517
Electronic Advertising Contract Bids open Wednesday, June 30, 2010 OSD Dated May 17, 2010 04 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN CONTRA COSTA COUNTY FROM ALCOSTA BOULEVARD OVERCROSSING TO 0.2 MILE NORTH OF RUDGEAR ROAD UNDERCROSSING In District 04 On Route 680 Under Bid book dated May 17, 2010 Standard Specifications dated 2006 Project Plans approved February 1, 2010 Standard Plans dated 2006 Identified by Contract No. 04-4470U4 04-CC-680-0.0/R12.8 Federal-Aid Project ACIM-680-1(067)E

AND SPECIAL PROVISIONS - Caltransdot.ca.gov/hq/esc/oe/project_ads_addenda/04/04... · AND SPECIAL PROVISIONS FOR ... The new index is based on the average of the previous month's

  • Upload
    ngodang

  • View
    224

  • Download
    3

Embed Size (px)

Citation preview

  • Electronic Advertising Contract Bids open Wednesday, June 30, 2010 OSD Dated May 17, 2010

    04

    STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

    NOTICE TO BIDDERS AND

    SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN CONTRA COSTA COUNTY FROM

    ALCOSTA BOULEVARD OVERCROSSING TO 0.2 MILE NORTH OF RUDGEAR ROAD UNDERCROSSING

    In District 04 On Route 680

    Under

    Bid book dated May 17, 2010 Standard Specifications dated 2006

    Project Plans approved February 1, 2010 Standard Plans dated 2006

    Identified by

    Contract No. 04-4470U4

    04-CC-680-0.0/R12.8

    Federal-Aid ProjectACIM-680-1(067)E

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

    SPECIAL NOTICES

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

    This is an E-Advertisement project. To obtain contract documents, refer to the Notice to Bidders and section titled "Bid Documents" in Section 2, "Bidding," of these special provisions.

    The Subcontractor List form in the Bid book and Section 2-1.12, "Bid Document Completion," of the Amendments

    to the Standard Specifications have been revised. 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. Effective August 1, 2009, the Department is implementing electronic notification of construction contract addenda

    for all projects. For addenda information, go to: http://www.dot.ca.gov/addenda/

    The Department is implementing new Disadvantaged Business Enterprise requirements for Underutilized Disadvantaged Business Enterprises (UDBE). Section 2, "Bidding," under subsection titled "Disadvantaged Business Enterprises" and Section 5, "General," under subsection titled "Performance of UDBEs" of these special provisions cover the UDBE requirements.

    The Department has revised its specifications for compensation adjustments for price index fluctuations. Refer to

    section titled "Payment Adjustments for Price Index Fluctuations" in Section 5, "General," of the special provisions. The following list summarizes the main revisions:

    1. The new index is based on the average of the previous month's crude oil prices. 2. There is a new Web site address. 3. The 90/10 cost sharing provision was removed. 4. Sales tax is included in the adjustments. 5. All paving materials that include asphalt are subject to the adjustments. 6. Formulas for calculating asphalt quantities for various materials are included. 7. Bidders may opt out of payment adjustments for price index fluctuations at the time of bid.

    The Department has replaced Section 8, "Prosecution and Progress." This replacement affects references in a large number of other specifications. Due to the extent of affected specifications, these references will not be corrected until there is a change in technical content that merits a specification revision. Section 0, "Global Revisions," of the Amendments to the Standard Specifications covers references affected by the Section 8 replacement.

    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. 04-4470U4 i

    TABLE OF CONTENTS

    NOTICE TO BIDDERS .......................................................................................................................................................1 COPY OF BID ITEM LIST..................................................................................................................................................3 SPECIAL PROVISIONS....................................................................................................................................................11 SECTION 1 (BLANK) ......................................................................................................................................................11 SECTION 2 BIDDING......................................................................................................................................................11

    2-1.01 BID DOCUMENTS.........................................................................................................................................11 2-1.02 TIE BID RESOLUTION..................................................................................................................................11 2-1.03 DISADVANTAGED BUSINESS ENTERPRISES.........................................................................................11 2-1.04 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS .................................13

    SECTION 3 CONTRACT AWARD AND EXECUTION................................................................................................13 3-1.01 SMALL BUSINESS PARTICIPATION REPORT .........................................................................................13 3-1.02 CALTRANS BIDDER - DBE INFORMATION FORM .................................................................................13

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES .......................13 SECTION 5 GENERAL....................................................................................................................................................14

    5-1.01 EMISSIONS REDUCTION ............................................................................................................................14 5-1.02 PERFORMANCE OF DBES ...........................................................................................................................14 5-1.03 PERFORMANCE OF UDBES.........................................................................................................................14 5-1.04 PARTNERING DISPUTE RESOLUTION ....................................................................................................15 5-1.05 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ........................................................15 5-1.06 SURFACE MINING AND RECLAMATION ACT........................................................................................18 5-1.07 ELECTRONIC SUBMISSION OF PAYROLL RECORDS............................................................................18 5-1.08 FORCE ACCOUNT PAYMENT ....................................................................................................................19 5-1.09 DAMAGE CLAIMS........................................................................................................................................20 5-1.10 AREAS FOR CONTRACTOR'S USE ............................................................................................................20 5-1.11 PAYMENTS ...................................................................................................................................................21 5-1.12 NOISE CONTROL..........................................................................................................................................21 5-1.13 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD ......................21 5-1.14 ENVIRONMENTALLY SENSITIVE AREA.................................................................................................22

    SECTION 6. (BLANK) .....................................................................................................................................................22 SECTION 7. (BLANK) .....................................................................................................................................................22 SECTION 8. MATERIALS...............................................................................................................................................22 SECTION 8-1. MISCELLANEOUS.................................................................................................................................22

    8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS......................................22 8-1.02 FILTER FABRIC .............................................................................................................................................28

    SECTION 8-2. CONCRETE .............................................................................................................................................28 8-2.01 PORTLAND CEMENT CONCRETE .............................................................................................................28 8-2.02 RAPID STRENGTH CONCRETE FOR STRUCTURES ...............................................................................29 8-2.03 CONTRACTOR QUALITY CONTROL (CONCRETE PAVEMENT) ..........................................................33 8-2.04 SELF-CONSOLIDATING CONCRETE FOR PRECAST ELEMENTS ........................................................35

    SECTION 8-3. WELDING................................................................................................................................................37 8-3.01 WELDING.......................................................................................................................................................37

    WELDING QUALITY CONTROL.....................................................................................................................39 WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES...................................................................42

    SECTION 9. DESCRIPTION OF BRIDGE WORK.........................................................................................................42 SECTION 10. CONSTRUCTION DETAILS ...................................................................................................................43 SECTION 10-1. GENERAL..............................................................................................................................................43

    10-1.00 CONSTRUCTION PROJECT INFORMATION SIGNS..............................................................................43 10-1.01 ORDER OF WORK ......................................................................................................................................44 10-1.02 WATER POLLUTION CONTROL ..............................................................................................................45 10-1.03 CONSTRUCTION SITE MANAGEMENT..................................................................................................51 10-1.04 STREET SWEEPING....................................................................................................................................61 10-1.05 TEMPORARY CONCRETE WASHOUT (PORTABLE) ............................................................................62

  • Contract No. 04-4470U4 ii

    10-1.06 TEMPORARY FENCE (TYPE ESA)............................................................................................................63 10-1.07 TEMPORARY DRAINAGE INLET PROTECTION ...................................................................................66 10-1.08 COOPERATION...........................................................................................................................................74 10-1.09 TEMPORARY DRAINAGE FOR MEDIAN INLETS WITH STANDARD GUTTER DEPRESSION.......75 10-1.10 PROGRESS SCHEDULE (CRITICAL PATH METHOD)...........................................................................76 10-1.11 TIME-RELATED OVERHEAD ...................................................................................................................80 10-1.12 SMALL BUSINESS UTILIZATION REPORT ...........................................................................................82 10-1.13 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES ......................................................................83 10-1.14 CONSTRUCTION AREA SIGNS ................................................................................................................84 10-1.15 MAINTAINING TRAFFIC...........................................................................................................................84 10-1.16 CLOSURE REQUIREMENTS AND CONDITIONS .................................................................................111 10-1.17 IMPACT ATTENUATOR VEHICLE.........................................................................................................113 10-1.18 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE..........................................................................114

    STATIONARY LANE CLOSURE....................................................................................................................114 MOVING LANE CLOSURE.............................................................................................................................114 PAYMENT.........................................................................................................................................................115

    10-1.19 TEMPORARY PAVEMENT DELINEATION ..........................................................................................115 10-1.20 PORTABLE CHANGEABLE MESSAGE SIGNS .....................................................................................117 10-1.21 CHANNELIZER.........................................................................................................................................118 10-1.22 MOVEABLE CONCRETE BARRIER.......................................................................................................118 10-1.23 TEMPORARY CRASH CUSHION MODULE ..........................................................................................119 10-1.24 REMOVE YELLOW TRAFFIC STRIPE AND PAVEMENT MARKING (HAZARDOUS WASTE)......121 10-1.25 TREATED WOOD WASTE .......................................................................................................................123 10-1.26 EXISTING HIGHWAY FACILITIES ........................................................................................................124

    REMOVE METAL BEAM GUARD RAILING................................................................................................124 REMOVE SIGN STRUCTURE.........................................................................................................................124 REMOVE PAVEMENT MARKER ..................................................................................................................125 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING .......................................................................125 REMOVE DRAINAGE FACILITY ..................................................................................................................125 REMOVE ASPHALT CONCRETE DIKE........................................................................................................125 REMOVE ROADSIDE SIGN............................................................................................................................125 RESET ROADSIDE SIGN ................................................................................................................................125 ADJUST INLET.................................................................................................................................................125 ADJUST FRAME AND COVER TO GRADE .................................................................................................126 COLD PLANE ASPHALT CONCRETE PAVEMENT....................................................................................126 CAP INLET........................................................................................................................................................127 BRIDGE REMOVAL (PORTION)....................................................................................................................128 CLEAN BRIDGE DECK...................................................................................................................................128 REMOVE CONCRETE .....................................................................................................................................128 REMOVE UNSOUND CONCRETE.................................................................................................................128

    10-1.27 VIBRATION MONITORING.....................................................................................................................129 10-1.28 TEMPORARY DRAINAGE FOR MEDIAN INLETS WITHOUT STANDARD GUTTER DEPRESSION132 10-1.29 CLEARING AND GRUBBING..................................................................................................................132 10-1.30 WATERING................................................................................................................................................132 10-1.31 SHOULDER BACKING .............................................................................................................................132 10-1.32 EROSION CONTROL (SEQUENCING)....................................................................................................134 10-1.33 EROSION CONTROL (HYDROSEED).....................................................................................................134 10-1.34 COMPOST (INCORPORATE) ...................................................................................................................136 10-1.35 FIBER ROLLS ............................................................................................................................................139

    GENERAL .........................................................................................................................................................139 10-1.36 AGGREGATE SUBBASE..........................................................................................................................140 10-1.37 AGGREGATE BASE..................................................................................................................................141 10-1.38 LEAN CONCRETE BASE .........................................................................................................................141 10-1.39 LEAN CONCRETE BASE (RAPID SETTING).........................................................................................141 10-1.40 ASPHALT-RUBBER SEAL COAT............................................................................................................144 10-1.41 HOT MIX ASPHALT..................................................................................................................................152 10-1.42 HOT MIX ASPHALT OPEN GRADED FRICTION COURSE..................................................................154 10-1.43 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) ...........................................................................156

  • Contract No. 04-4470U4 iii

    10-1.44 HOT MIX ASPHALT (MISCELLANEOUS AREAS) ...............................................................................159 10-1.45 MINOR HOT MIX ASPHALT....................................................................................................................159 10-1.46 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - SLURRY METHOD .................................160 10-1.47 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - DRY LIME METHOD..............................162 10-1.48 LIQUID ANTISTRIP TREATMENT..........................................................................................................165 10-1.49 REPLACE ASPHALT CONCRETE SURFACING....................................................................................167 10-1.50 JOINTED PLAIN CONCRETE PAVEMENT ............................................................................................167 10-1.51 CONCRETE PAVEMENT CRACK TREATMENT...................................................................................170 10-1.52 PRECAST CONCRETE PAVEMENT........................................................................................................172 10-1.53 PRECAST POST-TENSIONED CONCRETE PAVEMENT .....................................................................181 10-1.54 REPLACE JOINT SEAL (EXISTING CONCRETE PAVEMENT) ...........................................................189 10-1.55 CRACK EXISTING CONCRETE PAVEMENT........................................................................................190 10-1.56 GRIND EXISTING CONCRETE PAVEMENT .........................................................................................191 10-1.57 DISPOSAL OF PORTLAND CEMENT CONCRETE (PCC) PAVEMENT GROOVING AND GRINDING RESIDUES................................................................................................................................................................192 10-1.58 CONCRETE STRUCTURES......................................................................................................................193

    MEASUREMENT AND PAYMENT................................................................................................................193 10-1.59 STRUCTURE APPROACH SLABS (TYPE R) ..........................................................................................193 10-1.60 PAVING NOTCH EXTENSION ................................................................................................................196 10-1.61 DRILL AND BOND DOWELS ..................................................................................................................197 10-1.62 CLEAN EXPANSION JOINTS...................................................................................................................197 10-1.63 SEALING JOINTS......................................................................................................................................198 10-1.64 JOINT SEAL ASSEMBLIES (MAXIMUM MOVEMENT RATING, 4 INCHES) ...................................198

    ALTERNATIVE JOINT SEAL ASSEMBLY ...................................................................................................198 10-1.65 CORE TREATED BRIDGE DECK ............................................................................................................200 10-1.66 RAPID SETTING CONCRETE (PATCH) .................................................................................................200 10-1.67 REINFORCEMENT....................................................................................................................................201 10-1.68 BRIDGE DECK METHACRYLATE RESIN TREATMENT ....................................................................201 10-1.69 STEEL STRUCTURES...............................................................................................................................204

    MATERIALS .....................................................................................................................................................204 ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE ............................................204 INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVAL ON THE JOB SITE...................................................................................................................................................208 SEALING...........................................................................................................................................................208 WELDING .........................................................................................................................................................208

    10-1.70 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST....................................................................208 10-1.71 FURNISH SIGN..........................................................................................................................................209

    SHEET ALUMINUM ........................................................................................................................................210 RETROREFLECTIVE SHEETING...................................................................................................................210 PROCESS COLOR AND FILM ........................................................................................................................210 SINGLE SHEET ALUMINUM SIGN...............................................................................................................211 MEASUREMENT AND PAYMENT................................................................................................................211

    10-1.72 PREPARE AND PAINT POST MILE MARKING ON CONCRETE BARRIER ......................................211 10-1.73 CLEAN AND PAINT STRUCTURAL STEEL...........................................................................................212 10-1.74 CLEAN AND PAINT JOINT SEAL ASSEMBLIES ..................................................................................215 10-1.75 REINFORCED CONCRETE PIPE .............................................................................................................217 10-1.76 OVERSIDE DRAIN....................................................................................................................................218 10-1.77 GRATED LINE DRAIN .............................................................................................................................219 10-1.78 SLOPE PROTECTION ...............................................................................................................................220 10-1.79 MISCELLANEOUS CONCRETE CONSTRUCTION ..............................................................................220 10-1.80 MARKERS AND DELINEATORS ............................................................................................................220 10-1.81 METAL BEAM GUARD RAILING...........................................................................................................221

    ALTERNATIVE IN-LINE TERMINAL SYSTEM...........................................................................................221 ALTERNATIVE FLARED TERMINAL SYSTEM..........................................................................................221

    10-1.82 CONCRETE BARRIER..............................................................................................................................222 CONCRETE BARRIER MARKER...................................................................................................................222

    10-1.83 CRASH CUSHION (TYPE CAT) ...............................................................................................................223 10-1.84 TRANSITION RAILING (TYPE WB) .......................................................................................................223

  • Contract No. 04-4470U4 iv

    10-1.85 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING .................................................223 10-1.86 PAINT TRAFFIC STRIPE AND PAVEMENT MARKING ......................................................................224 10-1.87 PAVEMENT MARKERS ...........................................................................................................................224

    SECTION 10-2. (BLANK)..............................................................................................................................................224 SECTION 10-3. ELECTRICAL SYSTEMS...................................................................................................................224

    10-3.01 DESCRIPTION...........................................................................................................................................224 10-3.02 COST BREAK-DOWN...............................................................................................................................225 10-3.03 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION...................................................................................................................................................................................225 10-3.04 CAST-IN-DRILLED-HOLE CONCRETE PILE FOUNDATIONS...........................................................226 10-3.05 STANDARDS, STEEL PEDESTALS, AND POSTS .................................................................................227 10-3.06 CONDUIT...................................................................................................................................................227 10-3.07 PULL BOXES.............................................................................................................................................227 10-3.08 CONDUCTORS, CABLES, AND WIRING...............................................................................................227 10-3.09 NUMBERING ELECTRICAL EQUIPMENT............................................................................................227 10-3.10 DETECTORS..............................................................................................................................................227 10-3.11 LUMINAIRES ............................................................................................................................................228 10-3.12 PHOTOELECTRIC CONTROLS...............................................................................................................228 10-3.13 HIGH SPEED WEIGH-IN-MOTION SYSTEM..........................................................................................228 10-3.14 PAYMENT..................................................................................................................................................230

    AMENDMENTS TO THE STANDARD SPECIFICATIONS........................................................................................231

    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 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 A62C Limits of Payment for Excavation and Backfill Bridge A62D Excavation and Backfill Concrete Pipe Culverts RSP A62DA Excavation and Backfill Concrete Pipe Culverts A73A Object Markers A73B Markers A73C Delineators, Channelizers and Barricades RSP A76A Concrete Barrier Type 60 A76B Concrete Barrier Type 60 A77B1 Metal Beam Guard Railing Standard Hardware A77C1 Metal Beam Guard Railing Wood Post and Wood Block Details RSP A77C4 Metal Beam Guard Railing Typical Railing Delineation and Dike Positioning Details

  • Contract No. 04-4470U4 v

    RSP A77F1 Metal Beam Guard Railing Typical Layouts for Structure Approach A77F5 Metal Beam Guard Railing Typical Layouts for Structure Departure RSP A77G3 Metal Beam Guard Railing Typical Layouts for Roadside Fixed Objects A77H1 Metal Railing End Anchor Assembly (Type SFT) RSP A77J2 Metal Beam Guard Railing Connections to Bridge Railings without Sidewalks Details

    No. 2 A77J3 Metal Beam Guard Railing Connections to Abutments and Walls RSP A77J4 Metal Beam Guard Railing Transition Railing (Type WB) 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 A78F1 Double Thrie Beam Barrier Connection to Bridge Railings without Sidewalks RSP A78F2 Single Thrie Beam Barrier Connections to Bridge Railings without Sidewalks A82A1 Crash Cushion (Type CAT) RSP A87A Curbs and Driveways A87B Asphalt Concrete Dikes RSP A88A Curb Ramp Details A88B Curb Ramp and Island Passageway Details RSP A90A Accessible Parking Off-Street RSP A90B Accessible Parking On-Street RSP P1 Jointed Plain Concrete Pavement RSP P2 Jointed Plain Concrete Pavement Widened Slab Details RSP P3 Jointed Plain Concrete Pavement Nondoweled Shoulder Addition/Reconstruction RNSP P4 Continuously Reinforced Concrete Pavement RSP P8 Jointed Plain Concrete Pavement Individual Slab Replacement RSP P10 Concrete Pavement Dowel Bar Details RSP P12 Concrete Pavement Dowel Bar Basket Details NSP P13 Continuously Reinforced Concrete Pavement Single Piece Transverse Bar Assembly RSP P17 Concrete Pavement Tie Bar Basket Details RSP P18 Concrete Pavement Lane Schematics and Isolation Joint Detail RSP P20 Concrete Pavement Joint Details RSP P30 Jointed Plain Concrete Pavement End Panel Pavement Transitions NSP P31A Continuously Reinforced Concrete Pavement Terminal Joint Details NSP P31B Continuously Reinforced Concrete Pavement Expansion Joint and Anchor Details NSP P32A Continuously Reinforced Concrete Pavement Wide Flange Beam Terminals NSP P32B Continuously Reinforced Concrete Pavement Wide Flange Beam Terminals P33 Concrete Pavement Lane Drop Paving Details NSP P34 Concrete Pavement Lane Drop Paving Details No. 2 RSP P35 Concrete Pavement Ramp Transition Paving Details RSP P45 Concrete Pavement Drainage Inlet Details No. 1 RSP P46 Concrete Pavement Drainage Inlet Details No. 2 D73 Drainage Inlets D74C Drainage Inlets Details D75A Steel Pipe Inlets RSP D77A Grate Details D77B Bicycle Proof Grate Details D78A Gutter Depressions D87A Corrugated Metal Pipe Downdrain Details D87B Plastic Pipe Downdrain Details D87C Cable Anchorage System D87D Overside Drains D93C Pipe Riser with Debris Rack Cage D98A Slotted Corrugated Steel Pipe Drain Details D98B Slotted Corrugated Steel Pipe Drain Details

  • Contract No. 04-4470U4 vi

    D98C Grated Line Drain Details D99B Edge Drain Outlet and Vent Details D99C Edge Drain Cleanout and Vent Details RNSP H51 Erosion Control Details (Fiber Roll) 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) RSP T7 Construction Project Funding Identification Signs T10 Traffic Control System for Lane Closure On Freeways and Expressways T10A Traffic Control System for Lane and Complete Closures on Freeways and Expressways T14 Traffic Control System for Ramp Closure T15 Traffic Control System for Moving Lane Closure on Multilane Highways 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)] RSP B6-21 Joint Seals (Maximum Movement Rating = 2") B11-55 Concrete Barrier Type 732 B11-56 Concrete Barrier Type 736 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 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) RSP ES-5A Electrical Systems (Detectors) ES-5B Electrical Systems (Detectors) ES-5D Electrical Systems (Detectors) 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) RSP ES-7B Electrical Systems (Signal and Lighting Standard Type 1 Standards and Equipment

    Numbering) ES-7M Electrical Systems (Signal and Lighting Standards Details No. 1) ES-7N Electrical Systems (Signal and Lighting Standards Details No. 2) ES-8 Electrical Systems (Pull Box Details) RSP ES-9A Electrical Systems (Electrical Details, Structure Installations) ES-9B Electrical Systems (Electrical Details, Structure Installations) RSP ES-9C 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)

  • Contract No. 04-4470U4

    1

    NOTICE TO BIDDERS

    Bids open Wednesday, June 30, 2010 Dated May 17, 2010 General work description: REHABILITATE ROADWAY WITH CONCRETE AND HOT MIX ASPHALT The Department will receive sealed bids for CONSTRUCTION ON STATE HIGHWAY IN CONTRA COSTA COUNTY FROM ALCOSTA BOULEVARD OVERCROSSING TO 0.2 MILE NORTH OF RUDGEAR ROAD UNDERCROSSING. District-County-Route-Post Mile: 04-CC-680-0.0/R12.8 Contract No. 04-4470U4 The special provisions, Amendments to the Standard Specifications, and project plans are available in electronic format only. To obtain these documents go to:

    http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php

    To obtain a Bid book either submit a request using the above Web site or go to the Bid Document Unit. The Contractor must have either a Class A license or a combination of Class C licenses which constitutes a majority of the work. The UDBE Contract goal is 4% percent. Federal-aid project no.:

    ACIM-680-1(067)E Bids must be on a cost+time basis. Complete the work within the number of working days bid. Do not bid more than 500 working days. The estimated cost of the project is $61,000,000. No prebid meeting is scheduled for this project. The Department will receive bids until 2:00 p.m. on the bid open date at 1120 N Street, Room 0200, MS 26, Sacramento, CA 95814. Bids received after this time will not be accepted. 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. Bidders' inquiries may be presented to the Department by following the instructions at:

    http://www.dot.ca.gov/hq/esc/oe/project_status/bid_inq.html

    The Department posts responses to the questions at the District Web sites. 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.

  • Contract No. 04-4470U4

    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 federal minimum wage rates for this Contract as determined by the United States Secretary of Labor are available at http://www.dot.ca.gov/hq/esc/oe/federal-wages. If the minimum wage rates as determined by the United States Secretary of Labor differs from 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 must not pay less than the higher wage rate. The Department does 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 must not pay less than the Federal minimum wage rate that most closely approximates the duties of the employees in question. 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 FDD

  • Contract No. 04-4470U4

    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 070013 SMALL BUSINESS UTILIZATION REPORT EA 9

    3 070018 TIME-RELATED OVERHEAD LS LUMP SUM

    4 071325 TEMPORARY FENCE (TYPE ESA) LF 28,800

    5 018470 TEMPORARY DRAINAGE FOR MEDIAN INLETS WITH STANDARD GUTTER DEPRESSION (TYPE 1)

    EA 77

    6 018471 TEMPORARY DRAINAGE FOR MEDIAN INLETS WITH STANDARD GUTTER DEPRESSION (TYPE 2)

    EA 16

    7 042611 PUBLIC SAFETY PLAN LS LUMP SUM

    8 074016 CONSTRUCTION SITE MANAGEMENT LS LUMP SUM

    9 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN

    LS LUMP SUM

    10 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 520

    11 074041 STREET SWEEPING LS LUMP SUM

    12 074042 TEMPORARY CONCRETE WASHOUT (PORTABLE) LS LUMP SUM

    13 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM

    14 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM

    15 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 1,100

    16 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 78,300

    17 120165 CHANNELIZER (SURFACE MOUNTED) EA 200

    18 120300 TEMPORARY PAVEMENT MARKER EA 19,600

    19 128650 PORTABLE CHANGEABLE MESSAGE SIGN LS LUMP SUM

    20 129000 TEMPORARY RAILING (TYPE K) LF 173,000

  • Contract No. 04-4470U4

    4

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    21 018472 MOVABLE CONCRETE BARRIER LS LUMP SUM

    22 129100 TEMPORARY CRASH CUSHION MODULE EA 520

    23 148005 NOISE MONITORING LS LUMP SUM

    24 018473 VIBRATION MONITORING LS LUMP SUM

    25 150662 REMOVE METAL BEAM GUARD RAILING LF 9,400

    26 150704 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE

    LF 55,800

    27 150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 40,500

    28 150715 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 1,010

    29 150722 REMOVE PAVEMENT MARKER EA 17,000

    30 150745 REMOVE ROADSIDE SIGN (METAL POST) EA 25

    31 150760 REMOVE SIGN STRUCTURE EA 1

    32 150771 REMOVE ASPHALT CONCRETE DIKE LF 44,800

    33 150801 REMOVE OVERSIDE DRAIN EA 1

    34 018474 REMOVE EDGE DRAIN LF 88,000

    35 150805 REMOVE CULVERT LF 40

    36 150820 REMOVE INLET EA 1

    37 152320 RESET ROADSIDE SIGN EA 6

    38 152430 ADJUST INLET EA 180

    39 152438 ADJUST FRAME AND COVER TO GRADE EA 14

    40 152472 ADJUST UTILITY COVER EA 9

  • Contract No. 04-4470U4

    5

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    41 018475 TEMPORARY DRAINAGE FOR MEDIAN INLETS WITHOUT STANDARD GUTTER DEPRESSION

    EA 56

    42 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 360,000

    43 153210 REMOVE CONCRETE CY 1,540

    44 153223 REMOVE UNSOUND CONCRETE CF 255

    45 153230 REMOVE CONCRETE BARRIER (TYPE 50) LF 50,900

    46 153235 CLEAN BRIDGE DECK SQFT 83,250

    47 155003 CAP INLET EA 4

    48 157561 BRIDGE REMOVAL (PORTION), LOCATION A LS LUMP SUM

    49 157562 BRIDGE REMOVAL (PORTION), LOCATION B LS LUMP SUM

    50 160101 CLEARING AND GRUBBING LS LUMP SUM

    51 170101 DEVELOP WATER SUPPLY LS LUMP SUM

    52 190101 ROADWAY EXCAVATION CY 27,700

    53 190110 LEAD COMPLIANCE PLAN LS LUMP SUM

    54 (F)

    192037 STRUCTURE EXCAVATION (RETAINING WALL) CY 31

    55 (F)

    193013 STRUCTURE BACKFILL (RETAINING WALL) CY 31

    56 198007 IMPORTED MATERIAL (SHOULDER BACKING) TON 770

    57 200002 ROADSIDE CLEARING LS LUMP SUM

    58 203021 FIBER ROLLS LF 21,400

    59 203025 COMPOST, INCORPORATE SQYD 14,200

    60 203032 EROSION CONTROL (HYDROSEED) (ACRE) ACRE 8

  • Contract No. 04-4470U4

    6

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    61 250401 CLASS 4 AGGREGATE SUBBASE CY 4,460

    62 260201 CLASS 2 AGGREGATE BASE CY 50

    63 260210 AGGREGATE BASE (APPROACH SLAB) CY 71

    64 280000 LEAN CONCRETE BASE CY 3,620

    65 018476 LEAN CONCRETE BASE (RAPID SETTING) CY 5,620

    66 370120 ASPHALT-RUBBER BINDER TON 22

    67 375030 SCREENINGS (HOT-APPLIED) TON 75

    68 390095 REPLACE ASPHALT CONCRETE SURFACING CY 440

    69 390131 HOT MIX ASPHALT TON 104,000

    70 390134 HOT MIX ASPHALT (OPEN GRADED) TON 27,300

    71 390140 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 88,400

    72 393003 GEOSYNTHETIC PAVEMENT INTERLAYER SQYD 207,000

    73 394060 DATA CORE LS LUMP SUM

    74 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 3,490

    75 394075 PLACE HOT MIX ASPHALT DIKE (TYPE D) LF 34,400

    76 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 18,100

    77 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 14,200

    78 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA)

    SQYD 13

    79 397005 TACK COAT TON 590

    80 018477 PRECAST CONCRETE PAVEMENT CY 3,750

  • Contract No. 04-4470U4

    7

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    81 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 7,700

    82 018478 PRECAST POST-TENSIONED CONCRETE PAVEMENT

    CY 3,610

    83 404092 SEAL PAVEMENT JOINT LF 16,100

    84 404093 SEAL ISOLATION JOINT LF 17,300

    85 018479 REPLACE JOINT SEAL (EXISTING CONCRETE PAVEMENT)

    LS LUMP SUM

    86 415101 CRACK EXISTING CONCRETE PAVEMENT SQYD 202,000

    87 420201 GRIND EXISTING CONCRETE PAVEMENT SQYD 308,000

    88 510050 STRUCTURAL CONCRETE CY 7

    89 (F)

    510053 STRUCTURAL CONCRETE, BRIDGE CY 13

    90 (F)

    510060 STRUCTURAL CONCRETE, RETAINING WALL CY 43

    91 (F)

    510087 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R)

    CY 710

    92 510502 MINOR CONCRETE (MINOR STRUCTURE) CY 32

    93 510800 PAVING NOTCH EXTENSION CF 1,053

    94 511106 DRILL AND BOND DOWEL LF 309

    95 511118 CLEAN EXPANSION JOINT LF 3,047

    96 511124 RAPID SETTING CONCRETE (PATCH) CF 255

    97 042612 CORE TREATED BRIDGE DECK EA 8

    98 519088 JOINT SEAL (MR 1") LF 2,792

    99 519091 JOINT SEAL (MR 1 1/2") LF 860

    100 519094 JOINT SEAL ASSEMBLY (MR 3 1/2") LF 208

  • Contract No. 04-4470U4

    8

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    101 519100 JOINT SEAL (MR 2") LF 26

    102 520101 BAR REINFORCING STEEL LB 1,000

    103 (F)

    520102 BAR REINFORCING STEEL (BRIDGE) LB 1,460

    104 (F)

    520103 BAR REINFORCING STEEL (RETAINING WALL) LB 12,110

    105 (F)

    540102 TREAT BRIDGE DECK SQFT 83,250

    106 540108 FURNISH BRIDGE DECK TREATMENT MATERIAL GAL 940

    107 560248 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED)

    SQFT 1,240

    108 562002 METAL (BARRIER MOUNTED SIGN) LB 3,050

    109 568017 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST

    EA 51

    110 018480 PAINT POST MILE MARKING ON CONCRETE BARRIER

    SQYD 19

    111 620100 18" ALTERNATIVE PIPE CULVERT LF 1,910

    112 681103 3" PLASTIC PIPE (EDGE DRAIN) LF 6,500

    113 690960 12" PLASTIC PIPE DOWNDRAIN LF 66

    114 691902 10" FLUME DOWNDRAIN LF 63

    115 692001 ENTRANCE TAPER EA 1

    116 692101 TAPERED INLET EA 1

    117 692364 10" FLUME ANCHOR ASSEMBLY EA 6

    118 703233 GRATED LINE DRAIN LF 70

    119 721009 ROCK SLOPE PROTECTION (FACING, METHOD B) CY 1.7

    120 729010 ROCK SLOPE PROTECTION FABRIC SQYD 7

  • Contract No. 04-4470U4

    9

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    121 731501 MINOR CONCRETE (CURB) CY 1.2

    122 731502 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION)

    CY 380

    123 018481 MINOR CONCRETE (PAVING) CY 560

    124 731521 MINOR CONCRETE (SIDEWALK) CY 1

    125 731623 MINOR CONCRETE (CURB RAMP) CY 91

    126 750001 MISCELLANEOUS IRON AND STEEL LB 5,220

    127 018482 CONCRETE BARRIER MARKER EA 3,340

    128 820107 DELINEATOR (CLASS 1) EA 580

    129 820134 OBJECT MARKER (TYPE P) EA 3

    130 820151 OBJECT MARKER (TYPE L-1) EA 55

    131 832003 METAL BEAM GUARD RAILING (WOOD POST) LF 14,500

    132 833088 TUBULAR HANDRAILING LF 200

    133 839541 TRANSITION RAILING (TYPE WB) EA 30

    134 839581 END ANCHOR ASSEMBLY (TYPE SFT) EA 41

    135 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 26

    136 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 33

    137 839601 CRASH CUSHION (TYPE CAT) EA 1

    138 839701 CONCRETE BARRIER (TYPE 60) LF 34,700

    139 839703 CONCRETE BARRIER (TYPE 60C) LF 15,000

    140 018483 CONCRETE BARRIER (TYPE 60R) LF 1,160

  • Contract No. 04-4470U4

    10

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    141 (F)

    839727 CONCRETE BARRIER (TYPE 736 MODIFIED) LF 1,806

    142 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 750,000

    143 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 33,100

    144 840508 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 12-3)

    LF 16,200

    145 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 13,600

    146 840526 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7)

    LF 14,900

    147 850101 PAVEMENT MARKER (NON-REFLECTIVE) EA 34,300

    148 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 15,700

    149 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION

    LS LUMP SUM

    150 860460 LIGHTING AND SIGN ILLUMINATION LS LUMP SUM

    151 018484 LOOP DETECTOR REPLACEMENT LS LUMP SUM

    152 861203 HIGH SPEED WEIGH-IN-MOTION SYSTEM LS LUMP SUM

    153 018485 TRAFFIC OPERATIONS SYSTEM LS LUMP SUM

    154 999990 MOBILIZATION LS LUMP SUM

  • Contract No. 04-4470U4

    11

    SPECIAL PROVISIONS

    SECTION 1 (BLANK)

    SECTION 2 BIDDING 2-1.01 BID DOCUMENTS

    For this project, the 2nd, 3rd, and 4th paragraphs of Section 2-1.03A, "General," of the Standard Specifications do not apply.

    The special provisions, Amendments to the Standard Specifications, and project plans are available in electronic format only. To obtain these documents go to:

    http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php To obtain a Bid book either submit a request using the above Web site or go to the Bid Document Unit.

    2-1.02 TIE BID RESOLUTION After bid verification, if there is a tie between 2 or more bidders, the Department breaks the tie by tossing a coin.

    2-1.03 DISADVANTAGED BUSINESS ENTERPRISES Under 49 CFR 26.13(b): The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or

    sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

    Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure there is equal participation of the DBE groups specified in 49 CFR 26.5, the Department specifies a goal for

    Underutilized Disadvantaged Business Enterprises (UDBEs). UDBE is a firm that meets the definition of DBE and is a member of one of the following groups:

    1. Black Americans 2. Native Americans 3. Asian-Pacific Americans 4. Women References to DBEs include UDBEs, but references to UDBEs do not include all DBEs. Make work available to UDBEs and select work parts consistent with available UDBE subcontractors and suppliers. Meet the UDBE goal shown in the Notice to Bidders or demonstrate that you made adequate good faith efforts to meet

    this goal. It is your responsibility to verify that the UDBE firm is certified as DBE at date of bid opening. For a list of DBEs

    certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find_certified.htm Only UDBE participation will count towards the UDBE goal. DBE participation will count towards the Department's

    federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from UDBEs counts towards the goal in the following manner: 1. 100 percent counts if the materials or supplies are obtained from a UDBE manufacturer. 2. 60 percent counts if the materials or supplies are obtained from a UDBE regular dealer. 3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if

    obtained from a UDBE that is neither a manufacturer or regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer."

  • Contract No. 04-4470U4

    12

    You receive credit towards the goal if you employ a UDBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55.

    UDBE Commitment Submittal Submit UDBE information on the Caltrans Bidder - UDBE - Commitment form included in the Bid book. If the form is

    not submitted with the bid, remove the form from the Bid book before submitting your bid. If the UDBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd

    low bidder must complete and submit the UDBE Commitment form to Office Engineer. UDBE Commitment form must be received by the Department no later than 4:00 p.m. on the 4th business day after bid opening.

    Other bidders do not need to submit the UDBE Commitment form unless the Department requests it. If the Department requests you to submit a UDBE Commitment form, submit the completed form within 4 business days of the request.

    Submit written confirmation from each UDBE stating that it is participating in the contract. Include confirmation with the UDBE Commitment form. A copy of a UDBE's quote will serve as written confirmation that the UDBE is participating in the contract.

    If you do not submit the UDBE Commitment form within the specified time, the Department finds your bid nonresponsive.

    Good Faith Efforts Submittal If you have not met the UDBE goal, complete and submit the Good Faith Efforts Documentation form with the bid

    showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by UDBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Department no later than 4:00 p.m. on the 4th business day after bid opening.

    If your UDBE Commitment form shows that you have met the UDBE goal or if you are required to submit the UDBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Department finds that the UDBE goal has not been met.

    Good faith efforts documentation must include the following information and supporting documents, as necessary: 1. Items of work you have made available to UDBE firms. Identify those items of work you might otherwise perform

    with its own forces and those items that have been broken down into economically feasible units to facilitate UDBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to UDBE firms.

    2. Names of certified UDBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the UDBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified UDBEs through all reasonable and available means and provide sufficient time to allow UDBEs to respond.

    3. Name of selected firm and its status as a UDBE for each item of work made available. Include name, address, and telephone number of each UDBE that provided a quote and their price quote. If the firm selected for the item is not a UDBE, provide the reasons for the selection.

    4. Name and date of each publication in which you requested UDBE participation for the project. Attach copies of the published advertisements.

    5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using UDBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

    6. List of efforts made to provide interested UDBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the UDBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

    7. List of efforts made to assist interested UDBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the UDBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the UDBE assisted, nature of the assistance offered, and date. Provide copies of supporting documents, as appropriate.

    8. Any additional data to support demonstration of good faith efforts. The Department may consider UDBE commitments of the 2nd and 3rd bidders when determining whether the low bidder

    made good faith efforts to meet the UDBE goal.

  • Contract No. 04-4470U4

    13

    2-1.04 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.

    3-1.02 CALTRANS BIDDER - DBE INFORMATION FORM Complete and sign the Caltrans Bidder - DBE Information form included in the contract documents even if no DBE

    participation is reported. Submit it with the executed contract. Provide written confirmation from each DBE that the DBE is participating in the contract. A copy of a DBE's quote

    serves as written confirmation. If a DBE is participating as a joint venture partner, the Department encourages you to submit a copy of the joint venture agreement.

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

    The 1st working day is the 55th day after contract approval. Do not start work at the job site, except for measuring controlling field dimensions and locating utilities, until the

    Engineer approves your submittal for: 1. Baseline Progress Schedule (Critical Path Method) 2. Storm Water Pollution Prevention Plan (SWPPP) 3. Notification of Dispute Resolution Advisor (DRA) or Dispute Review Board (DRB) nominee and disclosure

    statement as specified in Section 5-1.15, "Dispute Resolution," of the Standard Specifications In addition to the above submittals, do not start work at the job site, except for measuring controlling field dimensions

    and locating utilities, until you submit: 1. Notice of Materials To Be Used. 2. Contingency plan for reopening closures to public traffic. 3. Written statement from the vendor that the order for the sign panels has been received and accepted by the vendor.

    The statement must show the dates that the materials will be shipped. 4. Written statement from the vendor that the order for electrical material has been received and accepted by the

    vendor. The statement must show the dates that the materials will be shipped. You may start work at the job site before the 55th day after contract approval if: 1. You obtain required approval for each submittal before the 55th day 2. The Engineer authorizes it in writing The Department grants a time extension if a delay is beyond your control and prevents you from starting work at the job

    site on the 1st working day. Complete the work within the number of working days bid. Additional damages to those specified in Section 8-1.07, "Liquidated damages," of the Standard Specifications are

    $10,500 per day starting on the 1st day after exceeding the number of working days bid until work requiring lane or shoulder closures on State Highway Route 680 is complete.

    It is anticipated that water will be available in sufficient quantities for the prosecution of the work. However, water shortages may occur during the life of the contract. Arrangements or commitments obtained by the Department are not a part of the contract. It is expressly understood and agreed that the Department assumes no responsibility to the bidder or Contractor whatsoever in respect to the arrangements made with the source. The Contractor shall assume all risks in connection with the use of the source and the terms upon which the use shall be made. There is no warranty or guaranty, either expressed or implied, to the quantity of water that can be obtained from the source. If the Department has compiled "Materials Information", as referred to in "Watering" of these special provisions, the bidder or Contractor is cautioned to

  • Contract No. 04-4470U4

    14

    make independent investigations and obtain the commitments or allocations as the bidder or Contractor deems necessary to verify the quantity of water available. The Contractor shall make arrangements or obtain commitments or allocations necessary to provide water for the project.

    During the progress of the work, if water becomes unavailable or unavailable in the quantities needed for prosecution of the work, the unavailability of water will be considered a material shortage. The provisions in Section 5-1.116, "Differing Site Conditions (23 CFR 635.109)," of the Standard Specifications shall not apply to the unavailability of water.

    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 PERFORMANCE OF DBEs

    Use each DBE subcontractor as listed on the Subcontractor List form unless you receive authorization for a substitution. The Department requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work Maintain records including: 1. Name and business address of each 1st-tier subcontractor 2. Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier 3. Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the

    work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. For a DBE that leases trucks from a non-DBE, count only the fee or commission the DBE receives as a result of the lease

    arrangement. If a DBE subcontractor is decertified before completing subcontracted work, the subcontractor must notify you in writing

    of the decertification date. If a subcontractor becomes a certified DBE before completing subcontracted work, the subcontractor must notify you in writing of the certification date. Submit the notifications. On contract work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change form. Submit the form within 90 days of contract acceptance.

    Upon contract work completion, complete a Final Report Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors form. Submit it within 90 days of contract acceptance. The Department withholds $10,000 until the form is submitted. The Department releases the withhold upon submission of the completed form.

    5-1.03 PERFORMANCE OF UDBEs

    UDBEs must perform work or supply materials as listed in the Caltrans Bidder - UDBE - Commitment form specified under Section 2, "Bidding," of these special provisions. Do not terminate a UDBE listed subcontractor for convenience and perform the work with your own forces or obtain materials from other sources without prior written authorization from the Department.

    The Department grants authorization to use other forces or sources of materials for requests that show any of the following justifications:

    1. Listed UDBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed UDBE fails to meet your bond

    requirements. 3. Work requires a contractors license and listed UDBE does not have a valid license under Contractors License Law. 4. Listed UDBE fails or refuses to perform the work or furnish the listed materials. 5. Listed UDBE's work is unsatisfactory and not in compliance with the contract. 6. Listed UDBE delays or disrupts the progress of the work. 7. Listed UDBE becomes bankrupt or insolvent.

  • Contract No. 04-4470U4

    15

    If a listed UDBE subcontractor is terminated, you must make good faith efforts to find another UDBE subcontractor to

    substitute for the original UDBE. The substitute UDBE must perform at least the same amount of work as the original UDBE under the contract to the extent needed to meet the UDBE goal.

    The substitute UDBE must be certified as a DBE at the time of request for substitution. The Department does not pay for work or material unless it is performed or supplied by the listed UDBE or an

    authorized substitute.

    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

    review 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. 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.

  • Contract No. 04-4470U4

    16

    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)] where:

    Xaa = Xta - [(100 -Xnew) x (Xra / 100)] and

  • Contract No. 04-4470U4

    17

    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 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:

    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).

  • Contract No. 04-4470U4

    18

    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 all quantities of asphalt-contained materials in pavement structural sections and pavement surface

    treatments placed (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.

    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:

  • Contract No. 04-4470U4

    19

    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 Department responds with an e-mail containing a Caltrans Internet Certificate to be used for the electronic

    submission of payroll records. You must agree to accept this certificate and reply to the e-mail. After you accept the certificate and reply to the e-mail, the Department is ready to accept your electronic submissions.

    Each electronic submission must: 1. Include payroll records in a nonmodifiable PDF image format. No spreadsheets, word documents, or password

    protected documents are accepted. 2. Include payroll records with all data elements required by the Labor Code 1776. 3. Include a signed Statement of Compliance form with each weekly record. 4. Be received by the Department by close of business on the 15th day of the month for the prior month's work. 5. Be encrypted before submission. 6. Contain the following information in the subject line:

    6.1. Contract number 6.2. Week ending date as W/E mm/dd/yy

    7. Contain 1 contract number and week ending date per submission. For additional information on electronic submission of payroll records, go to: http://www.dot.ca.gov/hq/construc/LaborCompliance/index.htm

    5-1.08 FORCE ACCOUNT PAYMENT Payment for extra work at force account will be determined by either non-subcontracted or subcontracted force account

    payment unless otherwise specified. Non-Subcontracted Force Account Payment When extra work to be paid for on a force account basis is performed by the Contractor, compensation will be

    determined as specified in Section 9-1.03, "Force Account Payment," of the Standard Specifications except for the markups. The markups specified in Section 9-1.03B, "Labor," Section 9-1.03C, "Materials," and Section 9-1.03D, "Equipment Rental" are changed to the following markups:

    Cost Percent Markup

    Labor 30 Materials 10 Equipment Rental 10

    The above markups shall be applied to work performed on a force account basis, regardless of whether the work revises the current contract completion date.

    The above markups, together with payments made for time-related overhead under "Time-Related Overhead" of these

    special provisions, shall constitute full compensation for all overhead costs for work performed on a force account basis. Full compensation for overhead costs for work performed on a force account basis, and for which no adjustment is made

    to the lump sum price bid for time-related overhead conforming to the provisions in "Time-Related Overhead" of these

  • Contract No. 04-4470U4

    20

    special provisions, shall be considered as included in the markups specified above, and no additional compensation will be allowed therefor.

    Subcontracted Force Account Payment When extra work to be paid for on a force account basis is performed by a subcontractor approved in conformance with

    the provisions in Section 5-1.055, "Subcontracting," of the Standard Specifications, compensation will be determined in accordance with the provisions in Section 9-1.03, "Force Account Payment," of the Standard Specifications.

    5-1.09 DAMAGE CLAIMS

    Attention is directed to Section 7, "Legal Relations and Responsibility," of the Standard Specifications. Provided the Contractor's operations and work comply with the plans and specifications, the Contractor's responsibility for

    payment of claims for physical damages caused by screenings or bituminous binder will be limited to no more than 10 percent of the total contract bid price.

    For each seal coat location within the project, only those claims for physical damages caused by screenings or bituminous binder that occurred within the period extending from the first day screenings were applied to the binder to 4 days following the last day screenings were applied to the binder, shall be considered for resolution.

    Claims reported or submitted by the public directly to the Contractor within 30 days from the last spreading of screenings on the project shall be processed and resolved by the Contractor in conformance with the following:

    1. Within 3 business days after receipt of a claim from the public, the Contractor shall submit to the Department a copy of

    the claim together with a determination of whether or not the claim will be paid. If the claim is to be rejected, the Contractor shall explain in writing the basis for rejecting the claim.

    2. If the claimant becomes dissatisfied with the Contractor's handling of their claim, the Contractor shall immediately refer the dissatisfied claimant to the local District Claims Office for assistance in resolving the claim.

    3. Within 30 days from the last spreading of screenings on the project, the Contractor shall submit evidence to the Department of those claims paid by the Contractor.

    Claims presented by the public directly to the Department or State Board of Control, as set forth in Govt Code 900 et seq.,

    will be processed and resolved by the Department in conformance with the following: 1. These claims will be processed as formal government claims against the State, subject to all applicable statutes,

    regulations, and departmental policies. The Department reserves the right to adjust and settle any formal government claim directly with the claimant, or it may refer the claim to the Contractor for investigation and disposition.

    2. If the Department or State Board of Control approves settlement of a formal government claim or the Department is ordered to pay the claim pursuant to a court order, the claim will be paid by the Department from the funds withheld.

    3. Within 3 business days of determination by the local District Claims Office that the Contractor is responsible for resolving the formal government claim, the local District Claims Office will either send a copy of the claim to the Contractor for handling and disposition, or notify the Contractor of the Department's decision to settle and pay the claim directly with the claimant.

    Funds in an amount not to exceed 5 percent of the total contract bid price will be withheld. This withhold by the Department

    will be for a maximum period of 60 days after the last spreading of screenings on the project to allow the Department sufficient time to settle claims that remain unresolved by the Contractor. At the end of this 60-day period, funds remaining in the withhold, that are not allocated by the Department to pay unsettled claims, will be returned to the Contractor.

    If no withheld funds remain or if the withhold has been returned to the Contractor, the Department may elect to pay a formal government claim from public funds. If the Department determines the Contractor is responsible for the claim, the Department will then seek reimbursement from the Contractor for any public funds used to pay the claim, subject to the 10 percent limitation. The Department may use any legal remedy available to obtain reimbursement from the Contractor including administration of an offset as provided for in Govt Code 12419.5.

    Except for the limitation of responsibility for damage claims specified above, nothing in this section shall be construed as decreasing the Contractor's obligation to defend and indemnify the State from all claims in conformance with the provisions of Section 7, "Legal Relations and Responsibility," of the Sta