** WARNING ** WARNING ** WARNING ** WARNING **
This document is intended for informational purposes only.
Users are cautioned that Caltrans does not assume any liability or responsibility based on these electronic files or for any defective or incomplete copying, exerpting, scanning, faxing or downloading of the contract documents. As always, for the official paper versions of the bidders and non-bidder packages, write to the California Department of Transportation, Plans and Bid Documents, Room 0200, P.O. Box 942874, Sacramento, CA 94272-0001, telephone (916) 654-4490 or fax (916) 654-7028. Office hours are 7:30 a.m. to 4:15 p.m. When ordering bidder or non-bidder packages it is important that you include a telephone and fax number, P.O. Box and street address so that you can receive addenda.
Note: Addenda information is NOT included with the electronic documents available via electronic file transfer. Only bidder or non-bidder package holders listed with the Caltrans Plans and Bid Documents section as described above will receive addenda information.

STATE OF CALIFORNIA

DEPARTMENT OF TRANSPORTATION

______

NOTICE TO CONTRACTORS

AND

SPECIAL PROVISIONS

FOR HIGHWAY PLANTING ON STATE HIGHWAY IN

SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 15 FROM 1.0 km SOUTH OF CLAIREMONT MESA BOULEVARD OVERCROSSING TO MIRAMAR/POMERADO ROAD OVERCROSSING AND ON ROUTE 52 FROM KEARNY VILLA ROAD OVERCROSSING TO SANTO ROAD OVERCROSSING

DISTRICT 11, ROUTES 15, 52

______

For Use in Connection with Standard Specifications Dated JULY 1999, Standard Plans Dated JULY 1999, and Labor Surcharge and Equipment Rental Rates.

______

CONTRACT NO. 11-069804

11-SD-15, 52-R15.1/M23.0,11.1/14.0

Federal Aid Project

ACIM-015-4(181)9E

ACSTP-P052(014)E

Bids Open: August 3, 2000
Dated: June 26, 2000

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

IMPORTANT

SPECIAL NOTICES

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

The Special Provisions for Federal-aid projects (with and without DBE goals) have been revised to incorporate changes made by new regulations governing the DBE Program (49 CFR Part 26).

Sections 2 and 5 incorporate the changes. Bidders should read these sections to become familiar with them. Attention is directed to the following significant changes:

Section 2, "Disadvantaged Business Enterprise (DBE)" revises the counting of participation by DBE primes, and the counting of trucking performed by DBE firms. The section also revises the information that must be submitted to the Department in order to receive credit for trucking.

Section 2, "Submission of DBE Information" revises the information required to be submitted to the Department to receive credit toward the DBE goal. It also revises the criteria to demonstrate good faith efforts.

Section 5, "Subcontractor and DBE Records" revises the information required to be reported at the end of the project, and information related to trucking that must be submitted throughout the project.

Section 5, "DBE Certification Status" adds new reporting requirements related to DBE certification.

Section 5, "Subcontracting" describes the efforts that must be made in the event a DBE subcontractor is terminated or fails to complete its work for any reason.

Section 5, "Prompt Progress Payment to Subcontractors" requires prompt payment to all subcontractors.

Section 5, "Prompt Payment of Withheld Funds to Subcontractors" requires the prompt payment of retention to all subcontractors.


SURETY 2000

Caltrans is conducting a pilot program in cooperation with Surety 2000, to test electronic bond verification systems. The purpose of the pilot program is to test the use of Surety 2000 for verifying a bidder's bond electronically.

Surety 2000 is an Internet-based surety verification and security system, developed in conjunction with the surety industry. Surety agents may contact Surety 2000 at 18006603263.

Bidders are encouraged to participate in the pilot program. To participate, the bidder is asked to provide the "Authorization Code" provided by Surety 2000, on a separate sheet, together with the standard bidder's bond required by the specifications. The bidder's surety agent may obtain the "Authorization Code" from Surety 2000.

The Department will use the "Authorization Code" to access the Surety 2000 database, and independently verify the actual bidder's bond and document the functioning of the Surety 2000 system.

"Authorization Codes" will be used only to verify bidder's bonds, and only as part of the pilot program. The use of "Authorization Codes" will not be accepted in lieu of the bidder's bond or other bidder's security required in the specifications during the pilot study.

The function of the Surety 2000 system is to provide an easier way for Contractors to protect their bid security, and to discourage fraud. This system is available to all California admitted sureties and surety agents.

The results of the pilot study will be tabulated, and at some time in the future, the Department may consider accepting electronic bidder's bond verification in lieu of the bidder's bond specified.

TABLE OF CONTENTS

NOTICE TO CONTRACTORS 1

COPY OF ENGINEER'S ESTIMATE 3

SPECIAL PROVISIONS 7

SECTION 1.SPECIFICATIONS AND PLANS 7

SECTION 2.PROPOSAL REQUIREMENTS AND CONDITIONS 7

21.01GENERAL 7

21.015FEDERAL LOBBYING RESTRICTIONS 7

21.02DISADVANTAGED BUSINESS ENTERPRISE (DBE) 8

21.02ADBE GOAL FOR THIS PROJECT 9

21.02BSUBMISSION OF DBE INFORMATION 10

SECTION 3.AWARD AND EXECUTION OF CONTRACT 11

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

SECTION 5.GENERAL 11

SECTION 51.MISCELLANEOUS 11

51.01PLANS AND WORKING DRAWINGS 11

5-1.015LABORATORY 12

51.02LABOR NONDISCRIMINATION 12

51.03INTEREST ON PAYMENTS 12

51.04PUBLIC SAFETY 12

51.05SURFACE MINING AND RECLAMATION ACT 13

51.06REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES 13

51.07YEAR 2000 COMPLIANCE 14

51.075BUY AMERICA REQUIREMENTS 14

51.08SUBCONTRACTOR AND DBE RECORDS 14

51.083DBE CERTIFICATION STATUS 15

51.086PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS 15

51.09SUBCONTRACTING 15

51.10PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS 16

51.102PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS 16

51.11PARTNERING 16

51.12ENVIRONMENTALLY SENSITIVE AREA (ESA) 16

51. 13PARTNERING 16

51.14AREAS FOR CONTRACTOR'S USE 17

51.15PAYMENTS 17

51.16SOUND CONTROL REQUIREMENTS 17

SECTION 6.(BLANK) 18

SECTION 7.(BLANK) 18

SECTION 8.MATERIALS 18

SECTION 8-1.MISCELLANEOUS 18

81.01SUBSTITUTION OF NONMETRIC MATERIALS AND PRODUCTS 18

81.02APPROVED TRAFFIC PRODUCTS 24

PAVEMENT MARKERS, PERMANENT TYPE 24

PAVEMENT MARKERS, TEMPORARY TYPE 25

STRIPING AND PAVEMENT MARKING MATERIALS 25

CLASS 1 DELINEATORS 26

CHANNELIZERS 26

CONICAL DELINEATORS, 1070mm 26

OBJECT MARKERS 26

TEMPORARY RAILING (TYPE K) REFLECTORS AND CONCRETE BARRIER MARKERS 27

THRIE BEAM BARRIER MARKERS 27

CONCRETE BARRIER DELINEATORS, 400mm 27

CONCRETE BARRIER-MOUNTED MINI-DRUM (260mm x 360mm x 570mm) 27

SOUND WALL DELINEATOR 27

GUARD RAILING DELINEATOR 27

RETROREFLECTIVE SHEETING 28

SIGN SUBSTRATE FOR CONSTRUCTION AREA SIGNS 28

81.03STATE-FURNISHED MATERIALS 29

81.04SLAG AGGREGATE 29

SECTION 8-2.CONCRETE 29

8-2.01PORTLAND CEMENT CONCRETE 29

82.02CEMENT AND WATER CONTENT 38

SECTION 8-3.(BLANK) 39

SECTION 9.(BLANK) 39

SECTION 10.CONSTRUCTION DETAILS 39

SECTION 10-1.GENERAL 39

101.00CONSTRUCTION PROJECT INFORMATION SIGNS 39

101.01ORDER OF WORK 39

101.02WATER POLLUTION CONTROL 40

STORM WATER POLLUTION PREVENTION PLAN PREPARATION, APPROVAL AND UPDATES 41

SCHEDULE OF VALUES 42

SWPPP IMPLEMENTATION 42

MAINTENANCE 43

WATER POLLUTION CONTROL TRAINING 43

PAYMENT 43

101.03TEMPORARY FIBER ROLL 44

MATERIALS 44

INSTALLATION 44

MEASUREMENT AND PAYMENT 44

101.04TEMPORARY Silt Fence 45

MATERIALS 45

INSTALLATION 45

MEASUREMENT AND PAYMENT 45

10-1.05TEMPORARY CONCRETE WASHOUT 45

10-1.06TEMPORARY CONSTRUCTION ENTRANCE 46

101.07COOPERATION 46

101.08PROGRESS SCHEDULE 46

101.09OBSTRUCTIONS 46

101.10MOBILIZATION 47

101.11CONSTRUCTION AREA SIGNS 47

101.12MAINTAINING TRAFFIC 47

101.13CLOSURE REQUIREMENTS AND CONDITIONS 55

CLOSURE SCHEDULE 56

CONTINGENCY PLAN 56

LATE REOPENING OF CLOSURES 56

COMPENSATION 56

101.14TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE 56

101.15TEMPORARY RAILING 57

101.16TRAFFIC PLASTIC DRUMS 57

101.17TEMPORARY CRASH CUSHION MODULE 58

GENERAL 58

MATERIALS 58

INSTALLATION 59

MEASUREMENT AND PAYMENT 59

101.18EXISTING HIGHWAY FACILITIES 60

RECONSTRUCT METAL BEAM GUARD RAILING 60

101.19WATERING 60

101.20IRRIGATION CROSSOVERS 60

101.21MAINTENANCE VEHICLE PULLOUT 60

EARTHWORK 60

AGGREGATE BASE 61

ASPHALT CONCRETE 61

MEASUREMENT 61

PAYMENT 61

101.22MISCELLANEOUS CONCRETE CONSTRUCTION 61

SECTION 102.HIGHWAY PLANTING AND IRRIGATION SYSTEMS 61

102.01GENERAL 61

102.02EXISTING HIGHWAY PLANTING 62

MAINTAIN EXISTING PLANTS 62

PRUNE EXISTING TREE 62

102.03EXISTING HIGHWAY IRRIGATION FACILITIES 62

CHECK AND TEST EXISTING IRRIGATION FACILITIES 62

REMOVE EXISTING IRRIGATION FACILITIES 62

SALVAGE EXISTING IRRIGATION FACILITIES 63

10-2.04HIGHWAY PLANTING 63

HIGHWAY PLANTING MATERIALS 63

ROADSIDE CLEARING 63

PESTICIDES 64

PLANTING 64

PLANT ESTABLISHMENT WORK 65

102.05IRRIGATION SYSTEMS 65

VALVE BOXES 66

REPLACE VALVE BOX COVER 66

ELECTRIC AUTOMATIC IRRIGATION COMPONENTS 66

REMOTE CONTROL VALVE (MASTER) 69

IRRIGATION SYSTEMS FUNCTIONAL TEST 69

OPEN TRENCHES IN EXISTING SURFACING 70

PIPE 70

RECLAIMED WATER SUPPLY LINES 70

RECLAIMED WATER DISCONNECT 71

PRESSURE REDUCING ASSEMBLY 71

COMBINATION AIR RELEASE AND AIR VACUUM VALVE 71

ASSEMBLY ENCLOSURE 72

SPRINKLERS 72

RECLAIMED WATER WARNING SIGN 72

FERTILIZER INJECTOR ASSEMBLY 73

FINAL IRRIGATION SYSTEM CHECK 73

SECTION 103.ELECTRICAL SYSTEMS 73

103.01DESCRIPTION 73

103.02CONDUIT 73

103.03PULL BOXES 74

103.04CONDUCTORS AND WIRING 74

103.05NUMBERING ELECTRICAL EQUIPMENT 74

103.06IRRIGATION CONTROLLER ENCLOSURE CABINET 74

103.07REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 74

103.08PAYMENT 75

SECTION 10-4.WATER SYSTEM 75

10-4.01GENERAL 75

10-4.02SPECIFIC REQUIREMENTS 79

SECTION 11.(BLANK) 91

SECTION 12.(BLANK) 91

SECTION 13.(BLANK) 91

SECTION14. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 92

STANDARD PLANS LIST

The Standard Plan sheets applicable to this contract include, but are not limited to those indicated below. The Revised Standard Plans (RSP) and New Standard Plans (NSP) which apply to this contract are included as individual sheets of the project plans.

A10A / Abbreviations
A10B / Symbols
A20A / Pavement Markers and Traffic Lines, Typical Details
A87 / Curbs, Dikes and Driveways
H1 / Planting and Irrigation - Abbreviations
H2 / Planting and Irrigation - Symbols
H3 / Planting and Irrigation Details
H4 / Planting and Irrigation Details
H5 / Planting and Irrigation Details
H6 / Planting and Irrigation Details
H7 / Planting and Irrigation Details
H8 / Planting and Irrigation Details
T1A / Temporary Crash Cushion, Sand Filled (Unidirectional)
T1B / Temporary Crash Cushion, Sand Filled (Bidirectional)
T2 / Temporary Crash Cushion, Sand Filled (Shoulder Installations)
T3 / Temporary Railing (Type K)
T7 / Construction Project Funding Identification Signs
T10 / Traffic Control System for Lane Closure On Freeways and Expressways
T11 / Traffic Control System for Lane Closure On Multilane Conventional Highways
T14 / Traffic Control System for Ramp Closure
RS1 / Roadside Signs, Typical Installation Details No. 1
RS2 / Roadside Signs - Wood Post, Typical Installation Details No. 2
ES-1A / Signal, Lighting and Electrical Systems - Symbols and Abbreviations
ES-1B / Signal, Lighting and Electrical Systems - Symbols and Abbreviations
ES-3A / Signal, Lighting and Electrical Systems - Controller Cabinet Details
ES-3C / Signal, Lighting and Electrical Systems - Controller Cabinet Details
ES-8 / Signal, Lighting and Electrical Systems - Pull Box Details
ES-13A / Signal, Lighting and Electrical Systems - Splicing Details

Contract No. 11-069804

XXX

Federal Project with DBE Goals (12-01-99)

DEPARTMENT OF TRANSPORTATION

______

NOTICE TO CONTRACTORS

______

CONTRACT NO. 11-069804

11-SD-15, 52-R15.1/M23.0,11.1/14.0

Sealed proposals for the work shown on the plans entitled:

STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROJECT PLANS FOR HIGHWAY PLANTING ON STATE HIGHWAY IN SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 15 FROM 1.0 km SOUTH OF CLAIREMONT MESA BOULEVARD OVERCROSSING TO MIRAMAR/POMERADO ROAD OVERCROSSING AND ON ROUTE 52 FROM KEARNY VILLA ROAD OVERCROSSING TO SANTO ROAD OVERCROSSING

will be received at the Department of Transportation, 3347 Michelson Drive, Suite 100, Irvine, CA 92612-1692, until 2o'clock p.m. on August 3, 2000, at which time they will be publicly opened and read in Room C - 1116 at the same address.

Proposal forms for this work are included in a separate book entitled:

STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROPOSAL AND CONTRACT FOR HIGHWAY PLANTING ON STATE HIGHWAY IN SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 15 FROM 1.0 km SOUTH OF CLAIREMONT MESA BOULEVARD OVERCROSSING TO MIRAMAR/POMERADO ROAD OVERCROSSING AND ON ROUTE 52 FROM KEARNY VILLA ROAD OVERCROSSING TO SANTO ROAD OVERCROSSING

General work description: Convert irrigation system to reclaimed water, miscellaneous concrete, and perform highway planting.

This project has a goal of 10 percent disadvantaged business enterprise (DBE) participation.

No prebid meeting is scheduled for this project.

THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991.

Bids are required for the entire work described herein.

At the time this contract is awarded, the Contractor shall possess either a Class A license or a Class C-27 license.

This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990.

The Caltrans District 11 Office is located at 2829 Juan Street, San Diego, CA. 92110. The mailing address is P.O. Box 85406, San Diego, CA. 92186-5406, E-mail address of the Duty Senior is: , or by fax at (619) 688-6988. The District 11 Duty Senior telephone number is (619) 688-6635.

The Website address for posting of questions and responses is: www.dot.ca.gov/dist11/construc/

Project plans, special provisions, and proposal forms for bidding this project can only be obtained at the Department of Transportation, Plans and Bid Documents, Room 0200, MS#26, Transportation Building, 1120 N Street, Sacramento, California 95814, FAX No. (916)6547028, Telephone No. (916)6544490. Use FAX orders to expedite orders for project plans, special provisions and proposal forms. FAX orders must include credit card charge number, card expiration date and authorizing signature. Project plans, special provisions, and proposal forms may be seen at the above Department of Transportation office and at the offices of the District Directors of Transportation at Irvine, Oakland, and the district in which the work is situated. Standard Specifications are available through the State of California, Department of Transportation, Publications Unit, 1900 Royal Oaks Drive, Sacramento, CA95815, Telephone No. (916)4453520.

Cross sections for this project are not available.

The successful bidder shall furnish a payment bond and a performance bond.

The Department of Transportation hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation.

The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 18004249071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.