File #: 12-134    Name:
Type: Minutes Status: Passed
File created: 2/7/2012 In control: Board of Supervisors
On agenda: 2/7/2012 Final action: 2/7/2012
Title: a. Approve Plans and Special Provisions for the Slurry Seal 2012 Project, Contract No. 12-551222; and b. Authorize a. Approve Plans and Special Provisions for the Slurry Seal 2012 Project, Contract No. 12-551222; and b. Authorize
Attachments: 1. Book One, 2. Book Two, 3. Completed Board Order, 4. Signed Board Report

 

 

BOOK ONE�T��"�|E]�X�MONTEREY COUNTY

RESOURCE MANAGEMENT AGENCY

DEPARTMENT OF PUBLIC WORKS

BOOK ONE

NOTICE TO BIDDERS

AND

SPECIAL PROVISIONS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�COVER SHEET

BOOK ONE

NOTICE TO BIDDERS

AND

SPECIAL PROVISIONS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

APPROVED AS TO FORM:

 ao~

CYNTHIA L. HASSON

Deputy County Counsel

APPROVED AS TO INDEMNITY/

INSURANCE LANGUAGE:

EVF T F. MAUCK

Risk Manager

SLURRY SEAL 2012 PROJECT 2

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�TITLE SHEET

BOARD OF SUPERVISORS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

Dave Potter, Chair

Fernando Armenta

Louis Calcagno

Simon Salinas

Jane Parker

Lew C. Bauman, P.E., Ph.D., County Administrative Officer

Benny J. Young, P.E. Resource Management Agency Director

Paul H. Greenway, P.E., Acting Director of Public Works

Marvin A. Rose, P.E., Interim Assistant Director of Public Works

Arturo A. Adlawan, P.E., Senior Civil Engineer

Jonathan L. Pascua, P.E., Project Engineer

Balbino C. Lupisan Project Manager

NOTICE TO BIDDERS

AND

SPECIAL PROVISIONS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

IN

MONTEREY COUNTY

FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS, DATED MAY 2006, THE

STANDARD PLANS, DATED MAY 2006, INCLUDING ISSUED AMENDMENTS THROUGH

NOVEMBER 30, 2010; 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

SLURRY SEAL 2012 PROJECT 3

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�TABLE OF CONTENTS

COVER SHEET 2

TITLE SHEET 3

TABLE OF CONTENTS  4

SIGNATURE SHEET 6

NOTICE TO BIDDERS 11

SECTION 1- DEFINITION AND TERMS 14

1-1.01 SPECIFICATIONS AND PLANS:  14

1-1.02 INTERPRETATION OF STANDARD SPECIFICATIONS:  14

1-1.03 DEFINITIONS:  14

SECTION 2  BIDDING 15

2-1.01 GENERAL:  15

2-1.02 SUBCONTRACTORS LIST:  15

2-1.03 JOB SITE AND DOCUMENT EXAMINATION:  16

2-1.04 GOOD-FAITH EFFORT TO HIRE RESIDENTS OF MONTEREY BAY AREA:  16

SECTION 3. CONTRACT AWARD AND EXECUTION 17

3-1.01 GENERAL:  17

3-1.02 CONTRACT BONDS PUB. CONT. CODE 10221 AND 10222):  18

SECTION 4  PROSECUTION AND PROGRESS 18

4-1 BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES:  18

4-2 PRE-CONSTRUCTION CONFERENCE:  19

4-3 ARCHAEOLOGICAL DISCOVERIES:  19

SECTION 5  GENERAL 19

SECTION 5-1  MISCELLANEOUS 19

5-1.01 LABOR NONDISCRIMINATION:  19

5-1.02 LABOR CODE REQUIREMENT:  19

5-1.03 GENERAL PREVAILING WAGE RATES:  19

5-1.04 WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE:  20

5-1.05 PUBLIC SAFETY:  20

5-1.06 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCE:  20

5-1.07 CONTRACTOR'S LICENSING LAWS:  20

5-1.08 SUBCONTRACTING:  20

5-1.09 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS:  21

5-1.10 PAYMENTS 21

5-1.11 ARBITRATION:  22

5-1.12 PARTNERING  24

5-1.13 INDEMNIFICATION AND INSURANCE:  25

5-1.14 AREAS FOR CONTRACTOR'S USE:  26

5-1.15 PAYROLL RECORDS:  26

5-1.16 SURFACE MINING AND RECLAMATION ACT:  26

5-1.17 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS:  27

SECTION 6  BLANK) 30

SECTION 7  BLANK) 30

SLURRY SEAL 2012 PROJECT 4

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�SECTION 8  MATERIALS 30

SECTION 8-1  MISCELLANEOUS 30

8-1.01 GENERAL:  30

SECTION 9  DESCRIPTION OF WORK 30

9-1.01 INCREASED AND DECREASED QUANTITIES:  31

SECTION 10  CONSTRUCTION DETAILS 31

SECTION 10-1  GENERAL 31

10-1.01 ORDER OF WORK:  31

10-1.02 PROJECT APPEARANCE:  31

10-1.03 WATER POLLUTION CONTROL:  32

10-1.04 CONSTRUCTION SITE MANAGEMENT:  38

10-1.05 STREET SWEEPING:  53

10-1.06 TEMPORARY DRAINAGE INLET PROTECTION:  54

10-1.07 PROGRESS SCHEDULE:  65

10-1.08 OBSTRUCTIONS:  66

10-1.09 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES:  66

10-1.10 MAINTAINING TRAFFIC:  67

10-1.11 CLOSURE REQUIREMENTS AND CONDITIONS:  68

10-1.12 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE:  70

10-1.13 TEMPORARY PAVEMENT DELINEATION:  72

10-1.14 PORTABLE CHANGEABLE MESSAGE SIGN:  72

10-1.15 TEMPORARY CRASH CUSHION MODULE:  72

10-1.16 EXISTING HIGHWAY FACILITIES:  72

10-1.18 CLEARING AND GRUBBING:  72

10-1.19 SLURRY SEAL TYPE 2 IN-PLACE:  73

SECTION 11- ENVIRONMENTAL STEWARDSHIP 74

11-1.01 GENERAL:  74

11-1.02 NOISE AND VIBRATION:  74

11-1.19 AIR QUALITY:  75

SECTION 12 BLANK) 75

SECTION 13 BLANK)  75

SECTION 14 BLANK) 75

SECTION 15  SAMPLE CONTRACT 76

SAMPLE CONTRACT 76

PAYMENT BOND  79

PERFORMANCE BOND  81

SLURRY SEAL 2012 PROJECT 5

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�                     X�SIGNATURE SHEET

BOOK ONE

NOTICE TO BIDDERS

AND

SPECIAL PROVISIONS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

The Special Provisions contained herein have been prepared by or under the

direction of the following registered person.

K~~ 1111112-

If

Jonathan L. Pascua, P.E. Date

SLURRY SEAL 2012 PROJECT 6

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�

X� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�
X�LOCATION MAP

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�

X�ROAD LIST AND QUNTITIES

COUNTRY MEADOWS SUBDIVISION

 

ROAD NAME

LIMITS TOTAL

 

AREA

SQ. YD.)

TYPE 2 SLURRY

TONNAGE

  4,798.89 42.47

Assisi Wy Ralph Ln to Damian Wy 1,082.67 9.58

  500.00 4.43

Country Meadows Rd Harrison Rd to Reese Cir 9,038.89 79.99

  889.33 7.87

 

D

mi

W

A

i W

rri

i

t

H

Rd 535.56 4.74

a

an

y ss

ss

y

o

a

son 1,839.33 16.28

  823.33 7.29

Meadow Ridge Rd Country Meadows Rd to End 2,871.56 25.41

 22,380 198

SLURRY SEAL 2012 PROJECT 8

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�

X�ROAD LIST AND QUNTITIES

RANCHO BOLSA NUEVA SUBDIVISION OAK HILLS)

 

ROAD NAME

LIMITS TOTAL

 

AREA

SQ. YD.)

TYPE 2 SLURRY

TONNAGE

Acorn Cir Willow Oak Rd to End 811.91 7.19

Arrowleaf Trl Charter Oak Blvd to End 5,074.40 44.91

Black Oak PI Canyon Oak Rd to End 1,518.02 13.43

Blue Oak PI Canyon Oak Rd to End 815.35 7.22

Blue Stem Path Charter Oak Blvd to End 2,673.62 23.66

Brome Trt Charter Oak Blvd to End 1,981.29 17.53

Brookgrass PI Charter Oak Blvd to End 2,339.51 20.70

Bur Oak Wy Holly Oak Wy to End 734.17 6.50

Canyon Oak Rd Cathedral Oak Rd to Charter Oak Blvd 9,911.89 87.72

Cathedral Oak Rd S.R. 156 to Canyon Oak Rd 5,822.22 51.53

Century Oak Rd Oak Hills Dr to Charter Oak Rd 3,664.89 32.43

Charter Oak Blvd Cocklebur Ct to End 41,868.14 370.53

Clover Trl Charter Oak Blvd to End 2,239.62 19.82

Cocklebur Ct End to End 1,844.24 16.32

Colonial PI Charter Oak Blvd to End 1,388.84 12.29

Foxtail PI Charter Oak Blvd to End 837.73 7.41

Green Oak PI South Century Oak to End 1,986.46 17.58

Holly Oak Wy Charter Oak Blvd to End 2,535.60 22.44

Madras PI Charter Oak Blvd to End 1,127.06 9.97

Maul Oak PI Charter Oak Blvd to End 1,767.77 15.64

Meadow Oak PI South Century Oak to End 2,017.46 17.85

Mesa Oak Wy Oak Hills Dr to End 2,027.79 17.95

Mimosa Path Charter Oak Blvd to End 1,261.40 11.16

Mossy Oak PI Canyon Oak Rd to End 3,156.73 27.94

 S.R. 156 to End Island 3,598.22 31.84

Oak Hills Dr Tapered Section 1,683.00 14.89

 End Tapered Section to Charter Oak Blvd 12,148.33 107.51

Oracle Oak PI Charter Oak Blvd to End 1,337.22 11.83

Pampas Path Charter Oak Blvd to End 1,550.73 13.72

Pin Oak Rd Canyon Oak Rd to End 615.57 5.45

Poa Wy Trefoil PI to Sanbur PI 926.56 8.20

Red Oak PI Charter Oak Blvd to End 516.67 4.57

Rye Ct Colonial PI to End 729.24 6.45

Sandbur PI Bluestein Path to End 3,179.95 28.14

Scarlet Oak PI Oracle Oak PI Blvd to End 1,261.44 11.16

Silk Oak Rd Canyon Oak Rd to End 942.79 8.34

South Century Oak Rd Charter Oak Rd to Charter Oak Rd 5,290.67 46.82

Tan Oak Wy South Century Oak to End 1,170.13 10.36

Timothy Path Charter Oak Blvd to End 1,685.06 14.91

Trefoil PI Charter Oak Blvd to End 3,834.40 33.93

Valley Oak Wy Charter Oak Blvd to End 2,623.68 23.22

Willow Oak Rd Canyon Oak Rd to End 2,957.79 26.18

 145,458 1,287

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

ROAD LIST AND QUNTITIES

9

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�TORO HILLS ESTATE PORTOLA AREA)

 

ROAD NAME

LIMITS TOTAL

AREA

 

SQYD)

TYPE 2 SLURRY

TONNAGE

Anza Cir Anza Dr to End 538.22 4.76

Anza Dr Portola Dr to Portola Dr 7,741.47 68.51

Balfour Ln Portola Dr to End 804.44 7.12

Berra Wy Portola Dr to End 841.89 7.45

Bravo Ct Torero Dr to End 743.33 6.58

Bravo P1 Torero Dr to End 1,726.66 15.28

Capote Dr Portola Dr to End 4,635.00 41.02

Coleta Dr Portola Dr to Manolete Dr 2,457.69 21.75

Cordoba Ct Cordoba Dr to End 579.22 5.13

Cordoba Dr Guidotti Dr to Portola Dr 2,143.22 18.97

Cordoba PI Cordoba Dr to End 957.36 8.47

Darcie Ln Portola Dr to End 1,223.89 10.83

 Portola Dr to Montera Dr East End) 1,779.89 15.75

i

D

S Montera Dr to Montera Dr West End) 2,991.33 26.47

avenr

ch

t Montera Dr West End) to Portola Dr 1,418.22 12.55

 Portola Dr to Capote Dr 528.22 4.67

Espada Dr Portola Dr to End 4,535.00 40.13

Espana Ct Via Espana to Franciscan Wy 1,669.67 14.78

Estoque PI Portola Dr to End 1,682.22 14.89

Ferdinand Ct Ferdinand Dr to End 897.75 7.95

Ferdinand Dr. Veronica Drto Veronica Dr 3,239.33 28.67

Franciscan Wy Anza Dr to Espana Ct 2,420.11 21.42

Franciscan Ct Franciscan Wy to End 386.33 3.42

Franciscan Cir Franciscan Wy to End 727.11 6.43

Guidotti Ct Guidotti Dr to End 457.00 4.04

Guidotti Dr Cordoba Drto Muleta Dr 2,700.00 23.90

Guidotti PI Muleta Dr to End 998.66 8.84

Manolete Dr Picardo Dr to End 1,958.78 17.34

Montera Ct Montera Drto End 1,027.12 9.09

Montera Dr Davenrich St to Davenrich St 2,672.67 23.65

Montera PL Montera Dr to End 841.66 7.45

Muleta Dr Guidotti Dr to Espada Dr 2,274.78 20.13

Muleta PI Muleta Dr to End 622.44 5.51

Ordonez Dr Torero Dr to Portola Dr 2,978.22 26.36

Ortega Dr. Portola Dr to Estoque Dr 3,808.22 33.70

Palou Dr Portola Dr to End 1,995.58 17.66

Picador Dr Portola Dr to End 3,118.33 27.60

 Creekside Terr to Creekside Ln 2,129.67 18.85

Portola Dr Creekside Ln to Creekside Ct 4,378.33 38.75

 Creekside Ct to Anza Dr West Leg) 16,000.00 141.60

Sharon In Portola Dr to End 1,068.33 9.45

Toreador Dr Portola Dr to End 5,722.44 50.64

Torero Ct Torero Dr to End 900.11 7.97

T

D Portola Dr to Ordonez Dr 1,846.36 16.34

orero

r Portola to SH 68 1,896.56 16.78

Toro Hills Ave Portola Drto Toro Hills Dr 3,084.22 27.30

Toro Hills Ct Toro Hills Dr to End 629.42 5.57

Toro Hills Dr Toro Hills Ave to End 6,654.56 58.89

V

i

D Potola Dr to Ferdinand Dr East End) 5,533.56 48.97

eron

r

ca Ferdinand Dr East End) to Portola Dr 667.33 5.91

Via Espana Franciscan Wy to Espana Ct 1,520.67 13.46

 124,153 1,099

ROAD LIST AND QUNTITIES

SLURRY SEAL 2012 PROJECT 10

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�CSA 25 / VALLEY GREENS DRIVE

  TOTAL TYPE 2

ROAD NAME LIMITS  SLURRY SEAL

  AREA TONNAGE

  SQYD) TONS)

Valley Greens Dr Rancho San Carlos to 155' 2,289 20

 West of Carmel Knoll Rd 

Parking Lot  444 4

Driveway  7020 West. 

1,589

14

Valley Greens Dr  

 4,322 38

SLURRY SEAL 2012 PROJECT 11

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�RESOURCE MANAGEMENT AGENCY

DEPARTMENT OF PUBLIC WORKS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

NOTICE TO BIDDERS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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:

PO Box 1728, SALINAS CA 93902-1728), until 2:00 p.m., on March 5, 2012, for construction on

SLURRY SEAL 2012 PROJECT, Contract No. 12-551222, as shown in accordance with the

specifications and other requirements therefore, 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 1" 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 attached to the Bid Form Book Two).

The Bidder shall possess either a valid Class A license or a combination of Class C- 12, C-3 1, and

C-32 licenses at the time this contract is awarded.

The project consists of type-2 slurry seal in-place to various subdivision roads in north Monterey

County; approximately 296,320 square yards or 2,622 tons of type-2 slurry mix. Patching and other

pavement preparatory treatment such as crack seal shall be done by others. The Engineer's Estimate

for this project is $530,470.

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

San Francisco Builders Exchange

850 S. Van Ness Avenue

San Francisco, CA 94110

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

Salinas Valley Builders Exchange

20 Quail Run Circle

Salinas, CA 93907

Sacramento Builders Exchange

1331 T Street

Sacramento, CA 95811

12

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�Builders Exchange of the Central Coast

100 12th Street, Bldg. 2861

Marina, CA 93933

Central California Builders Exchange

1244 North Mariposa Avenue

Fresno, CA 93703

Santa Cruz Builders Exchange

1248 Thompson Avenue

Santa Cruz, CA 95062

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.montereV.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/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 materials 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.

SLURRY SEAL 2012 PROJECT 13

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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.

PAUL H. GREENWAY, P.E.

ACTING DIRECTOR OF PUBLIC WORKS

RMA  DEPARTMENT OF PUBLIC WORKS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

DATED: February 7, 2012

SLURRY SEAL 2012 PROJECT 14

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�RESOURCE MANAGEMENT AGENCY

DEPARTMENT OF PUBLIC WORKS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

SPECIAL PROVISIONS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

SECTION 1- DEFINITION AND TERMS

1-1.01 SPECIFICATIONS AND PLANS:

The work embraced herein shall be done in accordance with the Standard Specifications and

Standard Plans, dated May 2006, of the State of California, Department of Transportation, as

amended, 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, Contract

Components" 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

Engineer: Director of Public Works of Monterey County, acting either directly

SLURRY SEAL 2012 PROJECT 15

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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

Director of Public Works: The Director of Public Works of Monterey County.

SECTION 2  BIDDING

2-1.01 GENERAL:

The bidder's attention is directed to the provisions in Section 2, Bidding," of the Standard

Specifications and these Special Provisions for the requirements and conditions which he must

observe in the preparation and the submission of the bid.

The Bidder's Bond form mentioned in the last paragraph in Section 2-1.13, Bidder's Security," 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 Non-collusion Affidavit is included in

the Bid Form, Book Two. Signing the Bid shall also constitute signature of the Non-collusion

Affidavit.

This Contract will require a Class A" contractor's license or a combination of Class C-12, C-31,

and C-32 licenses.

2-1.02 SUBCONTRACTORS LIST:

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 of penalties

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.

2-1.03 JOB SITE AND DOCUMENT EXAMINATION:

The bidder shall examine carefully the site of the work contemplated, the specifications, and the

SLURRY SEAL 2012 PROJECT 16

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�proposal 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 proposal, 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 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

County, Santa Cruz County, or San Benito County.

SLURRY SEAL 2012 PROJECT 17

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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. CONTRACT AWARD AND EXECUTION

3-1.01 GENERAL:

The bidder's attention is directed to the provisions in Section 3, Contract Award and

Execution," 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 STREET

FL2/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

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

SLURRY SEAL 2012 PROJECT 18

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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 Department shall respond to the protesting party, stating

its finding. The Department Director shall make a recommendation to the Board regarding the

bid protest.

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 FL, SALINAS, CA, 93901-2438.

3-1.02 CONTRACT BONDS PUB. CONT. CODE 10221 AND 10222):

In lieu of the second paragraph in Section 3-1.03 of the Standard Specifications, the following

shall be inserted:

2. Performance bond to guarantee the faithful performance of the contract. This bond must

be equal to at least 100 percent of the total bid.

The two bonds 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 15 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 30 WORKING DAYS.

The Contractor shall pay to the County of Monterey the sum of $1,900 per day, for each and every

calendar day's delay in finishing the work in excess of the number of working days prescribed above.

SLURRY SEAL 2012 PROJECT 19

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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,

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

SECTION 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 LABOR CODE REQUIREMENT:

Attention is directed to Section 7-1.01A(1), Hours of Labor," of the Standard Specifications.

5-1.03 GENERAL PREVAILING WAGE RATES:

Attention is directed to Section 7-1.01A(2), Prevailing Wage," of the Standard Specifications.

The general prevailing wage rates determined by the Director of Industrial Relations, for the county

or counties in which the work is to be done, are available on the Internet at:

http://www.dir.ca.gov/dlsr/pwd/. These wage rates are not included in the Bid book for the project.

Changes, if any, to the general prevailing wage rates will be available at the same location.

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.

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

SLURRY SEAL 2012 PROJECT 20

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�the Internet at: http://www.dir.ca.gov/dlsr/pwd/.

The Contractor shall post the prevailing wage rates at the job site.

5-1.04 WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE:

Attention is directed to Section 7-1.12B(3), Workers' Compensation and Employer's Liability

Insurance," of the Standard Specifications.

5-1.05 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.

5-1.06 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 as right of way delay and the Contractor

will be compensated for the delay in conformance with the provisions in Section 8-1.09, 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.

5-1.07 CONTRACTOR'S LICENSING LAWS:

Attention is directed to Section 7-1.01 C, Contractor's Licensing Laws," of the Standard

Specifications.

5-1.08 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.

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.

SLURRY SEAL 2012 PROJECT 21

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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.

5-1.09 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 7 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 7 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.

5-1.10 PAYMENTS:

Attention is directed to Section 9-1.07, Progress Payments," and 9-1.08, Payment After

Contract Acceptance," of the Standard Specifications and these special provisions.

In lieu of Section 9-1.07F, Retentions," of the Standard Specifications, the following shall be

inserted:

Progress payments shall not be made in excess of 95 percent of the actual work

completed. County shall withhold five 5) percent from progress payments until final

completion and acceptance of the project by the Board of Supervisors.

In lieu of Section 9-1.07C, Materials On Hand," of the Standard Specifications, the following

shall be inserted:

No progress payment will be made for any materials on hand which are furnished but not

incorporated in the work.

SLURRY SEAL 2012 PROJECT 22

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�5-1.11 ARBITRATION:

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):

I 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.

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.

SLURRY SEAL 2012 PROJECT 23

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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 1 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. 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

SLURRY SEAL 2012 PROJECT 24

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�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 2104.6):

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.

5-1.12 PARTNERING:

The County of Monterey will promote the formation of a Partnering" relationship with the

Contractor in order to effectively complete the contract to the benefit of both parties. The purpose of

this relationship will be to maintain cooperative communication and mutually resolve conflicts at the

lowest possible management level.

The Contractor may request the formation of such a Partnering" relationship by submitting a

request in writing to the Engineer after approval of the contract. If the Contractor's request for

Partnering" is approved by the Engineer, scheduling of a Partnering" workshop, selecting the

Partnering" facilitator and workshop site, and other administrative details shall be as agreed to by

both parties.

The costs involved in providing a facilitator and a workshop site will be borne equally by the County

of Monterey and the Contractor. The Contractor shall pay all compensation for the wages and

expenses of the facilitator, and of the expenses for obtaining the workshop site. The County's share

of such costs will be reimbursed to the Contractor in a change order written by the Engineer.

Markups will not be added. All other costs associated with the Partnering" relationship will be

borne separately by the party incurring the costs.

The establishment of a Partnering" relationship will not change or modify the terms and

conditions of the contract and will not relieve either party of the legal requirements of the

contract.

SLURRY SEAL 2012 PROJECT 25

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�5-1.13 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 requirements in Section 7-1.12B 4)(b) of the Standard Specifications, 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 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 Director of Public Works,

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.

SLURRY SEAL 2012 PROJECT 26

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�X�5-1.14 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.

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.

5-1.15 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.

5-1.16 SURFACE MINING AND RECLAMATION ACT:

Attention is directed to the Surface Mining and Reclamation Act of 1975, commencing in Public

Resources Code, Mining and Geology, Section 2710, which establishes regulations pertinent to

surface mining operations.

Material from mining operations furnished for this project shall only come from permitted sites in

compliance with the Surface Mining and Reclamation Act of 1975.

The requirements of this section shall apply to all materials furnished for the project, except for

SLURRY SEAL 2012 PROJECT 27

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]� X�acquisition of materials in conformance with Section 4-1.05, Use of Materials Found on the

Work," of the Standard Specifications.

5-1.17 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS:

GENERAL

Summary

This section applies to asphalt contained in materials for pavement structural sections and

pavement surface treatments such as hot mix asphalt HMA), tack coat, asphaltic emulsions,

bituminous seals, asphalt binders, and modified asphalt binders placed in the work. This section

does not apply if you opted out of payment adjustment for price index fluctuations at the time of

bid.

The Engineer adjusts payment if the California Statewide Crude Oil Price Index for the month

the material is placed is more than 5 percent higher or lower than the price index at the time of

bid.

The California Statewide Crude Oil Price Index is determined each month on or about the 1st

business day of the month by the Department using the average of the posted prices in effect for

the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for the Buena Vista,

Huntington Beach, and Midway Sunset fields.

If a company discontinues posting its prices for a field, the Department determines the index

from the remaining posted prices. The Department may include additional fields to determine

the index.

For the California Statewide Crude Oil Price Index, go to:

http://www.dot.ca.gov/hq/construc/crudeoilindex/

If the adjustment is a decrease in payment, the Department deducts the amount from the monthly

progress payment.

The Department includes payment adjustments for price index fluctuations when making

adjustments under Section 4-1.03B, Increased or Decreased Quantities," of the Standard

Specifications.

If you do not complete the work within the contract time, payment adjustments during the

overrun period are determined using the California Statewide Crude Oil Price Index in effect for

the month in which the overrun period began.

If the price index at the time of placement increases:

1. 50 percent or more over the price index at bid opening, notify the Engineer.

2. 100 percent or more over the price index at bid opening, do not furnish material containing

asphalt until the Engineer authorizes you to proceed with that work. The Department may

decrease Bid item quantities, eliminate Bid items, or terminate the contract.

SLURRY SEAL 2012 PROJECT 28

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�!X�Submittals

Before placing material containing asphalt, submit the current sales and use tax rate in effect in

the tax jurisdiction where the material is to be placed.

Submit certified weight slips for HMA, tack coat, asphaltic emulsions, and modified asphalt

binders, including those materials not paid for by weight, as specified in Section 9-1.01,

Measurement of Quantities," of the Standard Specifications. For slurry seals, submit certified

weight slips separately for the asphaltic emulsion.

Asphaltic Emulsion

The Engineer calculates the quantity of asphalt in asphaltic emulsions, including fog seals and

tack coat, using the following formula:

Qe  AETT x Xe / 100)

where:

Qe  quantity in tons of asphalt used in asphaltic emulsions

AETT  undiluted asphaltic emulsions total tons placed

Xe  minimum percent residue specified in Section 94, Asphaltic Emulsions," of the Standard

Specifications based on the type of emulsion used

You may, as an option, determine Xe" by submitting actual daily test results for asphalt residue

for the asphaltic emulsion used. If you choose this option, you must:

1. Take 1 sample every 200 tons but not less than 1 sample per day in the presence of the

Engineer from the delivery truck, at midload from a sampling tap or thief, and in the

following order:

1.1. Draw and discard the 1st gallon

1.2. Take two separate 1/2-gallon samples

2. Submit 1st sample at the time of sampling

3. Provide 2nd sample within 3 business days of sampling to an independent testing laboratory

that participates in the AASHTO Proficiency Sample Program

4. Submit test results from independent testing laboratory within 10 business days of sample

date

SLURRY SEAL 2012 PROJECT 29

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�"X�Slurry Seal

The Engineer calculates the quantity of asphalt in slurry seals Qss) by applying the formula in

Asphaltic Emulsion" to the actual quantity of asphaltic emulsion used in producing the slurry

seal mix.

Modified Asphalt Binder

The Engineer calculates the quantity of asphalt in modified asphalt binder using the following

formula:

Qmab  MABTT x 100  Xam) / 100]

where:

Qmab  quantity in tons of asphalt used in modified asphalt binder

MABTT  modified asphalt binder total tons placed

Xam  specified percentage of asphalt modifier

Other Materials

For other materials containing asphalt not covered above, the Engineer determines the quantity

of asphalt Qo).

PAYMENT ADJUSTMENTS

The Engineer includes payment adjustments for price index fluctuations in progress pay

estimates. If material containing asphalt is placed within 2 months during 1 estimate period, the

Engineer calculates 2 separate adjustments. Each adjustment is calculated using the price index

for the month in which the quantity of material containing asphalt subject to adjustment is placed

in the work. The sum of the 2 adjustments is used for increasing or decreasing payment in the

progress pay estimate.

The Engineer calculates each payment adjustment as follows:

PA=QtxA

where:

PA  Payment adjustment in dollars for asphalt contained in materials placed in the work for

a given month.

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

pavement surface treatments placed Qh + Qrh + Qmh + Qrap + Qtc + Qe + Qss + Qmab +

Qo).

A  Adjustment in dollars per ton of asphalt used to produce materials placed in the work

rounded to the nearest $0.01.

SLURRY SEAL 2012 PROJECT 30

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�#X�For US Customary projects, use:

A  Iu / lb)  1.05] x Ib x 1 + T / 100)] for an increase in the crude oil price index

exceeding 5 percent

A  Iu / Ib)  0.95] x lb x 1 + T / 100)] for a decrease in the crude oil price index

exceeding 5 percent

For metric projects, use:

A  1.1023 x Iu / lb)  1.05] x Ib x 1 + T / 100)] for an increase in the crude oil price

index exceeding 5 percent

A  1.1023 x Iu / Ib)  0.95] x Ib x 1 + T / 100)] for a decrease in the crude oil price

index exceeding 5 percent

lu  California Statewide Crude Oil Price Index for the month in which the quantity of asphalt

subject to adjustment was placed in the work.

Ib  California Statewide Crude Oil Price Index for the month in which the bid opening for the

project occurred

T  Sales and use tax rate, expressed as a percent, currently in effect in the tax jurisdiction where

the material is placed. If the tax rate information is not submitted timely, the statewide sales

and use tax rate is used in the payment adjustment calculations until the tax rate information

is submitted.

SECTION 6  BLANK)

SECTION 7  BLANK)

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.

SECTION 9  DESCRIPTION OF WORK

In general, the project consists of type-2 slurry seal in-place to various subdivision roads in north

Monterey County. Slurry seal in-place shall include clearing and grubbing within the project limits

and traffic control. Patching and other pavement preparatory treatment such as crack seal shall be

done by others.

Such other items or details, not mentioned above, that are required by the Standard Specifications,

Standard Plans, or these Special Provisions, shall be performed, placed, constructed, or installed.

SLURRY SEAL 2012 PROJECT 31

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�$X�9-1.01 INCREASED AND DECREASED QUANTITIES:

The County reserves the right to increase, decrease or delete the quantities of items as follows:

ITEM NO.

SLURRY SEAL IN-PLACE

ITEM

1,2,3,4

The adjustment provision in Section 4-1.03 Changes" of the Standard Specifications shall not apply

to the above items.

Such other items or details, not mentioned above, that are required by the Standard Specifications 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" of these special provisions

Prior to applying slurry seal, the Contractor shall cover all manholes, valve and monument covers,

grates, or other exposed facilities located within the area of application, using a plastic or oil

resistant construction paper secured to the facility being covered by tape or adhesive. The covered

facilities shall be referenced by the Contractor, with a sufficient number of control points to relocate

the facilities after the slurry seal have been placed. After completion of slurry seal operation, all

covers shall be removed and disposed of in a manner satisfactory to the Engineer. Full

compensation for covering manholes, valve and monument covers, grates, or other exposed

facilities, referencing, and removing temporary cover shall be considered as included in the contract

price paid per square yard for slurry seal type 2 in-place, and no additional compensation will be

allowed therefor.

10-1.02 PROJECT APPEARANCE:

The Contractor shall maintain a neat appearance to the work. In any area visible to the public,

the following shall apply:

 When practical, broken concrete shall be disposed of concurrently with its removal. If

stock piling is necessary, the material shall be removed or disposed of weekly.

 The Contractor shall furnish trash bins for all debris from construction. Debris shall be

placed in trash bins daily.

Full compensation for conforming to the provisions in this section not otherwise provided for,

SLURRY SEAL 2012 PROJECT 32

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�%X�shall be considered in prices paid for the various contract items of work involved and no

additional compensation shall be allowed therefore.

10-1.03 WATER POLLUTION CONTROL:

GENERAL

Summary

Work activities must not disturb 1 or more acres of soil. Manage work activities to reduce the

discharge of pollutants to surface waters, groundwater, or municipal separate storm sewer

systems. including the work item shown in the verified Bid Item List for Prepare Water Pollution

Control Program. WPCP preparation includes obtaining WPCP approval, amending the WPCP,

and monitoring and inspecting WPC practices at the job site.

Do not start work until:

1. WPCP is approved

2. WPCP review requirements have been fulfilled. If the RWQCB requires time for WPCP

review, allow 30 days for the RWQCB to review the WPCP as specified under Submittals"

of these special provisions.

A Storm Water Information Handout has been prepared for this contract and is available as

described in Supplemental Project Information" of these special provisions.

Definitions and Abbreviations

active and inactive areas: 1) Active areas have soil disturbing work activities occurring at

least once within 14 days, and 2) Inactive areas are areas that have not been disturbed for at

least 15 days.

BMPs: Best Management Practices are water pollution control practices.

construction phase: Construction phases are 1) Highway Construction including work

activities for building roads and structures, 2) Plant Establishment including maintenance on

vegetation installed for final stabilization, and 3) Suspension where work activities are

suspended and areas are inactive.

Preparation Manual: The Department's Storm Water Pollution Prevention Plan and Water

Pollution Control Program Preparation Manual."

NPDES: National Pollutant Discharge Elimination System.

NOI: Notice of Intent.

QSD: Qualified SWPPP Developer.

QSP: Qualified SWPPP Practitioner.

RWQCB: Regional Water Quality Control Board.

SWPPP: Storm Water Pollution Prevention Plan.

SWRCB: State Water Resources Control Board.

WPC: Water Pollution Control.

WPC Manager: Water Pollution Control Manager. The WPC Manager implements water

pollution control work described in the WPCP and oversees revisions and amendments to the

WPCP.

WPCP: Water Pollution Control Program.

SLURRY SEAL 2012 PROJECT 33

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�&X�Submittals

Within 7 days after contract approval, start the following process for WPCP approval:

1. Submit 2 copies of the WPCP and allow 15 days for the Engineer's review. If revisions are

required, the Engineer provides comments and specifies the date that the review stopped.

2. Change and resubmit the WPCP within 7 days of receipt of the Engineer's comments. The

Engineer's review resumes when the complete WPCP is resubmitted.

3. When the Engineer approves the WPCP, submit an electronic and 3 printed copies of the

approved WPCP.

4. If the RWQCB reviews the approved WPCP, the Engineer submits one copy of the approved

WPCP to the RWQCB for their review and comment. RWQCBs requiring time to review

WPCPs include:

5. If the Engineer requests changes to the WPCP based on RWQCB comments, amend the

WPCP within 3 days.

Submit:

1. Stormwater training records including training dates and subject for employees and

subcontractors. Include dates and subject for ongoing training, including tailgate meetings.

2. Employee training records:

2.1. Within 5 days of WPCP approval for existing employees

2.2. Within 5 days of training for new employees

2.3. At least 5 days before subcontractors start work for subcontractor's employees

Submit as required:

1. BMP Status Report

2. Inspection Reports

At least 5 days before operating any construction support facility, submit:

1. A plan showing the location and quantity of WPC practices associated with the construction

support facility

2. A copy of the NOI approved by the RWQCB and the WPCP approved by the RWQCB if

you will be operating a batch plant or a crushing plant under the General Industrial Permit

Quality Control and Assurance

Training

Provide storm water training for:

1. Project managers

2. Supervisory personnel

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

34

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�'X�3. Employees involved with WPC work

Train all employees, including subcontractor's employees, in the following subjects:

1. WPC rules and regulations

2. Implementation and maintenance for:

2.1. Temporary Soil Stabilization

2.2. Temporary Sediment Control

2.3. Tracking Control

2.4. Wind Erosion Control

2.5. Material pollution prevention and control

2.6. Waste management

2.7. Non-storm water management

2.8. Identifying and handling hazardous substances

2.9. Potential dangers to humans and the environment from spills and leaks or exposure

to toxic or hazardous substances

Employees must receive initial WPC training before working on the project.

Conduct weekly training meetings covering:

1. WPC BMP deficiencies and corrective actions

2. BMPs that are required for work activities during the week

3. Spill prevention and control

4. Material delivery, storage, use, and disposal

5. Waste management

6. Non-storm water management procedures

You may obtain copies of the Preparation Manual from the Publication Distribution Unit. The

mailing address for the Publication Distribution Unit is:

State of California

Department of Transportation

Publication Distribution Unit

1900 Royal Oaks Drive

Sacramento, California 95815

Telephone: 916) 445-3520

The Preparation Manual and other WPC references are available at the Department's

Construction Storm Water and Water Pollution Control" Web site. For the Web site, go to:

http://www.dot.ca.gov/hq/construc/stormwater/storrnwaterl.htm

If you operate construction support facilities, protect storm water systems or receiving waters

from the discharge of potential pollutants by using WPC practices.

Construction support facilities include:

SLURRY SEAL 2012 PROJECT 35

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�(X�1. Staging areas

2. Storage yards for equipment and materials

3. Mobile operations

4. Batch plants for PCC and HMA

5. Crushing plants for rock and aggregate

6. Other facilities installed for your convenience such as haul roads

If you operate a batch plant to manufacture PCC, HMA, or other material; or a crushing plant to

produce rock or aggregate; obtain coverage under the General Industrial Permit. You must be

covered under the General Industrial Permit for batch plants and crushing plants located:

1. Outside of the job site

2. Within the job site that serve one or more contracts

Discharges from manufacturing facilities such as batch plants must comply with the general

waste discharge requirements for Order No. 97-03-DWQ, NPDES General Permit No.

CAS000001, issued by the SWRCB for Discharge of Stormwater Associated with Industrial

Activities Excluding Construction Activities." For the General Industrial Permit, go to:

http://www.waterboards.ca.gov/

Water Pollution Control Manager

Assign one WPC Manager to implement the WPCP. You may assign a different QSP to prepare

the WPCP.

The WPC Manager must comply with the Permit Order No. 2009-0009-DWQ, NPDES No.

CAS000002) for a QSP by having at least one of the following qualifications:

1. Certified Erosion, Sediment and Storm Water Inspector CESSWI)TM registered through

Enviro Cert International, Inc.

2. Certified Inspector of Sediment and Erosion Control CISEC) registered through CISEC,

Inc.

3. Qualifications described in the Permit for a QSD

4. Department approved storm water management training described in the Department's

Construction Storm Water and Water Pollution Control" Web site

At the job site, the WPC Manager must:

1. Be responsible for WPC work

2. Be the primary contact for WPC work

3. Oversee the maintenance of WPC practices

4. Oversee and enforce hazardous waste management practices

5. Have the authority to mobilize crews to make immediate repairs to WPC practices

6. Ensure that all employees have current water pollution control training

7. Implement the approved WPCP and amend the WPCP when required

WPC Manager must oversee:

SLURRY SEAL 2012 PROJECT 36

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�)X�1. Inspections of WPC practices identified in the WPCP

2. Inspections for visual monitoring

WATER POLLUTION CONTROL PROGRAM

WPCP work includes preparing a WPCP, obtaining WPCP approval, amending the WPCP, and

reporting on WPC practices at the job site. The WPCP must comply with the Preparation

Manual. The WPCP is required by the provisions in Section 7-1.01G, Water Pollution," of the

Standard Specifications.

You may request, or the Engineer may order, changes to the WPC work. Changes may include

the addition of new WPC practices. Additional WPC work will be paid for as extra work under

Section 4-1.03D, Extra Work," of the Standard Specifications.

The WPCP must include WPC practices:

1. For storm water and non-stormwater from areas outside of the job site related to project work

activities such as:

 1.1. Staging areas

 1.2. Storage yards

 1.3. Access roads

2. For activities or mobile operations related to contractor obtained NPDES permits

3. Construction support facilities

The WPCP must include a copy of permits obtained by the Department such as Fish & Game

permits, US Army Corps of Engineers permits, RWQCB 401 Certifications, and RWQCB Waste

Discharge Requirements for Aerially Deposited Lead Reuse.

WPCP Amendments

You must amend the WPCP when:

1. Changes in work activities could affect the discharge of pollutants

2. WPC practices are added by change order work

3. WPC practices are added at your discretion

If you amend the WPCP, follow the same process specified for WPCP approval.

Retain a printed copy of the approved WPCP at the job site.

WPCP Schedule

The WPCP schedule must:

SLURRY SEAL 2012 PROJECT 37

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�*X�1. Describe when work activities will be performed that could cause the discharge of pollutants

in storm water

2. Describe WPC practices associated with each construction phase

3. Identify soil stabilization and sediment control practices for disturbed soil areas

IMPLEMENTATION REQUIREMENTS

WPCP Implementation

Monitor the National Weather Service Forecast Office on a daily basis. For forecasts, go to:

http://www.srh.noaa.gov/forecast

Whenever you or the Engineer identifies a deficiency in the implementation of the approved

WPCP:

1. Correct the deficiency immediately, unless the Engineer agrees to a later date for making the

correction

2. Correct the deficiency before precipitation occurs

If you fail to correct the deficiency by the agreed date or before the onset of precipitation, the

Department may correct the deficiency and deduct the cost of correcting the deficiency from

payment.

Continue WPCP implementation during any temporary suspension of work activities.

Install WPC practices within 15 days or before predicted precipitation, whichever occurs first.

If actions for your convenience disturb 1 or more acres of soil, you must pay all costs and be

responsible for all delays associated with submitting a SWPPP.

Inspection

The WPC Manager must oversee inspections for WPC practices identified in the WPCP:

1. Before a forecasted storm

2. After precipitation that causes site runoff

3. At 24-hour intervals during extended precipitation

4. On a predetermined schedule, a minimum of once a week

The WPC Manager must oversee daily inspections of:

1. Storage areas for hazardous materials and waste

2. Hazardous waste disposal and transporting activities

3. Hazardous material delivery and storage activities

4. WPC practices specified under Construction Site Management" of these special provisions

The WPC Manager must use the Storm Water Site Inspection Report provided in the Preparation

SLURRY SEAL 2012 PROJECT 38

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�+X�Manual.

The WPC Manager must prepare BMP status reports that include the following:

1. Location and quantity of installed WPC practices

2. Location and quantity of disturbed soil for the active or inactive areas

Within 24 hours of finishing the weekly inspection, the WPC Manager must submit:

1. Copy of the completed site inspection report

2. Copy of the BMP status report

Reporting Requirements

If the following occur, notify the Engineer within 6 hours:

1. You identify discharges into receiving waters or drainage systems causing or potentially

causing pollution

2. The project receives a written notice or order from a regulatory agency

No later than 48 hours after the conclusion of a storm event resulting in a discharge, a non-

stormwater discharge, or receiving the notice or order, submit:

1. Date, time, location, and nature of the activity, type of discharge and quantity, and the cause

of the notice or order

2. WPC practices used before the discharge, or before receiving the notice or order

3. Description of WPC practices and corrective actions taken to manage the discharge or cause

of the notice

PAYMENT

The price paid for per square yard of slurry seal type 2 in-place shall include full compensation

for preparing water pollution control program including furnishing all labor, materials, tools,

equipment, and incidentals and for doing all the work involved in preparing, obtaining approval

of, and amending the WPCP and inspecting water pollution control practices as specified in the

Standard Specifications and these special provisions, and as directed by the Engineer.

The County does not pay for implementation of WPC practices in areas outside the highway

right-of-way not specifically provided for in the special provisions.

The County does not pay for WPC practices installed at your construction support facilities.

10-1.04 CONSTRUCTION SITE MANAGEMENT:

GENERAL

Summary

This work includes controlling potential sources of water pollution before they come in contact

SLURRY SEAL 2012 PROJECT 39

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�,X�with storm water systems or watercourses.

Control material pollution and manage waste and non-stormwater at the job site by implementing

effective handling, storage, use, and disposal practices.

For information on documents specified in these special provisions, refer to the Preparation

Manual, Dewatering Guide, and BMP Manual available at:

http://www.dot.ca.gov/hq/construc/ston,nwater/ston,nwaterl.htm

Definitions and Abbreviations

active and inactive areas: 1) Active areas have soil disturbing work activities occurring at

least once within 14 days, and 2) Inactive areas are areas that have not been disturbed for at

least 15 days.

BMP Manual: The Department's Construction Site Best Management Practices BMP)

Manual.

CDPH: California Department of Public Health

Dewatering Guide: The Department's Field Guide to Construction Site Dewatering.

ELAP: Environmental Laboratory Accreditation Program

minor spills: Small quantities of oil, gasoline, paint, or other material that are small enough to

be controlled by a first responder upon discovery of the spill.

MSDS: Material Safety Data Sheet

Preparation Manual: The Department's Storm Water Pollution Prevention Plan SWPPP) and

Water Pollution Control Program WPCP) Preparation Manual.

semi-significant spills: Spills that can be controlled by a first responder with help from other

personnel.

significant or hazardous spills: Spills that cannot be controlled by construction personnel.

WPC: Water Pollution Control

WPC Manager: Water Pollution Control Manager as defined under Water Pollution Control"

of these special provisions.

Submittals

Submit the following:

1. MSDS at least 5 days before material is used or stored

2. Monthly inventory records for material used or stored

3. Copy of written approval to discharge into a sanitary sewer system at least 5 days before

beginning discharge activities

CONSTRUCTION

Spill Prevention and Control

Implement spill and leak prevention procedures for chemicals and hazardous substances stored at

the job site. If you spill or leak chemicals or hazardous substances at the job site, you are

responsible for all associated cleanup costs and related liability.

SLURRY SEAL 2012 PROJECT 40

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�-X�As soon as it is safe, contain and clean up spills of petroleum products, sanitary and septic waste

substances listed under CFR Title 40, Parts 110, 117, and 302.

Minor Spills

Clean up minor spills using the following procedures:

1. Contain the spread of the spill

2. Recover the spilled material by absorption

3. Clean the contaminated area

4. Dispose of the contaminated material promptly and properly

Semi-significant Spills

Clean up semi-significant spills immediately by the following procedures:

1. Contain the spread of the spill

2. Recover the spilled material using absorption whenever a spill occurs on a paved surface or

an impermeable surface

3. Contain the spill with an earthen dike and dig up the contaminated soil for disposal whenever

a spill occurs on soil

4. If the spill occurs during precipitation, cover the spill with plastic or other material to

prevent contaminated runoff

5. Dispose of the contaminated material promptly and properly

Significant or Hazardous Spills

Immediately notify qualified personnel of significant or hazardous spills. Do not let construction

personnel attempt to clean up the spill until qualified staff have arrived. Do the following:

1. Notify the Engineer and follow up with a written report

2. Obtain the services of a spills contractor or hazardous material team immediately

3. Notify the local emergency response team by dialing 911 and county officials at the

emergency phone numbers kept at the job site

4. Notify the Governor's Office of Emergency Services Warning Center at 805) 852-7550

5. Notify the National Response Center at 800) 424-8802 regarding spills of Federal reportable

quantities under CFR Title 40, Parts 110, 119, and 302

6. Notify other agencies as appropriate, including:

6.1. Fire Department

6.2. Public Works Department

6.3. Coast Guard

6.4. Highway Patrol

6.5. City Police or County Sheriff Department

6.6. Department of Toxic Substances

6.7. California Division of Oil and Gas

6.8. Cal OSHA

SLURRY SEAL 2012 PROJECT 41

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�.X�6.9. Regional Water Resources Control Board

Report minor, semi-significant, and significant spills to the WPC Manager. The WPC Manager

must notify the Engineer immediately. The WPC Manager must oversee and enforce proper spill

prevention and control measures.

Prevent spills from entering storm water runoff before and during cleanup. Do not bury spills or

wash spills with water.

Keep material or waste storage areas clean, well organized, and equipped with enough cleanup

supplies for the material being stored.

Material Management

General

Material must be delivered, used, and stored for this job in a way that minimizes or eliminates

discharge of material into the air, storm drain systems, and watercourses.

Implement the practices described under Material Management" of these special provisions

while taking delivery of, using, or storing any of the following materials:

1. Hazardous chemicals including acids, lime, glues, adhesives, paints, solvents, and curing

compounds

2. Soil stabilizers and binders

3. Fertilizers

4. Detergents

5. Plaster

6. Petroleum materials including fuel, oil, and grease

7. Asphalt components and concrete components

8. Pesticides and herbicides

Employees trained in emergency spill cleanup procedures must be present during the unloading

of hazardous materials or chemicals.

If practicable, use less hazardous materials.

Material Storage

Use the following material storage procedures:

1. Store liquids, petroleum materials, and substances listed in CFR Title 40, Parts 110, 117, and

302 as specified by the Department, and place them in secondary containment facilities.

2. Secondary containment facilities must be impervious to the materials stored there for a

minimum contact time of 72 hours.

3. Cover secondary containment facilities during non-working days and when precipitation is

predicted. Secondary containment facilities must be adequately ventilated.

SLURRY SEAL 2012 PROJECT 42

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�/X�4. Keep secondary containment facility free of accumulated rainwater or spills. After

precipitation, or in the event of spills or leaks, collect accumulated liquid and place into

drums within 24 hours. Handle these liquids as hazardous waste under Hazardous Waste"

of these special provisions unless testing determines them to be nonhazardous.

5. Do not store incompatible materials, such as chlorine and ammonia, in the same secondary

containment facility.

6. Store materials in the original containers with the original material labels maintained in

legible condition. Replace damaged or illegible labels immediately.

7. Secondary containment facilities must have the capacity to contain precipitation from a 24-

hour-long, 25-year storm, and 10 percent of the aggregate volume of all containers, or entire

volume of the largest container within the facility, whichever is greater.

8. Store bagged or boxed material on pallets. Protect bagged or boxed material from wind and

rain during non-working days and while precipitation is predicted.

9. Provide sufficient separation between stored containers to allow for spill cleanup or

emergency response access. Storage areas must be kept clean, well organized, and equipped

with cleanup supplies appropriate for the materials being stored.

10. Repair or replace perimeter controls, containment structures, covers, and liners as necessary.

Inspect storage areas before and after precipitation, and at least weekly during other times.

Stockpile Management

Use the following stockpile management procedures:

1. Reduce or eliminate potential water pollution from stockpiled material including soil, paving

material, and pressure treated wood.

2. Locate stockpiles:

2.1. If within the floodplain, at least 100 feet from concentrated flows of storm water,

drainage courses, and inlets unless approved

2.2. If outside the floodplain, at least 50 feet from concentrated flows of storm water,

drainage courses, and inlets unless approved

Install WPC practices within 15 days or before predicted precipitation, whichever occurs first.

Control wind erosion year round under Section 14-9.02, Dust Control" of the Standard

Specifications.

Repair or replace linear sediment barriers and covers as needed to keep them functioning

properly. If sediment accumulates to 1 /3 of the linear sediment barrier height, remove the

sediment.

Waste Management

Solid Waste

Do not allow litter or debris to accumulate anywhere at the job site, including storm drain grates,

trash racks, and ditch lines. Pick up and remove trash and debris from the job site at least once a

week. The WPC Manager must monitor solid waste storage and disposal procedures at the job

SLURRY SEAL 2012 PROJECT 43

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�0X�site.

If practicable, recycle non-hazardous job site waste and excess material. If recycling is not

practicable, disposal must comply with Section 7-1.13, Disposal of Material Outside the

Highway Right of Way" of the Standard Specifications.

Furnish enough closed-lid dumpsters of sufficient size to contain any solid waste generated by

work activities. When the refuse reaches the fill line, empty the dumpsters. Dumpsters must be

watertight. Do not wash out dumpsters at the job site. Furnish additional containers and pick up

dumpsters more frequent during the demolition phase of construction.

Solid waste includes:

1. Brick

2. Mortar

3. Timber

4. Metal scraps

5. Sawdust

6. Pipe

7. Electrical cuttings

8. Non-hazardous equipment parts

9. Styrofoam and other packaging materials

10. Vegetative material and plant containers from highway planting

11. Litter and smoking material, including litter generated randomly by the public

12. Other trash and debris

Furnish and use trash receptacles at the job site yard, field trailers, and locations where workers

gather for lunch and breaks.

Hazardous Waste

Use hazardous waste management practices if waste is generated at the job site from the

following substances:

1. Petroleum products

2. Asphalt products

3. Concrete curing compound

4. Pesticides

5. Acids

6. Paints

7. Stains

8. Solvents

9. Wood preservatives and treated posts

10. Roofing tar

11. Road flares

12. Lime

13. Glues and adhesives

SLURRY SEAL 2012 PROJECT 44

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�1X�14. Materials classified as hazardous by California Code of Regulations, Title 22, Division 4.5;

or listed in CFR Title 40, Parts 110, 117, 261, or 302

The WPC Manager must oversee and enforce hazardous waste management practices. Minimize

the production of hazardous materials and hazardous waste at the job site. If damaged, repair or

replace perimeter controls, containment structures, and covers.

If hazardous material levels are unknown, use a laboratory certified by ELAP under CDPH to

sample and test waste to determine safe methods for storage and disposal.

Separate potentially hazardous waste from nonhazardous waste at the job site. Hazardous waste

must be handled, stored, and disposed of under California Code of Regulations, Title 22,

Division 4.5, Section 66262.34; and in CFR Title 49, Parts 261, 262, and 263.

Store hazardous waste in sealed containers constructed and labeled with the contents and date

accumulated under California Code of Regulations, Title 22, Division 4.5; and in CFR Title 49,

Parts 172, 173, 178, and 179. Keep hazardous waste containers in temporary containment

facilities under Material Storage" of these special provisions.

Furnish containers with adequate storage volume at convenient locations for hazardous waste

collection. Do not overfill hazardous waste containers. Do not mix hazardous waste. Do not

allow potentially hazardous waste to accumulate on the ground. Store containers of dry waste

that are not watertight on pallets. Store hazardous waste away from storm drains, watercourses,

moving vehicles, and equipment.

Clean water based or oil based paint from brushes or equipment within a contained area and in a

way that does not contaminate soil, watercourses, and storm drain systems. Handle and dispose

of the following as hazardous waste: paints, thinners, solvents, residues, and sludges that cannot

be recycled or reused. When thoroughly dry, dispose of the following as solid waste: dry, latex

paint and paint cans, used brushes, rags, absorbent materials, and drop cloths.

Dispose of hazardous waste within 90 days of being generated. Use a licensed hazardous waste

transporter to take hazardous waste to a Class I Disposal Site. Submit a copy of uniform

hazardous waste manifest forms within 24 hours of transporting hazardous waste.

The WPC Manager must inspect the following daily:

1. Storage areas for hazardous materials and waste

2. Hazardous waste disposal and transporting activities

3. Hazardous material delivery and storage activities

Contaminated Soil

Identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in

soil properties. Soil with evidence of contamination must be sampled and tested by a laboratory

certified by ELAP.

If levels of contamination are found to be hazardous, handle and dispose of the soil as hazardous

SLURRY SEAL 2012 PROJECT 45

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�2X�waste.

Prevent the flow of water, including ground water, from mixing with contaminated soil by using

one or a combination of the following measures:

1. Berms

2. Cofferdams

3. Grout curtains

4. Freeze walls

5. Concrete seal course

If water mixes with contaminated soil and becomes contaminated, sample and test the water

using a laboratory certified by ELAP. If levels of contamination are found to be hazardous,

handle and dispose of the water as hazardous waste.

Concrete Waste

Use practices that will prevent the discharge of portland cement concrete, AC, or HMA waste

into storm drain systems or watercourses.

Collect and dispose of portland cement concrete, AC, or HMA waste at locations where:

1. Concrete material, including grout, is used

2. Concrete dust and debris result from demolition

3. Sawcutting, coring, grinding, grooving, or hydro-concrete demolition of portland cement

concrete, AC, or HMA creates a residue or slurry

4. Concrete truck or other concrete-coated equipment is cleaned at the job site

Sanitary and Septic Waste

Do not bury or discharge wastewater from sanitary or septic systems within Department right-of-

way. The WPC Manager must inspect sanitary or septic waste storage and monitor disposal

procedures at least weekly. Sanitary facilities that discharge to the sanitary sewer system must

be properly connected and free from leaks. Place sanitary facilities at least 50 feet away from

storm drains, watercourses, and flow lines.

Obtain written approval from the local health agency, city, county, and sewer district before

discharging from a sanitary or septic system directly into a sanitary sewer system, and submit a

copy to the Engineer. Comply with local health agency provisions while using an on-site

disposal system.

Liquid Waste

Use practices that will prevent job site liquid waste from entering storm drain systems or

watercourses. Liquid waste includes the following:

1. Drilling slurries or fluids

2. Grease-free or oil-free wastewater or rinse water

SLURRY SEAL 2012 PROJECT 46

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�3X�3. Dredgings, including liquid waste from drainage system cleaning

4. Liquid waste running off a surface including wash or rinse water

5. Other non-stormwater liquids not covered by separate permits

Hold liquid waste in structurally sound, leak proof containers such as:

1. Roll-off bins

2. Portable tanks

Liquid waste containers must be of sufficient quantity and volume to prevent overflow, spills and

leaks.

Store containers:

1. At least 50 feet from moving vehicles and equipment

2. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage

courses, watercourses, and storm drain inlets unless approved

3. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage

courses, watercourses, and storm drain inlets unless approved

Remove and dispose of deposited solids from sediment traps under Solid Waste" of these

special provisions unless the Engineer approves another method.

Liquid waste may require testing to determine hazardous material content before disposal.

Drilling fluids and residue must be disposed of outside the highway right-of-way.

If an approved location is available within the job site, fluids and residue exempt under

California Code of Regulations, Title 23, Section 2511(g) may be dried by evaporation in a leak

proof container. Dispose of remaining solid waste under Solid Waste" of these special

provisions.

Non-Storm Water Management

Water Control and Conservation

Manage water used for work activities to prevent erosion or discharge of pollutants into storm

drain systems or watercourses. Obtain approval before washing anything at the job site with

water that could discharge into a storm drain system or watercourse. Report discharges

immediately.

If water is used at the job site, implement water conservation practices. Inspect irrigation areas.

Adjust watering schedules to prevent erosion, excess watering, or runoff. Shut off water source

to broken lines, sprinklers, or valves, and repair breaks within 24 hours. If possible, reuse water

from waterline flushing for landscape irrigation. Sweep and vacuum paved areas; do not wash

them with water.

Direct job site water runoff, including water from water line repair, to areas where it can

SLURRY SEAL 2012 PROJECT 47

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�4X�infiltrate into the ground and not enter storm drain systems or watercourses. Do not allow

spilled water to escape water truck filling areas. If possible, direct water from off-site sources

around the job site. Minimize the contact of off-site water with job site water.

Illegal Connection and Discharge Detection and Reporting

Inspect the job site and the site perimeter before starting work for evidence of illegal

connections, discharges, or dumping. After starting work, inspect the job site and perimeter on a

daily schedule.

Whenever illegal connections, discharges, or dumping are discovered, notify the Engineer

immediately. Take no further action unless ordered by the Engineer. Assume unlabeled or

unidentifiable material is hazardous.

Look for the following evidence of illegal connections, discharges, or dumping:

1. Debris or trash piles

2. Staining or discoloration on pavement or soils

3. Pungent odors coming from drainage systems

4. Discoloration or oily sheen on water

5. Stains or residue in ditches, channels or drain boxes

6. Abnormal water flow during dry weather

7. Excessive sediment deposits

8. Nonstandard drainage junction structures

9. Broken concrete or other disturbances near junction structures

Vehicle and Equipment Cleaning

Limit vehicle and equipment cleaning or washing at the job site except what is necessary to

control vehicle tracking or hazardous waste. Notify the Engineer before cleaning vehicles and

equipment at the job site with soap, solvents, or steam. Contain and recycle or dispose of

resulting waste under Liquid Waste" or Hazardous Waste" of these special provisions,

whichever is applicable. Do not use diesel to clean vehicles or equipment, and minimize the use

of solvents.

Clean or wash vehicles and equipment in a structure equipped with disposal facilities. If using a

structure is not possible, clean or wash vehicles and equipment in an outside area. The outside

area must be:

1. Paved with AC, HMA, or concrete paving

2. Surrounded by a containment berm

3. Equipped with a sump to collect and dispose of wash water

4. If within the floodplain, located at least 100 feet from concentrated flows of storm water,

drainage courses, watercourses, and storm drain inlets unless approved

5. If outside the floodplain, located at least 50 feet from concentrated flows of storm water,

drainage courses, watercourses, and storm drain inlets unless approved

When washing vehicles or equipment with water, use as little water as possible. Hoses must be

SLURRY SEAL 2012 PROJECT 48

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�5X�equipped with a positive shutoff valve.

Discharge liquid from wash racks to a recycle system or to another approved system. Remove

liquids and sediment as necessary.

The WPC Manager must inspect vehicle and equipment cleaning facilities:

1. Daily if vehicle and equipment cleaning occurs daily

2. Weekly if vehicle and equipment cleaning does not occur daily

Vehicle and Equipment Fueling and Maintenance

If practicable, perform maintenance on vehicles and equipment off the job site.

If fueling or maintenance must be done at the job site, designate a site, or sites, and obtain

approval before using. Minimize mobile fueling or maintenance.

If vehicle and equipment fueling and maintenance must be done at the job site, areas for the

following activities must be:

1. On level ground

2. Protected from storm water run-on

3. If within the floodplain, located at least 100 feet from concentrated flows of storm water,

drainage courses, watercourses, and storm drain inlets unless approved

4. If outside the floodplain, located at least 50 feet from concentrated flows of storm water,

drainage courses, watercourses, and storm drain inlets unless approved

Use containment berms or dikes around the fueling and maintenance area. Keep adequate

quantities of absorbent spill cleanup material and spill kits in the fueling and maintenance area

and on fueling trucks. Dispose of spill cleanup material and kits immediately after use. Use drip

pans or absorbent pads during fueling or maintenance.

Fueling or maintenance activities must not be left unattended. Fueling nozzles must be equipped

with an automatic shutoff control. Vapor recovery fueling nozzles must be used where required

by the Air Quality Management District. When not in use, nozzles must be secured upright. Do

not top-off fuel tanks.

Recycle or properly dispose of used batteries and tires.

The WPC Manager must inspect vehicle and equipment maintenance and fueling areas:

1. Daily when vehicle and equipment maintenance and fueling occurs daily

2. Weekly when vehicle and equipment maintenance and fueling does not occur daily

The WPC Manager must inspect vehicles and equipment at the job site for leaks and spills on a

daily schedule. Operators must inspect vehicles and equipment each day of use.

If leaks cannot be repaired immediately, remove the vehicle or equipment from the job site.

SLURRY SEAL 2012 PROJECT 49

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�6X�Material and Equipment Used Over Water

Place drip pans and absorbent pads under vehicles or equipment used over water. Keep an

adequate supply of spill cleanup material with the vehicle or equipment. If the vehicle or

equipment will be idle for more than one hour, place drip pans or plastic sheeting under the

vehicle or equipment on docks, barges, or other surfaces over water.

Furnish watertight curbs or toe boards on barges, platforms, docks, or other surfaces over water

to contain material, debris, and tools. Secure material to prevent spills or discharge into water

due to wind.

Structure Removal Over or Adjacent to Water

Do not allow demolished material to enter storm water systems or watercourses. Use approved

covers and platforms to collect debris. Use attachments on equipment to catch debris on small

demolition activities. Empty debris catching devices daily and handle debris under Waste

Management" of these special provisions.

The WPC Manager must inspect demolition sites within 50 feet of storm water systems or

watercourses daily.

Paving, Sealing, Sawcutting, Grooving, and Grinding Activities

Prevent the following materials from entering storm drain systems or water courses:

1. Cementitious material

2. Asphaltic material

3. Aggregate or screenings

4. Grinding grooving, or sawcutting residue

5. Pavement chunks

6. Shoulder backing

7. Methacrylate

Cover drainage inlets and use linear sediment barriers to protect downhill watercourses until

paving, sealing, sawcutting, grooving, or grinding activities are completed and excess material

has been removed. Cover drainage inlets and manholes during the application of seal coat, tack

coat, slurry seal, or fog seal.

If precipitation is predicted, limit paving, sawcutting, and grinding to places where runoff can be

captured.

Do not start seal coat, tack coat, slurry seal, or fog seal activities if precipitation is predicted

during the application or curing period. Do not excavate material from existing roadways during

precipitation.

Use a vacuum to remove slurry immediately after slurry is produced. Do not allow slurry to run

onto lanes open to traffic or off the pavement.

SLURRY SEAL 2012 PROJECT 50

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�7X�Collect residue from portland cement concrete grinding and grooving activities with a vacuum

attachment on the grinding machine. Do not leave any residue on the pavement or allow the

residue to flow across the pavement.

If approved, material excavated from existing roadways may be stockpiled under Stockpile

Management" of these special provisions.

Do not coat asphalt trucks and equipment with substances that contain soap, foaming agents, or

toxic chemicals.

When paving equipment is not in use, park over drip pans or plastic sheeting with absorbent

material to catch drips.

Thermoplastic Striping and Pavement Markers

Thermoplastic striping and preheating equipment shutoff valves must work properly at all times.

Do not preheat, transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses.

Do not fill a preheating container above a level that is 6 inches below the top. Truck beds must

be cleaned daily of scraps or melted thermoplastic.

Do not unload, transfer, or load bituminous material for pavement markers within 50 feet of

drainage inlets or watercourses. Release all pressure from a melting tank before removing the lid

to fill or service. Do not fill a melting tank above a level that is 6 inches below the top.

Collect bituminous material from the roadway after marker removal.

Pile Driving

Keep spill kits and cleanup material at pile driving locations. Pile driving equipment must be

parked over drip pans, absorbent pads, or plastic sheeting with absorbent material. If

precipitation is predicted, protect pile driving equipment by parking on plywood and covering

with plastic.

Store pile driving equipment when not in use. Stored pile driving equipment must be:

1. Kept on level ground

2. Protected from storm water run-on

3. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage

courses, watercourses, and storm drain inlets unless approved

4. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage

courses, watercourses, and storm drain inlets unless approved

If practicable, use vegetable oil instead of hydraulic fluid.

The WPC Manager must inspect the pile driving area for leaks and spills:

1. Daily when pile driving occurs daily

SLURRY SEAL 2012 PROJECT 51

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�8X�2. Weekly when pile driving does not occur daily

Concrete Curing

Do not overspray chemical curing compound. Minimize the drift by spraying as close to the

concrete as possible. Cover drainage inlets before applying the curing compound.

Minimize the use and discharge of water by using wet blankets or similar methods to maintain

moisture while curing concrete.

Concrete Finishing

Collect and dispose of water and solid waste from high-pressure water blasting. Cover drainage

inlets within 50 feet before sandblasting. Minimize drift of dust and blast material by keeping

the nozzle close to the surface of the concrete. The blast residue may contain hazardous

material.

Inspect concrete finishing containment structures for damage before each day of use and before

predicted precipitation. Remove liquid and solid waste from containment structures after each

work shift.

Sweeping

Sweeping must be done using hand or mechanical methods such as vacuuming.

Monitor paved areas and roadways within the job site for sediment and debris generating

activities such as:

1. Clearing and grubbing

2. Earthwork

3. Trenching

4. Roadway structural section work

5. Vehicles entering and leaving the job site

6. Soil disturbing work

7. Work that causes offsite tracking of material

If sediment or debris is observed, perform sweeping:

1. Within:

1.1. 8 hours of predicted rain

1.2. 24 hours unless the Engineer approves a longer period

2. On paved roads at job site entrances and exit locations

3. On paved areas within the job site that flow to storm drains or receiving waters

You may stockpile collected material at the job site. Remove collected material including

sediment from paved shoulders, drain inlets, curbs and dikes, and other drainage areas. If

SLURRY SEAL 2012 PROJECT 52

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�9X�stockpiled, dispose of collected material at least once per week.

You may dispose of sediment within the job site that you collected during sweeping activities.

Protect disposal areas against erosion.

Remove and dispose of trash collected during sweeping under Section 7-1.13, Disposal of

Material Outside the Highway Right of Way" of the Standard Specifications.

Dewatering

Dewatering consists of discharging accumulated storm water, ground water, or surface water

from excavations or temporary containment facilities.

If dewatering and discharging activities are specified under a work item such as Temporary

Active Treatment System" or Dewatering and Discharge," perform dewatering work as

specified in the section involved.

If dewatering and discharging activities are not specified under a work item and you will be

performing dewatering activities, you must:

1. Submit a Dewatering and Discharge Plan under Section 5-1.02, Plans and Working

Drawings," of the Standard Specifications and Water Pollution Control" of these special

provisions at least 10 days before starting dewatering activities. The Dewatering and

Discharge Plan must include:

1.1. Title sheet and table of contents

1.2. Description of dewatering and discharge activities detailing locations, quantity of

water, equipment, and discharge points

1.3. Estimated schedule for dewatering and discharge start and end dates, intermittent or

continuous)

1.4. Discharge alternatives such as dust control or percolation

1.5. Visual monitoring procedures with inspection log

2. Conduct dewatering activities under the Departments' s Field Guide for Construction

Dewatering."

3. Ensure that any dewatering discharge does not cause erosion, scour, or sedimentary deposits

that could impact natural bedding materials.

4. Discharge the water within the project limits. Dispose of the water in the same way as

specified for material in Section 7-1.13 Disposal of Material Outside the Highway Right of

Way" of the Standard Specification if it cannot be discharged within project limits due to site

constraints.

5. Do not discharge storm water or non-stormwater that has an odor, discoloration other than

sediment, an oily sheen, or foam on the surface. Notify the Engineer immediately upon

discovering any such condition.

The WPC manager must inspect dewatering activities:

1. Daily when dewatering work occurs daily

SLURRY SEAL 2012 PROJECT 53

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�:X�2. Weekly when dewatering work does not occur daily

PAYMENT

The price paid for per square yard of slurry seal type 2 in-place shall include full compensation

for construction site management including furnishing all labor, materials, tools, equipment, and

incidentals and for doing all the work involved in spill prevention and control, sweeping,

material management, waste management, non-stormwater management, and dewatering and

identifying, sampling, testing, handling, and disposing of hazardous waste resulting from your

activities, as specified in the Standard Specifications and these special provisions, and as ordered

by the Engineer.

10-1.05 STREET SWEEPING:

Street sweeping shall be conducted where sediment is tracked from the job site onto paved roads,

as described in the approved Water Pollution Control Program WPCP) in accordance with

Water Pollution Control" of these special provisions, and as directed by the Engineer.

Street sweeping shall be one of the water pollution control practices for sediment control. The

WPCP shall include the use of street sweeping. Street sweeping shall be performed in

accordance with Section 4, SC-7 in the Construction Site Best Management Practices Manual of

the Caltrans Storm Water Quality Handbooks.

The number of street sweepers shall be as designated in the approved WPCP. The Contractor

shall maintain at least one sweeper on the job site at all times during the period that sweeping

work is required. Sweepers shall be self-loading, motorized, and shall have spray nozzles.

Sweepers may include a vacuum apparatus.

Street sweeping shall start at the beginning of clearing and grubbing and shall continue until

completion of the project, or as directed by the Engineer. Street sweeping shall be performed

immediately after soil disturbing activities occur or offsite tracking of material is observed.

Street sweeping shall be performed so that dust is minimized. If dust generation is excessive or

sediment pickup is ineffective as determined by the Engineer, the use of water or a vacuum will

be required.

At the option of the Contractor, collected material may be temporarily stockpiled in accordance

with the approved WPCP. Collected material shall be disposed of at least once per week.

Material collected during street sweeping operations shall be disposed of in conformance with

Section 7-1.13, Disposal of Material Outside The Highway Right Of Way," of the Standard

Specifications.

MEASUREMENT AND PAYMENT

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for

doing all the work involved in street sweeping, including disposal of collected material, as

specified in the Standard Specifications, these special provisions, and as directed by the

Engineer, shall be considered as included in the contract price paid slurry seal type 2 in-place.

SLURRY SEAL 2012 PROJECT 54

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�;X�10-1.06 TEMPORARY DRAINAGE INLET PROTECTION:

GENERAL

Summary

This work includes constructing, maintaining, and removing temporary drainage inlet protection.

Drainage inlet protection settles and filters sediment before stormwater runoff discharges into

storm drainage systems.

The WPCP must describe and include the use of temporary drainage inlet protection as a water

pollution control practice for sediment control.

Provide temporary drainage inlet protection to meet the changing conditions around the drainage

inlet. Temporary drainage inlet protection must be:

1. Appropriate type to meet the conditions around the drainage inlet

2. Type 1, Type 2, Type 3A, Type 3B, Type 4, Type 4B, Type 5, Type 6A, Type 6B, or a

combination

Submittals

Submit a Certificate of Compliance as specified in Section 6-1.07, Certificates of Compliance"

of the Standard Specifications for:

1. Erosion control blanket

2. Fiber rolls

3. Safety cap for metal posts

4. Silt fence fabric

5. Sediment filter bag

6. Foam barrier

7. Rigid plastic barrier

8. Gravel-filled bag fabric

If you substitute the steel wire staple with an alternative attachment device, submit a sample of

the device for approval at least 5 business days before installation.

MATERIALS

Geosynthetic Fabrics

Geosynthetic fabrics for temporary drainage inlet protection must consist of one of the

following:

1. Polyester

2. Polypropylene

3. Combined polyester and polypropylene

Geosynthetic fabrics for temporary drainage inlet must comply with the specifications for water

SLURRY SEAL 2012 PROJECT 55

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�<X�pollution control in Section 88-1.05, Water Pollution Control," of the Standard Specifications.

Foam barrier must comply with:

Foam Barrier

Property ASTM Specification

 Designation

Grab breaking load D 4632

1-inch grip, lb, min. in each 

direction  200

Apparent elongation D 4632

percent, min., in each 

direction  15

Water Flow Rate D 4491

max. average roll value, 

gallons per minute/square 

foot  100-150

Permittivity D 4491

1/sec., min.  0.05

Apparent opening size D 4751

max. average roll value, U.S. 

Standard sieve size  40

Ultraviolet Degradation D 4595

percent of original 

unexposed grab breaking 

load 500 hr, minimum  70

Sample under ASTM D 4354, Procedure C.

Test under ASTM D 4759. All properties are based on Minimum Average Roll Value MARV).

Identify, store, and handle under ASTM D 4873.

Erosion Control Blanket

Erosion control blanket must be:

1. Described as a rolled erosion control product RECP)

2. Classified as temporary and degradable or long-term and non-degradable

3. Machine-made mats

4. Provided in rolled strips

5. Classified by the Erosion Control Technology Council ECTC)

Erosion control blanket classified as temporary and degradable must be one of the following:

1. Double net excelsior blanket:

1.1. Classified as ECTC Type 2D

1.2. Classified as an erosion control blanket

1.3. Designed to last for at least one year after installation

1.4. With a Universal Soil Loss Equation USLE) C-Factor of not more than 0.20 at a 2:1

horizontal:vertical) slope

SLURRY SEAL 2012 PROJECT 56

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�=X�1.5. With 80 percent of the wood excelsior fibers being 6 inches or longer

1.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under

ASTM D 6460

1.7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035

1.8. With top and bottom surfaces covered with extruded photodegradable plastic netting

or lightweight non-synthetic netting

2. Double net straw and coconut blanket:

2.1. Classified as ECTC Type 2D

2.2. Classified as an erosion control blanket

2.3. Designed to last for at least one year after installation

2.4. With a USLE C-Factor of not more than 0.20 at a 2:1 horizontal:vertical) slope

2.5. Comprised of 70 percent straw and 30 percent coconut fiber

2.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under

ASTM D 6460

2.7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035

2.8. With top and bottom surfaces covered with extruded photodegradable plastic netting

or lightweight non-synthetic netting

3. Jute netting:

3.1. Classified as ECTC Type 3B

3.2. Classified as an open weave textile and have from 14 to 20 strands per foot in each

direction

3.3. Designed to last for at least one year after installation

3.4. With a USLE C-Factor of not more than 0.25 at a 1.5:1 horizontal: vertical) slope

3.5. Comprised of 100 percent unbleached and undyed spun yarn made of jute fiber

3.6. With an average open area from 63 to 70 percent

3.7. From 48 to 72 inches in width

3.8. Capable to withstand a maximum shear stress of 2.0 pounds per square foot under

ASTM D 6460

3.9. With a minimum tensile strength of 100 pounds per foot under ASTM D 5035

3.10. From 0.90 to 1.20 pounds per square yard in weight

4. Coir netting:

4.1. Classified as ECTC Type 4

4.2. Classified as an open weave textile and from 13 to 18 strands per foot in each

direction

4.3. Designed to last for at least three years after installation

4.4. With a USLE C-Factor of not more than 0.25 at a 1:1 horizontal:vertical) slope

4.5. Comprised of 100 percent unbleached and undyed spun coir yarn made of coconut

fiber

4.6. With an average open area from 63 to 70 percent

4.7. From 72 to 158 inches in width

4.8. Capable to withstand a maximum shear stress of 2.25 pounds per square foot under

ASTM D6460

SLURRY SEAL 2012 PROJECT 57

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�>X�4.9. With a minimum tensile strength of 125 pounds per foot under ASTM D 5035

4.10. From 1.20 to 1.67 pounds per square yard in weight

Erosion control blanket classified as long-term and non-degradable must:

1. Be a geosynthetic fabric

2. Comply with the specifications for rock slope protection fabric Class 8) in Section 88-1.06,

Channel and Shore Protection," of the Standard Specifications

Staples

You may use an alternative attachment device such as a geosynthetic pins or plastic pegs to

install erosion control blanket.

Rock

Rock must comply with:

1. Requirements under Section 72-2.02, Materials," of the Standard Specifications

2. Following sizes:

Square Screen Size

inch) Percentage Passing Percentage Retained

6 100 0

3 0 100

Rope

Rope for fiber rolls must be:

1. Biodegradable, such as sisal or manila

2. At least 1/4 inch in diameter

Fiber Rolls

Fiber rolls must:

1. Last for at least one year after installation

2. Be Type 1 or Type 2

For Type 1, fiber rolls must be:

1. Made from an erosion control blanket classified as temporary and degradable

2. Rolled along the width

3. Secured with natural fiber twine every 6'-6" from each end

4. Finished to be either:

SLURRY SEAL 2012 PROJECT 58

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�?X�4.1. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 0.5 pounds per

linear foot

4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at least 2 pounds per

linear foot

For Type 2, fiber rolls must:

1. Be filled with rice or wheat straw, wood excelsior, or coconut fiber

2. Be covered with photodegradable plastic netting, biodegradable jute, sisal, or coir fiber

netting

3. Have netting secured tightly at each end

4. Be finished to be either:

4.1. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 1.1 pounds per

linear foot

4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at least 3 pounds per

linear foot

Wood Stakes

Wood stakes must be:

1. Untreated fir, redwood, cedar, or pine and cut from sound timber

2. Straight and free of loose or unsound knots and other defects which would render the stakes

unfit for use

3. Pointed on the end to be driven into the ground

For fiber rolls, wood stakes must be at least:

1. 1" x 1" x 24" in size for Type 1 installation

2. 1" x 2" x 24" in size for Type 2 installation

Posts

Posts must be wood or metal.

Wood posts must be:

1. Untreated fir, redwood, cedar, or pine and cut from sound timber

2. Straight and free of loose or unsound knots and other defects that would render the stakes

unfit for use

3. Pointed on the end to be driven into the ground

4. At least 2" x 2" in size, and 4 feet long

Metal posts must:

1. Be made of steel.

2. Have a U," T," L," or other cross sectional shape that can resist failure from lateral loads.

SLURRY SEAL 2012 PROJECT 59

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�@X�3. Be pointed on the end to be driven into the ground.

4. Weigh at least 0.75-pound per foot.

5. Be at least 4 feet long.

6. Have a safety cap attached to the exposed end. The safety cap must be orange or red plastic

and fit snugly to the metal post.

Silt Fence

Silt fence must be:

1. Constructed with silt fence fabric, posts, and fasteners

2. Prefabricated or assembled at the job site

Silt fence fabric must be attached to posts using these methods:

1. If prefabricated silt fence is used, posts must be inserted into sewn pockets

2. If assembled on the job site:

2.1. If wood posts are used, fasteners must be staples or nails

2.2. If steel posts are used, fasteners must be tie wires or locking plastic fasteners

2.3. Spacing of the fasteners must be at least 8 inches

Gravel-filled Bags

Gravel-filled bags must:

1. Be made from fabric.

2. Have inside dimensions from 24 to 32 inches in length, and from 16 to 20 inches in width.

3. Have the opening bound to retain the gravel. The opening must be sewn with yarn, bound

with wire, or secured with a closure device.

4. Weigh from 30 to 50 pounds when filled with gravel.

Gravel for gravel-filled bags must be:

1. From 3/8 to 3/4 inch in diameter

2. Clean and free from clay balls, organic matter, and other deleterious materials

Sediment Filter Bag

Sediment filter bag must:

1. Be made of fabric

2. Be sized to fit the catch basin or drainage inlet

3. Include a high-flow bypass

Sediment filter bag may include a metal frame. Sediment filter bags that do not have a metal

frame and are deeper than 18 inches must:

SLURRY SEAL 2012 PROJECT 60

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�AX�1. Include lifting loops and dump straps

2. Include a restraint cord to keep the sides of the bag away from the walls of the catch basin

Foam Barriers

Foam barriers must:

1. Be filled with a urethane foam core

2. Have a geosynthetic fabric cover and flap

3. Have a triangular, circular, or square shaped cross section

4. Have a vertical height of at least 5 inches after installation

5. Have a horizontal flap of at least 8 inches in width

6. Have a length of at least 4 feet per unit

7. Have the ability to interlock separate units into a longer barrier so that water does not flow

between the units

8. Be secured to:

8.1. Pavement with 1-inch concrete nails with 1-inch washers and solvent-free adhesive

8.2. Soil with 6-inch nails with 1-inch washers

Rigid Plastic Barriers

Rigid plastic barriers must:

1. Have an integrated filter

2. Have a formed outer jacket of perforated high density polyethylene HDPE) or polyethylene

terephthalate PET)

3. Have a flattened tubular shaped cross section

4. Be made from virgin or recycled materials

5. Be free from biodegradable filler materials that degrade the physical or chemical

characteristics of the finished filter core or outer jacket

6. Have a length of at least 4 feet per unit

7. Have the ability to interlock separate units into a longer barrier so that water does not flow

between the units

8. Be secured to:

8.1 Pavement with 1-inch concrete nails with 1-inch washers and solvent-free adhesive,

with gravel-filled bags, or a combination

8.2 Soil with 6-inch nails with 1-inch washers and wood stakes

9. Comply with the following properties:

SLURRY SEAL 2012 PROJECT 61

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�BX�Specification Requirements

Grab tensile strength of outer jacket material, pounds/square inch, min. in each 4000

direction

ASTM D 4632*

Break strength of outer jacket, pounds/square inch 1300

ASTM D 4632*

Permittivity of filter core, 1/sec., min. 0.38

ASTM D 4491

Flow rate of filter core, gallons per minute per square foot, 100 min.

ASTM D 4491 200 max.

Filter core aperture size, max., Average Opening Size AOS), microns 425

Ultraviolet stability outer jacket & filter core), percent tensile strength retained 90

after 500 hours, min.

ASTM D 4355 xenon-arc lamp and water spray weathering method)

* or appropriate test method for specific polymer

If used at a curb inlet without a grate, rigid plastic barriers must:

1. Have a horizontal flap of at least 6 inches with an under-seal gasket to prevent underflows

2. Include a high-flow bypass

3. Have a vertical height of at least 7 inches after installation

4. Be sized to fit the catch basin or drainage inlet

If used at a grated catch basin without a curb inlet, rigid plastic barriers must:

1. Cover the grate by at least 2 inches on each side and have an under-seal gasket to prevent

underflows

2. Include a high-flow bypass

3. Have a vertical height of at least 1.5 inches after installation

4. Be sized to fit the catch basin or drainage inlet

If used at a curb inlet with a grate, rigid plastic barriers must:

1. Have a horizontal flap that covers the grate by at least 2 inches on the 3 sides away from the

curb opening and have an under-seal gasket to prevent underflows

2. Include a high-flow bypass

3. Have a vertical section that covers the curb opening by at least 5 inches after installation

4. Be sized to fit the catch basin or drainage inlet

If used as a linear sediment barrier, rigid plastic barriers:

1. Must have an installed height of at least 6 inches

2. May have a horizontal flap of at least 4 inches

Linear Sediment Barrier

Linear sediment barriers must consist of one or more of the following:

1. Silt fence

2. Gravel-filled bags

3. Fiber roll

SLURRY SEAL 2012 PROJECT 62

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�CX�4. Rigid plastic barrier

5. Foam barrier

Flexible Sediment Barrier

Flexible sediment barriers consist of one or more of the following:

1. Rigid plastic barrier

2. Foam barrier

CONSTRUCTION

For drainage inlet protection at drainage inlets in paved and unpaved areas:

1. Prevent ponded runoff from encroaching on the traveled way or overtopping the curb or

dike. Use linear sediment barriers to redirect runoff and control ponding.

2. Clear the area around each drainage inlet of obstructions including rocks, clods, and debris

greater than one inch in diameter before installing the drainage inlet protection.

3. Install a linear sediment barrier up-slope of the existing drainage inlet and parallel with the

curb, dike, or flow line to prevent sediment from entering the drainage inlet.

Erosion Control Blanket

To install erosion control blanket and geosynthetic fabric:

1. Secure blanket or fabric to the surface of the excavated sediment trap with staples and embed

in a trench adjacent to the drainage inlet

2. Anchor the perimeter edge of the erosion control blanket in a trench

Silt Fence

If silt fence is used as a linear sediment barrier:

1. Place fence along the perimeter of the erosion control blanket, with the posts facing the

drainage inlet

2. Install fence with the bottom edge of the silt fence fabric in a trench. Backfill the trench with

soil and compact manually

Gravel Bag Berm

If gravel bag berm is used as a linear sediment barrier:

1. Place gravel-filled bags end-to-end to eliminate gaps

2. Stack bags in a way that the bags in the top row overlap the joints in the lower row

If gravel bag berms are used for Type 3A and Type 3B:

1. Place gravel-filled bags end-to-end to eliminate gaps

SLURRY SEAL 2012 PROJECT 63

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�DX�2. Stack bags in a way that the bags in the top row overlap the joints in the lower row

3. Arrange bags to create a spillway by removing one or more gravel-filled bags from the upper

layer

If used within shoulder area, place gravel-filled bags behind temporary railing Type K).

Fiber Rolls

If fiber rolls are used as a linear sediment barrier:

1. Place fiber rolls in a furrow.

2. Secure fiber rolls with stakes installed along the length of the fiber rolls. Stakes must be

installed from 6 to 12 inches from the end of the rolls.

If fiber rolls are used as a linear sediment barrier for Type 4A, place them over the erosion

control blanket.

Foam Barriers

If foam barriers are used as a linear sediment barrier:

1. Install barriers with the horizontal flap in a 3 inch deep trench and secured with nails and

washers placed no more than 4 feet apart

2. Secure barriers with 2 nails at the connection points where separate units overlap

3. Place barriers without nails or stakes piercing the core

Flexible Sediment Barriers

If flexible sediment barriers are used:

1. Secure barriers to the pavement with nails and adhesive, gravel-filled bags, or a combination

2. Install barriers flush against the sides of concrete, asphalt concrete, or hot mix asphalt curbs

or dikes

3. Place barriers to provide a tight joint with the curb or dike and anchored in a way that runoff

cannot flow behind the barrier

If flexible sediment barriers are used for Type 4B:

1. Secure barriers to the pavement according to the angle and spacing shown on the plans

2. Place barriers to provide a tight joint with the curb or dike. Cut the cover fabric or jacket to

ensure a tight fit

Rigid Sediment Barriers

If rigid sediment barriers are used at a grated catch basin without a curb inlet:

1. Place barriers using the gasket to prevent runoff from flowing under the barrier

2. Secure barriers to the pavement with nails and adhesive, gravel-filled bags, or a combination

SLURRY SEAL 2012 PROJECT 64

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�EX�If rigid sediment barriers are used for linear sediment barriers:

1. Install barriers in a trench. Backfill the trench with soil and compact manually

2. Place barrier with separate units overlapping at least 4 inches

3. Reinforce barriers with a wood stake at each overlap

4. Fasten barriers to the wood stakes with steel screws, 16 gauge galvanized steel wire, or with

UV stabilized cable ties that are from 5 to 7 inches in length

Sediment Filter Bags

Install sediment filter bags for Type 5 by:

1. Removing the drainage inlet grate

2. Placing the sediment bag in the opening

3. Replacing the grate to secure the sediment filter bag in place

MAINTENANCE

Maintain temporary drainage inlet protection to provide sediment holding capacity and to reduce

runoff velocities.

Remove sediment deposits, trash, and debris from temporary drainage inlet protection as needed

or when directed by the Engineer. If removed sediment is deposited within project limits, it must

be stabilized and not subject to erosion by wind or water. Trash and debris must be removed and

disposed of as specified in Section 7-1.13, Disposal of Material Outside the Highway Right of

Way," of the Standard Specifications.

Maintain temporary drainage inlet protection by removing sediment from:

1. Behind flexible sediment barriers when sediment exceeds 1 inch in depth

2. Surface of the erosion control blanket when sediment exceeds 1 inch in depth

3. Sediment trap for Type 2 when the volume has been reduced by approximately one-half

4. Behind silt fence when the sediment is 1/3 the height of the silt fence fabric above ground

5. Sediment filter bags when filled or when the restraint cords are no longer visible

If rills and other evidence of concentrated runoff occur beneath the linear sediment barrier, repair

or adjust the barrier.

If silt fence fabric becomes split, torn, or unraveled, repair or replace silt fence.

If geosynthetic fabric becomes split, torn, or unraveled, repair or replace foam barriers.

Repair or replace sagging or slumping linear sediment barriers with additional stakes. Replace

broken or split wood stakes.

Reattach foam barriers and rigid plastic barriers that become detached or dislodged from the

pavement.

SLURRY SEAL 2012 PROJECT 65

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�FX�Repair split or torn rigid plastic barriers with 16 gauge galvanized steel wire or UV stabilized

cable ties that are from 5 to 7 inches in length.

For sediment filter bags without metal frames, empty by placing one inch steel reinforcing bars

through the lifting loops and then lift the filled bag from the drainage inlet. For sediment filter

bags with metal frames, empty by lifting the metal frame from the drainage inlet. Rinse before

replacing in the drainage inlet. When rinsing the sediment filter bags, do not allow the rinse

water to enter a drain inlet or waterway.

Repair temporary drainage inlet protection within 24 hours of discovering damage unless the

Engineer approves a longer period.

If your vehicles, equipment, or activities disturb or displace temporary drainage inlet protection,

repair temporary drainage inlet protection at your expense.

The Department does not pay maintenance costs for cleanup, repair, removal, disposal, or

replacement due to improper installation or your negligence.

REMOVAL

When the Engineer determines that the temporary drainage inlet protection is not required, it

must be removed and disposed of under Section 7-1.13, Disposal of Material Outside the

Highway Right of Way," of the Standard Specifications.

Ground disturbance, including holes and depressions, caused by the installation and removal of

the temporary drainage inlet protection must be backfilled and repaired under Section 15-1.02,

Preservation of Property," of the Standard Specifications.

PAYMENT

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for

doing all the work involved in constructing the temporary drainage inlet protection, complete in

place, including removal of materials, cleanup and disposal of retained sediment and debris, and

backfilling and repairing holes, depressions and other ground disturbance, 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 price paid for slurry seal type 2 in-

place. Construction Site Management and no additional compensation shall be allowed therefor.

No additional compensation shall be made if the temporary drainage inlet protection is relocated

during the course of construction.

10-1.07 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.

Full compensation for submitting the required schedules shall be considered as included in the

SLURRY SEAL 2012 PROJECT 66

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�GX�contract prices paid for slurry seal type 2 in-place, and no additional compensation shall be

allowed therefor.

10-1.08 OBSTRUCTIONS:

Attention is directed to Section 15, Existing Highway Facilities," of the Standard Specifications

and these special provisions.

10-1.09 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES:

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.

The cost of furnishing all flaggers, including transporting flaggers, to provide for passage of

public traffic through the work under provisions in sections 7-1.08, Public Convenience," and

7-1.09, Public Safety," of the Standard Specifications and for providing stands or towers for use

of flaggers shall be considered included in the prices paid for the various contract items of work

and no additional compensation will be allowed therfor.

Category 1 temporary traffic control devices are defined as small and lightweight less than

100 pounds) devices. These devices shall be certified as crashworthy by crash testing, crash

testing of similar devices, or years of demonstrable safe performance. Category 1 temporary

traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers.

If requested by the Engineer, the Contractor shall provide written self-certification for

crashworthiness of Category 1 temporary traffic control devices at least 5 days before beginning

any work using the devices or within 2 days after the request if the devices are already in use.

Self-certification shall be provided by the manufacturer or Contractor and shall include the

following:

A. Date,

B. Federal Aid number if applicable),

C. Contract number, district, county, route and post mile of project limits,

D. Company name of certifying vendor, street address, city, state and zip code,

E. Printed name, signature and title of certifying person; and

F. Category 1 temporary traffic control devices that will be used on the project.

The Contractor may obtain a standard form for self-certification from the Engineer.

Category 2 temporary traffic control devices are defined as small and lightweight less than

100 pounds) devices that are not expected to produce significant vehicular velocity change, but

may cause potential harm to impacting vehicles. Category 2 temporary traffic control devices

include barricades and portable sign supports.

Category 2 temporary traffic control devices shall be on the Federal Highway Administration's

FHWA) list of Acceptable Crashworthy Category 2 Hardware for Work Zones. This list is

maintained by FHWA and can be located at:

http://safety. fhwa.dot.gov/roadway_deptlroad_hardware/listing. cfm?code=workzone

SLURRY SEAL 2012 PROJECT 67

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�HX�The Department also maintains this list at:

http: //www. dot. c a. gov/hq/traffops/signtech/signdel/pdf/C ategory2.pdf

Category 2 temporary traffic control devices that have not received FHWA acceptance shall not

be used. Category 2 temporary traffic control devices in use that have received FHWA

acceptance shall be labeled with the FHWA acceptance letter number and the name of the

manufacturer. The label shall be readable and permanently affixed by the manufacturer.

Category 2 temporary traffic control devices without a label shall not be used.

If requested by the Engineer, the Contractor shall provide a written list of Category 2 temporary

traffic control devices to be used on the project at least 5 days before beginning any work using

the devices or within 2 days after the request if the devices are already in use.

Category 3 temporary traffic control devices consist of temporary traffic-handling equipment and

devices that weigh 100 pounds or more and are expected to produce significant vehicular

velocity change to impacting vehicles. Temporary traffic-handling equipment and devices

include crash cushions, truck-mounted attenuators, temporary railing, temporary barrier, and end

treatments for temporary railing and barrier.

Type III barricades may be used as sign supports if the barricades have been successfully crash

tested, meeting the NCHRP Report 350 criteria, as one unit with a construction area sign

attached.

Category 3 temporary traffic control devices shall be shown on the plans or on the Department's

Highway Safety Features list. This list is maintained by the Division of Engineering Services

and can be found at:

http://www.dot.ca.gov/hq/esc/approved products_list/HighwaySafe.htm

Category 3 temporary traffic control devices that are not shown on the plans or not listed on the

Department's Highway Safety Features list shall not be used.

Full compensation for providing self-certification for crashworthiness of Category 1 temporary

traffic control devices and for providing a list of Category 2 temporary traffic control devices

used on the project shall be considered as included in the prices paid for the various items of

work requiring the use of the Category 1 or Category 2 temporary traffic control devices and no

additional compensation will be allowed therefore.

10-1.10 MAINTAINING TRAFFIC:

Maintaining traffic shall conform to the provisions in Sections 7-1.08, Public Convenience,"

Section 7-1.09, Public Safety," of the Standard Specifications and Section 12, Construction

Area Traffic Control Devices," of the Standard Specifications.

Closure is defined as the closure of a traffic lane or lanes, including shoulder, ramp or connector

lanes, within a single traffic control system. A pilot car shall be provided by the Contractor

during lane closures.

SLURRY SEAL 2012 PROJECT 68

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�IX�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, public traffic may be stopped in one

direction for periods not to exceed 10 minutes.

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. A W20-1 ROAD

WORK AHEAD) or W21-5b RIGHT/LEFT SHOULDER CLOSED AHEAD) or C24(CA)

SHOULDER WORK AHEAD) sign 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.

Designated legal holidays are: January 17, the third Monday in February, the last Monday in

May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, Day after

Thanksgiving, December 24th, and December 25th. When a designated legal holiday falls on a

Sunday, the following Monday shall be a designated legal holiday. When November 11th falls

on a Saturday, the preceding Friday shall be a designated legal holiday.

Full compensation for furnishing, erecting, maintaining, and removing and disposing of the

W20-1, W21-5b, and C24(CA) signs shall be considered as included in the contract price paid

for slurry seal type 2 in-place and no additional compensation will be allowed therefore.

10-1.11 CLOSURE REQUIREMENTS AND CONDITIONS:

Closures shall conform to the provisions in Maintaining Traffic" of these special provisions.

CLOSURE SCHEDULE

By noon Monday, the Contractor shall submit a written schedule of planned closures for the

following week period, defined as Sunday noon through the following Sunday noon. Closures

involving work temporary barrier placement and paving operations) that will reduce horizontal

clearances, traveled way inclusive of shoulders, to 2 lanes or less shall be submitted not less than

25 days and not more than 125 days before the anticipated start of operation. Closures involving

work pavement overlay, overhead sign installation, falsework and girder erection) that will

reduce the vertical clearances available to the public, shall be submitted not less than 25 days

and not more than 125 days before the anticipated start of operation.

The Closure Schedule shall show the locations and times of the proposed closures. Closure

SLURRY SEAL 2012 PROJECT 69

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�JX�Schedules submitted to the Engineer with incomplete or inaccurate information will be rejected

and returned for correction and resubmittal. The Contractor will be notified of disapproved

closures or closures that require coordination with other parties as a condition of approval.

No lane closures shall be allowed before 8:00 a.m. and after 4:00 p.m. of each working day. Lane

closure shall conform to the provisions in Section 10-1.12, Traffic Control System for Lane

Closure" of these Special Provisions.

Closure Schedule amendments, including adding additional closures, shall be submitted by noon

to the Engineer, in writing, at least 3 business days in advance of a planned closure. Approval of

Closure Schedule amendments will be at the discretion of the Engineer.

The Engineer shall be notified of cancelled closures 2 business days before the date of closure.

Closures that are cancelled due to unsuitable weather may be rescheduled at the discretion of the

Engineer.

CONTINGENCY PLAN

A detailed contingency plan shall be prepared for reopening closures to public traffic. If

required by Beginning of Work, Time of Completion and Liquidated Damages" of these special

provisions, the contingency plan shall be submitted to the Engineer before work at the job site

begins. Otherwise, the contingency plan shall be submitted to the Engineer within one business

day of the Engineer's request.

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 2 business days 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.

COMPENSATION

The Engineer shall be notified of delays in the Contractor's operations due to the following

conditions, and if, in the opinion of the Engineer, the Contractor's controlling operation is

delayed or interfered with by reason of those conditions, and the Contractor's loss due to that

delay could not have been avoided by rescheduling the affected closure or by judicious handling

of forces, equipment and plant, the delay will be considered a right of way delay and will be

compensated in conformance with the provisions in Section 8-1.09, Delays," of the Standard

Specifications:

1. The Contractor's proposed Closure Schedule is denied and his planned closures are within

the time frame allowed for closures in Maintaining Traffic" of these special provisions,

SLURRY SEAL 2012 PROJECT 70

CONTRACT NO. 1 2-5 5 1222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�KX�except that the Contractor will not be entitled to compensation for amendments to the

Closure Schedule that are not approved.

2. The Contractor is denied a confirmed closure.

Should the Engineer direct the Contractor to remove a closure before the time designated in the

approved Closure Schedule, delay to the Contractor's schedule due to removal of the closure will

be considered a right of way delay and compensation for the delay will be determined in

conformance with the provisions in Section 8-1.09, Delays," of the Standard Specifications.

10-1.12 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, and

the provisions under Maintaining Traffic" of 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

repair the components to the original condition or replace the components and shall restore the

components to the original location.

STATIONARY LANE CLOSURE

When lane closures are made for work periods only, at the end of each work period, components

of the traffic control system, except portable delineators placed along open trenches or

excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder.

If the Contractor so elects, the components may be stored at selected central locations,

designated by the Engineer within the limits of the highway right of way.

Each vehicle used to place, maintain and remove components of a traffic control system on

multilane highways shall be equipped with a Type II flashing arrow sign which shall be in

operation when the vehicle is being used for placing, maintaining or removing the components.

Vehicles equipped with Type II flashing arrow sign not involved in placing, maintaining or

removing the components when operated within a stationary type lane closure shall only display

the caution display mode. The sign shall be controllable by the operator of the vehicle while the

vehicle is in motion. The flashing arrow sign shown on the plans shall not be used on the

vehicles which are doing the placing, maintaining and removing of components of a traffic

control system and shall be in place before a lane closure requiring the sign's use is completed.

MOVING LANE CLOSURE

Flashing arrow signs used in moving lane closures shall be truck-mounted. Changeable message

signs used in moving lane closure operations shall conform to the provisions in Section 12-3.12,

Portable Changeable Message Signs," of the Standard Specifications, except the signs shall be

truck-mounted and the full operation height of the bottom of the sign may be less than 7 feet

above the ground, but should be as high as practicable.

SLURRY SEAL 2012 PROJECT 71

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�LX�Flashing arrow signs shall be in the caution display mode when used on 2-lane, 2-way highways.

Truck-mounted attenuators TMA) for use in moving lane closures shall be any of the following

approved models, or equal:

1. Hexfoam TMA Series 3000, Alpha 1000 TMA Series 1000, and Alpha 2001 TMA Series 2001, manufactured

by Energy Absorption Systems, Inc., 35 East Wacker Drive, Suite 1100, Chicago, IL 60601:

1.1. Northern California: Traffic Control Service, Inc., 8585 Thys Court, Sacramento,

CA 95828, telephone 800) 884-8274, FAX 916) 387-9734

1.2. Southern California: Traffic Control Service, Inc., 1818 E. Orangethorpe, Fullerton,

CA 92831-5324, telephone 800) 222-8274, FAX 714) 526-9501

2. Cal T-001 Model 2 or Model 3, manufacturer and distributor: Hexcel Corporation, 11711 Dublin Boulevard,

P.O. Box 2312, Dublin, CA 94568, telephone 925) 551-4900

3. Renco Rengard Model Nos. CAM 8-815 and RAM 8-815, manufacturer and distributor: Renco Inc.,

1582 Pflugerville Loop Road, P.O. Box 730, Pflugerville, TX 78660-0730, telephone 800) 654-8182

Each TMA shall be individually identified with the manufacturer's name, address, TMA model

number, and a specific serial number. The names and numbers shall each be a minimum

1/2 inch high and located on the left street) side at the lower front corner. The TMA shall have

a message next to the name and model number in 1/2 inch high letters which states, The bottom

of this TMA shall be 15 inches  1/2 inch above the ground at all points for proper impact

performance." Any TMA which is damaged or appears to be in poor condition shall not be used

unless recertified by the manufacturer. The Engineer shall be the sole judge as to whether used

TMAs supplied under this contract need recertification. Each unit shall be certified by the

manufacturer to meet the requirements for TMA in conformance with the standards established

by the Transportation Laboratory.

Approvals for new TMA designs proposed as equal to the above approved models shall be in

conformance with the procedures including crash testing) established by the Transportation

Laboratory. For information regarding submittal of new designs for evaluation contact:

Transportation Laboratory, 5900 Folsom Boulevard, Sacramento, California 95819.

New TMAs proposed as equal to approved TMAs or approved TMAs determined by the

Engineer to need recertification shall not be used until approved or recertified by the

Transportation Laboratory.

PAYMENT

The contract price paid for slurry seal type 2 in-place shall include full compensation for

furnishing all labor, materials including signs), tools, equipment including portable changeable

message signs), 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.

10-1.13 PORTABLE CHANGEABLE MESSAGE SIGN:

Portable changeable message signs shall be furnished, placed, operated, and maintained at

locations designated by the Engineer and shall conform to the provisions in Section 12,

SLURRY SEAL 2012 PROJECT 72

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�MX�Construction Area Traffic Control Devices," of the Standard Specifications and these special

provisions. Messages displayed on the portable changeable message signs shall conform to

Section 12-3.12 Portable Changeable Message Signs," of the Standard Specifications and

Maintaining Traffic" of these special provisions."

A portable changeable message sign shall be placed in advance of the first warning sign for each

stationary lane closure.

A portable changeable message sign shall be placed during speed zone reductions. When used in

conjunction with a lane closure, use one portable changeable message sign, with both the speed

zone reduction and the lane closure messages.

Seven 7) calendar days prior to the start of work, portable changeable message signs shall be

placed at minimum, at both begin and end limits of construction, warning the public of expected

delays due to construction activities, as directed by the Engineer.

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for

doing all the work involved in furnishing, placing, operating, maintaining, repairing, transporting

from location to location and removing the portable changeable message sign, 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 for traffic

control system.

10-1.14 EXISTING HIGHWAY FACILITIES:

The work performed in connection with various existing highway facilities shall conform to the

provisions in Section 15, Existing Highway Facilities," of the Standard Specifications and these

special provisions.

10-1.15 CLEARING AND GRUBBING:

Clearing and grubbing shall conform to the provisions in Section 16, Clearing and Grubbing,"

of the Standard Specifications and Section 10-1.16, Type 2 Slurry Seal In-Place" of these

Special Provisions.

The contractor shall remove and dispose of all existing vegetation, weeds, tree branches, dirt,

debris and other materials that cover the existing AC pavement up to the joint between the edge

of AC pavement and the concrete gutter. The contractor shall expose all the existing edges of

pavement. The contractor shall remove and dispose of all the debris.

The contract price paid for slurry seal type 2 in-place shall include full compensation for

furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work

involved in clearing and grubbing as specified in these specifications and these special

provisions, and as directed by the Engineer, including the removal and disposal of the resulting

material and no additional compensation will be allowed therefor.

10-1.16 SLURRY SEAL TYPE 2 IN-PLACE:

GENERAL

The work shall consist of furnishing all necessary labor, materials, and equipment for applying

SLURRY SEAL 2012 PROJECT 73

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�NX�slurry seal on road surfaces listed on the Road List and Quantities' for Country Meadows

Subdivision, Bolsa Nueva Subdivision Oak Hills), and Toro Hills Estate Portola Area), pages

9-11 of these Special Provisions. The limits of slurry seal shall be on all asphalt concrete surface

of the roads identified above, including but not limited to curb return areas and cul de sacs.

The mixing and placement of slurry seal materials shall comply with Section 37-2, Slurry Seal"

of the Standard Specifications Section 10-1.19, Slurry Seal Type2 In-Place" of these Special

Provisions.

Asphaltic emulsion shall be quick setting type of Grade CQS 1 h cationic, conforming to the

specifications of Section 94-1.04, Method Of Test", Table 4 of the Standard Specifications.

The type of aggregate to be used for the slurry mixture shall be Type 2 as specified in Section

37-2.02C, Aggregate" of the Standard Specifications. Slurry mixture shall be spread at a rate of

15 lbs of dry aggregate per square yard. Mix design shall be as specified in Section 37-2.03,

Mix Design" of the Standard Specifications.

Prior to placement of slurry seal, all vegetation within the limits of the roadway surface

including the joint between the AC pavement and concrete gutter shall be removed. Immediately

prior to the slurry sealing operation the Contractor shall: sweep the entire roadway surface with

vacuum assisted power brooms, flush roadway surfaces with water and/or fog seal where

necessary to remove all oil, debris, and grease spots

All utility covers within the roadway surface receiving slurry seal shall be protected by the

Contractor by applying a sheet of plastic, cut to fit, or placing a plastic bag over the exposed

facilities or other methods approved by the Engineer. All plastic protection placed on utility

covers shall be removed as quickly as possible after the application of slurry seal.

The curing of the slurry seal shall be such that a street may be open to traffic without tracking or

damage to the surfacing.

On roads with concrete gutters, the joint between the edge of AC pavement and the concrete

gutter shall be slurry sealed with 1" to 2" overlap on the concrete gutter edge. The edges of

slurry seal application on both sides of the street shall be maintained in a neat and uniform line.

The contractor shall refrain from using diesel fuel, gasoline or solvent of any kind for cleaning

tools and equipment in such a manner as to permit spillage of the diesel fuel or solvent on new or

existing pavement, curbs, and gutter, parkways, or other improved areas.

The Contractor shall not use sand on the fresh slurry seal for vehicle crossing at intersections and

driveways.

Basis for rejection of improperly placing slurry seal includes, but is not limited to, striation of

surface; balling" of material due to quick-set and track of authorization vehicles, bicycles and

pedestrians.

At least 5 days prior to the beginning of slurry seal operation, the Contractor shall notify all

affected property owners, residents, businesses and agencies by an approved, written notice

detailing streets and limits of work to be done and hours of work. The Contractor shall also,

SLURRY SEAL 2012 PROJECT 74

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�OX�prior to the beginning of slurry seal operation, post all streets that are to be worked upon with

approved No parking  Tow Away signs at 100' intervals. These signs shall also state the day

of the week and hour of no parking. These signs shall be in English and Spanish and shall be

supplied and paid for the Contractor. The Contractor shall adhere diligently to said written

schedule in the prosecution of the work.

The Contractor shall be responsible to notify the affected property owners and businesses on the

day prior to pre-schedule work and to arrange for autos to be move from the

residences/businesses prior to start of the day's work.

PAYMENT

Payment for Slurry Seal Type 2 In-Place shall include full compensation for furnishing labor,

materials, tools, equipment, and all significant and incidental requirements included in these

specifications

SECTION 11- ENVIRONMENTAL STEWARDSHIP

11-1.01 GENERAL:

Attention is directed to Section 14, Environmental Stewardship," of the Amended Standard

Specifications and these Special Provisions.

11-1.02 NOISE AND VIBRATION:

Sound control shall conform to the provisions in Section 14-8, Noise and Vibration," of the

Amended Standard Specifications.

The noise level from the Contractor's operations shall not exceed 85 dBA max) at a distance of

50 feet from the job site activities from 7 AM to 7 PM, Monday through Friday and from 9 AM

to 7 PM, Saturdays and Holidays; where such noise will impact existing development. No noise-

generating construction activities shall be allowed on Sundays.

The Contractor shall provide one Type 1" sound level meter and one acoustic calibrator which

will be used by the Department during the life of the contract. The Contractor shall provide

training by a person trained in noise monitoring to one Department employee designated by the

Engineer. The sound level meter shall be calibrated and certified by the manufacturer or other

independent acoustical laboratory prior to delivery to the Department. The Contractor shall

provide annual recalibration by the manufacturer or other independent acoustical laboratory. All

equipment shall be capable of taking measurements using the A-weighting network and the

slow" response of the sound level meter. The measurement microphone shall be fitted with an

appropriate windscreen. All equipment shall be returned to the Contractor at the acceptance of

the contract. Equipment damaged by actions of the Department or the public shall be paid for as

extra work as provided in Section 4-1.03D of the Amended Standard Specifications.

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 contractor shall comply with

the California Vehicle Code prohibitions against faulty or modified loud vehicle exhaust systems

 Sections 27150 and 27151.

SLURRY SEAL 2012 PROJECT 75

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�PX�The noise level requirement shall apply to the equipment on the job or related to the job,

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.

11-1.03 AIR QUALITY:

Air pollution control shall conform to the provisions in Section 14-9, Air Quality," of the

Standard Specifications and these Special Provisions.

Material to be disposed of shall not be burned unless the Contractor has obtained a permit to

burn combustible material resulting from clearing and grubbing operations from an air pollution

control officer of the local or regional authority. A copy of the permit shall be filed with the

Engineer before beginning any burning. All such burning shall be conducted in strict

conformance with the provisions stipulated in said permit and at such times and in such manner

as to prevent the fire from spreading to areas adjoining the right-of-way.

In case the burning precedes construction operations, the piles may be placed in the center of the

right-of-way; otherwise, the piles shall be placed in the most convenient location at the side of

the right-of-way and beyond slope lines where they may be burned without damage to the

surrounding forest cover or adjacent property.

Full compensation for conforming to the provisions in this section shall be considered as

included in the prices paid for the various contract items of work and no additional compensation

shall be allowed therefor.

SECTION 12 Blank)

SECTION 13 Blank)

SECTION 14 Blank)

SLURRY SEAL 2012 PROJECT 76

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�QX�SECTION 15  SAMPLE CONTRACT

SAMPLE CONTRACT

CONTRACT FOR PUBLIC WORK

COUNTY OF MONTEREY

STATE OF CALIFORNIA

CONTRACT NO. 12-551222

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:

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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, including issued amendments through November 30, 2010, of the State

of California, Department of Transportation.

b) The Special Provisions for the work

c) The Notice to Bidders calling for bids

d) The Payment and Performance bonds required

e) Certificate of Insurance

f) The accepted bid/proposal including the following:

List of Subcontractors

Equal Employment Opportunity Certification

Public Contract Code

Section 10285.1 Statement

SLURRY SEAL 2012 PROJECT 77

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�RX�4)

5)

6)

7)

8)

9)

10)

Section 10162 Questionnaire

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

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:

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

ITEM ITEM ITEM DESCRIPTION UNIT OF ESTIMATED UNIT PRICE ITEM TOTAL

NO CODE  MEASURE QUANTITY In Figures) In Figures)

  SLURRY SEAL TYPE 2 IN-   

1  PLACE: COUNTRY SQYD 22,380 

  MEADOWS SUBDIVISION   

  SLURRY SEAL TYPE 2 IN-   

  PLACE: RANCHO BOLSA   

NUEVA SUBDIVISIN OAK SQYD 145,458 

  HILLS)   

  SLURRY SEAL TYPE 2 IN-   

3  PLACE: TORO HILLS SQYD 124,153 

  ESTATE PORTOLA AREA)   

  SLURRY SEAL TYPE 2 IN-   

4  PLACE: CSA 25 / VALLEY SQYD 4,322 

  GREENS DRIVE   

TOTAL COST

SLURRY SEAL 2012 PROJECT 78

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�SX�IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the

dates appearing below their respective signatures.

CONTRACTOR:

Name of Company)

By: By.

Signature of Chair, President, or Vice-President Signature of Secretary, Asst. Secretary, CFO,

Treasurer or Asst. Treasurer*

Printed Name and Title Printed Name and Title

Date: Date:

COUNTY OF MONTEREY:

APPROVE AS TO FISCAL TERMS

By: By:

Name: Paul H. Greenway, P.E. Name: Gary Giboney

Title: Acting Director of Public Works Title: Chief Deputy Auditor-Controller

Dated: Date:

APPROVE AS TO INDEMNITY/

APPROVE AS TO FORM INSURANCE LANGUAGE

By: By:

Name: Cynthia L. Hasson Name: Steven F. Mauck

Title: Deputy County Counsel Title: Risk Manager

Date: Date:

*INSTRUCTIONS: If CONTRACTOR is a corporation, including limited liability and non-profit

corporations, the full legal name of the corporation shall be set forth above together with the signatures of

two specified officers. If CONTRACTOR is a partnership, the name of the partnership shall be set forth

above together with the signature of a partner who has authority to execute this AGREEMENT on behalf

of the partnership. If CONTRACTOR is contracting in an individual capacity, the individual shall set

forth the name of the business, if any, and shall personally sign the AGREEMENT.

SLURRY SEAL 2012 PROJECT 79

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�TX�COUNTY OF MONTEREY

PAYMENT BOND

Civil Code Section 3249)

WHEREAS, the County of Monterey has awarded to Principal, as Contractor, a contract

for the following project:

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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 Dollars $  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.

SLURRY SEAL 2012 PROJECT 80

CONTRACT NO. 1 2-5 5 1 222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�UX�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)

Corporate Seal)

Principal

By

Name and Title

Surety

By

Name and Title

Attach notary acknowledgment for all signatures and attorney-in-fact certificate for signature by surety's

representative)

SLURRY SEAL 2012 PROJECT 81

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�VX�COUNTY OF MONTEREY

PERFORMANCE BOND

WHEREAS, the County of Monterey has awarded to Principal,

as Contractor, a contract for the following project:

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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

Dollars $  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

County of Monterey and Surety of the lowest responsible and responsive bidder,

SLURRY SEAL 2012 PROJECT 82

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�WX�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

Name and Title

Surety

By

Name and Title

Attach notary acknowledgment for all signatures and attorney-in-fact certificate for signature by surety's

representative)

SLURRY SEAL 2012 PROJECT 83

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK ONE�T��"�|E]�XX� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

ONE-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109596-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

 

 

BOOK TWO�T��"�|E]��MONTEREY COUNTY

RESOURCE MANAGEMENT AGENCY

DEPARTMENT OF PUBLIC WORKS

BOOK TWO

BID FORM

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��MONTEREY COUNTY BOARD OF SUPERVISORS

GOVERNMENT CENTER, 168 W. ALISAL STREET, 1ST FLR,

CONFERENCE ROOM 1032

SALINAS, CALIFORNIA 93901-2437

BOOK TWO

BID FORM

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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.

APPROVED AS TO FORM:

 

CYNTHIA L. HASSON

Deputy County Counsel

SLURRY SEAL 2012 PROJECT 2

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��MONTEREY COUNTY BOARD OF SUPERVISORS

GOVERNMENT CENTER, 168 W. ALISAL STREET, 1ST FLR,

CONFERENCE ROOM 1032

SALINAS, CALIFORNIA 93901-2437

BOOK TWO

BID FORM

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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.

SLURRY SEAL 2012 PROJECT 2

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�� NOTEXTPAGE

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��BOOK TWO

BID/PROPOSAL

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

TABLE OF CONTENTS

Page No.

BID FORM 4

LIST OF SUBCONTRACTORS  9

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 11

PUBLIC CONTRACT CODE 12

NONCOLLUSION DECLARATION 14

DEBARMENT AND SUSPENSION CERTIFICATION 15

STATEMENT CONCERNING EMPLOYMENT OF UNDOCUMENTED ALIENS  16

CONTRACTOR'S CERTIFICATE AS TO WORKER'S COMPENSATION  17

CONTRACTOR'S CERTIFICATION OF GOOD-FAITH EFFORT TO HIRE MONTEREY BAY AREA

RESIDENTS 18

LIST OF SATISFIED PUBLIC AGENCIES 20

BIDDER'S BOND  21

SLURRY SEAL 2012 PROJECT 3

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��BID FORM

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

TO: MONTEREY COUNTY BOARD OF SUPERVISORS

Government Center

168 W. Alisal Street, 1" Floor, Room 1032

Salinas, California 93901-2683

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: SLURRY SEAL 2012 PROJECT, all in strict conformity with the

specifications and other contract documents, including all addenda for the sum

hereinafter stated:

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

BID:

ITEM ITEM ITEM DESCRIPTION UNIT OF ESTIMATE UNIT PRICE ITEM TOTAL

NO CODE  MEASURE QUANTITY In Figures) In Figures)

  SLURRY SEAL TYPE 2 IN-   

1  PLACE: COUNTRY SQYD 22,380 

  MEADOWS SUBDIVISION   

  SLURRY SEAL TYPE 2 IN-   

  PLACE: RANCHO BOLSA   

2  NUEVA SUBDIVISIN OAK SQYD 145,458 

  HILLS)   

  SLURRY SEAL TYPE 2 IN-   

3  PLACE: TORO HILLS SQYD 124,153 

  ESTATE PORTOLA AREA)   

  SLURRY SEAL TYPE 2 IN-   

4  PLACE: CSA 25 / VALLEY SQYD 124,153 

  GREENS DRIVE   

TOTAL BID

2.

Bids are required for the entire work. The undersigned understands that the quantities

given are approximate only, being given as a basis for the comparison of Bids, and the

County of Monterey does not, expressly or by implication, agree that the actual amount of

SLURRY SEAL 2012 PROJECT 4

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�                     �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 set forth for each unit basis item of work a unit price and a total for the

item, and for each lump sum item a total for the item, all in clearly legible figures in the

respective spaces provided for that purpose. In the case of unit basis items, the amount set

forth under the Item Total" column shall be the product of the unit price bid and 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 unit price and the item total price set forth for the item,

the unit price shall prevail; provided, however, if the amount set forth as the unit price is

ambiguous, unintelligible or uncertain for any cause, or is omitted, the amount set forth in

the Item Total" column for the item shall prevail in accordance with the following:

1) As to lump sum items, the amount set forth in the Item Total"

column shall be the unit price.

2) As to unit basis items, the amount set forth in the Item Total"

column shall be divided by the estimated quantity for the item, and

the price thus obtained shall be the unit 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.

Symbols such as commas and dollar signs will be ignored and have no mathematical

significance in establishing any unit price or item total or lump sums. Written unit prices,

item totals and lump sums will be interpreted according to the number of digits and, if

applicable, decimal placement. Cents symbols also have no significance in establishing

any unit price or item total since all figures are assumed to be expressed in dollars and/or

decimal fractions of a dollar.

The foregoing provisions for the resolution of specific irregularities cannot be so

comprehensive as to cover every omission, inconsistency, error or other irregularity which

may occur in a bid. Any situation not specifically provided for will be determined in the

discretion of the Owner, and that discretion will be exercised in the manner deemed by the

Owner to best protect the public interest in the prompt and economical completion of the

work. The decision of the Owner respecting the amount of a bid, or the existence or

treatment of an irregularity in a bid, shall be final.

SLURRY SEAL 2012 PROJECT 5

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�

�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:

1)

2)

3)

9)

10)

List of Subcontractors

Equal Employment Opportunity Certification

Public Contract Code

Section 10285.1 Statement

Section 10162 Questionnaire

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, and 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:

SLURRY SEAL 2012 PROJECT 6

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�
�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:

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 7103.5(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.

SLURRY SEAL 2012 PROJECT 7

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�

�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; and the Contractor's Certification as to Worker's Compensation 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.)

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

8

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]�

�LIST OF SUBCONTRACTORS

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

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.

Subcontractor Name & Address and Description of Portion of

Contractor License No. Telephone Work Subcontracted

SLURRY SEAL 2012 PROJECT 9

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��L[sT OF SUBCONTRACTORS continue...

Subcontractor Name & Address and

Contractor License No. Telephone

Description of Portion of

Work Subcontracted

 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:

SLURRY SEAL 2012 PROJECT 10

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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.

SLURRY SEAL 2012 PROJECT 11

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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.

SLURRY SEAL 2012 PROJECT 12

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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.

SLURRY SEAL 2012 PROJECT 13

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

Public Contract Code Section 7106)

The undersigned declares:

I am the of  the

party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person,

partnership, company, association, organization, or corporation. The bid is genuine and not

collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder

to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired,

connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from

bidding. 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 of that of any other bidder. All

statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid

depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not

paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation,

partnership, joint venture, limited liability company, limited liability partnership, or any other

entity, hereby represents that he or she has full power to execute, and does execute, this

declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the

foregoing is true and correct and that this declaration is executed on date],

at city], state].

Signature:

Print Name:

SLURRY SEAL 2012 PROJECT 14

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��DEBARMENT AND SUSPENSION CERTIFICATION

Title 2, Code of Federal Regulations, Part 180

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.

SLURRY SEAL 2012 PROJECT 15

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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

proposal 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.

SLURRY SEAL 2012 PROJECT 16

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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.

b) 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.

SLURRY SEAL 2012 PROJECT 17

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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."

SLURRY SEAL 2012 PROJECT 18

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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:

SLURRY SEAL 2012 PROJECT 19

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��LIST OF SATISFIED PUBLIC AGENCIES

Two minimum)

Agency Name Project Name Contact Person Award Date Phone No.

SLURRY SEAL 2012 PROJECT 20

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��BIDDER'S BOND

WHEREAS, the Principal named below has submitted the accompanying bid to the County of

Monterey, a political subdivision of the State of California hereinafter called County"), for the

following project:

exact description as on bid); and

WHEREAS, Principal as bidder, is required to furnish a bond executed by an admitted surety in

connection with said bid, to secure timely execution of the contract and delivery of the bonds and

insurance certificates, in the event that the contract is awarded to Principal; and

WHEREAS, the Principal has submitted the above- mentioned bid to the County, for which bids

are to be opened at city where bid opening), California, on,

date bid opening).

NOW, THEREFORE, we

PRINCIPAL, and

as SURETY, are held

and firmly bound unto the County in the penal sum of

Dollars $ which sum is

not less than ten percent 10%) of the total amount of the base bid amount including all alternates

submitted by said above-named Principal to the County, for the project described below, for the

payment of which sum in lawful money of the United States, well and truly to be made to the

County, we bind ourselves, our heirs, executors, administrators and successors, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, That

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 and said contract documents, then this obligation shall

be 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 on 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.

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

SLURRY SEAL 2012 PROJECT 21

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

BOOK TWO�T��"�|E]��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

Name and Title

Corporate Seal)

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).

SLURRY SEAL 2012 PROJECT 22

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

BOOK-U02

TWO-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109597-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

 

 

COMPLETED BOARD ORDER"�|E]��26

Before the Board of Supervisors in and for the

County of Monterey, State of California

Construction No. 2012-003

a. Approve Plans and Special Provisions

for the Slurry Seal 2012 Project,

Contract No. 12-551222; and

b. Authorize the Director of Public Works

to advertise the Notice to Bidders" in

The Californian

Upon motion of Supervisor Parker, seconded by Supervisor Armenta, and carried

by those members present, the Board hereby;

a. Approved Plans and Special Provisions for the Slurry Seal 2012 Project,

Contract No. 12-551222; and

b. Authorized the Director of Public Works to advertise the Notice to Bidders"

in The Californian.

PASSED AND ADOPTED on this 7th day of February, 2012, by the following vote, to-wit:

AYES: Supervisors Armenta, Supervisor Calcagno, Salinas, Potter and Parker

NOES: None

ABSENT: None

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 76 for the meeting on February 7, 2012.

Dated: February 9, 2012 Gail T. Borkowski, Clerk of the Board of Supervisors

County of Monterey, State of California

By

 

 

BIB]

 

40949-U01

COMPLETED-U02

BOARD-U02

ORDER-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109598-U03

C15-U03

COMPLETED-U03

BOARD-U03

ORDER-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

COMPLETED BOARD ORDER"�|E]��LOCATION MAP

SLURRY SEAL 2012 PROJECT

CONTRACT NO. 12-551222

 

 

BIB]

 

40949-U01

COMPLETED-U02

BOARD-U02

ORDER-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109598-U03

C15-U03

COMPLETED-U03

BOARD-U03

ORDER-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012

 

 

 

 

SIGNED BOARD REPORT"�|E]��MONTEREY COUNTY BOARD OF SUPERVISORS

MEETING: February 7, 2012 Consent AGENDA NO.: a p

SUBJECT: a. Approve Plans and Special Provisions for the Slurry Seal 2012 Project,

Contract No. 12-551222; and

b. Authorize the Director of Public Works to advertise the Notice to Bidders"

in The Californian.

DEPARTMENT: RMA  Public Works

RECOMMENDATIONS:

It is recommended that the Board of Supervisors:

a. Approve Plans and Special Provisions for the Slurry Seal 2012 Project, Contract

No. 12-551222; and

b. Authorize the Director of Public Works to advertise the Notice to Bidders" in

The Californian.

SUMMARY/DISCUSSION:

Approval of the Plans and Special Provisions to the Standard Specifications will authorize the

Department of Public Works to proceed with advertising for the Slurry Seal 2012 Project,

Contract No. 12-551222 Project). The bid opening is set for March 5, 2012, at 2:00 p.m., in the

Board of Supervisors' Conference Room 1032, Monterey County Government Center, 168 West

Alisal Street, 1st Floor, Salinas, CA 93901. Project construction is estimated to begin in early

2012.

The Project consists of application of slurry mix coating on aged asphalt concrete surfaces on

roads around Country Meadows Subdivision, Bolsa Nueva Subdivision Oak Hills), Toro Hills

Estate Portola Area) and CSA 25. The Project will provide a much needed pavement

maintenance for approximately 8 miles of roads in the San Miguel Maintenance District and

approximately 8.5 miles in the Monterey Maintenance District. These roads have not received

treatment since 2001. The proposed project is categorically exempt from CEQA pursuant to State

CEQA guidelines Section 15301(c).

OTHER AGENCY INVOLVEMENT:

The Office of the County Counsel, Auditor-Controller, and Risk Management have reviewed and

approved the Special Provisions as to form, fiscal provisions, and insurance indemnity/language,

respectively.

FINANCING:

Total estimated project cost, including project management, engineering, and construction, is

$699,620. Approximately 98.5% $689,480) of the Project is funded by the General Fund

contribution to the Road Fund while 1.5% $10,140) is funded by CSA 25. There are sufficient

appropriations in the Department of Public Works Road Fund Fund 002, Unit 8195) to finance

this Project.

Senior Civil Engineer ng Director o u

 

 

 

Benn o

pF

g,

RMA Director

Dated: January 30, 2012

Attachments: Board Order; Project Budget; Plans and Special Provisions on file with the Clerk of the

Board); Location Map

 

 

BIB]

 

40949-U01

SIGNED-U02

BOARD-U02

REPORT-U02

LI21329-U03

FO96183-U03

FO107762-U03

FO107838-U03

MG107839-U03

AS107865-U03

AS107872-U03

AI109083-U03

DO109599-U03

C10-U03

BOARD-U03

REPORTS-U03

2/10/2012-U04

HANCOCKD-U04

17696-U05

1-U06

A.-U07

APPROVE-U07

PLANS-U07

SPECIAL-U07

PROVISIONS-U07

THE-U07

SLURRY-U07

SEAL-U07

2012-U07

PROJECT,-U07

CONTRACT-U07

NO.-U07

12-551222;-U07

B.-U07

AUTHORIZE-U07

300-PUBLIC-U08

WORKS-U08

ESTRADA-U09

IRMA-U09

ESTRADAI-U10

1/25/2012-U011

THE-U012

DIRECTOR-U012

OF-U012

PUBLIC-U012

WORKS-U012

TO-U012

ADVERTISE-U012

THE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

THE-U012

CALIFORNIAN.-U012