Seismic Retrofit Project

DVBE 06-22-98 (1992 Std Specs)

STATE OF CALIFORNIA

DEPARTMENT OF TRANSPORTATION

NOTICE TO CONTRACTORS

AND

SPECIAL PROVISIONS

FOR CONSTRUCTION ON

STATE HIGHWAY

IN

SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 75 FROM THE END OF THE TOLL BRIDGE TO ROUTE 5 AND ON ROUTE 5 FROM 0.1 MILE NORTH OF THE SAMPSON STREET OVERCROSSING TO 0.1 MILE NORTH OF THE CROSBY STREET UNDERCROSSING

DISTRICT 11, ROUTE 75,5

For use in Connection with Standard Specifications Dated July, 1992, Standard Plans Dated July, 1992, and Labor Surcharge And Equipment Rental Rates.

CONTRACT NO. 11-0219U4

INFORMAL BIDS CONTRACT

11-SD-75,5-R21.9/R22.3,R13.9/R14.2

Bids Open: October 22, 1998

Dated: August 10, 1998OSD

USE THESE INSTRUCTIONS WHEN PREPARING SEISMIC RETROFIT PROJECTS

NOTES:

— Check that working days will not extend completion past December31, 1995 for Phase I Seismic Retrofit Projects and December 31, 1997 for Phase II Seismic Retrofit Projects. Conversion to calendar days, etc. may be necessary.

— Progress Schedule is required for all Seismic Retrofit projects. Use SSP 08.01, or 08.01.5 if the project exceeds $7 million or 250 days.

— Forms are added to the back of the Proposal and Contract book for early execution of the contract (Payment Bond, Performance Bond, Insurance Form, Vendor Data Record).

— All Seismic Retrofit projects are to have purple covers.

PRINTER:

— Prepare Merge by normal process. Make sure that DVBE goals have been entered.

— Prepare Print Merge of this boiler plate and edit per the Instructions. Print out for submittal to AIS, there is no "Cover/Notice Pickup".

— Working days (Spl. Not., Sec. 4)

— Double-shift clauses (Spl. Not, Not. to Contr., Sec. 4)

— "Sec. 4 Water" (Spl. Not., Sec. 4)

— Print out of special provisions, including any "Alternative" Sec.4 or Sec. 5 boiler plate spec's. and Gen-15 Partnering if required (include electronic copy on disc to BBU).

SUBMITTAL TO AIS:

— Printer with edited boiler plate and special provisions.

— Floppy disc with special provisions (not boiler plate) and Merge.

BBU:

— Performs final merge of boiler plate.

— Using "Seismic Retrofit Bonds and Forms" document, prints forms and inserts at end of Proposal and Contract book.

PROOFING:

— Check that correct boiler plate was used and that each Merge field was completed correctly. There are not the checks and warnings in this boiler plate that are in the standard boilers.

— Check that edits from the Printer and Section numbering are correct. Check that forms have been included.

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

IMPORTANT

SPECIAL NOTICES

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

Attention is directed to Section 2, Section 3, Sections entitled "DVBE Records," "Performance of DVBE Subcontractors and Suppliers," and "DVBE Goal for this Project," of the Special Provisions. Attention is also directed to the Caltrans Bidder - DVBE - Information form and Good Faith Efforts forms in the Proposal and Contract book for this project.

The bidder's attention is directed to the following special requirements for this project concerning submission of DVBE information, award and execution of contract, and beginning of work:

First-tier subcontractors that will be used for meeting DVBE goals must be listed in the "List of Subcontractors" form regardless of dollar amount of work to be performed. Second- and lower-tier subcontractors need not be listed on the "List of Subcontractors" form. Other, non-DVBE subcontractors are to be listed on the "List of Subcontractors" form in accordance with the requirements in Section 2-1.054 of the Standard Specifications and the Special Provisions.

Identify second- and lower-tier DVBE subcontractors on the "Caltrans Bidder DVBE Information" form.

DVBE information shall be submitted with the bid proposal. (See Section 21.04 of the special provisions.) The evaluation of the effort to meet the DVBE goal will be based on the information provided with the bid proposal. If the goal was not met, Caltrans’ determination of good faith effort will be based on the information provided with the bid, and the decision will be final. Bidders and all subcontractors listed in the DVBE Information shall be available, by phone, on the day following the bid opening.

The DVBE information shall include all DVBE partners.

It is anticipated that this contract will be awarded within 10 days after bid opening.

If the Bidder submits cash or a cashier's check or a certified check as the form of bidder's security (see Section 21.07 of the Standard Specifications), the Bidder shall also include with the bid submittal a signed and notarized affidavit from an admitted surety insurer that contract bonds, as required by Section 31.02, "Contract Bonds," of the Standard Specifications, will be provided within the specified time for executing and returning the contract for approval.

If the bidder claims a mistake was made in his bid, the bidder shall give the Department written notice within 48hours, not including Saturdays, Sundays and legal holidays, after the opening of bids of the alleged mistake in lieu of the 5days specified in Section 21.095, "Relief of Bidders," in the Standard Specifications. (See Section 2-1.01 of the special provisions.) Caltrans’ FAX number for submitting this information is (916)227-6282. Such information shall be submitted "Attention Office Engineer."

The contract shall be signed by the successful bidder and shall be received with contract bonds by the Office of Office Engineer within 4days, including Saturdays, Sundays and legal holidays, after the bidder has received notice that the contract has been awarded. (See Section3 of the special provisions.)

If properly executed by the bidder, it is anticipated the contract will be approved within 24 hours of when the executed contract and contract bonds are received by the Department.

(Use when normal working days are specified. Delete the next paragraph when this paragraph is used. When normal working days exceed 200, the schedule and estimate should be re-calculated for calendar days, and consider the use of "Double-shift" clauses.)

The Contractor shall begin work within 5calendar days after receiving notice that the contract has been approved. The contract work shall be completed before the expiration of 540 workingdays beginning at 12:01 a.m. on the FIRST WORKING DAY AFTER CONTRACT AWARD. (See Section4 of the special provisions.)

(Use when working days are re-defined in Section 4 of the Special Provisions. Delete the preceding paragraph when this paragraph is used.)

The Contractor shall begin work within 5calendar days after receiving notice that the contract has been approved. The contract work shall be completed before the expiration of 540 WORKING DAYS beginning at 12:01 a.m. on the DAY AFTER THE DAY OF CONTRACT AWARD. The definition of a working day has been re-defined for this project. (See Section4 of the special provisions.)

(Use when the allotted working days are insufficient for "normal" work shifts.)

The time limit specified in the Special Provisions for the completion of work contemplated herein is considered insufficient to permit completion of the work by the Contractor working a normal number of hours per day or week on a single shift basis. It is expected that additional shifts will be required throughout the life of the contract to the extent deemed necessary to ensure that the work will be completed within the time limit specified. (See Section4 of the Special Provisions).

The following forms have been included at the end of the Proposal and Contract book to assist the successful bidder in early execution of the contract documents: Payment Bond, Performance Bond, Insurance, Vendor Data Record.

TABLE OF CONTENTS

NOTICE TO CONTRACTORS...... 1

COPY OF ENGINEER'S ESTIMATE...... 3

SPECIAL PROVISIONS...... 8

SECTION 1.SPECIFICATIONS AND PLANS...... 8

SECTION 2.PROPOSAL REQUIREMENTS AND CONDITIONS...... 8

21.01GENERAL...... 8

21.02DISABLED VETERAN BUSINESS ENTERPRISE (DVBE)...... 8

2-1.03DVBE GOAL FOR THIS PROJECT...... 9

21.04SUBMISSION OF DVBE INFORMATION...... 9

21.05SMALL BUSINESS PREFERENCE...... 10

21.06CALIFORNIA COMPANY PREFERENCE...... 11

2-1.07 ESCROW OF BID DOCUMENTATION...... 11

SECTION 3.AWARD AND EXECUTION OF CONTRACT...... 12

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

SECTION 5.GENERAL...... 14

SECTION 5-1.MISCELLANEOUS...... 14

51.01LABOR NONDISCRIMINATION...... 14

51.02LABOR CODE REQUIREMENTS...... 14

51.03CONTRACTOR'S LICENSING LAWS...... 16

51.04ARBITRATION...... 17

51.05NOTICE OF POTENTIAL CLAIM...... 17

51.06PARTIAL PAYMENTS...... 17

51.07PAYMENT OF WITHHELD FUNDS...... 17

51.08FINAL PAYMENT AND CLAIMS...... 18

51.09INTEREST ON PAYMENTS...... 19

51.10PUBLIC SAFETY...... 19

51.11SURFACE MINING AND RECLAMATION ACT...... 21

51.12REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES...... 21

51.13FINAL PAY QUANTITIES...... 21

51.14YEAR 2000 COMPLIANCE...... 21

51.15DVBE RECORDS...... 22

51.155PERFORMANCE OF DVBE SUBCONTRACTORS AND SUPPLIERS...... 22

51.16SUBCONTRACTING...... 22

51.17PARTNERING...... 23

51.18DISPUTES REVIEW BOARD...... 23

51.19AERIALLY DEPOSITED LEAD...... 33

51.20NO WORK AREA...... 33

51.21ARCHAEOLOGIST...... 33

51.22FORCE ACCOUNT PAYMENT...... 33

51.23OVERHEAD...... 34

51.24COST REDUCTION INCENTIVE PROPOSAL...... 34

51.25CLAIMS SUBMITTAL...... 35

51.26PAYMENTS...... 35

51.27SOUND CONTROL REQUIREMENTS...... 36

51.28TEMPORARY NOISE BLANKET...... 36

51.29PROJECT APPEARANCE...... 36

51.30AREAS FOR CONTRACTOR'S USE...... 36

51.31UTILITIES...... 37

51.32SANITARY PROVISIONS...... 37

51.33BRIDGE TOLLS...... 37

51.34ACCESS TO JOBSITE...... 37

51.35ELECTRICAL SITE INSPECTION...... 37

51.36DRAWINGS...... 37

SECTION 6.(BLANK)...... 38

SECTION 7.(BLANK)...... 38

SECTION 8.MATERIALS...... 38

SECTION 8-1.MISCELLANEOUS...... 38

81.01PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS38

81.02STATE-FURNISHED MATERIALS...... 42

81.03SLAG AGGREGATE...... 42

81.04MEASUREMENT OF QUANTITIES...... 42

SECTION 8-2.CONCRETE...... 43

8-2.01PORTLAND CEMENT CONCRETE...... 43

82.02CEMENT AND WATER CONTENT...... 52

SECTION 8-3.WELDING...... 52

83.01WELDING ELECTRODES...... 52

83.02WELDING QUALITY CONTROL...... 52

SECTION 9.DESCRIPTION OF BRIDGE WORK...... 56

SECTION 10.CONSTRUCTION DETAILS...... 56

SECTION 10-1.GENERAL...... 56

101.01ORDER OF WORK...... 56

10-1.02WATER POLLUTION CONTROL...... 58

101.03TEMPORARY FENCES...... 62

101.04RESURFACE BASKETBALL COURT...... 63

101.05PICNIC AREA IMPROVEMENTS...... 63

101.06ART PROTECTION PLAN...... 67

101.07TEMPORARY PORTABLE RESTROOM...... 69

101.08PRESERVATION OF PROPERTY...... 69

10-1.09DAMAGE REPAIR...... 69

10-1.10RELIEF FROM MAINTENANCE AND RESPONSIBILITY...... 70

101.11COOPERATION...... 70

101.12PROGRESS SCHEDULE (CRITICAL PATH)...... 70

10-1.13 ELECTRONIC MOBILE DAILY DIARY SYSTEM DATA DELIVERY...... 76

101.14OBSTRUCTIONS...... 79

101.15MOBILIZATION...... 81

101.16CONSTRUCTION AREA SIGNS...... 81

101.17MAINTAINING TRAFFIC...... 81

101.18TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE...... 88

101.19TEMPORARY PAVEMENT DELINEATION...... 89

10-1.20PORTABLE CHANGEABLE MESSAGE SIGN...... 92

101.21TEMPORARY RAILING...... 92

101.22TRAFFIC PLASTIC DRUMS...... 93

101.23CHANNELIZERS...... 93

101.24TEMPORARY CRASH CUSHION MODULE...... 94

101.25EXISTING HIGHWAY FACILITIES...... 95

101.25ASALVAGE METAL BEAM GUARD RAILING...... 95

101.25BREMOVE PAVEMENT MARKERS...... 96

101.25CREMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS...... 96

101.25DREMOVE DRAINAGE FACILITIES...... 96

101.25ERECONSTRUCT CHAIN LINK FENCE...... 96

101.25FRESET FENCE...... 96

101.25GRECONSTRUCT METAL BEAM GUARD RAILING...... 96

101.25HRESET ROADSIDE SIGNS...... 97

101.25IRELOCATE ROADSIDE SIGNS...... 97

101.25JMODIFY PLAYGROUND...... 97

101.25KBRIDGE REMOVAL...... 98

101.25LACCESS OPENING, SOFFIT...... 99

101.25MREMOVE CONCRETE...... 100

101.26CLEARING AND GRUBBING...... 100

101.27WATERING...... 100

101.28DUST PALLIATIVE...... 100

101.29EARTHWORK...... 100

101.29AMATERIAL WITH AERIALLY DEPOSITED LEAD...... 100

101.30IRRIGATION CROSSOVERS...... 101

101.31AGGREGATE BASE...... 101

101.32ASPHALT CONCRETE...... 101

101.33PILING...... 102

10-1.34CONCRETE STRUCTURES...... 113

101.35SOUND WALL...... 116

10-1.36DRILL AND BOND DOWEL (EPOXY CARTRIDGE)...... 118

101.37DRILL AND BOND DOWELS...... 119

101.38CORE CONCRETE...... 119

101.39CORE AND PRESSURE GROUT DOWELS...... 120

101.40REINFORCEMENT...... 120

101.41ALTERNATIVE PIPE...... 125

101.42PLASTIC PIPE...... 125

101.43REINFORCED CONCRETE PIPE...... 125

101.44GALVANIZED WELDED STEEL PIPE...... 125

101.45FLAGSTONE...... 126

101.46MISCELLANEOUS CONCRETE CONSTRUCTION...... 126

101.47MISCELLANEOUS IRON AND STEEL...... 127

101.48MISCELLANEOUS METAL (RESTRAINER-CABLE TYPE)...... 127

101.49MISCELLANEOUS METAL (RESTRAINER-PIPE TYPE)...... 128

101.50MISCELLANEOUS METAL (HIGH STRENGTH ROD)...... 128

101.51CONCRETE BARRIER...... 129

101.52THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS...129

101.53PAINT TRAFFIC STRIPES...... 129

101.54PAVEMENT MARKERS...... 130

101.55MECHANICAL WORK...... 130

101.56PIPE, FITTINGS AND VALVES...... 131

SECTION 102.HIGHWAY PLANTING AND IRRIGATION SYSTEMS...... 134

102.01GENERAL...... 134

102.01ACOST BREAK-DOWN...... 134

102.02EXISTING HIGHWAY PLANTING...... 138

102.02AMAINTAIN EXISTING PLANTS...... 138

102.02BREMOVE EXISTING PLANTS FOR TRENCHING...... 138

102.02CPRUNE EXISTING PLANTS...... 138

102.02DREMOVE EXISTING LAWN (SOD) FOR TRENCHING...... 138

102.03EXISTING HIGHWAY IRRIGATION FACILITIES...... 139

10-2.03ACHECK AND TEST EXISTING IRRIGATION FACILITIES...... 139

10-2.03BREMOVE EXISTING IRRIGATION FACILITIES...... 139

10-2.03CSALVAGE EXISTING IRRIGATION FACILITIES...... 140

10-2.04HIGHWAY PLANTING...... 140

10-2.04AHIGHWAY PLANTING MATERIALS...... 140

10-2.04BROADSIDE CLEARING...... 141

102.04CPESTICIDES...... 142

10-2.04DPREPARING PLANTING AREAS...... 142

102.04EPLANTING...... 143

10-2.04FDECOMPOSED GRANITE...... 144

10-2.04GPLANT ESTABLISHMENT WORK...... 144

102.04HPARK MAINTENANCE...... 145

10-2.04IPAYMENT...... 146

10-2.05IRRIGATION SYSTEMS...... 146

102.05AELECTRIC AUTOMATIC IRRIGATION COMPONENTS...... 146

102.05BIRRIGATION SYSTEMS FUNCTIONAL TEST...... 148

102.05CPIPE...... 148

102.05DIRRIGATION CONDUIT...... 149

102.05EBACKFLOW PREVENTER ASSEMBLIES...... 149

102.05FSPRINKLERS...... 150

102.05GFINAL IRRIGATION SYSTEM CHECK...... 150

SECTION 103.BRIDGE ELECTRICAL SYSTEMS...... 150

103.01DESCRIPTION...... 150

103.02COST BREAK-DOWN...... 151

103.03CLOSEOUT SUBMITTALS.-...... 152

103.04MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS.152

103.05CONDUCTORS AND WIRING...... 153

SECTION 104.SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS...... 155

104.01DESCRIPTION...... 155

104.02COST BREAK-DOWN...... 155

104.03MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS.156

104.04EXCAVATING AND BACKFILLING...... 156

104.05FOUNDATIONS...... 156

104.06 CITY PEDESTRIAN ELECTROLIER...... 156

104.07CONDUIT...... 157

104.08PULL BOXES...... 157

104.09CONDUCTORS AND WIRING...... 157

104.10CONVENIENCE RECEPTACLES...... 157

104.11SERVICE...... 157

104.12NUMBERING ELECTRICAL EQUIPMENT...... 157

104.13 DETECTORS...... 157

104.14LUMINAIRES...... 158

104.15SURFACE MOUNT LUMINAIRES...... 158

104.16REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 159

104.17PAYMENT...... 159

Contract No. 11-0219U4

1

(This boilerplate will select the designated Standard Specifications, Standard Plans, and boilerplate language specific to that edition of the Standard Specifications and Standard Plans.)

(Use in State only funded projects, with DVBE goal, to be administered under the July 1992 Standard Specifications and July, 1992 Standard Plans, advertised 10-06-97 and later.)

(The "standard" editing of this SSP is controlled by entries made in the merge document. If additional editing is required, such additional editing must be made AFTER the boiler plate has been added by BBU and the MERGE is complete.)

(Section 4: Delete if alternative Section 4 is to be used and insert edited alternative Section 4.)

Page 1 of 5

(As indicated in Para 20, the General Prevailing Wages are available from the California Department of Industrial Relations’ Internet Web Site at:

(Use in State only funded projects, with DVBE Goal, to administered under the July, 1992, Standard Specifications, advertised 10-06-97 and later.)

(The "standard" editing of this SSP is controlled by entries made in the merge document. If additional editing is required, such additional editing must be made AFTER the boiler plate has been added by BBU and the MERGE is complete.)

DEPARTMENT OF TRANSPORTATION

NOTICE TO CONTRACTORS

THIS IS AN INFORMAL BIDS CONTRACT

CONTRACT NO. 11-0219U4

11-SD-75,5-R21.9/R22.3,R13.9/R14.2

Sealed proposals for the work shown on the plans entitled:

1a

STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROJECT PLANS FOR CONSTRUCTION ON STATE HIGHWAY IN SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 75 FROM THE END OF THE TOLL BRIDGE TO ROUTE 5 AND ON ROUTE 5 FROM 0.1 MILE NORTH OF THE SAMPSON STREET OVERCROSSING TO 0.1 MILE NORTH OF THE CROSBY STREET UNDERCROSSING

1b

(Para. 1b: Paragraph selection for bid opening location is controlled by the district number entered in the merge document as part of the contract number and is made during the MERGE.)

will be received at the Department of Transportation, 2501 Pullman Street, Building B, Mail Stop (MS) 150, Santa Ana, CA 92705, until 2o'clock p.m. on October 22, 1998, at which time they will be publicly opened and read in Building B, 2nd Floor Auditorium at the same address.

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

2a

STATE OF CALIFORNIA; DEPARTMENT OF TRANSPORTATION; PROPOSAL AND CONTRACT FOR CONSTRUCTION ON STATE HIGHWAY IN SAN DIEGO COUNTY IN SAN DIEGO ON ROUTE 75 FROM THE END OF THE TOLL BRIDGE TO ROUTE 5 AND ON ROUTE 5 FROM 0.1 MILE NORTH OF THE SAMPSON STREET OVERCROSSING TO 0.1 MILE NORTH OF THE CROSBY STREET UNDERCROSSING

3

General work description: Seismic retrofitting of San Diego-Coronado Bay bridge (portion).

4

(Paras. 4: Paragraph selection for DVBE goal percentages are controlled by the entries made in the merge document and are completed during the MERGE.)

This project has a goal of 3 percent disabled veteran business enterprise (DVBE) participation.

5

(Paras. 5: Paragraph selection for whether or not there is a pre-bid meeting is controlled by the entries made in the merge document and is completed during the MERGE.)

No pre-bid meeting is scheduled for this project.

Seismic 6a/6

(Para. Seismic 6a: "Double-shift" clause. Use when allotted working days are insufficient for "normal" work shifts.)

The time limit specified for the completion of the work contemplated herein is considered insufficient to permit completion of the work by the Contractor working a normal number of hours per day or week on a single shift basis. Should the Contractor fail to maintain the progress of the work in accordance with the "Progress Schedule" required in these special provisions, additional shifts will be required to the extent necessary to ensure that the progress conforms to the abovementioned schedule and that the work will be completed within the time limit specified.

Bids are required for the entire work described herein.

7

(Paras. 7, 8, 9, 10, 10a, 10b, 10c, 10d, 11, 11a, 11b, and 11c: Paragraph selection for the type or types of licenses required is controlled by the entries made in the merge document and is completed during the MERGE.)

At the time this contract is awarded, the Contractor shall possess either a Class A license or a combination of Class C licenses which constitutes a majority of the work.

12

The Contractor must also be properly licensed at the time the bid is submitted, except that on a joint venture bid a joint venture license may be obtained by a combination of licenses after bid opening but before award in accordance with Business and Professions Code, Section 7029.1.

13

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

14

Preference will be granted to bidders properly certified as a "Small Business" as determined by the Department of General Services, Office of Small and Minority Business at the time of bid opening in accordance with the provisions in Section 21.04, "Small Business Preference," of the special provisions, and Section 1896 et seq, Title 2, California Code of Regulations. A form for requesting a "Small Business" preference is included with the bid documents. Applications for status as a "Small Business" must be submitted to the Department of General Services, Office of Small and Minority Business, 1531 "I" Street, Second Floor, Sacramento, CA95814, Telephone No. (916)3225060.

15

A reciprocal preference will be granted to "California company" bidders in accordance with Section 6107 of the Public Contract Code. (See Sections 2 and 3 of the special provisions.) A form for indicating whether bidders are or are not a "California company" is included in the bid documents and is to be filled in and signed by all bidders.

(Para 16: Paragraph 16 will not be present when projects are located in Districts 04-12)

16 and/or17

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, Transportation Building, 1120 N Street, MS#26, 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 Santa Ana, 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, 1900 Royal Oaks Drive, Sacramento, CA95815, Telephone No. (916)4453520.

18

(Paras 18: Paragraph selection to specify whether or not cross sections are available is controlled by the entries made in the merge document and is completed during the MERGE.)

Cross sections for this project are available at the office of the District Director of Transportation of the district in which the work is situated.

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

20

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: Future effective general prevailing wage rates which have been predetermined and are on file with the Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.