANDON CULVERT (EA) EA 7

    29 024450 ABANDON CULVERT (MID) EA 2

    30 150230 DESTROY WELL LS LUMP SUM

    31 150662 REMOVE METAL BEAM GUARD RAILING LF 150

    32 150711 REMOVE PAINTED TRAFFIC STRIPE LF 51,300

    33 150712 REMOVE PAINTED PAVEMENT MARKING SQFT 350

    34 150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 5,510

    35 150722 REMOVE PAVEMENT MARKER EA 190

    36 150742 REMOVE ROADSIDE SIGN EA 2

    37 024451 REMOVE PIPE HYDYRANT EA 2

    38 024452 REMOVE CULVERT (MID) LF 2,020

    39 151272 SALVAGE METAL BEAM GUARD RAILING LF 210

    40 024453 RESET SURVEY MONUMENT EA 3

  • Contract No. 06-471004 5

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    41 152320 RESET ROADSIDE SIGN EA 3

    42 152370 RELOCATE MAILBOX EA 13

    43 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 1,300

    44 024454 REMOVE CONCRETE (STRUCTURE) (MID) CY 79

    45 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 2,130

    46 153221 REMOVE CONCRETE BARRIER LF 330

    47 157551 BRIDGE REMOVAL, LOCATION A LS LUMP SUM

    48 157552 BRIDGE REMOVAL, LOCATION B LS LUMP SUM

    49 157553 BRIDGE REMOVAL, LOCATION C LS LUMP SUM

    50 157554 BRIDGE REMOVAL, LOCATION D LS LUMP SUM

    51 024455 SALVAGE QUADGUARD EA 2

    52 160102 CLEARING AND GRUBBING (LS) LS LUMP SUM

    53 190101 ROADWAY EXCAVATION CY 186,000

    54 190110 LEAD COMPLIANCE PLAN LS LUMP SUM

    55 (F)

    192001 STRUCTURE EXCAVATION CY 520

    56 (F)

    192003 STRUCTURE EXCAVATION (BRIDGE) CY 7,486

    57 (F)

    192020 STRUCTURE EXCAVATION (TYPE D) CY 265

    58 (F)

    192037 STRUCTURE EXCAVATION (RETAINING WALL) CY 1,840

    59 (F)

    193001 STRUCTURE BACKFILL CY 262

    60 (F)

    193003 STRUCTURE BACKFILL (BRIDGE) CY 4,992

  • Contract No. 06-471004 6

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    61 (F)

    193013 STRUCTURE BACKFILL (RETAINING WALL) CY 2,477

    62 193114 SAND BACKFILL CY 88

    63 024456 SAND BACKFILL (MID) CY 64

    64 198010 IMPORTED BORROW (CY) CY 79,200

    65 203002 EROSION CONTROL (COMPOST BLANKET) CY 1,620

    66 203006 EROSION CONTROL (DRY SEED) (SQFT) SQFT 18,700

    67 203021 FIBER ROLLS LF 8,420

    68 203034 ROLLED EROSION CONTROL PRODUCT (NETTING)

    SQFT 18,700

    69 204017 PLANT (GROUP W) EA 200

    70 (F)

    208808 8" WELDED STEEL PIPE CONDUIT (.250" THICK) LF 236

    71 (F)

    208812 12" WELDED STEEL PIPE CONDUIT (.250" THICK) LF 379

    72 260203 CLASS 2 AGGREGATE BASE (CY) CY 99,800

    73 390131 HOT MIX ASPHALT TON 82,600

    74 394060 DATA CORE LS LUMP SUM

    75 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 900

    76 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 7,630

    77 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 440

    78 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA)

    SQYD 82

    79 397005 TACK COAT TON 290

    80 490742 FURNISH PILING (CLASS 90) (ALTERNATIVE W) LF 410

  • Contract No. 06-471004 7

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    81 490743 DRIVE PILE (CLASS 90) (ALTERNATIVE W) EA 8

    82 490746 FURNISH PILING (CLASS 140) (ALTERNATIVE W) LF 14,026

    83 490747 DRIVE PILE (CLASS 140) (ALTERNATIVE W) EA 189

    84 490782 FURNISH PILING (CLASS 200) (ALTERNATIVE W) LF 42,338

    85 490783 DRIVE PILE (CLASS 200) (ALTERNATIVE W) EA 519

    86 495115 FURNISH 24" CAST-IN-STEEL SHELL CONCRETE PILING

    LF 2,906

    87 495116 DRIVE 24" CAST-IN-STEEL SHELL CONCRETE PILE EA 42

    88 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS LUMP SUM

    89 (F)

    510050 STRUCTURAL CONCRETE CY 128

    90 (F)

    510051 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 1,470

    91 (F)

    510053 STRUCTURAL CONCRETE, BRIDGE CY 16,375

    92 (F)

    510060 STRUCTURAL CONCRETE, RETAINING WALL CY 1,125

    93 (F)

    510086 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N)

    CY 847

    94 (F)

    510502 MINOR CONCRETE (MINOR STRUCTURE) CY 115

    95 (F)

    024457 MINOR CONCRETE (MINOR STRUCTURE) (MID) CY 130

    96 510526 MINOR CONCRETE (BACKFILL) CY 18

    97 519091 JOINT SEAL (MR 1 1/2") LF 208

    98 519097 JOINT SEAL ASSEMBLY (MR 5") LF 345

    99 519100 JOINT SEAL (MR 2") LF 369

    100 (F)

    520101 BAR REINFORCING STEEL LB 15,435

  • Contract No. 06-471004 8

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    101 (F)

    520102 BAR REINFORCING STEEL (BRIDGE) LB 4,052,367

    102 (F)

    520103 BAR REINFORCING STEEL (RETAINING WALL) LB 139,630

    103 (F)

    560213 FURNISH SIGN STRUCTURE (LIGHTWEIGHT) LB 12,707

    104 (F)

    560214 INSTALL SIGN STRUCTURE (LIGHTWEIGHT) LB 12,707

    105 (F)

    560218 FURNISH SIGN STRUCTURE (TRUSS) LB 61,130

    106 (F)

    560219 INSTALL SIGN STRUCTURE (TRUSS) LB 61,130

    107 (F)

    560223 FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITHOUT WALKWAY)

    LB 2,360

    108 (F)

    560224 INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITHOUT WALKWAY)

    LB 2,360

    109 560244 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 1,120

    110 560248 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED)

    SQFT 820

    111 560249 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED)

    SQFT 250

    112 560251 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED)

    SQFT 94

    113 560252 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED)

    SQFT 140

    114 561004 30" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 52

    115 561005 36" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 13

    116 561016 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 73

    117 566011 ROADSIDE SIGN - ONE POST EA 120

    118 566012 ROADSIDE SIGN - TWO POST EA 14

    119 620140 24" ALTERNATIVE PIPE CULVERT LF 2,640

    120 650014 18" REINFORCED CONCRETE PIPE LF 100

  • Contract No. 06-471004 9

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    121 650018 24" REINFORCED CONCRETE PIPE LF 4,710

    122 650026 36" REINFORCED CONCRETE PIPE LF 1,060

    123 024458 72" REINFORCED CONCRETE PRESSURE PIPE (MID)

    LF 290

    124 024459 66" REINFORCED CONCRETE PRESSURE PIPE (MID)

    LF 15

    125 024460 18" REINFORCED CONCRETE PRESSURE PIPE (MID)

    LF 64

    126 024461 42" REINFORCED CONCRETE PRESSURE PIPE (MID)

    LF 2,650

    127 024462 36" REINFORCED CONCRETE PRESSURE PIPE (MID)

    LF 1,200

    128 665017 18" CORRUGATED STEEL PIPE (.079" THICK) LF 210

    129 665023 24" CORRUGATED STEEL PIPE (.079" THICK) LF 140

    130 681132 GEOCOMPOSITE DRAIN SQYD 1,040

    131 690112 12" CORRUGATED STEEL PIPE DOWNDRAIN (.079" THICK)

    LF 710

    132 692005 12" ENTRANCE TAPER EA 32

    133 700638 36" CORRUGATED STEEL PIPE INLET (.079" THICK) LF 6

    134 703450 WELDED STEEL PIPE CASING (BRIDGE) LF 162

    135 705011 18" STEEL FLARED END SECTION EA 2

    136 705015 24" STEEL FLARED END SECTION EA 2

    137 705204 18" CONCRETE FLARED END SECTION EA 3

    138 705206 24" CONCRETE FLARED END SECTION EA 28

    139 705210 36" CONCRETE FLARED END SECTION EA 10

    140 705315 24" ALTERNATIVE FLARED END SECTION EA 13

  • Contract No. 06-471004 10

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    141 719305 MANHOLE (TYPE A) EA 7

    142 719306 MANHOLE (TYPE B) EA 2

    143 024463 PRESSURE MH (MID) EA 11

    144 721028 ROCK SLOPE PROTECTION (NO. 2, METHOD B) (CY)

    CY 2,730

    145 024464 ROCK SLOPE PROTECTION (FACING, METHOD B) (CY) (MID)

    CY 220

    146 (F)

    721810 SLOPE PAVING (CONCRETE) CY 76

    147 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 1,210

    148 024465 ROCK SLOPE PROTECTION FABRIC (CLASS 8) (MID)

    SQYD 3,810

    149 731502 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION)

    CY 1,550

    150 731530 MINOR CONCRETE (TEXTURED PAVING) SQFT 10,000

    151 (F)

    750001 MISCELLANEOUS IRON AND STEEL LB 13,623

    152 750505 BRIDGE DECK DRAINAGE SYSTEM LB 26,980

    153 800360 CHAIN LINK FENCE (TYPE CL-6) LF 9,610

    154 802660 20' CHAIN LINK GATE (TYPE CL-6) EA 2

    155 802670 24' CHAIN LINK GATE (TYPE CL-6) EA 1

    156 810111 SURVEY MONUMENT (TYPE A) EA 55

    157 820107 DELINEATOR (CLASS 1) EA 310

    158 820132 OBJECT MARKER (TYPE L) EA 3

    159 820134 OBJECT MARKER (TYPE P) EA 9

    160 820141 OBJECT MARKER (TYPE K-1) EA 4

  • Contract No. 06-471004 11

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    161 832002 METAL BEAM GUARD RAILING (STEEL POST) LF 230

    162 (F)

    833032 CHAIN LINK RAILING (TYPE 7) LF 2,042

    163 (F)

    833088 TUBULAR HANDRAILING LF 1,110

    164 (F)

    024466 TUBLAR HANDRAILING (MID) LF 34

    165 833126 CONCRETE BARRIER (TYPE 25A) LF 640

    166 833127 CONCRETE BARRIER (TYPE 25B) LF 110

    167 (F)

    833140 CONCRETE BARRIER (TYPE 26) LF 400

    168 833141 CONCRETE BARRIER (TYPE 26A) LF 490

    169 (F)

    833142 CONCRETE BARRIER (TYPE 26 MODIFIED) LF 2,689

    170 833143 CONCRETE BARRIER (TYPE 26A MODIFIED) LF 270

    171 839521 CABLE RAILING LF 120

    172 839541 TRANSITION RAILING (TYPE WB) EA 11

    173 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 11

    174 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 4

    175 839709 CONCRETE BARRIER (TYPE 60GE) LF 330

    176 (F)

    839720 CONCRETE BARRIER (TYPE 732) LF 1,018

    177 839731 CONCRETE BARRIER (TYPE 736B) LF 260

    178 024467 CONCRETE BARRIER (TYPE 736B MODIFIED) LF 37

    179 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 76,100

    180 840505 6" THERMOPLASTIC TRAFFIC STRIPE LF 15,400

  • Contract No. 06-471004 12

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    181 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 12,200

    182 840508 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 12-3)

    LF 1,070

    183 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 8,740

    184 840521 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 6-1)

    LF 750

    185 840525 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 36-12)

    LF 31,600

    186 840526 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7)

    LF 6,930

    187 024468 6" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 8-4)

    LF 1,010

    188 840656 PAINT TRAFFIC STRIPE (2-COAT) LF 46,000

    189 840666 PAINT PAVEMENT MARKING (2-COAT) SQFT 2,410

    190 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 3,100

    191 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION

    LS LUMP SUM

    192 860251 SIGNAL AND LIGHTING (LOCATION 1)

    LS LUMP SUM

    193 860252 SIGNAL AND LIGHTING (LOCATION 2)

    LS LUMP SUM

    194 860253 SIGNAL AND LIGHTING (LOCATION 3)

    LS LUMP SUM

    195 860254 SIGNAL AND LIGHTING (LOCATION 4)

    LS LUMP SUM

    196 024469 COMMUNICATION CONDUIT SYSTEM LS LUMP SUM

    197 024470 TRAFFIC COUNT STATION LS LUMP SUM

    198 860930 TRAFFIC MONITORING STATION LS LUMP SUM

    199 860990 CLOSED CIRCUIT TELEVISION SYSTEM LS LUMP SUM

    200 024471 REMOVE EXISTING ELECTRICAL SYSTEMS LS LUMP SUM

  • Contract No. 06-471004 13

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    201 861504 MODIFY LIGHTING AND SIGN ILLUMINATION LS LUMP SUM

    202 999990 MOBILIZATION LS LUMP SUM

  • Contract No. 06-471004 14

    SPECIAL PROVISIONS

    SECTION 1 (BLANK)

    SECTION 2 BIDDING

    2-1.01 SMALL BUSINESS AND NONSMALL BUSINESS SUBCONTRACTOR PREFERENCES

    General

    The Department applies Small Business Preference or NonSmall Business Preference under Govt Code 14835 et seq. and 2 CA Code of Regs 1896 et seq.

    Contractors, subcontractors, suppliers, and service providers who qualify as small businesses are encouraged to apply for certification as a small business by submitting their application to the Department of General Services, Office of Small Business and DVBE Services.

    Contract award is based on the total bid, not the reduced bid. Small Business Preference

    The Department allows a bidder certified as a small business by the Office of Small Business and DVBE Services, Department of General Services, a preference if:

    1. The bidder submitted a completed Request for Small Business Preference or NonSmall Business

    Preference form with its bid 2. The low bidder did not request the preference or is not certified as a small business The bidder's signature on the Request for Small Business Preference or NonSmall Business Preference form

    certifies that the bidder is certified as a small business at the time and day of bid or has submitted a complete application to the Department of General Services. The complete application and any required substantiating documentation must be received by the Department of General Services by 5:00 p.m. on bid opening date.

    The Department of General Services determines if a bidder was certified on bid opening date. The Department confirms the bidder's status as a small business before applying the small business preference.

    The small business preference is a reduction for bid comparison in the total bid submitted by the small business contractor by the lesser of:

    1. 5 percent of the verified total bid of the low bidder 2. $50,000 If after the application of the small business preference the Department determines that a certified small

    business bidder is the low bidder, the Department does not consider a request for nonsmall business preference. NonSmall Business Subcontractor Preference

    The Department allows a bidder not certified as a small business by the Office of Small Business and DVBE Services, Department of General Services, a preference if:

    1. The bidder submitted a completed Request for Small Business Preference or NonSmall Business

    Preference form with its bid. 2. The Certified Small Business Listing for the NonSmall Business Preference form shows that you are

    subcontracting at least 25 percent to certified small businesses. You may submit this information with your bid. If you do not, submit it so that it is received by the Office Engineer no later than 4:00 p.m. on the 2nd business day after bid opening.

    Each listed subcontractor and supplier must be certified as a small business at the time and day of bid or must

    have submitted a complete application to the Department of General Services. The complete application and any required substantiating documentation must be received by the Department of General Services by 5:00 p.m. on bid opening date.

  • Contract No. 06-471004 15

    The nonsmall business subcontractor preference is a reduction for bid comparison in the total bid submitted by the nonsmall business contractor requesting the preference by the lesser of:

    1. 5 percent of the verified total bid of the low bidder 2. $50,000

    2-1.02 DISABLED VETERAN BUSINESS ENTERPRISES

    General

    Take necessary and reasonable steps to ensure that DVBEs have opportunity to participate in the contract. Comply with Mil & Vet Code 999 et seq. The Department encourages bidders to obtain DVBE participation in order to ensure the Department achieves

    its State-mandated overall DVBE goal. If you obtain DVBE participation: 1. Complete and submit the Certified DVBE Summary form. List all DVBE participation on this form. 2. List each 1st tier DVBE subcontractor on the Subcontractor List form regardless of percentage of the total

    bid. DVBE Incentive

    The Department grants a DVBE incentive to each bidder who achieves a DVBE participation of 1 percent or greater (Mil & Vet Code 999.5 and Code of Regs 1896.98 et seq).

    To receive this incentive, submit the Certified DVBE Summary form. If you do not submit this form with your bid and you are the low bidder or the 2nd or 3rd low bidder, submit it so that it is received by the Office Engineer no later than 4:00 p.m. on the 4th business day after bid opening. If a DVBE joint venture is used, submit the joint venture agreement with the Certified DVBE Summary form. Other bidders may be required to submit this form if bid ranking changes.

    Incentive Evaluation

    The Department applies the Small Business and NonSmall Business preference during bid verification and proceeds with the following evaluation for DVBE incentive.

    The DVBE incentive is a reduction, for bid comparison only, in the total bid submitted by the lesser of: 1. Percentage of DVBE achievement, rounded to 2 decimal places, of the verified total bid of the low bidder 2. 5 percent of the verified total bid of the low bidder 3. $250,000 The Department applies DVBE incentive and determines if bid ranking changes. A non-small business bidder cannot displace a small business bidder. However, a small business bidder with

    higher DVBE achievement can displace another small business bidder. The Department proceeds with awarding the contract to the new low bidder and posts the new verified bid

    results at its Office Engineer Web site.

    2-1.03 CALIFORNIA COMPANIES

    Under Pub Cont Code 6107, the Department gives preference to a "California company," as defined, for bid comparison purposes over a nonresident contractor from any state that gives or requires a preference to be given to contractors from that state on its public entity construction contracts.

    Complete a California Company Preference form. The California company reciprocal preference amount is equal to the preference amount applied by the state of

    the nonresident contractor with the lowest responsive bid unless the California company is eligible for a small business preference or a nonsmall business subcontractor preference; in which case the preference amount is the greater of the two, but not both.

    If the low bidder is not a California company and a California company's bid with reciprocal preference is equal to or less than the lowest bid, the Department awards the contract to the California company on the basis of its total bid.

  • Contract No. 06-471004 16

    2-1.04 TIE BID RESOLUTION

    If a small business bidder and a nonsmall business bidder request preferences and the reductions result in a tied bid, the Department awards the contract to the small business bidder.

    If a DVBE small business bidder and a non-DVBE small business bidder request preferences and the reduction results in a tied bid, the Department awards the contract to the DVBE small business bidder.

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

    2-1.05 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.

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

    Complete the work within 600 working days starting on the 15th day after contract approval or on the day you start work at the job site, whichever occurs first.

    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 NONSMALL BUSINESSES

    Use each subcontractor as shown on the Certified Small Business Listing for the NonSmall Business Preference form unless you receive authorization for a substitution.

    The requirement that small businesses be certified by the bid opening date does not apply to small business substitutions after contract award.

    Maintain records of subcontracts made with certified small business subcontractors and records of materials purchased from certified small business suppliers. Include in the records:

    1. Name and business address of each business 2. Total amount paid to each business For the purpose of determining compliance with 2 CA Code of Regs 1896 et seq.: 1. Provide the Department relevant information requested. 2. Upon reasonable notice and during normal business hours, permit access to its premises for the purpose of::

    2.1. Interviewing employees 2.2. Inspecting and copying books, records, accounts and other material that may be relevant to a matter

    under investigation

    5-1.03 DISABLED VETERAN BUSINESS ENTERPRISES

    Use each DVBE as shown on the Certified DVBE Summary form unless you receive authorization for a substitution.

  • Contract No. 06-471004 17

    The requirement that DVBEs be certified by the bid opening date does not apply to DVBE substitutions after contract award.

    Maintain records of subcontracts made with certified DVBEs. Include in the records: 1. Name and business address of each business 2. Total amount paid to each business For the purpose of determining compliance with Pub Cont Code 10115 et seq.: 1. Upon contract completion, complete and submit Final Report - Utilization of Disabled Veteran Business

    Enterprises (DVBE) State Funded Projects Only form 2. Upon reasonable notice and during normal business hours, permit access to its premises for the purpose of:

    2.1. Interviewing employees 2.2. Inspecting and copying books, records, accounts and other material that may be relevant to a matter

    under investigation

    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.

    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.

  • Contract No. 06-471004 18

    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)] 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)]

  • Contract No. 06-471004 19

    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

    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:

  • Contract No. 06-471004 20

    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

    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.

  • Contract No. 06-471004 21

    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 De