i.Spl.Notice Seismic Retrofit Inf State Goals 01-06-97

Page 1 of 2

(Use in Notice to Contractors - Special Provisions books in SEISMIC RETROFIT INFORMAL BIDS State only funded projects, with Goals, to be administered under the July 1992 Standard Specifications, advertised 01-06-97 and later.)

(Add other Special Notice as required for the particular Contract. (Delete second "IMPORTANT" if two pages are not required.)

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

IMPORTANT

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

SEISMIC RETROFIT

INFORMAL BIDS CONTRACT

SPECIAL NOTICE

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

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

Attention is directed to Sections 2-1.01, "General," and 2-1.02, "Minority Business Enterprise (MBE), Women Business Enterprise (WBE) and Disabled Veteran Business Enterprise (DVBE)" of the Special Provisions, regarding changes in listing of subcontractors and joint venture partners. The List of Subcontractors and "Caltrans Bidder MBE/WBE/DVBE Information" forms in the Proposal have also been revised.

Attention is also directed to Section 2-1.03, "MBE/WBE/DVBE Goals for this Project" of the Special Provisions. Contractors bidding on projects with MBE/WBE/DVBE goals may call the Department's Business Enterprise Program at (916) 227-9599 for program information and certification status. NEDA and Triaxial Management Services will no longer provide lists of potential subcontractors to contractors bidding on projects with MBE/WBE/DVBE goals.

First-tier subcontractors that will be used for meeting DBE 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-DBE 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 MBE, WBE and DVBE subcontractors on the "Caltrans Bidder MBE/WBE/DVBE Information" form.

Subparagraph (d) and subparagraph (h) of Section 2-1.02 has been revised regarding joint venture partners.

MBE/WBE/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 MBE/WBE/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 MBE/WBE/DVBE Information shall be available, by phone, on the day following the bid opening.

The MBE/WBE/DVBE information shall include all MBE, WBE and 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 315 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.)

*** 9/17/97

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 315 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 allotted working days insufficient for "normal" work shifts.)

*** 9/17/97

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.

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

(Use in the Notice to Contractors and Special Provisions books in projects advertised 09-16-96 and later, due to new SSPs 7.34 and 7.34.5.)

(Combine this Special Notice with other Special Notices when applicable.)

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

IMPORTANT

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

WATER POLLUTION CONTROL

SPECIAL NOTICE

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

The bidder's attention is directed to the Section entitled "Water Pollution Control," of the Special Provisions, regarding the water pollution control measures, and plans therefor, required for this project.

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

(Use in Notice to Contractors/Special Provisions books when SSP "Gen-17" is included in the special provisions.)

(Combine this Special Notice with other Special Notice when applicable.)

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

IMPORTANT

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

DISPUTES REVIEW BOARD

SPECIAL NOTICE

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

The bidder's attention is directed to Section 5, containing specifications for "Disputes Review Board," of the Special Provisions, regarding establishing a Disputes Review Board (DRB) for the project. The Proposal and Contract Book also contains a copy of the Disputes Review Board Agreement to be executed should the DRB be established.

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

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

01-06-97

CALIFORNIA COMPANY PREFERENCE

SPECIAL NOTICE

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

Attention is directed to "California Company Preference" of the Special Provisions and the California Company Preference form in the Proposal. A disclosure of bid preferences provided to the nonresident Contractor by the state or country of the nonresident Contractor's principal place of business is now required.

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

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

21.02MINORITY BUSINESS ENTERPRISE (MBE), WOMEN BUSINESS ENTERPRISE (WBE) AND DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) 7

2-1.03MBE/WBE/DVBE GOALS FOR THIS PROJECT...... 9

21.04SUBMISSION OF MBE/WBE/DVBE INFORMATION...... 9

21.05SMALL BUSINESS PREFERENCE...... 10

21.06CALIFORNIA COMPANY PREFERENCE...... 11

SECTION 3.AWARD AND EXECUTION OF CONTRACT...... 11

SECTION 4.BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES.12

SECTION 5.GENERAL...... 12

SECTION 5-1.MISCELLANEOUS...... 12

51.01LABOR NONDISCRIMINATION...... 12

51.02PREVAILING WAGE...... 12

51.03CONTRACTOR'S LICENSING LAWS...... 12

51.04ARBITRATION...... 12

51.05NOTICE OF POTENTIAL CLAIM...... 13

51.06PARTIAL PAYMENTS...... 13

51.07PAYMENT OF WITHHELD FUNDS...... 13

51.08FINAL PAYMENT AND CLAIMS...... 13

51.09PUBLIC SAFETY...... 15

51.10SURFACE MINING AND RECLAMATION ACT...... 16

51.11REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES...... 16

51.12FINAL PAY QUANTITIES...... 16

51.13MBE, WBE AND DVBE RECORDS...... 16

51.14PERFORMANCE OF MBE, WBE AND DVBE SUBCONTRACTORS AND SUPPLIERS 16

51.15SUBCONTRACTING...... 17

51.16PARTNERING...... 18

51.17DISPUTES REVIEW BOARD...... 18

51.18PAYMENTS...... 21

51.19SOUND CONTROL REQUIREMENTS...... 21

51.20PROJECT APPEARANCE...... 21

51.21RELATIONS WITH SAN FRANCISCO BAY REGIONAL WATER QUALITY CONTROL BOARD 22

51.22RELATIONS WITH U.S. ARMY CORPS OF ENGINEERS...... 22

51.23RELATIONS WITH BAY CONSERVATION AND DEVELOPMENT COMMISSION. 22

51.24RELATIONS WITH U.S. COAST GUARD...... 23

51.25AREAS FOR CONTRACTOR'S USE...... 24

51.26UTILITIES...... 25

51.27SANITARY PROVISIONS...... 25

51.28BRIDGE TOLLS...... 25

51.29ACCESS TO JOBSITE...... 25

51.30DRAWINGS...... 25

51.31PERMITS AND LICENSES...... 25

51.32STATE OWNED CATWALKS AND SCAFFOLDS...... 26

51.33LOADS ON STRUCTURES...... 26

51.34AERIALLY DEPOSITED LEAD...... 26

51.35COST REDUCTION INCENTIVE...... 26

5-1.36ESCROW OF BID DOCUMENTATION...... 26

5-1.37FORCE ACCOUNT PAYMENT...... 28

5-1.38 OVERHEAD...... 28

SECTION 6.(BLANK)...... 29

SECTION 7.(BLANK...... 29

SECTION 8.MATERIALS)...... 29

SECTION 8-1.MISCELLANEOUS...... 29

81.01PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS29

SECTION 8-2.CONCRETE...... 32

82.01PORTLAND CEMENT CONCRETE...... 32

SECTION 8-3.WELDING...... 41

83.01FIELD WELDING QUALITY CONTROL...... 41

SECTION 9.DESCRIPTION OF BRIDGE WORK...... 43

SECTION 10.CONSTRUCTION DETAILS...... 44

SECTION 10-1.GENERAL...... 44

101.01ORDER OF WORK...... 44

101.02WATER POLLUTION CONTROL...... 45

10-1.03NON-STORM WATER DISCHARGES...... 47

10-1.04ELECTRONIC MOBILE DAILY DIARY COMPUTER SYSTEM...... 49

10-1.05ELECTRONIC MOBILE DAILY DIARY SYSTEM DATA DELIVERY...... 55

10-1.06PRESERVATION OF PROPERTY...... 57

101.07COOPERATION...... 57

101.08 PROGRESS SCHEDULE (CRITICAL PATH)...... 58

101.09OBSTRUCTIONS...... 63

101.10DUST CONTROL...... 64

101.11MOBILIZATION...... 64

101.12CONSTRUCTION AREA SIGNS...... 64

101.13MAINTAINING TRAFFIC...... 64

101.14TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE...... 67

101.15TEMPORARY PAVEMENT DELINEATION...... 68

10-1.16PORTABLE CHANGEABLE MESSAGE SIGN...... 70

101.17TEMPORARY RAILING...... 71

10-1.18TEMPORARY TRAFFIC SCREEN...... 71

101.19TEMPORARY CRASH CUSHION MODULE...... 72

101.20EXISTING HIGHWAY FACILITIES...... 73

101.20AREMOVE PAVEMENT MARKERS...... 76

101.20BREMOVE PAINTED TRAFFIC STRIPES AND PAVEMENT MARKINGS 76

101.20CRAISE BRIDGE...... 76

101.20DBRIDGE REMOVAL (PORTION)...... 79

101.20ETEMPORARY DECK BRIDGING...... 81

101.20FACCESS OPENING...... 82

101.20GREMOVE CONCRETE...... 82

101.21CLEARING AND GRUBBING...... 83

101.22EARTHWORK...... 83

101.22AMATERIAL WITH AERIALLY DEPOSITED LEAD...... 83

101.23ASPHALT CONCRETE...... 83

101.24PILING...... 84

10-1.25PRESTRESSING CONCRETE...... 91

10-1.26TIEDOWN ANCHORS...... 92

10-1.27CONCRETE STRUCTURES...... 96

10-1.28SEISMIC ISOLATOR BEARINGS...... 98

101.29NONSHRINK GROUT...... 104

10-1.30EXPANSION JOINT ASSEMBLIES...... 105

101.31ASPHALTIC PLUG JOINT SEAL...... 106

10-1.32STRUCTURE APPROACH SLABS...... 108

10-1.33DRILL AND BOND DOWEL (EPOXY CARTRIDGE)...... 110

101.34DRILL AND BOND DOWELS...... 111

101.35CORE CONCRETE (21/2" and 5" )...... 111

101.36CORE CONCRETE AND PRESSURE GROUT...... 111

101.37REINFORCEMENT...... 112

101.38STEEL STRUCTURES...... 117

101.39MODIFY TIMBER CATWALK...... 121

10-1.40CLEAN AND PAINT STRUCTURAL STEEL...... 122

101.41 8 CITY OF BENICIA WATER MAIN...... 123

101.42MISCELLANEOUS METAL (BRIDGE)...... 124

101.43MISCELLANEOUS METAL (RESTRAINER-CABLE TYPE)...... 125

101.44 NONSKID SURFACE...... 125

101.45CONCRETE BARRIER...... 126

101.46HEADLIGHT GLARE SCREEN...... 126

101.47PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS...... 126

101.48PAVEMENT MARKERS...... 126

SECTION 102.(BLANK)...... 126

SECTION 103.ELECTRICAL SYSTEMS...... 126

103.01DESCRIPTION...... 126

10-3.02MAINTAIN TRAFFIC MONITORING STATIONS...... 126

SECTION 11.(BLANK)...... 126

SECTION 12.(BLANK)...... 126

SECTION 13. RAILROAD RELATIONS AND INSURANCE...... 127

1

(MERGE will select appropriate goal paragraphs for the type of goals designated by the entries in the DataBase merge document.)

(Includes portions of Section 5.)

(Use in State only funded Seismic Retrofit Informal Bids Projects, with Goals, to be administered under the July, 1992 Standard Specifications, advertised 01-06-96 and later.)

Page 1 of 6

(Merge will select the new paragraph 17 for all projects located in districts 1,2 or 3)

(Use in State only funded Seismic Retrofit Informal Bids projects, with Goals, to administered under the July, 1992, Standard Specifications, advertised 01-06-97 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 AIS and the MERGE is complete.)

DEPARTMENT OF TRANSPORTATION

NOTICE TO CONTRACTORS

THIS IS AN INFORMAL BIDS CONTRACT

CONTRACT NO. 04-044024

04-CC,Sol-680,780-Var

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 CONTRA COSTA AND SOLANO COUNTIES IN BENICIA AND MARTINEZ FROM 0.6 MILE NORTH OF MOCOCO OVERHEAD

TO 0.1 MILE NORTH OF BENICIA-MARTINEZ BRIDGE AND OVERHEAD TOLL PLAZA

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, 1120 N Street, Room 0200, MS#26, Sacramento, California 95814, until 2o'clock p.m. on November 18, 1997, at which time they will be publicly opened and read in Room 0100 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 CONTRA COSTA AND SOLANO COUNTIES IN BENICIA AND MARTINEZ FROM 0.6 MILE NORTH OF MOCOCO OVERHEAD TO 0.1 MILE NORTH OF BENICIA-MARTINEZ BRIDGE AND OVERHEAD TOLL PLAZA

3

General work description: TOLL BRIDGE Seismic Retrofit OF BENICIA-MARTINEZ BRIDGE.

4

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

This project has a combined goal of 23 percent minority business enterprise (MBE), women business enterprise (WBE) and disabled veteran business enterprise (DVBE) participation.

No pre-bid meeting is scheduled for this project.

***9/19/97

Prospective bidders may make arrangements to visit the jobsite by contacting the Bridge Manager, Benicia - Martinez Bridge, at telephone (510)286-0794.

*** 9/17/97

Bidder inquiries may be made as follows:

For structures work: Structures PS&E Duty Senior, Specifications and Estimating Branch, telephone number (916) 227-8770.

For all other inquiries: Toll Bridge Retrofit Program Duty Senior at District 04 Office, 111 Grand Avenue, Oakland, California 94612; Fax Number (510) 286-4563, e-mail , telephone number (510) 286-5549.

Bidders will be requested to submit their inquiries in writing to the Oakland address, accompanied by an electronic copy where feasible, in order to avoid any misunderstandings. Written inquiries shall include the bidder’s name, address and phone number. Written inquiries will be investigated and an addendum to the contract will be issued to the extent feasible and at the discretion of the Department. A copy of each addendum will also be posted on the Internet at “

*** 9/17/97

6

(Para. 6: "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.

7

Bids are required for the entire work described herein.

(Paras. 8, 9, 10, 11, 11a, 11b, 11c, 11d, 12, 12a, 12b, and 12c: 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 any of the following Class C licenses which constitutes a majority of the work: C-8, C-51.

13

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.

14

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

15

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 21.05, "Small Business Preference," of the special provisions, and Section 1896 et seq, Title 2, California Code of Regulations. A form for requesting such 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.

16

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 17: Paragraph 17 will not be present when projects are located in Districts 04-12)

17 and/or18

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.

19

(Paras 19: Paragraph selection to specify whether or not cross sections are available is completed during the MERGE.)

Cross sections for this project are not available.

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

21

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. 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.