COMPLETED BOARD ORDER�"�M�28
Before the Board of Supervisors in and for the
County of Monterey, State of California
Construction No: 10 009
a. Approve Plans and Special Provisions for construction of the
San Miguel Canyon Road Signal Coordination, Project No. 10-
135065; and
b. Authorize the Clerk of the Board to advertise the Notice to
Bidders" in The Californian on May 17 and May 24, 2010.
Upon motion of Supervisor Potter, seconded by Supervisor Armenta, and carried by those
members present, the Board hereby:
a. Approved Plans and Special Provisions for construction of the San Miguel Canyon Road
Signal Coordination, Project No. 10-135065; and
b. Authorized the Clerk of the Board to advertise the Notice to Bidders" in The Californian on
May 17 and May 24, 2010.
PASSED AND ADOPTED this 11th day of May, 2010, by the following vote, to wit:
AYES: Supervisors Armenta, Calcagno, Salinas, Potter
NOES: None
ABSENT: Supervisor Parker
I, Gail T. Borkowski, Clerk of the Board of Supervisors of the County of Monterey, State of California, hereby
certify that the foregoing is a true copy of an original order of said Board of Supervisors duly made and entered in
the minutes thereof of Minute Book 75 for the meeting on May 11, 2010.
Dated: May 13, 2010 Gail T. Borkowski, Clerk of the Board of Supervisors
County of Monterey, State of California
By F- t
Deputy
BIB]
40313-U01
COMPLETED-U02
BOARD-U02
ORDER-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91434-U03
C15-U03
COMPLETED-U03
BOARD-U03
ORDER-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
SIGNED BOARD REPORTX��"�O�MONTEREY COUNTY BOARD OF SUPERVISORS
MEETING: May 11, 2010 Consent AGENDA NO.:
SUBJECT: a. Approve Plans and Special Provisions for construction of the San Miguel
Canyon Road Signal Coordination, Project No. 10-135065; and
b. Authorize the Clerk of the Board to advertise the Notice to Bidders" in The
Californian on May 17 and May 24, 2010.
DEPARTMENT: RMA Public Works
RECOMMENDATIONS:
It is recommended that the Board of Supervisors:
a. Approve Plans and Special Provisions for construction of the San Miguel Canyon Road
Signal Coordination, Project No. 10-135065; and
b. Authorize the Clerk of the Board to advertise the Notice to Bidders" in The Californian on
May 17 and May 24, 2010.
SUMMARY/DISCUSSION:
Approval of the Plans and Special Provisions will authorize the Department of Public Works to
proceed with advertising for the construction of the San Miguel Canyon Road Signal
Coordination, Project No. 10-135065. The bid opening will be set for May 27, 2010 at 3:00
p.m., in the Board of Supervisors' Conference Room 1032, Monterey County Government
Center, 168 West Alisal Street, 1st Floor, Salinas, CA 93901. Construction is scheduled to begin
late June 2010.
The San Miguel Canyon Road Signal Coordination, Project No. 10-135065 consists of
modifying existing left turn phasing at two intersections from protected phasing to protected-
permissive phasing. By separate contract a desktop computer system will enable two-way
communication between signalized field locations and the Government Center. With the
completion of both contracts traffic timing parameters may be uploaded and downloaded, and
alarms can be received of detector failures and other malfunctions from the centralized location.
The proposed project is scheduled for completion in late July 2010.
OTHER AGENCY INVOLVEMENT:
County Counsel and Risk Management have reviewed and approved the Special Provisions as to
form, and insurance provisions, respectively. The Information Technology Department has
approved communication line access to the Government Center. The Monterey Bay United Air
Pollution Control District has authorized Public Works to proceed with the project.
FINANCING:
There is no financial impact to the General Fund. Total estimated project cost, including project
management, engineering, and construction, is $79,300. The project is funded with $38,775 of
Monterey Bay Unified Air Pollution Control District Funds and $40,525 from Road Funds.
There are sufficient appropriations in the Road Fund Fund 002, Unit 8195) to finance this
project.
Prepared by:
1
Neal Thompson, P.5.(831) 755-4940
Traffic Engineer
Dated: May 3, 2010
Attachments: Board Order; Project Budget; Memo to the Clerk of the Board; Notice to Bidders;
Plane anrd Rnerinl Prnvisinnc nn file. with the. Clerk nfthe. Rnnrrl) I.nentinn Man
BIB]
40313-U01
SIGNED-U02
BOARD-U02
REPORT-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91435-U03
C10-U03
BOARD-U03
REPORTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
PROJECT BUDGET - PROJECT NO. �Q�MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION,
PROJECT NO. 10-135065
PROJECT BUDGET
Environmental and Design Engineering
Public Works Staff $15,500
Construction Engineering 2,300
Construction Contract
Engineer's Estimate $25,000
10% Contingencies 2,500
27,500
Purchase Desktop Computer & Central Master Software 34,000
TOTAL ESTIMATED PROJECT COST: $79,300
REVENUE
Monterey Bay Unified Air Pollution Control District Fund $38,775
Road Fund Fund 002, Unit 8195) 40,525
TOTAL: $79,300
BIB]
40313-U01
PROJECT-U02
BUDGET-U02
U02
PROJECT-U02
NO.-U02
10-135065-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91436-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
NOTICE TO BIDDERS - THE CALIF�S�RESOURCE MANAGEMENT AGENCY
DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
MEMORANDUM
TO: Clerk of the Board
FROM: Neal Thompson, P.E.
Traffic Engineer
SUBJECT: SAN MIGUEL CANYON ROAD SIGNAL COORDINATION,
PROJECT NO. 10-135065
DATE: May 11, 2010
With the approval of the Board of Supervisors, please advertise this project in The Californian
on May 17 and May 24, 2010.
The advertising of this project on the above dates is critical. The Californian requires a three-
day prior notice to advertise, so please ensure that they receive the Notice to Bidders" by May
13, 2010.
Please have The Californian forward an original Proof of Publication to me.
Thank you.
NT:rp
Attachment: Notice to Bidders"
BIB]
40313-U01
NOTICE-U02
TO-U02
BIDDERS-U02
U02
CALIFORNIAN-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91437-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
NOTICE TO BIDDERS - THE CALIF�S�RESOURCE MANAGEMENT AGENCY
DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
NOTICE TO BIDDERS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
Sealed bids will be received at the OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS,
COUNTY OF MONTEREY, 168 W. ALISAL STREET 1ST FLOOR, SALINAS, CALIFORNIA 93901
MAILING ADDRESS: P 0 Box 1728, SALINAS CA 93902-1728), until May 27, 2010 at 3 p.m., for
construction of the San Miguel Canyon Road Signal Coordination, Project No. 10-135065, as
shown on the Plans and in accordance with the specifications and other requirements therefor, at
which time they will be publicly opened and read by the Purchasing Agent in the County of
Monterey Government Center, Board of Supervisors' Conference Room 1032, 168 West Alisal
Street Vt Floor, Salinas, California 93901.
Special attention of prospective bidders is called to the Proposal Requirements and Conditions"
of the Special Provisions. A bidder's bond, issued by an admitted corporate surety company in
an amount equal to at least ten percent of the amount bid, must accompany the bid. A blank
Bidder's Bond form is included in the Bid Book Book Two).
The Bidder shall possess a valid Class A" or Class C-10", Contractor's license.
Project consists of modifying existing left turn traffic signal phasing at two intersections from
protected to protected-permissive phasing for traffic responsive signal coordination. The
Engineer's Estimate of construction cost is $25,000.
A payment bond and a performance bond each in the amount of 100 percent of the Contract are
required as specified by Section 3-1.02, Contract Bonds," of the Special Provisions.
Bids are required for the entire work described herein. Prices on alternate construction methods
or materials will be considered only when specifically called for.
The CONTRACT DOCUMENTS--plans, specifications, and any addenda--may be examined at
the following locations:
Monterey County
Department of Public Works
168 W. Alisal Street, 2nd Floor
Salinas, CA 93901
Salinas Valley Builders Exchange
20 Quail Run Circle
Salinas, CA 93907
San Francisco Builders Exchange
850 S. Van Ness Avenue
San Francisco, CA 94110
Builders Exchange of the Central Coast
100 12t' Street, Bldg. 2861
Marina, CA 93933
Sacramento Builders Exchange
1331 T Street
Sacramento, CA 95811
Santa Cruz Builders Exchange
1248 Thompson Avenue
Santa Cruz, CA 95062
BIB]
40313-U01
NOTICE-U02
TO-U02
BIDDERS-U02
U02
CALIFORNIAN-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91437-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
NOTICE TO BIDDERS - THE CALIF�S�Fresno Builders Exchange McGraw Hill
1244 North Mariposa Avenue 11875 Dublin Blvd. Suite A- 118
Fresno, CA 93703 Dublin, CA 94568
The Contract Documents will be made available ELECTRONICALLY and can be downloaded
for free at the following Monterey County website:
http://www.co.montcrcy.ca.us/publicworks/bids.htm. Plan holders must register before they can
view or download the documents. A copy of the electronic files on compact-disc CD) is also
available at MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS, 168 W. ALISAL STREET, 2ND
FLOOR, SALINAS, CALIFORNIA 93901 for a nonrefundable fee of $5.00. The electronic files can
be used to print the project plans full or half size), project specifications, and other such
documents at various printing companies.
Pursuant to Section 1773 of the Labor Code, the Director of the California Department of
Industrial Relations has ascertained the general prevailing rate or per diem wages and the general
prevailing rate for holiday and overtime work in this locality for each craft, classification, or type
of worker needed to execute the Contract and are available on the internet at
http:/www.dir.ca.gov/dlsr/pwd/. Copies thereof are on file in the office of Department of Public
Works, Salinas, California, and may be examined by any interested party on request. These
wage determinations for this project as predetermined by the Director of the California
Department of Industrial Relations are set forth in these Special Provisions. Addenda to modify
wage rates, if necessary, will be issued to the holders of these Special Provisions. Future
effective General Prevailing Wage Determinations, which have been predetermined and are on
file with the California Department of Industrial Relations http://www.dir.ca.gov/dlsr/pwdf), are
referenced but not printed in these Special Provisions.
Pursuant to Section 5.08.120 of the Monterey County Code, all contractors and subcontractors
providing work, laborers, or materialmen on the project shall make a good-faith effort to hire
Monterey Bay Area residents such that no less than fifty percent 50%) of the contractor's total
construction work force including any subcontractor work force, measured in labor work hours,
is comprised of Monterey Bay Area residents.
Upon the Contractor's request, the County of Monterey will make payment of funds withheld
from progress payments pursuant to the requirements of Public Contract Code Section 22300 if
the Contractor deposits in escrow with the County Treasurer or with a bank acceptable to the
County of Monterey, securities eligible for the investment of State funds under Government
Code Section 16430 or bank or savings and loan certificates of deposit, upon conditions
specified in Contract documents.
The Resource Management Agency, Department of Public Works reserves the right to reject any
or all bids or to waive any irregularities or informalities in any bids or in the bidding.
The quantities in the Bid Form Book Two) are approximate only, being given as a basis for the
comparison of bids; and the Department of Public Works does not, expressly or by implication,
agree that the actual amounts of work will correspond therewith, but reserves the right to
increase or decrease the amount of any class or portion of the work as may be deemed necessary
or expedient by the Engineer. All bids are to be compared on the Bid Form Book Two) of the
quantities to be done.
BIB]
40313-U01
NOTICE-U02
TO-U02
BIDDERS-U02
U02
CALIFORNIAN-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91437-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
NOTICE TO BIDDERS - THE CALIF�S�YAZDAN T. EMRANI, P.E.
DIRECTOR OF PUBLIC WORKS
RMA DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
DATED: May 11, 2010
BIB]
40313-U01
NOTICE-U02
TO-U02
BIDDERS-U02
U02
CALIFORNIAN-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91437-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
LOCATION MAP (1)X��"�X�LOCATION MAP
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO: 10-135065
BIB]
40313-U01
LOCATION-U02
MAP-U02
1)-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91438-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�COVER SHEET
BOOK ONE
NOTICE TO BIDDERS, SPECIAL PROVISIONS,
AND PROJECT PLANS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
CYNTHIA L. HASSON
Deputy County Counsel
EN F. MAUCK
Risk Manager
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
I
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�TITLE SHEET
BOARD OF SUPERVISORS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
Simon Salinas, Chair
Fernando Armenta
Louis Calcagno
Jane Parker
Dave Potter
Lew C. Bauman, P.E., Ph.D., County Administrative Officer
Wayne K. Tanda, P.E., Resource Management Agency Director
Yazdan T. Emrani, P.E., Director of Public Works
Paul H. Greenway, P.E., Assistant Director of Public Works
Neal Thompson, P.E., Traffic Engineer
Brenda Villanueva Engineering Technician
NOTICE TO BIDDERS,
SPECIAL PROVISIONS,
& PROJECT PLANS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
IN
MONTEREY COUNTY
FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS, DATED MAY 2006; THE
STANDARD PLANS, DATED MAY 2006; THE CURRENT LABOR SURCHARGE
EQUIPMENT RENTAL RATES, OF THE STATE OF CALIFORNIA, DEPARTMENT OF
TRANSPORTATION, BUSINESS AND TRANSPORTATION AGENCY; THE CURRENT
GENERAL PREVAILING WAGE DETERMINED BY THE DIRECTOR OF INDUSTRIAL
RELATIONS IS ON FILE WITH THE DEPARTMENT OF PUBLIC WORKS.
168 W. Alisal Street 2nd Floor
Salinas, CA 93901-2438
831) 755-4800
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
2
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�TABLE OF CONTENTS
COVER SHEET 1
TITLE SHEET 2
TABLE OF CONTENTS 3
SIGNATURE SHEET 5
NOTICE TO BIDDERS 7
SECTION 1- DEFINITION AND TERMS 10
1-1.01 SPECIFICATIONS AND PLANS: 10
1-1.02 INTERPRETATION OF STANDARD SPECIFICATIONS: 10
1-1.03 DEFINITIONS: 10
SECTION 2 PROPOSAL REQUIREMENTS AND CONDITIONS 11
2-1.01 GENERAL: 11
2-1.02 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS: 11
2-1.03 EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF WORK: 12
2-1.04 GOOD-FAITH EFFORT TO HIRE RESIDENTS OF MONTEREY BAY AREA: 12
SECTION 3 AWARD AND EXECUTION OF CONTRACT 13
3-1.01 GENERAL: 13
3-1.02 CONTRACT BONDS: 14
SECTION 4 PROSECUTION AND PROGRESS 14
4-1 BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES: 14
4-2 PRE-CONSTRUCTION CONFERENCE: 15
4-3 ARCHAEOLOGICAL DISCOVERIES: 15
SECTION 5 GENERAL 15
5-1 MISCELLANEOUS 15
5-1.01 LABOR NON DISCRIMINATION: 15
5-1.02 GENERAL PREVAILING WAGE RATES: 15
5-1.03 APPRENTICES: 15
5-1.04 LABOR CODE REQUIREMENT: 16
5-1.05 WORKER'S COMPENSATION: 16
5-1.06 PUBLIC SAFETY: 16
5-1.07 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCE: 16
5-1.08 CONTRACTOR'S LICENSING LAWS: 16
5-1.09 SUBCONTRACTING: 16
5-1.10 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS: 17
5-1.13 PAYMENTS: 17
5-1.14 MEASUREMENT AND PAYMENT: 18
5-1.16 INDEMNIFICATION AND INSURANCE: 20
5-1.17 AREAS FOR CONTRACTOR'S USE: 21
5-1.18 NOTICE OF POTENTIAL CLAIM: 22
5-1.19 FINAL PAYMENT AND CLAIMS: 22
5-1.20 PAYROLL RECORDS: 22
5-1.23 SOUND CONTROL REQUIREMENTS: 22
SECTION 6 BLANK) 23
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
3
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�SECTION 7 BLANK) 23
SECTION 8 MATERIALS 24
SECTION 8-1 MISCELLANEOUS 24
8-1.01 GENERAL: 24
8-1.02 RELATIVE COMPACTION: 24
SECTION 9 DESCRIPTION OF WORK 24
SECTION 10 CONSTRUCTION DETAILS 24
SECTION 10-1 GENERAL 24
10-1.01 ORDER OF WORK: 24
10-1.02 PROJECT APPEARANCE: 25
10-1.03 WATER POLLUTION CONTROL: BID ITEM NO. 1) 25
10-1.04 COOPERATION: 26
10-1.05 PROGRESS SCHEDULE: 26
10-1.06 OBSTRUCTIONS: 26
10-1.07 CONSTRUCTION AREA SIGNS FOR DURATION OF PROJECT: BID ITEM No. 2) 27
10-1.08 TRAFFIC CONTROL SYSTEM INCLUDING FLAGGING: BID ITEM No. 3) 28
MAINTAINING TRAFFIC: 29
TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE: 29
10-1.10 2-INCH DIAMETER CONDUIT & COMMUNICATION CABLE BID ITEM NO. 4) 30
10-1.11 5-SECTION DOGHOUSE" SIGNAL HEAD ON MAST ARM: BID ITEM NO. 5) 31
10-1.12 5-SECTION IN-LINE" SIGNAL HEAD, DETAIL A: BID ITEM NO. 6) 31
10-1.14 CENTRAL MASTER TRAFFIC SIGNAL COORDINATION EQUIPMENT & SOFTWARE: 32
SECTION 11 BLANK) 32
SECTION 12 BLANK) 32
SECTION 13 BLANK) 32
SECTION 14 BLANK) 32
SECTION 15 SAMPLE CONTRACT 33
PAYMENT BOND 37
PERFORMANCE BOND 39
PROJECT PLANS 41
ASTRO-BRAC ASSEMBLY, AS-0109 45
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
4
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�SIGNATURE SHEET
BOOK ONE
NOTICE TO BIDDERS
AND
SPECIAL PROVISIONS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
The Special Provisions contained herein have been prepared by or under the
direction of the following registered person.
PLACE SEAL HERE
L. Neal Thompson v Date:
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
5
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�STANDARD PLANS LIST
The Standard Plan sheets applicable to this contract include, but are not limited to those indicated
below. The Standard Plans of May 2006, which apply to this contract, are included as attachments to
these Special Provisions.
GENERAL ROAD WORK
MISCELLANEOUS
A10A Abbreviations
A10B Symbols
A73C Delineators, Channelizers and Barricades
TEMPORARY FACILITIES
Tl l Traffic Control System for Lane Closure On Multilane Conventional Highways
T12 Traffic Control System for Lane Closure On Multilane Conventional Highways
T13 Traffic Control System for Lane Closure On Two Lane Conventional Highways
T17 Traffic Control System for Moving Lane Closure On Two Lane Highways
SIGNAL FACES, HEADS & MOUNTINGS
ES-4A
ES-4E
C:\Documents and Settings\thompsomi\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
6
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�RESOURCE MANAGEMENT AGENCY
DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
NOTICE TO BIDDERS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
Sealed bids will be received at the OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS, COUNTY OF
MONTEREY, 168 W. ALISAL STREET 1ST FLOOR, SALINAS, CALIFORNIA 93901 MAILING ADDRESS: P
0 Box 1728, SALINAS CA 93902-1728), until May 27, 2010 at 3 p.m., for construction of the San
Miguel Canyon Road Signal Coordination, Project No. 10-135065, as shown on the Plans and in
accordance with the specifications and other requirements therefor, at which time they will be
publicly opened and read by the Purchasing Agent in the County of Monterey Government Center,
Board of Supervisors' Conference Room 1032, 168 West Alisal Street 1St Floor, Salinas, California
93901.
Special attention of prospective bidders is called to the Proposal Requirements and Conditions" of
the Special Provisions. A bidder's bond, issued by an admitted corporate surety company in an
amount equal to at least ten percent of the amount bid, must accompany the bid. A blank Bidder's
Bond form is included in the Bid Book Book Two).
The Bidder shall possess a valid Class A" or Class C- 10", Contractor's license.
Project consists of modifying existing left turn traffic signal phasing at two intersections from
protected to protected-permissive phasing for traffic responsive signal coordination. The Engineer's
Estimate of construction cost is $25,000.
A payment bond and a performance bond each in the amount of 100 percent of the Contract are required
as specified by Section 3-1.02, Contract Bonds," of the Special Provisions.
Bids are required for the entire work described herein. Prices on alternate construction methods or
materials will be considered only when specifically called for.
The CONTRACT DOCUMENTS--plans, specifications, and any addenda-- may be examined at the
following locations:
Monterey County
Department of Public Works
168 W. Alisal Street, 2d Floor
Salinas, CA 93901
San Francisco Builders Exchange
850 S. Van Ness Avenue
San Francisco, CA 94110
Salinas Valley Builders Exchange
20 Quail Run Circle
Salinas, CA 93907
Sacramento Builders Exchange
1331 T Street
Sacramento, CA 95811
Builders Exchange of the Central Coast Santa Cruz Builders Exchange
C:\Documents and Settings\thompsonn\My Docurnents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
7
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�10012 1h Street, Bldg. 2861 1248 Thompson Avenue
Marina, CA 93933 Santa Cruz, CA 95062
Fresno Builders Exchange
1244 North Mariposa Avenue
Fresno, CA 93703
McGraw Hill
11875 Dublin Blvd. Suite A-118
Dublin, CA 94568
The Contract Documents will be made available ELECTRONICALLY and can be downloaded for free at
the following Monterey County website: http://www.co.monterey.ca.us/publicworks/bids.htm. Plan
holders must register before they can view or download the documents. A copy of the electronic files on
compact-disc CD) is also available at MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS, 168 W.
ALISAL STREET, 2ND FLOOR, SALINAS, CALIFORNIA 93901 for a nonrefundable fee of $5.00. The electronic
files can be used to print the project plans full or half size), project specifications, and other such
documents at various printing companies.
Pursuant to Section 1773 of the Labor Code, the Director of the California Department of Industrial
Relations has ascertained the general prevailing rate or per diem wages and the general prevailing rate for
holiday and overtime work in this locality for each craft, classification, or type of worker needed to
execute the Contract and are available on the internet at http:/www.dir.ca.gov/dlsr/pwd/. Copies thereof
are on file in the office of Department of Public Works, Salinas, California, and may be examined by any
interested party on request. These wage determinations for this project as predetermined by the Director
of the California Department of Industrial Relations are set forth in these Special Provisions. Addenda to
modify wage rates, if necessary, will be issued to the holders of these Special Provisions. Future effective
General Prevailing Wage Determinations, which have been predetermined and are on file with the
California Department of Industrial Relations htip://www.dir.ca.gov/dlsr/pwd/), are referenced but not
printed in these Special Provisions.
Pursuant to Section 5.08.120 of the Monterey County Code, all contractors and subcontractors providing
work, laborers, or materialmen on the project shall make a good-faith effort to hire Monterey Bay Area
residents such that no less than fifty percent 50%) of the contractor's total construction work force
including any subcontractor work force, measured in labor work hours, is comprised of Monterey Bay
Area residents.
Upon the Contractor's request, the County of Monterey will make payment of funds withheld from
progress payments pursuant to the requirements of Public Contract Code Section 22300 if the Contractor
deposits in escrow with the County Treasurer or with a bank acceptable to the County of Monterey,
securities eligible for the investment of State funds under Government Code Section 16430 or bank or
savings and loan certificates of deposit, upon conditions specified in Contract documents.
The Resource Management Agency, Department of Public Works reserves the right to reject any or all
bids or to waive any irregularities or informalities in any bids or in the bidding.
The quantities in the Bid Form Book Two) are approximate only, being given as a basis for the
comparison of bids; and the Department of Public Works does not, expressly or by implication, agree that
the actual amounts of work will correspond therewith, but reserves the right to increase or decrease the
amount of any class or portion of the work as may be deemed necessary or expedient by the Engineer.
All bids are to be compared on the Bid Form Book Two) of the quantities to be done.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
8
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z -�YAZDAN T. EMRANI, P.E.
DIRECTOR OF PUBLIC WORKS
RMA DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
DATED: May 11, 2010
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
9
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z
-�RESOURCE MANAGEMENT AGENCY
DEPARTMENT OF PUBLIC WORKS
COUNTY OF MONTEREY
STATE OF CALIFORNIA
SPECIAL PROVISIONS
SAN MIGUEL CANYON SIGNAL ROAD COORDINATION
PROJECT NO. 10-135065
SECTION 1- DEFINITION AND TERMS
1-1.01 SPECIFICATIONS AND PLANS:
The work embraced herein shall be done in accordance with the Standard Specifications, dated May
2006, and the Standard Plans, dated May 2006, of the State of California, Department of
Transportation, insofar as the same may apply and in accordance with the following Special
Provisions:
In case of conflict between the Standard Specifications and these Special Provisions, the Special
Provisions shall take precedence over and be used in lieu of such conflicting portions. The listing
of certain salient sections from the Standard Specifications and these Special Provisions shall not
in any way relieve the Contractor of complying with each and every section of the Standard
Specifications.
Amendments to the Standard Specifications set forth in these special provisions shall be considered
as part of the Standard Specifications for the purposes set forth in Section 5-1.04, Coordination and
Interpretation of Plans, Standard Specifications and Special Provisions," of the Standard
Specifications. Whenever either the term Standard Specifications is amended" or the term
Standard Specifications are amended" is used in the special provisions, the indented text or table
following the term shall be considered an amendment to the Standard Specifications. In case of
conflict between such amendments and the Standard Specifications, the amendments shall take
precedence over and be used in lieu of the conflicting portions.
1-1.02 INTERPRETATION OF STANDARD SPECIFICATIONS:
For the purpose of this Contract, certain terms or pronouns in place of them used throughout the
Standard Specifications, shall be interpreted as follows: Attention is directed to Section 1,
Definition and Terms," of the Standard Specifications and these Special Provisions:
1-1.03 DEFINITIONS:
The following terms defined in Section 1, Definitions and Terms," of the Standard Specifications
shall be interpreted to have the following meaning and intent:
State: County of Monterey
Department: The Monterey County Department of Public Works
Director: Chair of the Board of Supervisors
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
10
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z
-�Engineer: Director of Public Works of Monterey County, acting either directly
or through properly authorized agents, such agents acting within the
scope of the particular duties entrusted to them.
Laboratory: Any established laboratory designated by the Engineer to test
materials and work involved in the Contract.
Attorney General: County Counsel of Monterey County
1-1.04 DEFINITIONS IN SPECIAL PROVISIONS:
Whenever in the Special Provisions and other contract documents, the following terms, or pronouns
in place of them are used, the intent and meaning shall be interpreted as follows:
Clerk of the Board: The Clerk of the Monterey County Board of Supervisors
Public Works Director: The Director of Public Works of Monterey County.
SECTION 2 PROPOSAL REQUIREMENTS AND CONDITIONS
2-1.01 GENERAL:
The bidder's attention is directed to the provisions in Section 2, Proposal Requirements and
Conditions," of the Standard Specifications and these Special Provisions for the requirements and
conditions which he must observe in the preparation of the proposal form and the submission of the
bid.
The Bidder's Bond form mentioned in the last paragraph in Section 2-1.07, Proposal Guaranty," of
the Standard Specifications will be found in the Bid Form, Book Two. Bidder's security in the form
of cashier's check or certified check shall be made payable to the County of Monterey.
In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the
Bid.
This Contract will require a Class A" or Class C-10"contractor's license.
2-1.02 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS:
Each bid shall have listed therein the name and address of each Subcontractor to whom the bidder
proposes to subcontract portions of the work in an amount in excess of one-half of one percent of his
total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair
Practices Act, commencing with Section 4100 of the Public Contract Code.
The bidder's attention is directed to other provisions of said Act related to the imposition ofpenalties
for a failure to observe its provisions by using unauthorized Subcontractors or by making
unauthorized substitutions.
A sheet for listing the Subcontractors, as required herein by law, is included in the Bid.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
11
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z
-�2-1.03 EXAMINATION OF PLANS SPECIFICATIONS, CONTRACT, AND SITE OF WORK:
The bidder shall examine carefully the site of the work contemplated, the plans and
specifications, and the bid and contract forms therefor. The submission of a bid shall be
conclusive evidence that the bidder has investigated and is satisfied as to the general and local
conditions to be encountered, as to the character, quality and scope of work to be performed, the
quantities of materials to be furnished and as to the requirements of the bid, plans, specifications
and the contract.
The submission of a bid shall also be conclusive evidence that the bidder is satisfied as to the
character, quality and quantity of surface and subsurface materials or obstacles to be encountered
insofar as this information was reasonably ascertainable from an inspection of the site as well as
from the plans and specifications made a part of the contract.
All bidder inquiries about the meaning or intent of the Contract Documents submitted to the
Engineer shall be in writing. Replies to the inquiries will be in the form of addenda and will be
mailed, faxed, or delivered to all parties recorded by the Engineer as having received the bidding
documents. Issued addenda shall be considered as part of the Contract Documents. Bidder
inquiries received less than ten 10) days prior to the date of bid opening will not be answered.
Oral and other interpretations or clarifications will be without legal effect.
The County assumes no responsibility for conclusions or interpretations made by a bidder or
contractor based on the information or data made available by the County. The County does not
assume responsibility for representation made by its officers or agents before the execution of the
contract concerning surface or subsurface conditions, unless that representation is expressly
stated in the contract.
No conclusions or interpretations made by a bidder or contractor from the information and data
made available by the County will relieve a bidder or contractor from properly fulfilling the
terms of the contract.
2-1.04 GOOD-FAITH EFFORT TO HIRE RESIDENTS OF MONTEREY BAY AREA:
In accordance with Section 5.08.120 of the Monterey County Code, unless such requirement
would conflict with a state or federal law or regulation applicable to a particular contract for a
public work of improvement, all contractors and subcontractors providing work, laborers, or
materialmen on the project must promise to make a good-faith effort to hire qualified individuals
who are, and have been for one 1) year prior to the opening of bids residents of the Monterey
Bay Area in sufficient numbers so that no less than fifty percent 50%) of the contractor's total
construction work force on the project including any subcontractor work force, measured in labor
work hours is comprised of Monterey Bay Area residents. A certification form relating to
compliance with Section 5.08.120 is furnished with the bid documents. Each contractor must
complete the certification form and submit the certification form with the sealed bid. The
Monterey County Board of Supervisors may deem a bid non-responsive for failure to abide by
the good-faith local hiring provisions of Section 5.08.120.
The Monterey County Purchasing Agent has prescribed rules, regulations, and procedures
relating to the application, administration, and interpretation of the provisions of Section
5.08.120, which include the following:
Monterey Bay Area resident" means a person who resides within the boundaries of Monterey
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
12
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z
-�County, Santa Cruz County, or San Benito County.
A good-faith effort to hire qualified individuals" means that the contractor will take the
following or similar steps.
Contact local recruitment sources to identify qualified individuals who are Monterey Bay
Area residents.
Advertise for qualified Monterey Bay Area residents in trade papers and a newspaper of
general circulation in at least Monterey County, unless time limits imposed by the County
do not permit that advertising.
If portions of the work are to be performed by subcontractors, identify subcontractors
whose work force includes Monterey Bay Area residents.
Take residency into account as a factor when determining composition of construction
work force and potential subcontractors for the project.
Require the same good-faith efforts by its subcontractors.
The County department administering the contract, in conjunction with the County's Equal
Opportunity Officer, may periodically request evidence from each contractor that the contractor
is complying with the requirements of Section 5.08.120. To this end, the contractor shall
maintain accurate records documenting the following: contractor's good-faith efforts to hire
Monterey Bay Area residents; the total number of labor hours contractor's construction work
force has expended to date on the project; the number of such labor hours performed by
Monterey Bay Area residents; and evidence of residency of contractor construction workforce.
The contractor shall require any and all subcontractors on the project to maintain records of the
same information for subcontractor's work force on the project and shall require subcontractor to
provide a copy of those records to contractor upon contractor's request. The contractor shall make
contractor's and subcontractors' records available to County for review and inspection within five
business days of the County's request.
Contractors and subcontractors are referred to the provisions of Section 5.08.120 of the Monterey
County Code and the rules, regulations, and procedures adopted to implement Section 5.08.120,
a copy of which are on file with the County department administering the contract, with the
County's Purchasing Agent, and with the County's Equal Opportunity Officer.
SECTION 3 AWARD AND EXECUTION OF CONTRACT
3-1.01 GENERAL:
The bidder's attention is directed to the provisions in Section 3, Award and Execution of
Contract," of the Standard Specifications and these special provisions for the requirements and
conditions concerning award and execution of contract.
Bidders who wish to lodge a protest as to the award of the bid must do so before 5 p.m. of the 5th
business day following the notice of intent to award the contract. Failure to timely file a written
protest shall constitute a waiver of right to protest. Untimely protests will not be accepted or
considered. Bid protests must be submitted, in writing, to: MONTEREY COUNTY DEPARTMENT OF
PUBLIC WORKS TO THE ATTENTION OF THE PROJECT MANAGER/ 168 W ALISAL ST, 2ND FLOOR
/SALINAS CA 93901-2438. Protests may be hand-delivered or sent via facsimile 831)755-
4958], certified postal mail, or E-mail to the attention of the project manager The Project
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
13
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�Manager's E-mail address may be obtained by calling 831) 755-4800]. Bid protests must include
the project name and project number, a complete statement describing the basis for the bid
protest, including a detailed statement of all legal and factual grounds for the protest, any
documentation supporting the protestor's grounds for the protest, and the form of relief requested
and the legal basis for such relief The party lodging the protest must also include their contact
information including mailing address, telephone number, and E-mail address.
If a valid protest is timely filed, the Department shall investigate the bid protest. The protested
bidder shall have three 3) business days to respond to any Department of Public Works requests
to provide additional information.
The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid
complies with all the requirements prescribed.
In determining the lowest responsible" Bidder, consideration shall be given to the general
competency of Bidder in regards to the work covered by the bid.
The contract shall be executed by the successful bidder and shall be returned, together with the
contract bonds and insurance certificates, to the MONTEREY COUNTY PUBLIC WORKS
DEPARTMENT so that it is received within 10 days, not including Saturdays, Sundays and legal
holidays, after the bidder has received the contract for execution. Failure to do so shall be just
cause for forfeiture of the bid guaranty. The executed contract documents shall be delivered to
the following address: MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS, 168 W. ALISAL ST,
2ND FLOOR, SALINAS, CA, 93901-2438.
3-1.02 CONTRACT BONDS:
In lieu of the second paragraph in Section 3.102 of the Standard Specifications, the following
shall be inserted:
Except as otherwise provided in Section 3248 of the Civil Code and Section 30154 of the
Streets and Highways Code, each of the two bonds shall be in a sum equal to at least 100
percent of the contract price and shall be written by an admitted corporate surety.
SECTION 4 PROSECUTION AND PROGRESS
4-1 BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES:
Attention is directed to the provisions in Section 8-1.03, Beginning of Work;" in Section 8-1.06
Time of Completion;" and in Section 8-1.07, Liquidated Damages;" of the Standard Specifications.
The Contractor shall begin work within 10 calendar days of the issuance of the Notice to Proceed by
the County of Monterey. This work shall be diligently prosecuted to completion before the expiration
of 20 WORKING DAYS.
The Contractor shall pay to the County of Monterey the sum of $200 per day, for each and every
calendar day's delay in finishing the work in excess of the number of working days prescribed above.
C:\Documents and Settings\thompsonn\My Docurnents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-15-10.doc
14
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�4-2 PRE-CONSTRUCTION CONFERENCE:
After the issuance of the Notice to Proceed, a pre-construction conference shall be held at the
office of the MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS, 855 E. LAUREL DRIVE,
BUILDING D, SALINAS, CA, for the purpose of discussing with the Contractor the scope of work,
contract drawings, Specifications, existing conditions, materials to be ordered, equipment to be
used, and all essential matters pertaining to the prosecution of and the satisfactory completion of
the project as required. The Contractor's representatives at this conference shall include all major
superintendents for the work and may include major subcontractors.
4-3 ARCHAEOLOGICAL DISCOVERIES:
All articles of archaeological interest that may be uncovered by the Contractor during the
progress of the work shall be reported immediately to the Engineer. The further operations of the
Contractor with respect to the find shall be decided under the direction of the Engineer.
SECTION 5 GENERAL
5-1 MISCELLANEOUS
5-1.01 LABOR NON DISCRIMINATION:
Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of
Title 2, California Code of Regulations.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
GOV. CODE, SECTION 12990)
Your attention is called to the Nondiscrimination Clause", set forth in Section 7-1.01A(4),
Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt
state contracts and subcontracts, and to the Standard California Nondiscrimination Construction
Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt
state construction contracts and subcontracts of $5,000 or more.
5-1.02 GENERAL PREVAILING WAGE RATES:
The general prevailing rates of per diem, holiday, and overtime wages for each craft, classification,
or type of worker needed to execute the contract are determined in accordance with Section 1770, et.
seq., of the Labor Code; and the contractor shall comply with all applicable sections thereof.
Attention is directed to Section 7-1.01A(2), Prevailing Wage," of the Standard Specifications.
The general prevailing rate of per diem wages and the general prevailing rate for holiday and
overtime work are on file in the office of the Monterey County Department of Public Works or on
the Internet at: hLtp://www.dir.ca.gov/dlsL/pwd/.
The Contractor shall post the prevailing wage rates at the job site.
5-1.03 APPRENTICES:
Attention is directed to Section 7-1.01A 5), Apprentices," of the Standard Specifications.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
15
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�5-1.04 LABOR CODE REQUIREMENT:
Attention is directed to Section 7-1.01A(1), Hours of Labor," of the Standard Specifications.
5-1.05 WORKER'S COMPENSATION:
Attention is directed to Section 7-1.01A(6), Workers' Compensation," of the Standard
Specifications.
5-1.06 PUBLIC SAFETY:
The Contractor shall provide for the safety of traffic and the public in conformance with the
provisions in Section 7-1.09, Public Safety," of the Standard Specifications and these special
provisions.
Full compensation for conforming to the provisions in this section Public Safety," shall be
considered as included in the contract prices paid for the various items of work involved and no
additional compensation will be allowed therefore.
5-1.07 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCE:
When the presence of asbestos or hazardous substances are not shown on the plans or indicated in
the specifications and the Contractor encounters materials which the Contractor reasonably believes
to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code,
and the asbestos or hazardous substance has not been rendered harmless, the Contractor may
continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately
cease work in the affected area and report the condition to the Engineer in writing.
In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or
hazardous substances including exploratory work to identify and determine the extent of the asbestos
or hazardous substance will be performed by separate contract.
If delay of work in the area, due to the presence of asbestos or hazardous substances, delays the
current controlling operation, the delay will be considered a right of way delay and the Contractor
will be compensated for the delay in conformance with the provisions in Section 8-1.09, Right of
Way Delays," of the Standard Specifications.
The Department reserves the right to use other forces for exploratory work to identify and determine
the extent of such material and for removing hazardous material from such area.
5-1.08 CONTRACTOR'S LICENSING LAWS:
Attention is directed to Section 7-1.01 C, Contractor's Licensing Laws," of the Standard
Specifications.
5-1.09 SUBCONTRACTING:
No subcontract releases the Contractor from the contract or relieves the Contractor of their
responsibility for a subcontractor's work.
If the Contractor violates Pub Cont Code 4100 et seq., the County of Monterey may exercise
the remedies provided under Pub Cont Code 4110. The County of Monterey may refer the
violation to the Contractors State License Board as provided under Pub Cont Code 4111.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
16
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�The Contractor shall perform work equaling at least 30 percent of the value of the original total
bid with the Contractor's own employees and equipment, owned or rented, with or without
operators.
Each subcontract must comply with the contract.
Each subcontractor must have an active and valid State contractor's license with a classification
appropriate for the work to be performed Bus & Prof Code, 7000 et seq.).
Submit copies of subcontracts upon request by the Engineer.
Before subcontracted work starts, submit a Subcontracting Request form.
Do not use a debarred contractor; a current list of debarred contractors is available at the
Department of Industrial Relations' Web site.
Upon request by the Engineer, immediately remove and not again use a subcontractor who fails
to prosecute the work satisfactorily.
5-1.10 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS:
Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract
Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to
subcontractors.
A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt
of each progress payment in accordance with the provision in Section 7108.5 of the California
Business and Professions Code concerning prompt payment to subcontractors. The 10 days is
applicable unless a longer period is agreed to in writing. Any delay or postponement of payment
over 30 days may take place only for good cause and with the agency's prior written approval.
Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the
penalties, sanction and other remedies of that section. This requirement shall not be construed to
limit or impair any contractual, administrative, or judicial remedies otherwise available to the
contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the
prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.
5-1.13 PAYMENTS:
Attention is directed to Section 9-1.06, Partial Payments," and 9-1.07, Payment After
Acceptance," of the Standard Specifications and these special provisions.
For the purpose of making partial payments pursuant to Section 9-1.06, Partial Payments," of
the Standard Specifications, the amount set forth for the contract items of work hereinafter listed
shall be deemed to be the maximum value of the contract item of work, which will be recognized
for progress payment purposes.
Prepare Water Pollution Control Program $ 1,000
After acceptance of the contract pursuant to the provisions in Section 7-1.17, Acceptance of
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
17
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�Contract," of the Standard Specifications, the amount, if any, payable for a contract item of work
in excess of the maximum value for progress payment purposes hereinabove listed for the item,
will be included for payment in the first estimate made after acceptance of the contract.
No partial payment will be made for any materials on hand which are furnished but not
incorporated in the work.
5-1.14 MEASUREMENT AND PAYMENT:
Attention is directed to Section 9, Measurement and Payment," of the Caltrans Standard
Specifications and these Special Provisions.
Section 9-1.10, Arbitration," as defined in the Standard Specifications, is deleted from this
contract. In lieu of arbitration, the following shall apply from the Public Contract Code):
A. Application of article; inclusion of article in plans and specifications Public Contracts
Codes 20104):
1 a. This article applies to all public works claims of three hundred seventy-five thousand
dollars $375,000) or less which arise between a Contractor and the County of
Monterey.
lb. This article shall not apply to any claims resulting from a contract between the
Contractor and the County of Monterey when the public agency has elected to resolve
any disputes pursuant to Article 7.1 commencing with Section 10240) of Chapter 1
of Part 2, of the Public Contract Code).
2a. Public Works" has the same meaning as in Sections 3100 and 3106 of the Civil
Code.
2b. Claim" means a separate demand by the Contractor for A) a time extension, B)
payment of money or damages arising from work done by or on behalf of the
Contractor pursuant to the contract for a public work and payment of which is not
otherwise expressly provided for or the claimant is not otherwise entitled to, or C) an
amount the payment of which is disputed by the local agency.
3. The provisions of this article or a summary thereof shall be set forth in the plans or
specifications for any work, which may give, rise to a claim under this article.
4. This article applies only to contracts entered into on or after January 1, 1991.
B. Claims; requirements Public Contracts Codes 20104.2):
For any claim subject to this article, the following requirements apply:
1. The claim shall be in writing and include the documents necessary to substantiate the
claim. Claims must be filed on or before the date of final payment. Nothing in this
subdivision is intended to extend the time limit or supersede notice requirements
otherwise provided by contract for the filing of claims.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
18
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�2a. For Claims of less than fifty thousand dollars $50,000), the local agency shall
respond in writing to any written claim within 45 days of receipt of the claim, or may
request, in writing, within 30 days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses or claims the local agency
may have against the claimant.
2b. If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the
claimant.
2c. The local agency's written response to the claim, as further documented, shall be
submitted to the claimant within 15 days after receipt of the further documentation or
within a period of time no greater than that taken by the claimant in producing the
additional information, whichever is greater.
3a. For claims of over fifty thousand dollars $50,000) and less than or equal to three
hundred seventy-five thousand dollars $375,000), the local agency shall respond in
writing to all written claims within 60 days of receipt of the claim, or may request, in
writing, within 30 days of receipt of the claim, any additional documentation
supporting the claim or relating to defenses or claims the local agency may have
against the claimant.
3b. If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the
claimant.
3c. The local agency's written response to the claim, as further documented, shall be
submitted to the claimant within 30 days after receipt of the further documentation, or
within a period of time no greater than that taken by the claimant in producing the
additional information or requested documentation, whichever is greater.
4. If the claimant disputes the local agency's written response, or the local agency fails to
respond within the time prescribed, the claimant may so notify the local agency, in
writing, either within 15 days of receipt of the local agency's response or within 15
days of the local agency's failure to respond within the time prescribed, respectively,
and demand an informal conference to meet-and-confer for settlement of the issues in
dispute. Upon a demand, the local agency shall schedule a meet-and-confer
conference within 30 days for settlement of the dispute.
5. If following the meet-and-confer conference the claim or any portion remains in
dispute, the claimant may file a claim pursuant to Chapter 1 commencing with
Section 900) and Chapter 2 commencing with Section 910) of Part 3 of Division 3.6
of Title I of the Government Code. For purposes of those provisions, the running of
the period of time within which a claim must be filed shall be tolled from the time the
claimant submits his or her written claim pursuant to subdivision a) until the time the
claim is denied, including any period of time utilized by the meet and confer
conference.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
19
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�C. Procedures for civil actions filed to resolve claims Public Contracts Codes 20104.4): The
following procedures are established for all civil actions filed to resolve claims subject to
this article:
1. Within 60 days, but no earlier than 30 days, following the filing or responsive
pleadings, the court shall submit the matter to nonbinding mediation unless waived by
mutual stipulation of both parties. The mediation process shall provide for the
selection within 15 days by both parties of a disinterested third person as mediator,
shall be commenced within 30 days of the submittal, and shall be concluded within 15
days from the commencement of the mediation unless a time requirement is extended
upon a good cause showing to the court.
2a. If the matter remains in dispute, the case shall be submitted to judicial arbitration
pursuant to Chapter 2.5 commencing with Section 1141.10) Title 3 of Part 3 of the
Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil
Discovery Act of 1986 Article 3 commencing with Section 2016) of Chapter 3 of
Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding bought
under this subdivision consistent with the rules pertaining to judicial arbitration.
2b. In addition to Chapter 2.5 commencing with Section 1141.10) of Title 3 of Part 3 of
the Code of Civil Procedure, A) arbitrators shall, when possible, be experienced in
construction law, and B) any party appealing an arbitration award who does not
obtain a more favorable judgment shall, in addition to payment of costs and fees
under that chapter, also pay the attorney's fees on appeal of the other party.
D. Payment by local agency of undisputed portion of claim; interest on arbitration award or
judgment Public Contracts Codes 20104.6):
1. The County of Monterey shall not fail to pay money as to any portion of a claim that
is undisputed except as otherwise provided in the contract.
2. In any suit filed under Section 20104.4, Monterey County shall pay interest at the
legal rate on any arbitration award or judgment. The interest shall begin to accrue the
date the suit is filed in a court of law.
5-1.16 INDEMNIFICATION AND INSURANCE:
Attention is directed to Section 7-1.12, Indemnification and Insurance," of the Standard
Specifications and these Special Provisions.
In addition to all the Standard Specifications Section 7-1.12(b)(1)(c) requirements, the following
additional requirements shall be met. An Additional Insured Endorsement to the Contractor's
Liability insurance policy naming the County of Monterey, their officers, agents, and employees
as additional insured's in the form approved by the County of Monterey shall also be furnished.
A copy of the approved endorsement form may be obtained from the County of Monterey at the
address to obtain bid packages as shown in the Notice to Bidders. The insurance afforded to the
additional insured's is primary insurance and if the additional insured's have other insurance that
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
20
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�might be applicable to any loss, the amount of this insurance shall not be reduced or prorated due
to the existence of such other insurance.
The contractor's insurer agrees to waive subrogation claims against the County of Monterey,
their officers, agents, and employees.
Evidence of insurance Contractual Liability insurance and Additional Insured Endorsement) in
compliance with the requirements herein shall be furnished to the County of Monterey by the
Contractor with the Certificate of Insurance in the form as approved by the County of Monterey.
A copy of the approved certificate form may be obtained from the County of Monterey at the
address to obtain bid packages as shown in the Notice to Bidders. Certificates of insurance shall,
without any qualification thereto, contain the following statement:
Should any of the described policies be canceled, modified, or reduced in limits before the
expiration date thereof, the issuing company will mail 30 days' advance written notice to the
named certificate holders.
The insurance shall be issued by a company or companies authorized to transact business in the
State of California and shall have a rating of at least A- VII in accordance with the current Best's
rating.
Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve the
Contractor for liability in excess of such coverage, nor shall it preclude the State of California or
County of Monterey from taking such other actions as is available to them under any other
provision of this contract except retainage of money due to the Contractor) or otherwise in law.
Nothing in the contract is intended to create the public or any member thereof a third party
beneficiary hereunder, nor is any term and condition or other provision of the contract intended
to establish a standard of care owed to the public or any member thereof.
Prior to the execution of this Agreement by the County, Contractor shall file certificates of insurance
with the County Contracts/Purchasing Department and with the County Public Works Director,
showing that the Contractor has in effect the insurance required by this Agreement. The Contractor
shall file a new or amended certificate of insurance promptly after any change is made in any
insurance policy that would alter the information of the certificate then on file. Acceptance or
approval of insurance shall in no way modify or change the indemnification clause in this
Agreement, which shall continue in full force and effect.
5-1.17 AREAS FOR CONTRACTOR'S USE:
Attention is directed to the requirements specified in Section 7-1.19, Rights in Land and
Improvements," of the Standard Specifications and these Special Provisions.
The County right-of-way shall be used only for purposes that are necessary to perform the
required work. The Contractor shall not occupy the right-of-way, or allow others to occupy the
right-of-way, for purposes that are not necessary to perform the required work.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
21
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�There are no County-owned parcels adjacent to the right-of-way for the exclusive use of the
Contractor within the contract limits. The Contractor shall secure at his own expense any area
required for plant sites, storage of equipment or materials, or for other purposes.
Use of the Contractor's work areas and other County-owned property shall be at the Contractor's
own risk, and the County shall not be held liable for any damage to or loss of materials or
equipment located within such areas.
The Contractor shall obtain encroachment permits prior to occupying County-owned parcels
outside the contract limits. The required encroachment permits may be obtained from the
MONTEREY COUNTY DEPARTMENT OF PUBLIC WORKS, 168 W ALISAL STREET 2ND FLOOR,
SALINAS, CA 93901-2438.
Residence trailers will not be allowed within the county right-of-way.
The Contractor shall remove all equipment, materials, and rubbish from the work areas and other
County-owned property, which he occupies and shall leave the areas in a presentable condition,
in accordance with the provisions in Section 4-1.02, Final Cleaning Up," of the Standard
Specifications.
The Contractor shall secure at his own expense any area required for plant sites, storage of
equipment or materials, or for other purposes if sufficient area is not available to him within the
contract limits.
5-1.18 NOTICE OF POTENTIAL CLAIM:
Attention is directed to Section 9-1.04, Notice of Potential Claim," of the Standard
Specifications.
5-1.19 FINAL PAYMENT AND CLAIMS:
Attention is directed to Section 9-1.07B, Final Payment and Claims," of the Standard
Specifications.
5-1.20 PAYROLL RECORDS:
The Contractor's attention is directed to Section 7- 1.01A(3), Payroll Records," of the Standard
Specifications, and to the provisions of Labor Code, Section 1776 Stats. 1978, Chapter 1249).
The Contractor shall be responsible for the compliance with these provisions by his/her
Subcontractors. The Contractor shall furnish the Engineer with certified payrolls and statement
of benefits.
5-1.23 SOUND CONTROL REQUIREMENTS:
Sound control shall conform to the provisions in Section 7-1.01I, Sound Control Requirements,"
of the Standard Specifications and these Special Provisions.
Each internal combustion engine, used for any purpose on the job or related to the job, shall be
equipped with a muffler of a type recommended by the manufacturer. No internal combustion
engine shall be operated on the project without the muffler.
The noise level requirements shall apply to the equipment on the job or related to the job,
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
22
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�including but not limited to trucks, transit mixers or transient equipment that may or may not be
owned by the Contractor. The use of loud sound signals shall be avoided in favor of light
warnings except those required by safety laws for the protection of personnel.
Full compensation for conforming to the requirements of this section shall be considered as
included in the prices paid for the various contract items of work involved and no additional
compensation will be allowed therefor.
SECTION 6 BLANK)
SECTION 7 BLANK)
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
23
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�SECTION 8 MATERIALS
SECTION 8-1 MISCELLANEOUS
8-1.01 GENERAL:
Attention is directed to Section 6, Control of Materials," of the Standard Specifications and these
Special Provisions.
All materials required to complete the work under this contract shall be furnished by the Contractor
except for three PELCO Astro-brac, AS-0 109 assemblies with stainless screw upgrade used to install
5-section cluster signal heads. County of Monterey will provide these.
8-1.02 RELATIVE COMPACTION:
Wherever relative compaction is specified to be determined by Test Method No. California 216 or
Test Method No. California 231 the relative compaction will be determined by Test Method No.
California 231.
SECTION 9 DESCRIPTION OF WORK
In general, the project consists of traffic signal modifications including but not limited to modifying
signal heads and installing small amount communication cable and conduit.
Such other items or details, not mentioned above, that are required by the Plans, Standard
Specifications, Standard Plans, or these Special Provisions, shall be performed, placed, constructed,
or installed.
SECTION 10 CONSTRUCTION DETAILS
SECTION 10-1 GENERAL
10-1.01 ORDER OF WORK:
Order of work shall conform to the provisions in Section 5-1.05, Order of Work," of the
Standard Specifications and these special provisions.
Attention is directed to Water Pollution Control" of these special provisions regarding the
submittal and approval of the Water Pollution Control Program prior to performing work having
potential to cause water pollution.
Attention is directed to Maintaining Traffic" under Traffic Control System Including Flagging,
Bid Item No.3, Section 10-1.08 of these special provisions
Contractor shall protect existing cabinets, vaults, pull box covers, grates, curbing or other exposed
facilities in place. Any damages to existing facilities shall be repaired at the expense of the
Contractor. Contractor shall survey the number and location of these facilities prior bidding on the
work.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
24
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�Inventory and protection of existing facilities including cabinets, vaults, pull box covers, grates,
curbing, or other exposed facilities shall be considered as included in the contract price paid for
Two-inch Diameter Conduit and Communication Cable, Bid Item No. 4), and no additional
compensation will be allowed therefor.
10-1.02 PROJECT APPEARANCE:
The Contractor shall maintain a neat appearance to the work.
Full compensation for conforming to the provisions in this section not otherwise provided for,
shall be considered in prices paid for the various contract items of work involved and no
additional compensation shall be allowed therefor.
10-1.03 WATER POLLUTION CONTROL: BID ITEM NO. 1)
Water pollution control work shall conform to the provisions in Section 7-1.01G, Water Pollution,"
of the Standard Specifications and these Special Provisions.
This project lies within the boundaries of the California Regional Water Quality Control Board
RWQCB) Central Coast Region. A Notice of Intent to comply with the Terms of the General
Permit to Discharge Storm Water Associated with Construction Activity was submitted to the
California Regional Water Quality Control Board RWQCB) Central Coast Region. This project is
required to comply with the general permit requirements. A copy of the general permit is available
on the Internet at www.swreb.ca.gov/storrnwtr/construction.htmI. The General Permit to Discharge
Storm Water, the National Pollutant Discharge Elimination System NPDES) regulations that
regulate this project, is hereafter collectively referred to as the Permits."
This project shall conform to the Permits and modifications thereto. The Contractor shall maintain
copies of the Permits at the project site and shall make the Permits available during construction.
The Permits require the preparation of a sediment and erosion control plan that will be
referred to within these Special Provisions as the Storm Water Pollution Prevention Plan SWPPP).
The SWPPP shall be prepared in conformance with the requirements of the Permits, the
Department's Storm Water Pollution Prevention Plan SWPPP) and Water Pollution Control
Program WPCP) Preparation Manual" and the Department's Construction Site Best Management
Practices BMPs) Manual," including addenda issued up to and including the date of advertisement
of the project. These manuals are hereinafter referred to respectively as the Preparation Manual"
and the Construction Site BMPs Manual" and collectively as the Manuals." Copies of the
Manuals may be obtained from the Department of Transportation, Material Operations Branch,
Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone:
916) 445-3520, and may also be obtained from the Department's Internet website at:
htip://www.dot.ca.gov/hq/construc/stortnwater.html
The Contractor shall know and fully comply with applicable provisions of the Permits and all
modifications thereto, the Manuals, and federal, state, and local regulations and requirements that
govern the Contractor's operations and storm water and non-storm water discharges from both the
project site and areas of disturbance outside of the project limits during construction. Attention is
directed to Sections 7-1.01, Laws to be Observed," and 7-1.12, Indemnification and Insurance," of
the Standard Specifications.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
25
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�The Contractor shall be responsible for penalties assessed or levied on the Contractor or the
Department as a result of the Contractor's failure to comply with the provisions in this section,
Water Pollution Control," including, but not limited to, compliance with the applicable provisions
of the Permits, Manuals, and federal, state and local regulations and requirements as set forth therein.
Penalties as used in this section, Water Pollution Control," shall include fines, penalties and
damages, whether proposed, assessed, or levied against the County or the Contractor, including those
levied under the Federal Clean Water Act and the State Porter-Cologne Water Quality Control Act,
by governmental agencies or as a result of citizen suits.
PAYMENT
The Contract lump sum price paid for Water Pollution Control" shall provide for full
compensation for the preparation of the Storm Water Pollution Prevention Plan SWPPP) and for
implementing all water pollution and prevention control measures and no additional compensation
shall be allow therefor.
10-1.04 COOPERATION:
Attention is directed to Sections 7-1.14, Cooperation," and 8-1.10, Utility and Non-Highway
Facilities," of the Standard Specifications.
10-1.05 PROGRESS SCHEDULE:
Progress schedules are required for this project and must be submitted as specified in
Section 8-1.04, Progress Schedule," of the Standard Specifications and these special provisions,
unless otherwise authorized in writing by the Engineer.
The second paragraph of Section 8-1.04, Progress Schedule," of the Standard Specifications
does not apply.
Full compensation for submitting the required schedules shall be considered as included in the
contract prices paid for the various items of work involved, and no additional compensation shall
be allowed therefore.
10-1.06 OBSTRUCTIONS:
Attention is directed to Section 8-1.10, Utility and Non-Highway Facilities," and Section 15,
Existing Highway Facilities," of the Standard Specifications and these special provisions.
The Contractor shall notify in writing the following utilities and agencies five days prior to the
beginning of construction:
Charter Communications AT & T Broadband
Contact: Mark Wheeler Contact: Al Gutierrez
Tel: 831)846-3761 Tel: 408)754-8490
8120 Camino Arroyo P.O. Box 1711
Gilroy CA 95020-5123 Monterey CA 93940
PG&E Storm, Sewer Monterey County
Contact: David McKenna Contact: Bob Filice
Tel: 831)784-3295 Tel: 831)755-4950
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
26
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�401 Work St 168 W Alisal St, FL2
Salinas CA 95062 Salinas CA 93901
The Contractor's attention is directed to the existence of certain underground facilities that may
require special precautions be taken by the Contractor to protect the health, safety and welfare of
workmen and of the public. Facilities requiring special precautions include, but are not limited to:
conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in
pipelines greater than 6 inches in diameter or pipelines operating at pressures greater than 60 psi
gage); underground electric supply system conductors or cables, with potential to ground of more
than 300 volts, either directly buried or in duct or conduit which does not have concentric
grounded conductors or other effectively grounded metal shields or sheaths.
As the first order of work, the contractor shall pothole all utility crossings shown on the plans
and obtains measurements to the top of the pipe from a fixed recoverable point marked on the
ground adjacent to the pothole.
The Contractor shall notify the Engineer and the appropriate regional notification center for
operators of subsurface installations at least 2 working days, but not more than 14 calendar days,
prior to performing any excavation or other work close to any underground pipeline, conduit,
duct, wire or other structure. Regional notification centers include, but are not limited to, the
following:
Notification Center Telephone Number
Underground Service Alert-Northern California USA) 800) 642-2444
800) 227-2600
Western Utilities Underground Alert Inc.) 800) 424-3447
Full compensation for conforming to the provisions in this section not otherwise provided for,
shall be considered in prices paid for the various contract items of work involved and no
additional compensation shall be allowed therefore.
10-1.07 CONSTRUCTION AREA SIGNS FOR DURATION OF PROJECT: BID ITEM NO.2)
Construction area signs shall be furnished, installed, maintained, and removed at project
completion in accordance with the provisions in Section 12, Construction Area Traffic Control
Devices," of the Standard Specifications, these Special Provisions, and the project plans.
Construction area signs for the duration of the project and their locations are shown on sheet 3 of the
project plans attached to the back of the Special Provisions Book 1.
Attention is directed to Section 10-1.06 Obstructions" of these Special Provisions
concerning notification prior to installation of construction area signs.
All excavations required to install construction area signs shall be performed by hand
methods without the use of power equipment, except that power equipment may be used if it is
determined there are no utility facilities in the area of the proposed post holes.
PAYMENT
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
27
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�Full compensation for performing the above shall be considered in the lump sum price paid
for Construction Area Signs for Duration of Project, and no additional compensation shall be
allowed.
10-1.08 TRAFFIC CONTROL SYSTEM INCLUDING FLAGGING: BID ITEM NO 3)
All lane and turn lane closures shall be in accordance with the California Manual on Uniform
Traffic Control Devices adopted September 26, 2006. No through lane or turn lane closures or
flagging operations shall be allowed from 6 AM to 8:15 AM and from 3 PM to 7PM, Monday
through Friday. In general flagging operations are not allowed except for unplanned events and
for short periods of time for safety reasons. One lane of traffic in each direction shall be
maintained at all times on all public roadways.
Closure is defined as the closure of a traffic lane or lanes, including shoulder, turning pockets,
ramp or connector lanes, within a single traffic control system.
Closures shall conform to the provisions in Traffic Control System for Lane Closure" of these
special provisions.
Closures are only allowed during the hours indicated above except for work required under
Sections 7-1.08, Public Convenience," and Section 7-1.09, Public Safety."
The full width of the traveled way shall be open for use by public traffic when construction
operations are not actively in progress.
Under one-way reversing traffic control operations if allowed and approved by the Engineer,
public traffic may be stopped in one direction for periods not to exceed 2 minutes. Intersections
and driveways including traffic signal locations shall be under flagger control. At no time shall
the Contractor allow traffic to backup to the auxiliary lane of US 101 portion of the off-ramp to
San Miguel Canyon Road.
Flagging, signs, and temporary traffic control devices furnished, installed, maintained, and
removed when no longer required shall conform to the provisions in Section 12, Construction
Area Traffic Control Devices," of the Standard Specifications and these special provisions.
Construction area signs placed within 15 feet from the edge of the travel way shall be mounted
on stationary mounted sign supports as specified in Construction Area Traffic Control Devices"
of these special provisions.
The Contractor shall maintain accurate information on construction area signs. Signs that are no
longer required shall be immediately covered or removed. Signs that convey inaccurate
information shall be immediately replaced or the information shall be corrected. Covers shall be
replaced when they no longer cover the signs properly. The Contractor shall immediately restore
to the original position and location any sign that is displaced or overturned, from any cause,
during the progress of work.
C.\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
28
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�MAINTAINING TRAFFIC:
Maintaining traffic shall conform to the provisions in Sections 7-1.08, Public Convenience,"
Section 7-1.09, Public Safety," and Section 12, Construction Area Traffic Control Devices," of
the Standard Specifications, and these special provisions.
Personal vehicles of the Contractor's employees shall not be parked on the traveled way or
shoulders including sections closed to public traffic.
When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the
shoulder area shall be closed with fluorescent orange traffic cones or portable delineators placed
on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at
25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A
minimum of 9 traffic cones or portable delineators shall be used for the taper. All warning signs
shall be mounted on a crashworthy portable sign support with flags. The sign shall be placed
where designated by the Engineer. The sign shall be a minimum of 48" x 48" in size. The
Contractor shall immediately restore to the original position and location a traffic cone or
delineator that is displaced or overturned, during the progress of work.
If minor deviations from the lane closure restrictions are required, a written request shall be
submitted to the Engineer at least 24 hours before the proposed date of the variation. The
Engineer may approve the deviations if there is no increase in the cost to the County and if the
work can be expedited and better serve the public traffic. The shoulder may be used as through
traffic lane if approved by the Engineer. Through traffic lanes shall be a minimum width of 11
feet 12 feet adjacent to curbing).
LATE REOPENING OF CLOSURES
If a closure is not reopened to public traffic by the specified time, work shall be suspended in
conformance with the provisions in Section 8-1.05, Temporary Suspension of Work," of the
Standard Specifications. No further closures are to be made until the Engineer has accepted a
work plan, submitted by the Contractor that will insure that future closures will be reopened to
public traffic at the specified time. The Engineer will have 24 hours to accept or reject the
Contractor's proposed work plan. The Contractor will not be entitled to compensation for the
suspension of work resulting from the late reopening of closures.
TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE:
A traffic control system shall consist of closing traffic lanes in conformance with the provisions
in Section 12, Construction Area Traffic Control Devices," of the Standard Specifications, the
provisions under Maintaining Traffic" and Construction Area Signs" of these special
provisions, and these Special Provisions.
The provisions in this section will not relieve the Contractor of responsibility for providing
additional devices or taking measures as may be necessary to comply with the provisions in
Section 7-1.09, Public Safety," of the Standard Specifications.
If components in the traffic control system are displaced or cease to operate or function as
specified, from any cause, during the progress of the work, the Contractor shall immediately
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
29
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�repair the components to the original condition or replace the components and shall restore the
components to the original location.
In lieu of Sectionl2-202 FLAGGING COSTS, the cost of furnishing all flaggers and flagging
operations shall be borne entirely by the Contractor.
PAYMENT
The contract lump sum price paid for traffic control system shall include full compensation for
all flagging operations, flaggers, and preventing traffic from backing up to US 101 auxiliary lane
at off-ramp and furnishing all labor, materials including signs), tools, equipment, and
incidentals, and for doing all the work involved in placing, removing, storing, maintaining,
moving to new locations, replacing and disposing of the components of the traffic control
system, as specified in the Standard Specifications and these special provisions, and as directed
by the Engineer, and no additional compensation will be allowed therefor.
10-1 10 2-INCH DIAMETER CONDUIT & COMMUNICATION CABLE BID ITEM NO. 4)
Contractor shall install 2-inch diameter schedule 40 rigid PVC conduit from the AT&T vault to
the 332 traffic signal controller cabinet both of which are located on the northeast corner of San
Miguel Canyon Road and Moro Road as shown on sheet 2 of the Project Plans. Conduit shall
run from the existing AT&T vault to the 332 traffic signal controller cabinet. Conduit shall enter
the end wall of the AT&T vault and shall be Portland Cement Concrete mortared. A 3/8 inch
polyester pull rope shall be placed. Conduit shall enter the side of the traffic signal cabinet
through a 2-inch diameter galvanized schedule 40 rigid) steel conduit and LB 90 degree fitting.
Cabinet entry point shall be at the location designated by the Engineer. All conduit work shall be
rigid and waterproof. Mounting board for an AT&T isolator shall be provided and attached to
the inside wall of the signal cabinet by the Contractor. AT&T will provide and install the
communication cable from their vault to the signal cabinet and also install their isolator.
Contractor shall notify AT&T's Tom Lee, Contract Administrator, at 831-728-9350, 48 hours in
advance of the need to inspect the conduit installation work. Contractor shall coordinate with
AT&T for the cable installation, connections, and isolation device work to be performed. All
work shall meet the requirements of AT&T.
In addition to the AT&T isolation device, an EDCO Surrestor Model PC642 Series surge
protector with 20-volt clamp voltage" and ten circuit Buchanan Connector PCB 1 B or approved
equals) shall be provided and installed in the Moro Road 332 traffic signal controller cabinet to
isolate the Moro intersection cabinet from the Prunedale North intersection 332 cabinet during
lighting strikes or other undesirable electrical events.
The conduit trench shall be backfilled and compacted to 90% minimum relative compaction. A
minimum of 3 inches of hot mix asphalt Type B, 1/2 inch maximum, medium) shall be installed
as a paving course to match the existing surface. Asphalt shall be properly compacted to 95%
relative compaction.
Due to the amount of existing utilities in the excavation area, the Contractor shall hand dig the
required trench below the asphalt surfacing. Conduit cover shall be a minimum of 24 inches.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
30
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z-�PAYMENT
Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all the work involved in installing 2" diameter conduit, communication cable, and isolation
devices as shown on the plans, as specified in the Standard Specifications and these Special
Provisions, and as directed by the Engineer shall be considered as included in the contract lump
sum price paid and no additional compensation shall be allowed therefor.
10-1.11 5-SECTION DOGHOUSE" SIGNAL HEAD ON MAST ARM: BID ITEM NO. 5)
Contractor shall remove and salvage the two existing signal heads on each mast arm and install
new 5-section doghouse" signal head per Standard Plan ES-4E, Detail MAS-5E except that no
slip fitter is used. A PELCO Astro-brac two-way mounting assembly, Part Number AS-0109,
stainless upgrade, shall be used to attach signal head to the mast arm. County of Monterey will
provide the PELCO Astro-brac, AS-0109 assembly bracket only. Signal head shall contain all
12-inch LED sections and signal head and backplate shall be metal. LED modules shall be on
Caltrans' Qualified Product List and meet the requirements of SECTION 86-4.02, LIGHT
EMITTING DIODE SIGNAL MODULE of the Standard Specifications.
Salvaged signal heads shall be delivered to the County's Laurel Street facilities in the City of
Salinas per the Engineer's direction.
PAYMENT
The contract price paid per each for 5-SECTION DOGHOUSE" SIGNAL HEAD ON MAST
ARM shall include full compensation for salvaging existing signal heads and furnishing all labor,
materials, tools, equipment, and incidentals and for doing all the work involved in installing
framework and mounting bracket and 5-section LED signal head with backplate complete in
place as specified in the Project Plans, Standard Specifications, Standard Plans and these Special
Provisions and no additional compensation shall be allowed therefor.
10-1.12 5-SECTION IN-LINE" SIGNAL HEAD, DETAIL A: BID ITEM NO. 6)
Contractor shall install new 5-section in-line signal heads to replace existing 3-section heads at
the locations shown on the project plans. All signal head sections shall be 12-inch LED and
signal heads and backplates shall be metal. LED modules shall be on Caltrans' Qualified
Product List and meet the requirements of SECTION 86-4.02, LIGHT EMITTING DIODE
SIGNAL MODULE of the Standard Specifications. In addition, the frameworks shall be
modified to properly accommodate the other existing signal heads for the other traffic phases.
New frameworks shall be provided if the existing can not be modified. An additional bolt
and/or bracket assembly shall be installed at the top of the modified or new frameworks to
provide additional stability at the Prunedale North intersection. Existing frameworks are SV-4-
TA and SV-3-TA at Prunedale North Road. The framework at Moro Road is a TV-2-T.
Salvaged signal heads shall be delivered to the County's Laurel Street facilities in the City of
Salinas per the Engineer's direction.
PAYMENT
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
31
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z -�The contract price paid per each for 5-SECTION IN-LINE" SIGNAL HEAD, DETAIL A shall
include full compensation for salvaging existing heads and furnishing all labor, materials, tools,
equipment, and incidentals and for doing all the work involved in furnishing and installing
framework and 5-section LED signal head with backplate complete in place as specified in the
project plans, Standard Specifications, Standard Plans and these Special Provisions and no
additional compensation shall be allowed therefor.
10-1.14 CENTRAL MASTER TRAFFIC SIGNAL COORDINATION EQUIPMENT &
SOFTWARE:
Central master computer and software and retiming of traffic signals will be provide by separate
contract and are not a part of this contract.
SECTION 11 Blank)
SECTION 12 Blank)
SECTION 13 Blank)
SECTION 14 Blank)
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
32
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z!-�SECTION 15 SAMPLE CONTRACT
SAMPLE CONTRACT
CONTRACT FOR PUBLIC WORK
COUNTY OF MONTEREY
STATE OF CALIFORNIA
CONTRACT NO. 10-135065
THIS AGREEMENT, made in triplicate by and between the COUNTY OF
MONTEREY, a political subdivision of the State of California, hereinafter called the County,"
and hereinafter called the
Contractor," WITNESSETH:
1) THE WORK
The Contractor shall do all the work and furnish all the materials, except such as
are mentioned in any of the contract documents to be furnished by the County, necessary to
construct and complete in a good, workmanlike and substantial manner and to the satisfaction of
the County, the following public work:
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
in accordance with this agreement and with all of the following additional contract documents
which are incorporated into and made a part of this agreement:
a) The Standard Specifications, dated May 2006, and the Standard Plans, dated May
2006 of the State of California, Department of Transportation.
b) A set of plans and cross sections when applicable) entitled:
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
c) The Special Provisions for the work.
d) The Notice to Bidders calling for bids.
e) The Payment and Performance bonds required.
C:\Docu vents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
33
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z"-�f) Certificate of Insurance
g) The accepted bid/proposal including the following:
List of Subcontractors
Equal Employment Opportunity Certification
Public Contract Code Section 10285.1 Statement
Public Contract Code Section 10162 Questionnaire
Public Contract Section 10232 Statement
Non-Collusion Affidavit
Debarment and Suspension Certification
Affidavit Concerning Employment of Undocumented Aliens
Contractor's Certificate as to Worker's Compensation
Certification of Good Faith Effort
List of Satisfied Public Agencies
Bidder's Bond
All contract documents are intended to cooperate, so that any work called for in one and
not mentioned in another is to be executed the same as if mentioned in all. However, should there
be any conflict between the terms of this instrument and the Contractor's bid or proposal, then
this instrument shall control.
2. WORKERS' COMPENSATION
In accordance with the provisions of Section 3700 of the Labor Code, the Contractor
and every Subcontractor will be required to secure the payment of compensation to his
employees.
3. CONTRACT PRICE
The County shall pay the Contractor the following prices for the performance of this
contract:
C:\Docurnents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
34
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z#-�SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
ITEM UNIT OF ESTIMATED ITEM PRICE TOTAL
NO ITEM DESCRIPTION MEASURE QUANTITY In Figures) In Figures)
1 WATER POLLUTION CONTROL LS LS
$ $
2 CONSTRUCTION AREA SIGNS LS LS
FOR DURATION OF PROJECT $ $
3 TRAFFIC CONTROL INCLUDING
LS
LS
FLAGGING $ $
4 2" DIAMETER CONDUIT & LS LS
COMMUNICATION CABLE $ $
5 5-SECTION DOG HOUSE"
EA
3
SIGNAL HEAD ON MAST ARM $ $
6 5-SECTION IN-LINE SIGNAL EA 3
HEAD PER DETAIL A $ $
TOTAL COST
$
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
35
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z$-�IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the
dates appearing below their respective signatures.
CONTRACTOR:
Name of Company)
By:
Name:
Title:
Date:
COUNTY OF MONTEREY:
By:
Name: Yazdan T. Emrani, P.E.
Title: Director of Public Works
Date:
APPROVE AS TO FORM APPROVE AS TO FORM
By: By:
Name: Cynthia L. Hasson Name: Steven F. Mauck
Title: Deputy County Counsel Title: Risk Manager
Date: Date:
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
36
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z%-�COUNTY OF MONTEREY
PAYMENT BOND
Civil Code Section 3249)
KNOW ALL MEN BY THESE PRESENTS THAT:
WHEREAS, the County of Monterey has awarded to Principal, as Contractor, a contract
for the following project:
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
AND WHEREAS, Principal, as Contractor, is required to furnish a bond in connection
with said contract, to secure the payment of claims of laborers, mechanics, materialmen, and
other persons furnishing labor and materials on the project, as provided by law.
NOW, THEREFORE, we as
Principal, and
as Surety, are held and firmly
bound unto the County of Monterey, a political subdivision of the State of California hereinafter
called County"), and to the persons named in California Civil Code section 3181 in the penal
sum of for the
payment of which sum in lawful money of the United States, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
If the Principal, or any of Principal's heirs, executors, administrators, successors,
assigns, or Subcontractors, 1) fails to pay in full all of the persons named in Civil Code Section
3181 with respect to any labor or materials furnished by said persons on the project described
above, or 2) fails to pay in full all amounts due under the California Unemployment Insurance
Code with respect to work or labor performed on the project described above, or 3) fails to pay
for any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of the Principal and Subcontractors
pursuant to Unemployment Insurance Code section 13020 with respect to such work and labor,
then the Surety shall pay for the same.
Surety hereby stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the contract on the call for bids, or to the work to be performed there
under, or the specifications accompanying the same, shall in any way affect its obligation under
this bond, and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of said contract or the call for bids, or to the work, or to the specifications.
If suit is brought upon this bond by the County and judgment is recovered, the Surety
shall pay all litigation expenses incurred by the County in such suit, including attorney's fees,
court costs, expert witness fees and investigation expenses.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
37
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z&-�This bond inures to the benefit of any of the persons named in Civil Code section 3181,
and such persons or their assigns shall have a right of action in any suit brought upon this bond,
subject to any limitations set forth in Civil Code sections 3247 et seq. Civil Code, Division 3,
Part 4, Title 15, Chapter 7: Payment Bond for Public Works).
IN WITNESS WHERE OF the above-bounden parties have executed this instrument
under their several seals this day of 20 the name and corporate
seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
Corporate Seal)
Principal
By
Title
Corporate Seal)
Surety
By
Title
Attach notary acknowledgment for all signatures and attorney-in-fact certificate for signature by
surety's representative)
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
38
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z'-�COUNTY OF MONTEREY
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS THAT:
WHEREAS, the County of Monterey has awarded to Principal,
as Contractor, a contract for the following project:
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
PROJECT NO. 10-135065
WHEREAS, Principal, as Contractor, is required to furnish a bond in connection with said
contract, to secure the faithful performance of said contract.
and
NOW, THEREFORE, we as Principal,
as Surety, are held and firmly
bound unto the County of Monterey, a political subdivision of the State of California hereinafter
called County"), in the penal sum of for the
payment of which sum in lawful money of the United States, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
If the Principal, as Contractor, or Principal's heirs, executors, administrators, successors,
or assigns, 1) shall in all things stand to and abide by and well and truly keep and perform the
covenants, conditions, and agreements in said contract and any alteration thereof made as therein
provided, on Principal's part to be kept and performed, at the time and in the manner therein
specified and in all respects according to their true intent and meaning, and 2) shall defend,
indemnify and save harmless the County, the members of its board of supervisors, and its
officers, agents and employees as therein stipulated, then this obligation shall become null and
void; otherwise, it shall be and remain in full force and virtue.
Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition
to the terms of the contract or the call for bids, or to the work to be performed thereunder, or the
specifications accompanying the same, shall in any way affect its obligation under this bond, and
it does hereby waive notice of any such change, extension of time, alteration or addition to the
terms of said contract or the call for bids, or to the work, or to the specifications.
Whenever the Principal, as Contractor, is in default, and is declared in default, under the
contract by the County of Monterey, the County of Monterey having performed its obligation
under the contract, Surety may promptly remedy the default, or shall promptly:
1) Complete the contract in accordance with its terms or conditions, or
2) Obtain a bid or bids for submission to County of Monterey for completing the
contract in accordance with its terms or conditions, and upon determination by
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
39
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z(-�County of Monterey and Surety of the lowest responsible and responsive bidder,
arrange for a contract between such bidder and County of Monterey, and make
available as work progresses even though there should be a default or a
succession of defaults under the contract or contracts of completion arranged
under this paragraph) sufficient funds to pay the cost of completion less the
balance of contract price.
If suit is brought upon this bond by the County and judgment is recovered, the Surety shall
pay all litigation expenses incurred by the County in such suit, including attorney's fees, court
costs, expert witness fees and investigation expenses.
IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under
their several seals this day of 20 the name and
corporate seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
Corporate Seal)
Corporate Seal)
Principal
By
Title
Surety
By
Title
Attach notary acknowledgment for all signatures and attorney-in-fact certificate for signature by
surety's representative)
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
40
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z)-�PROJECT PLANS
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
41
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z*-�CONSTRUCTION AREA SIGNS STATIONARY MOUNTED)
SIGN NO. SIGN CODE SIGN MESSAGE PANEL SIZE m) NO. OF POST AND SIZE NO. OF
SIGNS
J W20-1 ROAD WORK AHEAD 4W' X 48" 1 4in X 4in 4
m2 G20.2 END ROAD WORK 36" X 18" 1 4in X 4in 2
NOTES:
1. THIS PLAN ACCURATE FOR CONSTRUCTION AREA SIGN WORK FOR
DURATION OF PROJECT ONLY.
2. EXACT SIGN LOCATIONS TO BE DETERMINED BY THE ENGINEER,
D ale: I Z-L-7
NEAL.THOMPSON.
PREPARED BY
NEAL,THOMPSON.._.__.
SUMMED By
APPRUVEU BY
acc`~N MONTEREY COUNTY PUBLIC WORKS
ENGINEERING DIVISION
TRAFFIC SECTION
188 W. AIIsd St., 2nd Floor
Salinas, Ca 93801
831) 755-4800 FAX 831) 755-4958
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
CONSTRUCTION AREA SIGNS
PROJECT NO. 10-135065
BALE SOME
10-30-20D9 N.T.S.
RIEPAIH
G \Doeum on t\snm orosig209. dwg
LAYOUT
T---FT-O7
1 3
9
b
C)
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z+-�cUR'-JL!NC
A.C. DIKE..
INSTALL 2" SCHEDULE 40 PVC
CONDUIT C/W POLYETHYLENE PULL
ROPE, 8'-DIAMETER, WITH
TWISTED & SHIELDED CONDUCTOR-
CABLE ALL PER AT&T REQUIREMENTS.
ENTER & SEAL AT&T VAULT
PER AT&T REQUIREMENTS.
PG&E VAULT
4
INSTALL MAS-5A WITH ASTRO-BRAC 2-WAY
MOUNTING BRACKET.
SEE STD. PLAN ES-4E & SPECIAL PROVISIONS.
N.EALTHQMP.SQN
PREPARED BY
EXISTING TRAFFIC SIGNAL
CONDUIT
RMOVE & SALVAGE SIGNAL HEAD,
NSTALL 5-SECTION
I LINE SIGNAL HEAD
IPR DETAIL A
EE SPECIAL PROVISIONS
SAN MIGU
ONTEREY COUNTY PUBLIC WORKS
iE
SIIBLBTD BY
1 APPROCEU BY
REMOVE & SALVAGE SIGNAL
HEADS, PLUG TENONS WITH
DUCT SEALANT.
ENGINEERING DIVISION
TRAFFIC SECTION
168 W. Ailed St 2nd Floor
Shcna., CD 93901
831) 755-4800 FAX 831) 755-4958
EL CANYON ROAD
REPLACE R-73 SIGN
WITH R10-12 SIGN,
30" X 36"
CONSTRUCTION NOTES:
1. ADD PROTECTED-PERMISSIVE PHASING.
BY MODIFYING SIGNAL HEADS AS SHOWN.
2. NOTIFY ENGINEER 24 HOURS PRIOR TO INST.
OF SIGNAL HEADS.
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
SAN MIGUEL CANYON & MORO ROAD INTERSECTION
PROJECT NO. 10-135065 FlI.EPATM
C: \Doeument\snmoroe1g209.dwg
DATE I SCALE LAYOUT 5HT I TOT
10-08-2009 1' 30' 2 3
U
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z,-�INSTALL MAS-5A WITH ASTRO-BRAC 2-WAY
MOUNTING BRACKET.
SEE STD. PLAN ES-4E & SPECIAL PROVISIONS.
CONSTRUCTION NOTES:
1. ADD PROTECTED-PERMISSIVE PHASING.
BY MODIFYING SIGNAL HEADS AS SHOWN,
2. NOTIFY ENGINEER 24 HOURS PRIOR TO INSTALLATION
OF SIGNAL HEADS.
NEAL THOMPSON.....
PREPARED BY
SUBMITTED BY
APPROVED BY
MONTEREY COUNTY PUBLIC WORKS
ENGINEERING DIVISION
TRAFFIC SECTION
168 W Mlsal St 2nd Floor
Salinas, Co Q3901
831) 755-4800 FAX 831) 755-4958
REMOVE & SALVAGE EXISTING SIGNAL HEAD
INSTALL 5-SECTION
IN-LINE SIGNAL HEAD
PER DETAIL A
SEE SPECIAL PROVISIONS
REPLACE R-73 SIGN
WITH R10-12 SIGN,
30" X 36"
EXISTING CONTROLLER CABINET
CONTROLLER REPROGRAMMING BY OTHERS
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION
SAN MIGUEL CANYON & PRUNEDALE NORTH INTERSECTION
PROJECT NO. 10-135065 FlEPAT"
C: \Document\onmoroslg209.dwg
10-08-2009 I lc- 30' I LAYOUT 13 T I mT
wo
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK ONE - SAN MIGUEL CANYON �Z--�ASTRO-BRAC ASSEMBLY, AS-0109
www.pelcoine.com
1julkow 320 W. 18153 Sr EDMOND. OK 73013
06= CGODUCM INC 405-340-3434 FAX: 405-340-3435
REF.:
ASSEMBLY SHEET
TITLE: ASTRO-BRAC ASSEY
5-SEC CLUSTER
STELLAR SERIES BAND MOUNT
PELCO NO-
AS-01 09
AS-3004
STELLAR
CLAMP KIT
AB-5001
ARM KIT
OPTIONS
TUBE LENGTH:
37, 48. 56, OR 74"
BAND LENGTH:
29" FITS 4"-8.6" POLE DIA.
36' FITS 4'-10.8' POLE DIA.
42' FITS 4'-12.7' POLE DIA.
48' FITS 4"-14.6" POLE DIA.
56 FITS 4-17.2" POLE DIA.
STAINLESS UPGRADE AB-02D4-SS)
PAINT
ITEM PART NO. DESCRIPTION QTY
1 AB-0233-35 INSERT, VINYL, 35"
2 AB-0306-37 GUSSETED TUBE, 136"-11% NPS x 37", TOE, ALUM
3 AS-0347-Ml CLAMP, MALE, STELLAR SERIES ASTRO-BRAC, ALUM
4 AS-0346-M1 CLAMP, FEMALE STELLAR SERIES ASTRO-BRAC BAND MNT, ALUM 2
5 AB-0204-GLV KIT, CLAMP SCREW, 7/16"-14 GALV SCREW & STAINLESS HDWR
6 AB-0244-SS CLAMP, BAND 5/8", STAINLESS 2
7 FS-3202-SS SCREW, SET SOC HD, 5/16"-18 X 1/4", STAINLESS 2
8 FS-2125-SS BOLT, HEX HD, 7/16"-14 x 1%", STAINLESS 2
9 FS-4213-SS WASHER, SPLIT LOCK, 7/16", STAINLESS 2
10 AB-0243 BAND, 5/8", STAINLESS 2
11 FS-6200-ZN1 GROOVE PIN, 3/16" X 1-3/4, ZINC 1 2
12 AB-0256-SS V-BOLT KIT, 5/16"-18, STAINLESS
13 B-4001 THREAD PROTECTOR, 114", PLASTIC
14 AB-0236-M2 COVER SET, LOWER ARM, 2-WAY, ABS PLASTIC
15 AB-0297-M 1 LOWER ARM, ASTRO-BRAC, 2-WAY, ALUM
16 AB-0236-M4 COVER, SINGLE UPPER CLUSTER ARM, ABS PLASTIC
17 AB-0298-M 1 UPPER ARM, ASTRO-BRAC, 5-SEC CLUSTER, ALUM
18 B-2021 BAG, 004" x 4" x 4" POLY BAG W/ PELCO LOGO 2
19 AB-0270-SS HARDWARE KIT, 5-SEC CLUSTER, STAINLESS
7/25/00 REV B-3/26/03
SHEET 1 OF 1
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Proj 10-135065 Book 1, 4-13-10.doc
45
BIB]
40313-U01
BOOK-U02
ONE-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91439-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���MONTEREY COUNTY BOARD OF SUPERVISORS
GOVERNMENT CENTER, 168 W. ALISAL STREET, 1ST FLR,
CONFERENCE ROOM 1032
SALINAS, CALIFORNIA 93901-2437
BOOK TWO
BID FORM
SAN MIGUEL CANYON ROAD
SIGNAL COORDINATION
PROJECT NO. 10-135065
NAME OF BIDDER
BUSINESS P.O. BOX
CITY, STATE, ZIP
BUSINESS STREET ADDRESS
Please include even if P.O. Box used)
CITY, STATE, ZIP
TELEPHONE NO: AREA CODE
FAX NO: AREA CODE
CONTRACTOR LICENSE NO.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-13-10 docm
I
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���BOOK TWO
BID/PROPOSAL
SAN MIGUEL CANYON ROAD
SIGNAL COORDINATION
PROJECT NO. 10-135065
TABLE OF CONTENTS
Page No.
BID FORM 3
LIST OF SUBCONTRACTORS 7
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 9
PUBLIC CONTRACT CODE 10
NON-COLLUSION AFFIDAVIT 12
DEBARMENT AND SUSPENSION CERTIFICATION 13
STATEMENT CONCERNING EMPLOYMENT OF UNDOCUMENTED ALIENS 14
CONTRACTOR'S CERTIFICATE AS TO WORKER'S COMPENSATION 15
CONTRACTOR'S CERTIFICATION OF GOOD-FAITH EFFORT TO HIRE MONTEREY BAY AREA
RESIDENTS 16
LIST OF SATISFIED PUBLIC AGENCIES 18
BIDDER'S BOND 19
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10.docm
2
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���BID FORM
SAN MIGUEL CANYON ROAD
SIGNAL COORDINATION
PROJECT NO. 10-135065
TO: MONTEREY COUNTY BOARD OF SUPERVISORS
Government Center
168 W. Alisal Street, 1st Floor, Room 1032
Salinas, California 93901-2683
1 Pursuant to and in compliance with the Notice to Bidders Inviting Formal Bids and with
the other documents relating thereto, the undersigned bidder, having become familiar with
the terms of the contract, the local conditions affecting the performance of the contract, the
cost of the work at the place where the work is to be done, the project plans and
specifications, and the other contract documents, hereby proposes and agrees to perform
within the time hereinafter set forth the said Specifications and shown on the plans
accompanying them, and to provide and furnish any and all labor, materials, equipment,
transportation, utilities, and services necessary to perform the contract and complete in a
workmanlike manner all of the work required in connection with the following project:
SAN MIGUEL CANYON ROAD SIGNAL COORDINATION, all in strict conformity
with the drawings and specifications and other contract documents, including all addenda,
for the sum hereinafter stated:
SAN MIGUEL CANYON ROAD
SIGNAL COORDINATION
PROJECT NO. 10-135065
ITEM ITEM DESCRIPTION UNIT OF ESTIMATED ITEM PRICE TOTAL
NO MEASURE QUANTITY in Figures) In Figures)
1 WATER POLLUTION CONTROL LS LS
$ $
2 CONSTRUCTION AREA SIGNS
LS
LS
FOR DURATION OF PROJECT $ $
3 TRAFFIC CONTROL INCLUDING
LS
LS
FLAGGING $ $
4 2" DIAMETER CONDUIT &
LS
LS
COMMUNICATION CABLE $ $
5 5-SECTION DOG HOUSE"
EA
3
SIGNAL HEAD ON MAST ARM $ $
6 5-SECTION IN-LINE SIGNAL
EA
3
HEAD PER DETAIL A $ $
TOTAL COST
2. Bids are required for the entire work. The total of unit basis items will be determined by
extension of the item price bid on the basis of the estimated quantity set forth for the item.
The undersigned understands that the quantities given are approximate only, being given as a
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
3
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���basis for the comparison of Bids, and the County of Monterey does not, expressly or by
implication, agree that the actual amount of work shall correspond therewith, but reserves the
right to increase or decrease the amount of any portion of the work, or to omit portions of the
work, as may be deemed necessary without claim for damage or loss of anticipated profit and
that payment shall be made only on the basis of the actual quantities of work performed.
The bidder shall also set forth for each item of work, in clearly legible figures, an item price
and a total for the item in the respective spaces provided for this purpose. In the case of unit
basis items, the amount set forth under the Total Price" column shall be the extension of the
item price bid on the basis of the estimated quantity for the item.
The basis of award to the lowest responsive, responsible bidder will be the lowest Total BID.
The bid submitted must not contain erasures, interlineations, or other corrections unless each
such correction is suitably authenticated by affixing in the margin immediately opposite the
correction the surname or surnames of the person or persons signing the bid, in the named
person's own handwriting.
In case of discrepancy between the item price and the total price set forth for the item, the
item price shall prevail; provided, however, if the amount set forth as an item price is
ambiguous, unintelligible or uncertain for any cause, or is omitted, the amount set forth in the
Total Price" column for the item shall prevail in accordance with the following:
1) As to lump sum items, the amount set forth in the Total Price" column
shall be the item price.
2) As to unit basis items, the amount set forth in the Total Price" column
shall be divided by the estimated quantity for the item, and the price
thus obtained shall be the item price.
3. The undersigned has checked all of the above figures carefully and understands that the
County of Monterey also referred to herein as Owner") will not be responsible for any
errors and omissions on the part of the undersigned in making this bid.
4. It is understood that the Owner reserves the right to reject any and all bids or waive any
irregularities or informalities in the bidding.
5. This bid shall remain valid and will not be withdrawn by the undersigned bidder for a period
of sixty 60) days from the date prescribed for opening of this bid.
6. Attached hereto are the following:
List of Subcontractors
Equal Employment Opportunity Certification
Public Contract Code
Section 10285.1 Statement
Section 10162 Questionnaire
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 docm
4
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���4)
5)
6)
7)
8)
9)
10)
Section 10232 Statement
Non-Collusion Affidavit
Debarment and Suspension Certification
Statement Concerning Employment of Undocumented Aliens
Contractor's Certificate as to Worker's Compensation
Contractor's Certification of Good-Faith Effort to Hire Monterey Bay
Area Residents
List of Satisfied Public Agencies
Bidder's Bond
7. If this bid is accepted by the Owner, then the undersigned shall, within ten 10) business
days after receipt of the Letter of Intent to Award, execute and deliver to the Owner a) a
contract in the form set forth in the contract documents on which this bid is based, b) a
payment bond for public works, as required by the contract documents, c) a performance
bond, as similarly required, d) insurance certificates showing all required insurance
coverage. The undersigned will thereafter commence and complete the work within the time
required by the contract documents.
In the event the bidder to whom the Letter of Intent to Award Contract is given fails or
refuses to contract as required, including to post the required bonds, provide the insurance
certificates, and return the executed copies of the agreement form within ten 10) business
days from the date of receiving the Letter of Intent to Award Contract, the County may, at its
option, determine that the bidder has abandoned the contract, reject the bid, and declare the
bidder's security forfeited as damages and same shall become the property of the County of
Monterey.
8. Notice of acceptance and any requests for additional information should be addressed to the
undersigned at the following address:
9. The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE: If the bidder or other interested person is a corporation, state the legal
name of the corporation, and the names of the president, secretary, treasurer, and manager thereof; if
a partnership, state the name of the firm and the names of all the individual partners composing the
firm; if the bidder or other interested person is an individual, state the first and last names in full and
give all fictitious names under which the individual does business.)
10. By execution of this bid, the undersigned bidder declares that he or she is a contractor
licensed in accordance with the Contractors' State License Law, as follows:
Classification:
License number:
Expiration date:
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 doom
5
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���11. ADDENDA This Bid is submitted with respect to the changes to the contract included in
addenda number(s) and If the Bidder
submits this bid without all issued addenda, the agency finds your bid nonresponsive.
Fill in addenda numbers if addenda have been received and insert, in this Bid, any Engineer's
Estimate sheets that were received as part of the addenda. By signing this Bid on the signature
portion thereof, the Bidder acknowledges receipt of all addenda.)
12. Pursuant to Section 7103(b) of the Public Contract Code, in submitting a bid to the County,
the bidder offers and agrees that if the bid is accepted, it will assign to the County all rights,
title, and interest in and to all causes of action it may have under Section 4 of the Clayton
Act 15 USC. Section 15) or under the Cartwright Act Chapter 2 commencing with Section
16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, materials, or services by the bidder for sale to the purchasing body
pursuant to the bid. Such assignment shall be made and become effective at the time the
purchasing body tenders final payment to the bidder.
By my signature on this bid I certify, under penalty of perjury under the laws of the State of
California, the foregoing questionnaire and statements of Public Contract Code Sections 10162,
10232 and 10285.1 are true and correct and the bidder has complied with the requirements of
Section 8103 of the Fair Employment and Housing Commission Regulations Chapter 5, Title 2 of
the California Administrative Code). By my signature on this Bid I further certify, under penalty of
perjury under the laws of the State of California and the United States of America, the Equal
Employment Opportunity Certification; the Title 49 Code of Federal Regulations, Part 29
Debarment and Suspension Certification; the Statement Concerning Employment of Undocumented
Aliens; the Contractor's Certificate as to Worker's Compensation; and the Contractor's Certification
of Good-Faith Effort to Hire Monterey Bay Area Residents are true and correct.
Dated:
Bidder's Business Name
By
Print Name:
Title:
By
Print Name:
Title:
NOTE: If bidder is a corporation, the full legal name of the corporation shall be set forth above together
with the signatures of authorized officers or agents and the document shall bear the corporate seal; if bidder
is a partnership, the full name of the firm shall be set forth above together with the signature of the partner
or partners authorized to sign contracts on behalf of the partnership; and if bidder is an individual, his
signature shall be placed above.)
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
6
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���LIST OF SUBCONTRACTORS
SAN MIGUEL CANYON ROAD
SIGNAL COORDINATION
PROJECT NO. 10-135065
In compliance with the Subletting and Subcontracting Fair Practices Act Chapter 4
commencing with Section 4100], Part 1, Division 2 of the Public Contract Code) and any
amendments thereto, each bidder shall set forth below: a) the name and the location of the place of
business of each subcontractor who will perform work or labor or render service to the prime
contractor in or about the construction of the work or improvement to be performed under this
contract or a subcontractor licensed by the State of California who, under subcontract to the prime
contractor, specially fabricates and installs a portion of the work or improvement according to
detailed drawings contained in the plans and specifications in an amount in excess of one-half of
one percent of the prime contractor's total bid or, in the case of bids or offers for the construction of
streets or highways, including bridges, in excess of one-half of one percent of the prime contractor's
total bid or $10,000, whichever is greater, and b) the portion of the work which will be done by
each subcontractor under this Act. The prime contractor shall list only one subcontractor for each
such portion as is defined by the prime contractor in this bid.
If a prime contractor fails to specify a subcontractor or if a prime contractor specifies more
than one subcontractor for the same portion of the work to be performed under the contract in
excess of one-half of one percent of the prime contractor's total bid, he shall be deemed to have
agreed that he is fully qualified to perform that portion himself, and that he shall perform that
portion himself.
No prime contractor whose bid is accepted shall: a) substitute any subcontractor, b) permit
any subcontract to be voluntarily assigned or transferred or allow it to be performed by any one
other than the original subcontractor listed in the original bid, or c) sublet or subcontract any
portion of the work in excess of one-half of one percent of the prime contractor's total bid as to
which his original bid did not designate a subcontractor, except as authorized in the Subletting and
Subcontracting Fair Practices Act. Subletting or subcontracting of any portion of the work in excess
of one-half of one percent of the prime contractor's total bid as to which no subcontractor was
designated in the original bid shall only be permitted in cases of public emergency or necessity, and
then only after a finding reduced to writing as a public record of the authority awarding this contract
setting forth the facts constituting the emergency or necessity.
Location and Place
Portion of Work Name of Subcontractor of Business
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
7
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���LIST OF SUBCONTRACTORS continue...
Location and Place
Portion of Work Name of Subcontractor of Business
Check this box if no subcontractors are required to be listed for work or labor to be
performed or services to be rendered.
Bidder's business name
By:
Print Name:
Title:
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 doom
8
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON �� �EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The bidder
proposed subcontractor
hereby certifies that he has has not participated in a previous contract or subcontract
subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246,
and that, where required, he has filed with the Joint Reporting committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or administering agency, or the
former President's Committee on Equal Employment Opportunity, all reports due under the
applicable filing requirements.
Note: The above Certification is part of the Bid. Signing this Bid on the signature portion thereof shall
also constitute signature of this Certification. Providing false information may result in criminal prosecution
or administrative sanctions.
C:\Documents and Settings\thompsonn\lvly Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
9
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ��
�PUBLIC CONTRACT CODE
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In accordance with Public Contract Code Section 10285.1 Chapter 376, Stats. 1985), the bidder
hereby declares under penalty of perjury under the laws of the State of California that the bidder has
has not been convicted within the preceding three years of any offenses referred to in
that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or Federal antitrust law in connection with the bidding upon, award of, or
performance of, any public works contract, as defined in Public Contract Code Section 1101, with
any public entity, as defined in Public Contract Code Section 1100, including the Regents of the
University of California or the Trustees of the California State University. The term bidder" is
understood to include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after has" or has not" in one of the blank spaces provided.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary
interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or
completing a federal, state, or local government project because of a violation of law or a safety
regulation?
Yes No
If the answer is yes, explain the circumstances in the following space.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
10
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ��
�PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty
of perjury, that no more than one final unappealable finding of contempt of court by a federal court
has been issued against the Contractor within the immediately preceding two year period because of
the Contractor's failure to comply with an order of a federal court which orders the Contractor to
comply with an order of the National Labor Relations Board.
Note: The above Public Contract Code Statements and Questionnaire are part of the Bid. Signing this Bid
on the signature portion thereof shall also constitute signature of these Statements and
Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to
criminal prosecution.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 docm
11
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ��
�NON-COLLUSION AFFIDAVIT
Title 23 United State Code Section 112 and Public Contract Code Section 7106)
To be executed by bidder and submitted with Bid
State of California
County of
ss.
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106
being first duly sworn, deposes and
says 1) that he or she is of the party making the
foregoing bid; 2) that the bid is not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization, or corporation; 3) that the bid is genuine and not
collusive or sham; 4) that the bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; 5) that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or
to fix any overhead, profit, or cost element of the bid price, or that of any other bidder, or to secure
any advantage against the public body awarding the contract to anyone interested in the proposed
contract; 6) that all statements contained in the bid are true; and further, 7) that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
Dated:
Bidder's Business Name
By:
Print Name:
Title:
State of California
County of
Subscribed and sworn to before me on this day of 20
by
proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me.
Notary Public Seal)
Signature
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 doom
12
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ��
�DEBARMENT AND SUSPENSION CERTIFICATION
Title 49, Code of Federal Regulations, Part 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, officer, manager:
is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past 3 years;
does not have a proposed debarment pending; and,
has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past 3
years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating
agency, and dates of action.
Note: The above Certification is part of the Bid. Signing this Bid on the signature portion thereof shall
also constitute signature of this Certification. Providing false information may result in criminal prosecution
or administrative sanctions.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 doom
13
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���STATEMENT CONCERNING EMPLOYMENT OF UNDOCUMENTED ALIENS
Public Contract Code Section 6101)
In conformance with Public Contract Code Section 6101, the bidder certifies compliance with state
and federal law with respect to the employment of undocumented aliens by signing this bid on the
signature portion thereof. Public Contract Code section 6101 provides that no state agency or
department, as defined in Section 10335.7, that is subject to this code, shall award a public works or
purchase contract to a bidder or contractor, nor shall a bidder or contractor be eligible to bid for or
receive a public works or purchase contract, who has, in the preceding five years, been convicted of
violating a state or federal law respecting the employment of undocu-mented aliens
Note: The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also
constitute signature of this Statement. Providing false information may result in criminal prosecution or
administrative sanctions.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 docm
14
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���CONTRACTOR'S CERTIFICATE AS TO WORKER'S COMPENSATION
Labor Code Section 1861)
Labor Code Section 3700 provides, in relevant part:
Every employer except the State shall secure the payment of compensation in one or more
of the following ways:
a) By being insured against liability to pay compensation in one or more insurers duly
authorized to write compensation insurance in this State.
By securing from the Director of Industrial Relations a certificate of consent to
self-insure either as an individual employer, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director of
Industrial Relations of ability to self-insure and to pay any compensation that may
become due to his or her employees."
I certify that I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for Workers' Compensation or to undertake
self-insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract.
Note: The above Certification is part of the Bid. Signing this Bid on the signature portion thereof shall
also constitute signature of this Certification. Providing false information may result in criminal prosecution
or administrative sanctions.
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
15
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���CONTRACTOR'S CERTIFICATION OF GOOD-FAITH EFFORT TO HIRE MONTEREY
BAY AREA RESIDENTS
Monterey County Code Section 5.08.120)
I CERTIFY THAT I am aware of the provision of Monterey County Code Section 5.08.120.
Monterey County Code Section 5.08.120 provides, in relevant part:
A. General Provisions. Unless such a provision would conflict with a state or federal
law or regulation applicable to a particular contract for public works of improvement, all
County contracts for public works of improvement shall contain provisions pursuant to
which the contractor promises to make a good-faith effort to hire qualified individuals who
are, and have been for at least one 1) year prior to the opening of bids, residents of the
Monterey Bay Area in sufficient numbers so that no less than fifty percent 50%) of the
contractors total construction work force, including any subcontractor work force, measured
in labor work hours, is comprised of Monterey Bay Area residents.
B. Non-responsive Bidder Declaration: Enforcement. If any contractor submitting a bid
for a contract for public works of improvement fails to abide by the good-faith local hiring
provisions of this Section, the contractor may be declared by the Board to be a non-
responsive bidder for purposes of this Chapter. If a contractor lists in his or her bid a
subcontractor who is currently disqualified under the terms of this Section, the Board may
declare said contractor to be a non-responsive bidder for purposes of this Chapter. If the
Board finds that a contractor to whom a contract for public works of improvement has been
awarded has failed to comply with the good-faith hiring provisions of this Section during the
performance of the contract, the Board may disqualify the contractor from bidding on any
County contract for public works of improvement for a period of one 1) year from the date
of the Board's disqualification. A subsequent violation of this Section by a contractor may
result in disqualification by the Board for a period of three 3) years from the date of the
subsequent disqualification.
C. Binding on Subcontractors. Every contractor entering into a contract for public
works of improvement subject to the provisions of this Section shall include in each and
every subcontract for work, laborers, or materialmen relating to the project the requirement
that the subcontractor promises to make a good-faith effort to hire qualified individuals who
are, and have been for at least one 1) year prior to the opening of bids, residents of the
Monterey Bay Area. If the Board finds that any subcontractor has failed during the
performance of the subcontract to comply with its promise to contractor, the Board may
disqualify said subcontractor from submitting or being listed in any bid for any County
contract for public works of improvement for a period of one 1) year from the date of the
Board's disqualification. A subsequent violation by a subcontractor may result in
disqualification by the Board for a period of three 3) years from the date of the subsequent
disqualification."
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination, Project No. 10-135065 Book 2, 4-15-10 docm
16
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���I FURTHER CERTIFY AS FOLLOWS check the box that applies):
I CERTIFY that at least 50% of the total construction work force on the project, including
any subcontractor work force, measured in labor work hours, will be comprised of qualified
individuals who to the best of my knowledge are, and have been for at least one 1) year
prior to the effective date of the opening of bids, Monterey Bay Area residents. Evidence
that I will comply with this requirement is as follows please use additional pages to provide
supporting evidence and/or documentation, as necessary):
I CERTIFY that I promise to make a good-faith effort to hire qualified individuals who, to
the best of my knowledge, are, and have been for at least one 1) year prior to the effective
date of the opening of bids, residents of the Monterey Bay Area in sufficient numbers such
that no less than fifty percent 50%) of the total construction work force on the project,
including any subcontractor work force, measured in labor work hours, will be comprised of
Monterey Bay Area residents. Evidence of my promise to make a good-faith effort will be
as follows please use additional pages to provide supporting evidence and/or
documentation, as necessary):
I CERTIFY that I do not comply with and am unable to promise to make a good-faith effort
to comply with the good-faith local hiring provisions set forth in Monterey County Code
Section 5.08.120.
I declare under penalty of perjury under the laws of the State of California that the foregoing
certification is true and correct. Executed on date) at city/state)
Bidder's Business Name
Signature:
Print Name:
Title:
C:\Documents and Settings\thompsonnUvly Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 doom
17
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���LIST OF SATISFIED PUBLIC AGENCIES
Two minimum)
Agency Name Project Name Contact Person Award Date Phone No.
C:\Documents and Settings\thompsonn\My Docurnents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 docm
18
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012
BOOK TWO - SAN MIGUEL CANYON ���Know All Men by These Present,
BIDDER'S BOND
That we
PRINCIPAL, and
as SURETY, are held and
firmly bound into the County of Monterey in the penal sum of TEN PERCENT 10%) OF THE TOTAL
AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the County of
Monterey, for the work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made, to the County of Monterey we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of
the surety hereunder exceed the sum of $
THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-
mentioned bid to the County of Monterey, as aforesaid, for certain construction specifically described as
follows, for which bids are to be opened at California, on,
city where bid opening) date bid opening)
for
exact description including location as on proposal)
NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner
required under the specifications, after the prescribed forms are presented to him for signature, enters into a
written contract, in the prescribed form, in accordance with the bid, and files two bonds with the County of
Monterey, one to guarantee faithful performance and the other to guarantee payment for labor and materials,
as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue. If the County brings suit upon this bond and judgment is recovered, the Surety shall pay all
litigation expenses incurred by the County in such suit, including attorney's fees, court costs, expert witness
fees and investigation expenses.
IN WITNESS WHEREOF the above-bounden parties have executed this instrument under their
several seals this day of 20 the name and corporate, seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
Corporate Seal)
Corporate Seal)
Principal
By
Name and Title
Surety
By
Name and Title
Attach: 1) Copy of authorization for signatory for Principal, and 2) original or certified copy of unresolved
appointment, power of attorney, by laws, or other instrument entitling or authorizing person executing bond on behalf of
Surety to do so).
C:\Documents and Settings\thompsonn\My Documents\San Miguel Cyn Road Signal Coord Proj\McCain PO & Revised Specs for Field Work\San
Miguel Cyn Road Signal Coordination Project No. 10-135065 Book 2, 4-15-10 docm
19
BIB]
40313-U01
BOOK-U02
TWO-U02
U02
SAN-U02
MIGUEL-U02
CANYON-U02
ROAD-U02
SIGNAL-U02
COORDINATION-U02
LI21329-U03
FO21330-U03
FO85769-U03
FO86930-U03
MG86968-U03
AS86994-U03
AS87001-U03
AI91107-U03
DO91449-U03
C1-U03
GENERAL-U03
DOCUMENTS-U03
5/14/2010-U04
MUNOZP-U04
14958-U05
3-U06
A.-U07
APPROVE-U07
PLANS-U07
SPECIAL-U07
PROVISIONS-U07
CONSTRUCTION-U07
OF-U07
SAN-U07
MIGUEL-U07
CANYON-U07
ROAD-U07
SIGNAL-U07
COORDINATION,-U07
PROJECT-U07
300-PUBLIC-U08
WORKS-U08
PENA-U09
RUBY-U09
PENAR-U10
5/3/2010-U011
NO.-U012
10-135065;-U012
B.-U012
AUTHORIZE-U012
CLERK-U012
OF-U012
BOARD-U012
TO-U012
ADVERTISE-U012
NOTICE-U012
TO-U012
BIDDERS"-U012
IN-U012
CALIFORNIAN-U012
ON-U012
MAY-U012
17-U012
MAY-U012
24,-U012
2010.-U012