** WARNING ** WARNING ** WARNING ** WARNING **

This document is intended for informational purposes only.

Users are cautioned that California Department of Transportation (Department) 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 packages and non-bidder packages, including addenda 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 number and fax number, P.O. Box and street address so that you can receive addenda.

STATE OF CALIFORNIA

DEPARTMENT OF TRANSPORTATION

______

NOTICE TO CONTRACTORS

AND

SPECIAL PROVISIONS

FOR CONSTRUCTION ON STATE HIGHWAY IN

SAN DIEGO COUNTY IN AND NEAR SANTEE FROM PROSPECT AVENUE OVERCROSSING TO CHANNEL ROAD UNDERCROSSING AND IN AND NEAR POWAY FROM 4.1 KM SOUTH OF SCRIPPS POWAY PARKWAY/RIO MARIA ROAD TO 0.6 KM NORTH OF AIR MAIL LANE

DISTRICT 11, ROUTE 67

______

For Use in Connection with Standard Specifications Dated JULY 1999, Standard Plans Dated JULY 2004, and Labor Surcharge and Equipment Rental Rates.

______

CONTRACT NO. 11-257504

11-SD-67-R3.1/R8.4;17.7/R32.5

Federal Aid Project

ACSTPH-P067(067)E

Bids Open: May 5, 2005 / AADD
Dated: April 11, 2005

TABLE OF CONTENTS

NOTICE TO CONTRACTORS 1

COPY OF ENGINEER'S ESTIMATE 4

SPECIAL PROVISIONS 6

SECTION 1.SPECIFICATIONS AND PLANS 6

AMENDMENTS TO JULY 1999 STANDARD SPECIFICATIONS 6

SECTION 2.PROPOSAL REQUIREMENTS AND CONDITIONS 71

21.01GENERAL 71

21.015FEDERAL LOBBYING RESTRICTIONS 71

21.02DISADVANTAGED BUSINESS ENTERPRISE (DBE) 72

21.02ADBE GOAL FOR THIS PROJECT 73

21.02BSUBMISSION OF DBE INFORMATION 74

SECTION 3.AWARD AND EXECUTION OF CONTRACT 75

SECTION 4.BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 76

SECTION 5.GENERAL 76

SECTION 51.MISCELLANEOUS 76

51.01PLANS AND WORKING DRAWINGS 76

51.011EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF WORK 76

51.012DIFFERING SITE CONDITIONS 76

51.013LINES AND GRADES 76

51.015LABORATORY 76

51.017CONTRACT BONDS 77

51.019COST REDUCTION INCENTIVE 77

51.02LABOR NONDISCRIMINATION 77

51.022EXCLUSION OF RETENTION 77

51.023UNSATISFACTORY PROGRESS 77

51.03INTEREST ON PAYMENTS 78

51.04PUBLIC SAFETY 78

51.05TESTING 79

51.06REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES 79

51.07(BLANK) 79

51.075BUY AMERICA REQUIREMENTS 80

51.08SUBCONTRACTOR AND DBE RECORDS 80

51.083DBE CERTIFICATION STATUS 80

51.086PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS 80

51.09SUBCONTRACTING 81

51.10PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS 81

51.103RECORDS 81

51.11PARTNERING 82

51.12AREAS FOR CONTRACTOR'S USE 82

51.13PAYMENTS 82

51.14PROJECT INFORMATION 83

51.15SOUND CONTROL REQUIREMENTS 83

51.16INTERNET DAILY EXTRA WORK REPORT 83

51.17ENVIRONMENTALLY SENSITIVE AREA 83

SECTION 6.(BLANK) 84

SECTION 7.(BLANK) 84

SECTION 8.MATERIALS 84

SECTION 8-1.MISCELLANEOUS 84

81.01SUBSTITUTION OF NONMETRIC MATERIALS AND PRODUCTS 84

81.02PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS 91

81.03STATE-FURNISHED MATERIALS 97

81.04SLAG AGGREGATE 97

SECTION 8-2.CONCRETE 98

82.01PORTLAND CEMENT CONCRETE 98

82.02CEMENT AND AIR CONTENT 99

SECTION83.WELDING 100

83.01WELDING 100

GENERAL 100

WELDING QUALITY CONTROL 102

PAYMENT 104

SECTION 9.(BLANK) 104

SECTION 10.CONSTRUCTION DETAILS 104

SECTION 10-1.GENERAL 104

101.00CONSTRUCTION PROJECT INFORMATION SIGNS 104

101.01ORDER OF WORK 105

101.02WATER POLLUTION CONTROL 105

RETENTION OF FUNDS 106

WATER POLLUTION CONTROL PROGRAM PREPARATION, APPROVAL AND AMENDMENTS 107

COST BREAK-DOWN 108

WPCP IMPLEMENTATION 110

MAINTENANCE 111

REPORTING REQUIREMENTS 111

WATER POLLUTION CONTROL TRAINING 111

PAYMENT 112

101.03STREET SWEEPING 112

101.04TEMPORARY CONCRETE WASHOUT (PORTABLE) 113

PLACEMENT 113

PAYMENT 113

101.05TEMPORARY DRAINAGE INLET PROTECTION 113

MATERIALS 113

INSTALLATION 114

REMOVAL 115

MAINTENANCE 115

MEASUREMENT 115

PAYMENT 115

101.06COOPERATION 116

101.07SOLID WASTE DISPOSAL AND RECYCLING REPORT 116

101.08PROGRESS SCHEDULE (CRITICAL PATH METHOD) 116

101.09OBSTRUCTIONS 119

101.10MOBILIZATION 119

101.11CONSTRUCTION AREA TRAFFIC CONTROL DEVICES 119

101.12CONSTRUCTION AREA SIGNS 120

101.13MAINTAINING TRAFFIC 121

101.14CLOSURE REQUIREMENTS AND CONDITIONS 130

CLOSURE SCHEDULE 130

CONTINGENCY PLAN 130

LATE REOPENING OF CLOSURES 130

COMPENSATION 130

101.15TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE 131

STATIONARY LANE CLOSURE 131

MOVING LANE CLOSURE 131

PAYMENT 132

101.16TEMPORARY PAVEMENT DELINEATION 132

GENERAL 132

TEMPORARY LANELINE AND CENTERLINE DELINEATION 132

101.17PORTABLE CHANGEABLE MESSAGE SIGN 133

101.18TEMPORARY RAILING 133

101.19TRAFFIC PLASTIC DRUMS 133

101.20TEMPORARY CRASH CUSHION MODULE 134

101.21EXISTING HIGHWAY FACILITIES 136

REMOVE METAL BEAM GUARD RAILING 136

REMOVE PAVEMENT MARKER 136

REMOVE TRAFFIC STRIPE 136

REMOVE ROADSIDE SIGN 137

REMOVE CONCRETE 137

101.22RUMBLE STRIP (ASPHALT CONCRETE, GROUND-IN INDENTATIONS) 137

101.23CONCRETE STRUCTURES 138

101.24REINFORCEMENT 138

101.25SIGN PANELS 138

101.26ROADSIDE SIGNS 138

101.27INSTALL ROADSIDE SIGN PANEL ON EXISTING POST 139

101.28FURNISH SIGN 139

SHEET ALUMINUM 139

RETROREFLECTIVE SHEETING 139

PROCESS COLOR AND FILM 139

single sheet aluminum Sign 140

FIBERGLASS REINFORCED PLASTIC PANEL SIGN 140

101.29THRIE BEAM BARRIER 140

101.30TRANSITION RAILING (TYPE STB) 140

101.31TRANSITION RAILING (TYPE DTB) 141

101.32THERMOPLASTIC TRAFFIC STRIPE 141

101.33PAVEMENT MARKERS 142

SECTION 11. (BLANK) 142

SECTION 12.(BLANK) 142

SECTION 13.(BLANK) 142

SECTION14 FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 143

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 / Acronyms and Abbreviations (A-L)
A10B / Acronyms and Abbreviations (M-Z)
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
A40B / Shoulder Rumble Strip Details – Ground-In Indentations
A73B / Markers
A77H1 / Metal Railing End Anchor Assembly (Type SFT)
A77H2 / Metal Railing Rail Tensioning Assembly
A77H3 / Metal Railing Anchor Cable and Anchor Plate Details
A78A / Thrie Beam Barrier Standard Barrier Railing Section (Wood Post With Wood Block)
A78C1 / Thrie Beam Barrier – Standard Hardware Details
A78C2 / Thrie Beam Barrier Post And Block Details
A78E1 / Single Thrie Beam Barrier – End Anchor Assembly and Terminal System End Treatment
A78E2 / Double Thrie Beam Barrier – Emergency Passageway And End Anchor Assembly Details
A78F1 / Double Thrie Beam Barrier Connection to Bridge Railings Without Sidewalks
A78F2 / Single Thrie Beam Barrier Connections to Bridge Railings Without Sidewalks
A78H / Thrie Beam Barrier – Typical Layout for Connection to Bridge Railing
A78J / Thrie Beam Barrier Transition Railing (Type STB)
A78K / Thrie Beam Barrier Transition Railing (Type DTB)
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
T12 / Traffic Control System for Lane Closure On Multilane Conventional Highways
T13 / Traffic Control System for Lane Closure On Two lane Conventional Highways
T15 / Traffic Control System for Moving Lane Closure On Multilane Highways
T17 / Traffic Control System for Moving Lane Closure On Two Lane Highways
RS1 / Roadside Signs, Typical Installation Details No. 1
RS2 / Roadside Signs - Wood Post, Typical Installation Details No. 2
RS3 / Roadside Signs - Laminated Wood Box Post Typical Installation Details No. 3
RS4 / Roadside Signs, Typical Installation Details No. 4
S93 / Framing Details for Framed Single Sheet Aluminum Signs, Rectangular Shape
S94 / Roadside Single Sheet Aluminum Sign, Rectangular Shape
S95 / Roadside Single Sheet Aluminum Sign, Diamond Shape

Contract No. 11-257504

XXX

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

DEPARTMENT OF TRANSPORTATION

______

NOTICE TO CONTRACTORS

______

CONTRACT NO. 11-257504

11-SD-67-R3.1/R8.4;17.7/R32.5

Sealed proposals for the work shown on the plans entitled:

STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROJECT PLANS FOR CONSTRUCTION ON STATE HIGHWAY IN SAN DIEGO COUNTY IN AND NEAR SANTEE FROM PROSPECT AVENUE OVERCROSSING TO CHANNEL ROAD UNDERCROSSING AND IN AND NEAR POWAY FROM 4.1 KM SOUTH OF SCRIPPS POWAY PARKWAY/RIO MARIA ROAD TO 0.6 KM NORTH OF AIR MAIL LANE

will be received at the Department of Transportation, 3347 Michelson Drive, Suite 100, Irvine, CA 92612-1692, until 2o'clock p.m. on May 5, 2005, 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 CONSTRUCTION ON STATE HIGHWAY IN SAN DIEGO COUNTY IN AND NEAR SANTEE FROM PROSPECT AVENUE OVERCROSSING TO CHANNEL ROAD UNDERCROSSING AND IN AND NEAR POWAY FROM 4.1 KM SOUTH OF SCRIPPS POWAY PARKWAY/RIO MARIA ROAD TO 0.6 KM NORTH OF AIR MAIL LANE

General work description: Install new median barrier and centerline rumble strip.

This project has a goal of 14 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 any combination of the following Class C licenses which constitutes a majority of the work: C-13, C-31, C-32.

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

Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest.

Bidder inquiries may be made as follows:

The Department will consider bidder inquiries only when a completed "Bidder Inquiry" form is submitted. A copy of the "Bidder Inquiry" form is available at the Internet address shown below. The bidder inquiry shall include the bidder’s name and telephone number. Submit "Bidder Inquiry" forms to :

District 11 Construction Duty Senior

Location address: 2829Juan Street, San Diego, CA92110

Mailing address: P.O.Box 85406, San Diego, CA92186–5406

Fax Number: (619)688–6988

E-mail:

Tel. Number: (619)688–6635

To expedite processing, submittal of "Bidder Inquiry" forms via Fax or E-mail is preferred.

To the extent feasible and at the discretion of the Department, completed "Bidder Inquiry" forms submitted for consideration will be investigated, and responses will be posted on the Internet at:

http://www.dot.ca.gov/dist11/construc/

The responses to bidders' inquiries, unless incorporated into formal addenda to the contract, are not a part of the contract, and are provided for the bidder’s convenience only. In some instances, the question and answer may represent a summary of the matters discussed rather than a word-for-word recitation. The availability or use of information provided in the responses to bidders' inquiries is not to be construed in any way as a waiver of the provisions of Section21.03 of the Standard Specifications or any other provision of the contract, the plans, Standard Specifications or Special Provisions, nor to excuse the contractor from full compliance with those contract requirements. Bidders are cautioned that subsequent responses or contract addenda may affect or vary a response previously given.

Project plans, special provisions, and proposal forms for bidding this project can only be obtained at the Department of Transportation, Plans and Bid Documents, Room0200, MS#26, Transportation Building, 1120NStreet, Sacramento, California95814, 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 and Standard Plans are available through the State of California, Department of Transportation, Publications Unit, 1900RoyalOaksDrive, Sacramento, CA95815, Telephone No. (916)4453520.

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

The Department of Transportation hereby notifies all bidders that it will affirmatively ensure 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.

Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Labor Compliance Office at the offices of the District Director of Transportation for the district in which the work is situated, and available from the California Department of Industrial Relations’ internet web site at: http://www.dir.ca.gov. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are available through the California Department of Transportation's Electronic Project Document Distribution Site on the internet at http://hqidoc1.dot.ca.gov/. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

If there is a difference between the minimum wage rates predetermined by the United States Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.