Loading...
HomeMy WebLinkAbout01/14/2020 Item 06, Stanwyck DJ Reference Documents:City Standard Specifications - May 2018 EditionCity Engineering Standards - May 2018 Editionindex to planssheet no.descriptionsan luis obispo county, california1TITLE SHEET2PROJECT NOTES AND SITE PLAN3DREDGING PLAN4DEWATERING PLAN5HAULING ROUTE PLAN6BANK STABILIZATION PLANAPPROVED BYSPECIFICATION NO.DATEofSHEETMatthew A. Horn, City Engineer R.C.E. C63611 Approved Date6JAN 2020913921FILE NO./LOCATION[MO DAY, YEAR]Service AlertgroundUnderSan Luis Obispo, CA 93401811 El Capitan Way, Ste. 130ENGINEERINGPLANNINGSURVEYINGCONSTRUCTION MANAGEMENTENGINEERS INC805.787.0326 PhonePROJECT VICINITY MAP1.ANY DEVIATION FROM THESE PLANS MUST BE APPROVED IN WRITING BYTHE ENGINEER.2.ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THESE PLANS,TECHNICAL SPECIFICATIONS, AND THE APPLICABLE STANDARDSREFERENCED BELOW.3.THE CONTRACTOR MUST HAVE A CLASS "A" OR "C-12" CONTRACTOR'SLICENSE AT THE TIME OF THE BID OPENING4.THE CONTRACTOR MUST PROVIDE THE CONTRACT ADMINISTRATOR AMINIMUM OF 4 WORKING DAYS WRITTEN NOTICE PRIOR TO THE START OFCONSTRUCTION.5.EXISTING UTILITIES ARE NOT SHOWN ON THESE PLANS. IT IS THECONTRACTORS RESPONSIBILITY TO LOCATE UTILITIES WHERE CONFLICTSEXIST. THE CONTRACTOR MUST PROTECT EXISTING FACILITIES IN-PLACEUNLESS OTHERWISE NOTED.6.HOURS OF CONSTRUCTION MUST BE BETWEEN 7:00 AM AND 4:00 PMMONDAY THROUGH FRIDAY. CHANGES TO NORMAL WORKING HOURSSUBJECT TO APPROVAL BY THE ENGINEER.7.THE CONTRACTOR MUST REMOVE AND REPLACE, IN KIND, ANY PUBLIC ORPRIVATE IMPROVEMENTS INCLUDING BUT NOT LIMITED TO: GRASS, CURB,GUTTER, TREES, SHRUBS, FENCE, GUARD RAILS, BLOCK WALL,LANDSCAPE, IRRIGATION PIPE, APPURTENANCES, ASPHALT BERM,CONCRETE AND ASPHALT DRIVEWAY, AND SIDEWALK DAMAGED DURINGCONSTRUCTION IN ACCORDANCE WITH THE PLAN AND SPECIFICATIONSAT THE DIRECTION OF THE ENGINEER.8.THE CONTRACTOR MUST PROVIDE AS-BUILT DRAWINGS, PRIOR TOPROJECT ACCEPTANCE, TO THE CITY.1.IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO MINIMIZE HIS OR HERIMPACT ON THE ENVIRONMENT AT THE PROJECT SITE AND THESURROUNDING AREAS. THE CONTRACTOR SHALL COMPLY WITH ALLENVIRONMENTAL PERMIT REGULATIONS.2.THE TOTAL AREA TO BE DISTURBED AS PART OF THIS PROJECT MAYEXCEED 1 ACRE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THEPREPARATION OF A SWPPP AND OBTAINING A NPDES PERMIT. THECONTRACTOR SHALL COMPLY WITH THESE DOCUMENTS AT ALL TIMESDURING THE PROJECT.3.DREDGING OPERATIONS SHALL BE LIMITED TO APRIL 15 TO NOVEMBER 1 TOREDUCE ECOLOGICAL IMPACTS DURING THE WET SEASON. ANY WORK DONEDURING THE NESTING SEASON, FEBRUARY 1 TO AUGUST 31, REQUIRES ANAVIAN NESTING SURVEY WITHIN 30 DAYS OF THE START OF THE PROJECT.1.ACCESS TO LAGUNA LAKE MUST BE VIA THE ENTRANCE AT MADONNAROAD AND DALIDIO DRIVE AS INDICATED.2.ACCESS ROAD AND ALL OTHER ACCESS ROUTES USED SHALL BEMAINTAINED BY THE CONTRACTOR FOR THE DURATION OF THE PROJECT.THE CONTRACTOR SHALL RETURN THE ACCESS ROAD AND ALL OTHERACCESS ROUTES USED TO PRE-EXISTING CONDITION OR BETTER, ASDETERMINED BY THE ENGINEER, AT THE END OF THE CONTRACT PERIOD.BATHYMETRIC SURVEY DATA OF LAGUNA LAKE FROM 1977, 2012, AND 2014 WASPROVIDED BY THE CITY OF SAN LUIS OBISPO. THE 1977 AND 2012 SPOTELEVATION DATA WERE GATHERED MAINLY IN THE CENTER LAKE, PENINSULAINLET, AND NORTHWEST INLET PORTIONS OF THE LAKE. THE 2014 SURVEY WASCONDUCTED TO SUPPLEMENT THE 1977 AND 2012 DATA WITH SPOTELEVATIONS FROM THE SOUTHEAST ARM PORTION OF THE LAKE. THE SOURCEDATA FROM 2012 AND 2014 WERE COMBINED TO FORM A SINGLETOPOGRAPHIC 3D SURFACE MODEL OF THE LAKEBED IN AUTOCAD, BASED ONTHE NAVD88 DATUM. THIS SURFACE WAS ASSUMED TO BE REPRESENTATIVEOF THE CURRENT CONDITION OF THE LAKEBED AND WAS USED AS THEBASELINE FOR THE ANALYSIS OF THE DREDGING PLAN AND DREDGINGVOLUME QUANTITY ESTIMATES.CITY LIMITLAGUNA LAKE NATURAL RESERVESTREET BOUNDARYEXISTING 1-FT CONTOUR LINEEXISTING 5-FT CONTOUR LINEAPPROXIMATE LAGUNA LAKEHIGH WATER LEVELPROPOSED 1-FT CONTOUR LINEPROPOSED 5-FT CONTOUR LINE30 FOOT SHORE OFFSET FOR DREDGINGEXISTING GUARD RAILPLAN SHEET LAYOUTAPPROXIMATE DREDGING AREADREDGING STAGING AREASHORE LINE PROTECTIONSEDIMENT DE-WATERING BAGSILT FENCEGRAVEL BAG BERMFLOATING DREDGE PIPELINE3DTHREE DIMENSIONALCYCUBIC YARDSFTFEETNSNON-STORMWATERRSPROCK SLOPE PROTECTIONSESEDIMENT, SOUTHEASTWMWASTE MANAGEMENTNRCSNATURAL RESOURCES CONSERVATION SERVICE·AMERICAN WATER WORKS ASSOCIATION (AWWA) STANDARDS·STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION("GREENBOOK"), LATEST EDITION AND REVISIONS·CALIFORNIA STORMWATER QUALITY ASSOCIATION (CASQA)STANDARDS·CITY OF SAN LUIS OBISPO DRAINAGE DESIGN MANUAL, LATESTEDITION SAN LUIS OBISPOPROJECT AREAH W Y 1 0 1 C-1LAGUNA LAKE 2020MAINTENANCE DREDGINGPROJECT LAGUNA LAKE PARK/NATURAL RESERVEENTRANCELAGUNA LAKEPARKLAGUNA LAKESHEET C-3SHEET C-5LAGUNA LAKENATURAL RESERVESHEET C-6SHEET C-4TEMPORARY FLOATINGDREDGING PIPELINE(≈3200LF)0'0'500'500'1" = 500'2PROJECT NOTES AND SITE PLAN 123SITE PLAN NOTES1.DREDGE IN APPROXIMATE AREA SHOWN PER SHEETS C-2 AND C-3 AND PER SPECIFICATIONS.2.CONSTRUCT SEDIMENT DEWATERING AREA PER SHEET C-4 AND PER SPECIFICATIONS.3.HAUL DEWATERED SEDIMENT TO COLD CANYON LANDFILL ALONG HAUL ROUTE SHOWN ON SHEET C-5.ALTERNATE DISPOSAL LOCATIONS MAY BE PROPOSED FOR REVIEW AND APPROVAL BY THE ENGINEERPER SECTION 79-19.4.ROUTING OF PIPELINE IS APPROXIMATE. DREDGING PIPELINE SHALL BE ROUTED AWAY FROM SHORE ANDSUSPENDED WITH FLOATS.1233SITE PLANDATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:DRAWING NO.SPEC. NO. 91392CITY SPECIFICATION NO.JAN 2020DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.6DESIGNED BY:KASDRAWN BY:SPCHECKED BY:NPAPPROVED BY:DRAWING NO.Service AlertgroundUnderLAGUNA LAKE 2020 MAINTENANCE DREDGING PROJECT C-244(IF PRINTED AT 11x17SCALE IS 1"=1000')ACF SEDIMENT DEWATERING BAG DETAIL. SEE SHEET 4CONSTRUCTION NOTE 4SILT BAGS SHALL BE PLACED ON STRAW,EROSION CONTROL BLANKETS, ORAPPROVED EQUAL. NO AGGREGATE WILLBE USED. 1101201101200+001+002+003+004+005+00EXISTING LAKE BED SURFACEPROPOSED SURFACEHIGH WATER ELEVATION 120.51.5'±1101201101200+001+001+50EXISTING LAKE BEDSURFACEPROPOSEDSURFACEHIGH WATERELEVATION 120.51.5'±1101201101200+001+001+50EXISTING LAKE BEDSURFACEPROPOSEDSURFACEHIGH WATERELEVATION 120.51.5'±LAGUNA LAKEPREFUMO INLETVISTA LAGOAPPROXIMATE MAXIMUMEXTENT OF DREDGING AREAFLOATING PIPELINE TODEWATERING AREA,SEE SHEET C-4SECTION CAPPROXIMATE SHORELINE ATHIGH WATER LEVEL,ELEVATION 120.5 FTAPPROXIMATE SHORELINE ATHIGH WATER LEVEL,ELEVATION 120.5 FT0+ 0 0 1+ 0 0 2+ 0 0 3+ 0 0 4+ 0 0 5+ 0 0 APPROXIMATE 30-FT OFFSETALLOWABLE DREDGING BOUNDARY1151201161171181191151151201161171181191151201161171181190+001+001+500+001+001+50SECTION BSECTION A0'0'100'100'1" = 100'DREDGING PLAN DREDGING CRITERIAAVERAGE DREDGING DEPTH1.5 FTAPPROXIMATE DREDGING AREA1.16 ACRESSIDE WALL SLOPE4:1APPROXIMATE DREDGING VOLUME2,000 CYDREDGING NOTES1.CONTRACTOR SHALL VERIFY THAT THEIR PROPOSED DREDGING BARGE AND EQUIPMENT CAN BE LAUNCHED AND OPERATED INLAGUNA LAKE AT THE TIME OF BID.2.NO DREDGING IS ALLOWED WITHIN 30 FEET OF THE SHORELINE AT THE HIGH WATER LEVEL OF 120.5 FT AS SHOWN ON THEDREDGING PLAN.3.FINAL CUT SLOPES SHALL NOT EXCEED A SLOPE OF 4:1 (HORIZONTAL TO VERTICAL), EXCEPT WHERE SPECIFICALLY APPROVEDOTHERWISE.4.THE CONTRACTOR SHALL PROVIDE A SILT CURTAIN TO SURROUND THE ACTIVE DREDGING LOCATION AND DREDGE BARGEDURING DREDGING ACTIVITIES PER SECTION 79-3 OF THE SPECIFICATIONS.5.EXISTING AND FINAL CONTOURS ARE BASED ON DATA DESCRIBED IN SURVEY NOTES ON SHEET C-1. DREDGING CRITERIA AREPROVIDED IN THE FOLLOWING TABLE. FINAL CONTOURS MAY VARY FROM THIS PLAN AS COORDINATED WITH THE ENGINEER.6.DREDGE AREA SHOWN WITH SECTIONS A, B, AND C DEFINE THE MAXIMUM EXTENTS OF DREDGING. CONTRACTOR SHALL STAYWITHIN THESE EXTENTS AND REMOVE THE VOLUME OF SEDIMENT AWARDED IN THE CONTRACT.3DREDGING PLANDATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:DRAWING NO.SPEC. NO. 91392CITY SPECIFICATION NO.JAN 2020DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.6DESIGNED BY:KASDRAWN BY:SPCHECKED BY:NPAPPROVED BY:DRAWING NO.Service AlertgroundUnderLAGUNA LAKE 2020 MAINTENANCE DREDGING PROJECT C-30'0'50'50'HORIZ: 1" = 50'VERT: 1" = 5'SECTION C0'0'50'50'HORIZ: 1" = 50'VERT: 1" = 5'SECTION B0'0'50'50'HORIZ: 1" = 50'VERT: 1" = 5'SECTION A(IF PRINTED AT 11x17SCALE IS 1"=200') 12346LAGUNA LAKE PARKBIKE PATHACCESS FROM MADONNA ROAD LIMIT OF DREDGINGSTAGING AREA≈36,000 SFTEMPORARY FLOATING DREDGINGPIPELINE FROM DREDGING AREA115120125130135116117118119121122123124126127128129131132133134136137138125130135126127128129131132133134136137138139879CONTRACTOR TO INSTALL ANDSIZE IRRIGATION SYSTEM TOBROADCAST RUNOFF ANDPREVENT WATER FROMRETURNING TO THE LAKEAPPROX. SEDIMENT BASINLOCATION - CONTRACTOR TOADEQUATELY SIZE BASIN TOHANDLE RUNOFF LEAVING SILTBAGS, BALANCED WITH PUMPING/IRRIGATION DISTRIBUTION102A511120'0'50'50'1" = 50'CONSTRUCTION NOTESTEMPORARILY REMOVE WOOD GUARD RAIL AS NEEDED TO ACCESS STAGING AREA. CONTRACTOR TO REPLACE WOOD GUARD RAIL AT COMPLETION OF CONSTRUCTION UNLESS DIRECTED OTHERWISE BY THE ENGINEER.DREDGING STAGING AREA.WITHIN STAGING AREA CONTRACTOR SHALL COMPLY WITH TYPICAL GOOD HOUSEKEEPING PROCEDURES. AT A MINIMUM THE FOLLOWING CASQA STANDARD BMPs SHALL BE USED:A.) NS-2. APPLICABLE TO SEDIMENT DEWATERING BAGS.B.) NS-9. APPLICABLE TO VEHICLES AND EQUIPMENT REQUIRING RE-FUELING ONSITE.C.) NS-10. APPLICABLE TO VEHICLES AND EQUIPMENT REQUIRING MAINTENANCE ONSITE.D.) WM-1. APPLICABLE TO HAZARDOUS MATERIALS DELIVERED AND STORED ONSITE.E.) WM-2. APPLICABLE TO HAZARDOUS MATERIALS USED ONSITE.F.) WM-5. APPLICABLE TO SOLID WASTE GENERATED FROM THE PROJECT, INCLUDING: TREES, SHRUBS, PACKAGING MATERIAL, TRASH, ETC.G.) WM-9. APPLICABLE TO TEMPORARY SANITARY/ SEPTIC FACILITIES USED ONSITE BY THE CONTRACTOR.H.) WM-10. APPLICABLE TO POLLUTANTS THAT MAY DRAIN OR ENTER LAGUNA LAKE AS A RESULT FROM DREDGING.PLACE SILT FENCE AROUND PERIMETER OF CONSTRUCTION STAGING AREA PER CASQA SE-1, EXCEPT AT CONDUITS OR CHANNELS DIRECTING RUNOFF TO SEDIMENT & WATER COLLECTION BAISN.DREDGING SPOILS TO BE COLLECTED IN 15'x15' 9.6yd³ SEDIMENT DEWATERING BAGS, GEI WORKS, ACF DIRTBAG, ORAPPROVED EQUAL. SEE SHEET 2 FOR ACF DIRTBAG DETAIL. ILLUSTRATED LAYOUT PROVIDED FOR PROJECT VISUALIZATIONONLY, FINAL LAYOUT FOR DEWATERING BAGS TO BE DETERMINED BY CONTRACTOR AND APPROVED BY THE ENGINEER.SEDIMENT DEWATERING AREA SHALL BE PREPARED BY THE CONTRACTOR IN ACCORDANCE WITH THESE PLANS AND THESPECIFICATIONS AND SHALL INCLUDE :A.) A GEOTEXTILE LINER, SHEET FLOWS CHANNELIZATION & PIPING AS NEEDED TO DIRECT WATER TO SEDIMENTATIONBASIN(S).B.) FILTERING OR OTHER MEANS OF TURBIDITY REMOVAL MAY BE REQUIRED AS IS THE RESPONSIBILITY OF THECONTRACTOR.C.) SEDIMENT CONTROL BMPS INCLUDING SILT FENCING SHALL BE INSTALLED AROUND THE DOWNSTREAM PERIMETER OFTHE DEWATERING AREA AND COLLECTION BASIN AS SHOWN. WHERE SILT FENCING IS NOT REQUIRED, CONSTRUCTIONFENCING SHALL BE USED TO ENCLOSE THE STAGING AREA.D.) THIS AREA RESERVED FOR SEDIMENTATION BAGS HAS BEEN SIZED AND RESERVED BY THE CITY OF SAN LUIS OBISPO.CONTRACTOR TO VERIFY SPACE AVAILABLE AND ADJUST OPERATIONS TO FIT.COLLECTION BASIN FOR DEWATERING RUNOFF. ALL DEWATERING RUNOFF SHALL BE CHANNELED TO THIS BASIN.PROTECT EXISTING TREES IN PLACE. PROTECT IN PLACE EXISTING INFORMATIONAL KIOSK. USE GSA FENCING TO PROTECTTHESE ITEMS PER SECTION 77-1.03A(2).CONSTRUCT SHORELINE PROTECTION. SEE BANK STABILIZATION PLAN ON SHEET C-6.DREDGING PIPELINE AND ANY ASSOCIATED MANIFOLD MAY BE LOCATED/MOVED AS DESIRED BY THE CONTRACTOR TO OPTIMIZE THEIR OPERATION. LOCATION SHALL BE SET-UP TO CAPTURE AND DIRECT WATER ON/IN IMPERVIOUS CONVEYANCE TO TEMPORARY SEDIMENT BASIN(S).CONTRACTOR TO SIZE AND INSTALL IRRIGATION SYSTEM TO BROADCAST DEWATER RUNOFF IN SUCH A MANNER TO PREVENT RETURN WATER TO THE LAKE. CONTRACTOR SHALL SUBMIT A PLAN WITH SCHEMATIC AFTER VERIFYING ACCEPTABLE AREAS TO IRRIGATE WITH THE CITY. THIS SYSTEM MAY EXTEND ANYWHERE WITHIN THE PARK AS APPROVEDBY THE CITY.CONTRACTOR SHALL INSTALL HDPE PIPE UNDERNEATH THE BIKE PATH AND SLEEVE THE DREDGING LINE SO THAT THE PATH REMAINS UNOBSTRUCTED TO PEDESTRIANS DURING CONSTRUCTION.CONTRACTOR SHALL INSTALL A 10'X20' MIN. ROCK PROTECTION ENTRANCE, OR APPROVED EQUAL, FOR VEHICLES LEAVINGSTAGING AREA.1234564DEWATERING PLANDATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:DRAWING NO.SPEC. NO. 91392CITY SPECIFICATION NO.JAN 2020DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.6DESIGNED BY:KASDRAWN BY:SPCHECKED BY:NPAPPROVED BY:DRAWING NO.Service AlertgroundUnderLAGUNA LAKE 2020 MAINTENANCE DREDGING PROJECT C-478DEWATERING PLANGENERAL NOTES1.DREDGING STAGING AREA SHALL BE COVERED IN GEOTEXTILE FILTER FABRIC THROUGHOUT CONSTRUCTION. DEWATERINGSIZE AND DIMENSIONS ARE APPROX. AREA - 0.83 ACRES, WIDTH - 303 FT, BREADTH - 108 FT2.DREDGING STAGING AREA SHALL BE RESTORED TO PRE-PROJECT CONDITIONS TO THE SATISFACTION OF THE CITY PRIORTO COMPLETION OF THE PROJECT.3.DREDGING SPOILS SHALL BE HAULED TO COLD CANYON LANDFILL PER HAULING ROUTE PLAN ON SHEET C-5 OR ANALTERNATE LOCATION APPROVED BY THE ENGINEER.910(IF PRINTED AT 11x17SCALE IS 1"=100')1112 LAGUNA LAKE PARK/NATURAL RESERVEENTRANCELAGUNA LAKEPARKMEMORIAL TREESDISC GOLFCOURSESOUTHEAST ARMOUTLETCULVERTMADO N N A R O A D DALIDIO DRIVEDALIDIO DRIVETO / FROM COLD CANYON LANDFILL, SEE HAUL ROUTE, THIS SHEETTRUCK HAULING ANDLOADING AREADREDGING STAGING AREA1GENERAL NOTES1.SEDIMENTATION BAGS SHALL BE HAULED TO COLD CANYON LANDFILL, LOCATED AT:2268 CARPENTER CANYON ROADSAN LUIS OBISPO, CA 93401. ALTERNATE LOCATIONS MUST BE APPROVED BY THE ENGINEER. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVINGSEDIMENT FROM BAGS, AND HAULING BAGS TO A DISPOSAL SITE APPROVED BY THE CITY.2.WATER AND SEDIMENT SHALL NOT BE TRACKED ONTO CITY ROADWAYS FROM THE PROJECT SITE. MATERIAL SHALL BESUFFICIENTLY DRY TO HAUL WITHOUT TRACKING OR SHALL BE HAULED IN WATERPROOF CONTAINERS.3.PROVIDE TEMPORARY AREA ADVISORY SIGNS ADVISING CAUTION AT THREE LOCATIONS (VEHICULAR PATH) AND TWO SIGNSON BIKE PATH AT APPROACH TO WORK AREA.CONSTRUCTION NOTES1.PARKING ADJACENT TO THE WORK AREA SHALL BE CLOSED TO THE PUBLIC AND "NO PARKING" SIGNS POSTED DURINGCONSTRUCTION TO FACILITATE MATERIAL LOADING AND HAULING.2.PERMITTED HAUL ROUTE IN BLUE ON MAP BELOW. ALTERNATE ROUTES ARE NOT PERMITTED UNLESS APPROVED BY THEENGINEER.1DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:DRAWING NO.SPEC. NO. 91392CITY SPECIFICATION NO.JAN 2020DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.6DESIGNED BY:KASDRAWN BY:SPCHECKED BY:NPAPPROVED BY:DRAWING NO.Service AlertgroundUnderLAGUNA LAKE 2020 MAINTENANCE DREDGING PROJECT5 HAULING ROUTE PLANC-5HAUL ROUTE0'0'1001001" = 100'MATERIAL PICK-UP LOOPNOT TO SCALELAGUNA LAKEDREDGINGSTAGINGAREA(IF PRINTED AT 11x17SCALE IS 1"=200')2HAUL ROUTE 115120125113114116117118119121122123124126LAGUNA LAKEPARKSOUTHEAST ARMDEWATERING AREA,SEE SHEET C-4APPROXIMATE SHORELINE ATHIGH WATER LEVEL,ELEVATION 120.5 FT1SAWCUT EXISTING AC TOPROVIDE A CLEAN FINISH≈ 90 LFSHORELINE PROTECTION NOTES1.SHORELINE PROTECTION SHALL BE LIVE STAKED WITH VEGETATION NATIVE TO LAGUNA LAKE.2.LIVE STAKES SHALL BE PLACED 2-3FT DEEP IN THE SOIL BELOW THE RIPRAP AND PROTRUDE OUT. LIVE STAKES SHOULDALSO BE SPACED 2-3FT APART IN A TRIANGULAR SPACING. LIVE STAKES SHALL BE 12 TO 1 12 INCHES IN DIAMETER.3.LIVE STAKES SHOULD BE INSTALLED WHILE DORMANT NOT WITH LEAVES AND ROOTS.4.SHORELINE PROTECTION MEASURES SHALL CONFORM TO CITY OF SAN LUIS OBISPO DRAINAGE DESIGN MANUAL5.RIPRAP SHALL BE 25LB ROCK PER CALTRANS SPECIFICATIONS SECTION 72-2.02B. BACK FILL CUTINGS WITH SOIL PRIOR TOPLACING ROCK.6.MAXIMUM BANK SLOPE SHALL BE 2:1.7.MINIMUM RIPRAP THICKNESS SHALL BE TWO FEET MEASURED PERPENDICULAR TO THE BANK.8.LIMITS OF SHORELINE PROTECTION SHALL BE DETERMINED IN THE FIELD BY CITY STAFF.CONSTRUCTION NOTES1.CONSTRUCT APPROXIMATELY 685 SQUARE YARDS OF SHORELINE PROTECTION PER DETAIL 1, THIS SHEET, AND PERPROJECT SPECIFICATIONS.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:DRAWING NO.SPEC. NO. 91392CITY SPECIFICATION NO.JAN 2020DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.6DESIGNED BY:KASDRAWN BY:SPCHECKED BY:NPAPPROVED BY:DRAWING NO.Service AlertgroundUnderLAGUNA LAKE 2020 MAINTENANCE DREDGING PROJECT6 BANK STABILIZATION PLANC-60'0'20'20'1" = 20'BANK STABILIZATION PLANDETAIL 1NOT TO SCALEANCHOR RSP FABRICWITH DEAD STOUT STAKELIVE STAKESRSP FABRICRIPRAPEXISTING SLOPEMATERIALEXISTING PAVEMENTTOE OF SLOPETOP OF BANK ELV = 125 ±ELV 123 ±HIGH WATERELEVATION 120.5(IF PRINTED AT 11x17SCALE IS 1"=40') SPECIAL PROVISIONS AND PERMITS FOR CITY OF SAN LUIS OBISPO LAGUNA LAKE 2019 MAINTENANCE DREDGING PROJECT Spec# 91392 October 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 LAGUNA LAKE 2019 MAINTENANCE DREDGING PROJECT Spec# 91392 Approval Date: <<date of CM or CAR Report Authorizing Advertisement>> _______________________ Signature/Date _______________________ Signature/Date TABLE OF CONTENTS NOTICE TO BIDDERS .................................................................................................................................. II BID SUBMISSION ..................................................................................................................................... II BID DOCUMENTS ................................................................................................................................... III PROJECT INFORMATION....................................................................................................................... IV QUALIFICATIONS .................................................................................................................................... IV AWARD .................................................................................................................................................... VI ACCOMMODATION ................................................................................................................................. VI BID FORMS .................................................................................................................................................. A BID ITEM LIST FOR LAGUNA LAKE 2019 MAINTENANCE DREDGING PROJECT, SPEC# 91392 .... A LIST OF SUBCONTRACTORS ................................................................................................................. B PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C NON-COLLUSION DECLARATION .......................................................................................................... E BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H SPECIAL PROVISIONS ................................................................................................................................ 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 2 BIDDING ............................................................................................................................................. 1 4 SCOPE OF WORK ............................................................................................................................. 1 5 CONTROL OF WORK ........................................................................................................................ 3 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 3 8 PROSECUTION AND PROGRESS ................................................................................................... 4 DIVISION II GENERAL CONSTRUCTION ............................................................................................... 4 14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 4 14-11.01A(1) Contamination Site Information ................................................................................... 5 14-11.02B(1) Disposal Location ........................................................................................................ 6 DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 7 SECTION 79 – DREDGING AND ASSOCIATED WORK ..................................................................... 7 General Section 79.1 ........................................................................................................................ 7 79-1 Subsurface Data ....................................................................................................................... 7 79-2 Soils Investigation ..................................................................................................................... 7 79-3 SILT CURTAIN ........................................................................................................................ 8 79-3.1 SILT CURTAIN MATERIALS ................................................................................................ 8 79-4 Manufacturer's Instructions ....................................................................................................... 9 79-10 Local Licenses ........................................................................................................................ 9 79-12 The Contractors representative .............................................................................................. 9 79-13 Hauling Loose Materials, Cleanup and Dust Control .............................................................. 9 79-14 Project Site During Storm Events ........................................................................................... 9 79-15 Erosion and dust Control ....................................................................................................... 9 79.17 Communications ................................................................................................................... 10 79-18 Daily Log of Operations ........................................................................................................ 10 79-19 Bid Item Descriptions and Payment. ..................................................................................... 11 APPENDIX A - FORM OF AGREEMENT ..................................................................................................... 1 APPENDIX B – GEOTECHNICAL REPORT ................................................................................................ 5 APPENDIX C – BIOLOGICAL ASSESSMENT ............................................................................................. 7 APPENDIX E – LAKE OR STREAMBED ALTERATION AGREEMENT FROM CDFW ............................ 11 APPENDIX F – SECTION 401 WATER QUALITY CERTIFICATION FROM THE CCRWQCB ................ 13 APPENDIX G – NATIONWIDE PERMIT FROM THE USACE ................................................................... 15 APPENDIX H – JURISDICTIONAL WATERS AND WETLANDS DELINEATION ..................................... 17 APPENDIX I – NOTICE OF INTENT TO ADOPT MITIGATED NEGATIVE DECLARATION .................... 19 APPENDIX J - HUMAN HEALTH RISK ASSESSMENT ……………………………………………...……….21 NOTICE TO BIDDERS NOTICE TO BIDDERS ii NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on ______________ at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: LAGUNA LAKE 2019 MAINTENANCE DREDGING PROJECT, SPEC# 91392 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. The total bid must be submitted on the Bid Item List form(s), an item price for each line item along with the bid total must be provided on the bid item list, and be submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. NOTICE TO BIDDERS NOTICE TO BIDDERS iii BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids-proposals A printed copy may be obtained at the office of the City Engineer by paying a non- refundable fee of: 1. $15.00 if picked up in person, or 2. $25.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents This project shall be constructed in accordance with the City of San Luis Obispo Standard Drawings for Construction (as applicable). City Standards may be downloaded at: https://www.slocity.org/government/department-directory/public-works/documents-online A printed copy may be obtained by paying a non-refundable fee of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Richard Burde at (805) 781-7193 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids-proposals. NOTICE TO BIDDERS NOTICE TO BIDDERS iv PROJECT INFORMATION In general, the project is expected to be the first of an annual maintenance effort to dredge and remove sediment from Laguna Lake in order to restore and preserve the health of the lake and its viability for recreational uses. This project will remove sediment from the lake by hydraulic dredging. The sediment will be dewatered in sediment dewatering bags and hauled to the Cold Canyon Landfill (or other legal disposal site if arranged for, permitted and prepared by the proposing contractor). All work in accordance with the performance criteria, plans and specifications for the project. The project estimated construction cost is in the range of $250,000 Contract time is established as ninety (90) Working Days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. There will not be a Pre-bid Walkthrough, as the lake is accessible to the public daily. Any questions should be directed to the Project Manager at least 7 working days prior to bid opening. If the bidder wishes to visit the Laguna site, they may do so within the public access hours of the Park. Bidders shall not enter or traverse private property without express permission from property owners. QUALIFICATIONS You must possess a valid Class A or C12 General Engineering Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide at least three (3) similar reference projects completed as either the prime or subcontractor. All referenced projects must include hydraulic dredging and have been NOTICE TO BIDDERS NOTICE TO BIDDERS v completed within the last eight (8) years from this project’s bid opening date. Project references must be similar or larger in size and the bidding contractor must have self-performed a majority of the work completed in each of the reference projects. Reference projects must be submitted on the Experience Reference Form provided in this document. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Three of the referenced projects must be for freshwater body hydraulic dredging. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. NOTICE TO BIDDERS NOTICE TO BIDDERS vi The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with the ruling, the protester may appeal to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL as presented by the bidder on the Bid Item List. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR LAGUNA LAKE 2019 MAINTENANCE DREDGING PROJECT, SPEC# 91392 Item Item Unit of Estimate d Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) Base Bid Items 1 79 Mobilization, Bonds and Insurance LS 1 ---- 2 4, 79, 81, 82 Traffic and Pedestrian control and signage LS 1 ----- 3 79 (F) Hydraulic Dredging CY 2000 4 79 (F) Sediment Dewatering CY 2000 5 14, 79 (F) Hauling and Disposal CY 2000 6 20 Restore Park and Hydroseed Turf LS 1 ----- 7 79 Environmental, Water Quality, and Permit Compliance LS 1 ----- 8 19, 72 Shoreline Bank Stabilization LF 90 9 14 Worker Health and Safety Plan LS 1 ----- Bid Total $ (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. (2) “(F)” denotes Final pay Item quantity per section 9-1.02A BID FORMS BID FORMS B LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS BID FORMS C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance 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, or any subcontractor to be engaged by 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. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must 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, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS BID FORMS D under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS BID FORMS E NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS BID FORMS F BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date BID FORMS BID FORMS G REFERENCES Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include dredging activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include dredging activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include dredging activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS H ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 General The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Laguna Lake 2019 Maintenance Dredging Project Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2018 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 4 SCOPE OF WORK Add to Section 4-1.03 Work Description Comply with the provisions of Sections 4, 14, 79, 81 and 82 for general, material, construction, and payment specifics. SPECIAL PROVISIONS SPECIAL PROVISIONS 2 The work to be done, in general, shall include furnishing all labor, materials, tools, equipment, and incidentals, unless otherwise specified, to remove, by hydraulic dredging, 2,000 CY of sediment from the lake. The sediment will be dewatered in sediment dewatering bags and hauled to the Cold Canyon Landfill (or other legal disposal site if arranged for, permitted and prepared by the proposing contractor). All work in accordance with the performance criteria, plans and specifications for the project as awarded by the City under Bid Forms A/B. The project is generally located northwest of the intersection of Madonna Road at Dalidio Drive. See the Location Map on Sheet 1 of the project plans. Add to Section 4-1.03.1 – Scope of the Project The work to be done, in general, shall include furnishing all labor, materials, tools, equipment, and incidentals, unless otherwise specified, to hydraulically dredge sediment material from within Laguna Lake in accordance with the Plans and Specifications. The project involves the hydraulic dredging and deposition on site of approximately 2000 cubic yards of material from Laguna Lake, and the construction of a silt curtain within the lake as awarded by the City. Add to Section 4-1.05A General Examination of Work Site, Proposal Forms, Plans, and Specifications. The bidder is required to carefully examine the work site, proposal forms, plans and specifications for the work contemplated. No Pre-bid meeting and site walk will be held. The submission of a proposal shall be considered conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of all the Contract Documents. If the bidder wishes to visit the Laguna site, they may do so within the public access hours of the Park. Bidders shall not enter or traverse private property without express permission from property owners. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 5 CONTROL OF WORK Replace Section 5-1.02 Contract Components All work must be completed within the dry season (April 15-November 1). This project is divided into three phases. The Contractor shall complete all work in accordance with the plans and specifications, within the contract time specified in the Notice to Proceed. The project generally may commence as follows: 1. Issuance of Notice to Proceed 2. Phase I (15 working days) Contractor – Submittal of shop drawings, mobilization, installation of sediment and erosion control measures, preparation of dewatering site and access ways. 3. Phase II (65 working days) Contractor – Hydraulic Dredging in lake, setting up and maintaining silt curtain, maintenance of sediment and erosion control measures, transport and placement of soils to deposition area. Sediment to remain in silt bags until moisture content is sufficient for acceptance at an approved or authorized disposal site per section 5-1.20B(5). 4. Phase III (10 working days) Contractor - Removal of Equipment and materials from Sediment Dewatering site. The Contractor shall indicate on the project schedule the allotted time for material delivery. Time extension request by the Contractor shall be in writing. Substantial completion will be issued upon acceptance of Phase III with minor punch-list items remaining. Final acceptance will be issued upon final completion of Punch-list work. Add to Section 5-1.36D Non-highway Facilities Non-Highway Facilities to be protected include all public and privately-owned property and improvements. In particular, the protection of driveways, parking facilities, park amenities, public restrooms, shorelines, trees and landscape, except for components and areas that are approved for temporary modification and restoration. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B Traffic Control Plan Work hours are restricted to 7:00 a.m. to 4:00 p.m. Monday-Friday, except as otherwise authorized by the City. SPECIAL PROVISIONS SPECIAL PROVISIONS 4 Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. See also Traffic signage and haul route requirements in the bid item description for Bid Item 3 “Traffic And Pedestrian Control And Signage.” 8 PROSECUTION AND PROGRESS Section 8-1.02A Schedule Provide a Level 1 schedule for this work. Add to the last paragraph of Section 8-1.03 PRECONSTRUCTION CONFERENCE 14. Dredging Operation Plan for City Review (See Bid Item 3). 15. Sediment Dewatering Plan for City Review (See Bid Item 4). 16. Hauling and Disposal plan, including proposed permitted disposal location. DIVISION II GENERAL CONSTRUCTION 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-6.01 BIOLOGICAL RESOURCES, GENERAL All work shall be conducted in accordance with the following agreements: 1. Section 1600 Lake Alteration Streambed Alteration Agreement (SAA) obtained from the California Department of Fish and Wildlife (CDFW), 2. Section 401 Water Quality Certification from Central Coast Region Regional Water Quality Control Board 3. Section 404 U.S. Army Corps of Engineers Nationwide Permit, and the Habitat Mitigation and Monitoring Plan (HMMP) The previously mentioned documents are attached in these Specifications in Appendix C-J. The Contractor must read and be familiar with the requirements of all permit documents. Any fines or fees resulting from non-compliance with the environmental requirements for the projects will be the responsibility of the Contractor. SPECIAL PROVISIONS SPECIAL PROVISIONS 5 The City will provide a designated biologist, or qualified environmental compliance construction monitor. The Contractor shall comply with the Environmental Management Plan and shall communicate and cooperate with the City Environmental Monitor in performance of the work. The Contractor’s superintendent and project foreman are required to attend a 2-hour training course in order to ensure compliance with the SAA and the Nesting Bird Management and Monitoring Plan. The training course will be held at the Laguna Lake, immediately following the pre-construction meeting. Add to Section 14-9.02 AIR POLLUTION CONTROL The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The annual APCD permit and construction log files are located on the City’s website: http://www.slocity.org/government/department-directory/public-works/documents- online/construction-documents You are required to comply with the APCD permit including all notification and construction logs using the appropriate equipment. Provide training to all workers in the construction area. Where contamination is encountered, you are responsible to: 1. monitor 2. record 3. report Appropriate Personal Protective Equipment (PPE) must be used. Full compensation for APCD compliance and applicable engineering standards is included in the payment for other bid items unless a bid item of work is shown on the bid list item. Add to Section 14-11.01 General 14-11.01A(1) Contamination Site Information There is a potential of soil contamination in the work area. Known areas of soil and groundwater contamination as identified by the City and the testing performed by the project geotechnical engineer and contained in the Geotechnical Characterization Study, are shown in the dredging study, and supplemental hexavalent Chromium testing summary. Low levels of chromium and hexavalent chromium have been found, as a native component of the soils, in various locations tested on-site. SPECIAL PROVISIONS SPECIAL PROVISIONS 6 14-11.02B(1) Disposal Location All soils, including native soils with Hexavalent Chromium are under actionable levels for remediation and are cleared for delivery to Cold Canyon Landfill, alternative disposal sites require approval from the Engineer. Dust from sediment shall be abated maintaining sufficient moisture content to prevent airborne dust particles. Sediment to remain in silt bags until moisture content is sufficient for acceptance at an approved or authorized disposal site per section 5-1.20B(5) and uniform design criteria section 2.1.2 item 2. SPECIAL PROVISIONS SPECIAL PROVISIONS 7 DIVISION VIII MISCELLANEOUS CONSTRUCTION SECTION 79 – DREDGING AND ASSOCIATED WORK 79- 1 General Section This section contains Special Provisions that describe and define the Scope of Control of Work specific to hydraulic dredging, dewatering, hauling and disposal of dewatered sediment. These provisions contain supplemental provisions that may also be controlled under other specific Standard Specification Sections. Dredging shall also be controlled, as applicable, in accordance with Standard Specification Division I General Provisions, Division II General Construction, Division III Earthwork and Landscape, and Division VIII Miscellaneous Construction Sections, as applicable. 79-1.01 Subsurface Data The Contractor assumes all responsibility for the foreknowledge of the extent and nature of the soil properties in the construction zone before and during construction. It is the Bidder's responsibility to examine the site, determine moisture content and perform any and all testing and evaluations necessary from which to draw conclusions or assumptions regarding: 1. The ease or difficulty of dredging. 2. The presence, nature and extent of any rock. 3. The depth of groundwater. 4. The stability of excavations. 5. The quantity of dredged materials. 6. The soil moisture content. 79-1.02 Soils Investigation A Soils Investigation report was prepared for this project by Leighton Consulting August 26, 2016. The soils report is attached hereto as Appendix B. This soils investigation report is NOT part of the Contract Documents. Portions of the data collected for the soils investigation are included on the plans for the Contractor’s convenience only. The investigation is neither exhaustive nor conclusive; it is intended to be advisory only and is incorporated as a convenience to the Contractor. All soil boring data and sieve analysis results, field and laboratory test data, and compaction test data applies only to the locations of the test borings as shown by the report. City does not guarantee the accuracy or completeness of the information contained in the report. Contractor shall interpret the aforementioned data and results contained in the soils investigation and, if necessary, conduct additional subsurface exploration at Contractor's expense to verify said aforementioned data or to obtain similar data throughout the worksite. SPECIAL PROVISIONS SPECIAL PROVISIONS 8 If Contractor uses the information contained in the report in preparing his bid, Contractor must assume all risks resulting from conditions differing from those described therein. Information contained in the report shall not relieve the Contractor of his responsibility to perform the work for the amounts bid. If specific lines, grades, and dimensions are not shown on plans, those furnished by the Engineer shall govern. 79-3 SILT CURTAIN Contractor shall provide a floating silt curtain. The floating silt curtain shall be designed by the contractor to limit sediment transport while allowing water to pass through the curtain. Silt curtain shall be a Type II DOT medium duty manufactured by Granite Environmental Inc., Absorbents International, or approved equal. Silt curtain shall be designed such, when installed and in operation, the bottom edge of the lower skirt falls within 3 inches of the bottom of Laguna Lake, when the water level is at the normal operational depth shown on the design drawings. 79-3.1 SILT CURTAIN MATERIALS Barrier fabric shall be bright yellow. Seams in the fabric shall be either vulcanized welded or sewn and shall develop the full strength of the fabric. All barrier fabric materials shall be constructed of an ultraviolet light resistant material, Elvaloy, or approved equal. Flotation devices shall be flexible, buoyant units contained in an individual flotation sleeve or collar attached to the curtain. Buoyancy provided by the flotation units shall be sufficient to support the weight of the curtain and maintain a freeboard of at least 3 inches above the water surface level. Load lines must be fabricated into the top and bottom of floating turbidity curtains. The top load line shall consist of woven webbing or vinyl-sheathed steel cable and shall have a break strength in excess of 10,000 pounds. Load lines composed of plastic materials shall be ultraviolet light resistant. The bottom load line shall consist of a chain incorporated into the bottom hem of the curtain of sufficient weight to serve as ballast to hold the curtain in a vertical position. Additional anchorage shall be provided as necessary, or as recommended by the manufacturer or the Engineer. Bottom anchors must be sufficient to hold the curtain in the same position relative to the bottom of the watercourse without interfering with the action of the curtain. Bottom Anchors shall be a minimum of 40 pounds and located at a maximum spacing of 50 feet along the curtain. The anchor may dig into the bottom grappling hook, plow or fluke-type, or may be weighted mushroom type and shall be attached to a floating anchor buoy via an anchor line. The anchor line shall run from the buoy to the top load line of the curtain. Anchor lines shall be composed of chain, and/or nylon rope. The top load line of the silt curtain shall be anchored above the normal water surface elevation as shown on the drawings. Anchors above the waterline shall be screw anchors or as otherwise recommended by the silt curtain manufacturer. SPECIAL PROVISIONS SPECIAL PROVISIONS 9 79-3.2 SILT BAGS Contractor shall size silt bags such that 2000 CY of removed material can be stored within the 36,000 SF Dewatering Staging Area shown on the plans. Flocculants used in the dewatering process must comply with the environmental agreements obtained by the City. 79-4 Manufacturer's Instructions All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier, or distributor, except as otherwise specifically provided in the Contract Documents. 79-10 Local Licenses The Contractor shall obtain and pay for all licenses necessitated by Contractor's operations. Prior to starting any work, the Contractor shall be required to have a City of San Luis Obispo Business Tax Registration valid for the life of the Contract; subcontractors shall also have Business Tax Registrations valid for the time they are engaged in work. 79-12 The Contractors representative The superintendent is required to attend the Preconstruction Meeting. The Engineer may suspend the Work, at no cost to the City, if a superintendent is not present during construction. 79-13 Hauling Loose Materials, Cleanup and Dust Control The generation of dust shall be controlled as required by the Air Quality Management District. Grading activities shall cease during periods of high winds (greater than 30 MPH). Trucks hauling soil, dirt, sand or other emissive materials shall have their loads covered with a tarp or other protective cover as determined by the Engineer. 79-14 Project Site During Storm Events The Contractor is responsible for monitoring the weather and shall take all necessary precautions to protect the project site and construction equipment in case of a significant rain event. There will be no additional payment for changes in soil conditions caused by rain delays. For delays caused by a significant rain event, which necessitate or results in water being diverted or flowing into the reservoir, a project extension will be granted by the City. The Contractor will be compensated for additional work resulting from significant rain events as previously described in accordance with Section 3-3 of the SSPWC. 79-15 Erosion and dust Control Erosion control measures shall be taken by the Contractor to contain excavated materials. Excavated materials shall not be allowed to enter storm drains, sewers or private property. The cost of said control shall be included in the original bid. SPECIAL PROVISIONS SPECIAL PROVISIONS 10 Dust shall be kept to a minimum during site mobilization, set-up, and operations by means of wetting the site or other approved method during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. All work shall comply, without limitations, with all dust control requirements, Storm Water Quality Associations - Stormwater Best Management Practice Handbook (BMP Handbook) Construction Edition, SWPPP and NPDES Requirements. See SWPPP Bid item Description. 79.17 Communications The Contractor shall maintain a telephone where Contractor or Contractor’s responsible agent may be reached at all hours during the day or night for emergencies. The number will be given to the Engineer, Inspector, Police, Sheriff, Street Maintenance Division, Public Works Department Engineer, and any other necessary parties. A pager is not permitted. For convenience to the Contractor to comply with the other provisions of this section, the following telephone numbers are listed: CITY OF SAN LUIS OBISPO Public Works ............................................................................. (805) 781-7200 Fire Department ........................................................................ (805) 781-7380 Police Department ..................................................................... (805) 781-7317 City PM ...................................................................................... (805) 781-7113 OTHER AGENCIES Cold Canyon Landfill .................................................. 805-549-8332Ext. 46101 Emergencies ................................................................................................ 911 California Highway Patrol (Broad Street, SLO) ......................... (805) 549-3261 County of San Luis Obispo (Transportation Dept.) .................... (805) 781-5252 San Luis Coastal Unified School District ................................... (805) 549-1200 Southern California Edison (Emergency) .................................. 1-800-611-1911 Southern California Gas Company ............................................ 1-800-427-2200 Pacific Gas and Electric (Power) ............................................... (800) 743-5000 Underground Service Alert (USA)……………………………………………… 811 79-18 Daily Log of Operations The Contractor shall maintain a daily log and/or diary of all hydraulic dredging operations; including, but not limited to the following: 1. Type of dredge and dewatering equipment in use 2. Volume pumped 3. Area dredged SPECIAL PROVISIONS SPECIAL PROVISIONS 11 4. Depth of dredging 5. Character of material dredged 6. Hours of work and down time 7. Number of shifts worked; number of employees; number and type of equipment 8. Weather conditions 9. Unusual conditions 10. Dewatering Bags used 11. Estimated volumes of material transported to placement site. Contractor shall make the log available at all times for review by The Engineer. Contractor shall furnish a copy of the entire log at the end of the project. At the Owner's option a copy of the Log may be requested to accompany Monthly Payment Requests. 79-4 Bid Item Descriptions and Payment. Payment. Payment for the various items in the Bid Sheet, as further specified herein shall include all compensation to be received by the Contractor as described in the Bid Item Descriptions, and for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work specified and shown on the drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefore shall be included in the price named in the Bid Sheet(s) for the various listed items of work. Bid Items. The prices bid shall include any amount for applicable California sales or use tax, County or City taxes. Partial and Final Payments. The five (5) percent retention in Section 9-3.6 will not be reduced during the Contract. The Contractor shall submit for approval a request for monthly payment based on completed work. Bid Item Descriptions and Basis of Payment: Bid Item 1 – Mobilization, Bonds and Insurance The lump sum price paid for mobilization, bonds and insurance includes all costs associated with insurance, bonds, shop drawings, submittals, moving onto the job (mobilization), moving off the job (demobilization), preparation of project schedule, project phasing, supervision, coordination of concurrent work with other contractors, meetings, and "as-built" plans required to perform the Work indicated in the plans and specifications. As an incidental part of mobilization, the Contractor shall respect and adhere to all security measures in effect at the site. Contractor's activities at mobilization site shall be coordinated with the Engineer. At the completion of all hydraulic dredging work the SPECIAL PROVISIONS SPECIAL PROVISIONS 12 Contractor shall remove all temporary components, piping, dredge, support equipment, and miscellaneous material from the site. Bid Item 2 - Traffic and Pedestrian Control and Signage The Contractor shall prepare a Traffic Control and Signage Plan, identifying all controls and signage that will be placed at Laguna Park and throughout the route. The first order of work shall be the installation of the public notification signs. The signs shall be posted a minimum of seven (7) calendar days prior to commencing construction operations on the street. A minimum of two (2) notification signs are required. However, the Engineer may have the Contractor install additional notification signs at the Contractor's expense, if necessary. Placement of the notification signs shall be approved by the Engineer prior to installation of the signs by the Contractor. Posting and removal of all signs shall be at Contractor's expense. Size, construction and content of construction signs shall be as directed by the City. Measurement & Payment. The lump sum price paid for Traffic and Pedestrian Control and Signage shall include traffic plan preparation and implementation as well as notifications, signage, maintenance of traffic controls and signage, and security of these measures. Payment for this item of work shall include full compensation for conforming to the provisions in this section, including furnishing all labor, materials, tools, equipment and incidentals involved in implementation and construction of such measures, as specified in the Standard Specifications and these special provisions; full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing, constructing, removing, and disposing of Traffic and Pedestrian Control and Signage as directed by the Engineer unless otherwise noted in the project plans and specifications. Bid Item 3 - Hydraulic Dredging Aquatic Plant Removal. Certain areas to be dredged may contain aquatic vegetation. Vegetation that cannot be cut by normal cutterhead operation shall be removed by other means and disposed of properly off-site by the Contractor. All costs associated with the removal of aquatic vegetation shall be the responsibility of the Contractor, and no additional payment shall be made therefor. Contractor shall verify, to his own satisfaction, the quantities of work shown on the bidding sheets. If he finds the quantities to be in error, he shall immediately notify the Engineer so that if changes in quantities are found necessary, an addendum may be issued to all bidders. Silt Curtain. Contractor shall provide a floating silt curtain. The floating silt curtain shall be designed by the contractor to limit sediment transport while allowing water to pass through the curtain. Silt curtain shall be configured such, when installed and in operation, the bottom edge of the lower skirt rests on the bottom of Laguna Lake, and shall surround the area being dredged. SPECIAL PROVISIONS SPECIAL PROVISIONS 13 Buoyancy provided by the flotation units shall be sufficient to support the weight of the curtain and maintain a freeboard of at least 3 inches above the water surface level. Installation and anchorage shall be provided as necessary, or as recommended by the manufacturer or the Engineer. Dredging Operation Plan. Contractor shall be responsible for submitting a Dredging Operation Plan listing sequence of dredging operation; pipe influent location; proposed locations of booster pumps; proposed location of in-lake sediment curtain(s); proposed operation of staging area; mobilization and demobilization sequence and schedule; material storage location; and all other items as listed in these Specifications. Contractor will transmit three (3) copies each to the Owner and one (1) to the Owner's Representative for their files. Any major deviation to the plan must be submitted by the Contractor for the Owner or Owner's Representative's review prior to implementation. The Contractor shall prepare a sequence of construction for dredging the lake as part of the Dredging Plan. Provide a detailed discussion and description of the proposed dredging plan, to accomplishing the objective presented in the plans and specifications. Provide: A. Provide site drawings/sketches depicting proposed access roads, equipment launching, mechanical dewatering equipment type and layouts, pipeline locations, and water disposal plan. B. Provide a comprehensive dredging plan to address all areas scheduled for dredging. Include vegetation removal means/methods. C. Material Handling Plan: Develop a detailed material handling plan to include: 1. Equipment requirements 2. Site requirements 3. Utility requirements 4. Estimated daily volumes of material handling 5. Excess water handling/disposal D. Provide plans/sketches of any proposed: 1. Pipe and manifold layouts 2. Vehicle circulation 3. Dewatering area layout detail 4. Water capture/turbidity reduction/return flow piping to lake 5. Noise levels expected 6. Odors 7. Dust or other nuisances 8. Details on expected accuracy of the dredge equipment (horizontal and vertical) SPECIAL PROVISIONS SPECIAL PROVISIONS 14 E. Provide a project schedule based on working days. Include details on assumed work hours, shifts and work days. F. Submit descriptive literature and/or cut sheets of proposed equipment, along with material processing calculations based on the proposed dredge and dewatering equipment capacities and are germane to the project regarding material output, noise levels, etc. Hydraulic Dredging Equipment Requirements A. The dredge used shall be of a size sufficient to meet the requirements of the work and shall be kept in efficient working condition at all times. The equipment shall be capable of transporting the hydraulically dredged material by pipeline to the desilting bags with or without the use of a booster pump station. No re-handling basins shall be allowed. The Bid must be based on providing equipment capable of meeting this requirement. B. The dredge must be capable of pumping at a sufficient rate to pump the water sediment slurry directly into sediment desilting bags and at a sufficient velocity through the transport pipeline to prevent sediment deposition and clogging within the transport pipeline. C. The approximate distance from the areas to be dredged to the staging area is shown on the drawings. D. Contractor shall submit dredge/barge, pipeline and auxiliary booster pump station specifications and operating parameters such as proposed pumping rates, pipeline velocities, pipeline strength and maximum allowable pipeline pressure specifications, noise levels and any other applicable information regarding the dredging equipment for review by Owner or Owner's Representative and approval by the Owner prior to Mobilization. Limits of Dredging The plans show the maximum extents of the area from which the awarded quantity of sediment may be dredged. The contractor may remove sediment to the specified depth within any part of the designated area. This area shall be located by the contractor by survey or on-board GPS on the dredge, to the satisfaction of the engineer Dredging Pipeline A pipeline will be required from the dredge to the sediment dewatering area. The pipeline location is generally shown in the plans and can be floated on the lake surface and/or placed on the ground surface in the vicinity of the dewatering area. At locations where the temporary pipeline crosses a paved path or roadway as shown on the plans that must remain in operation, the Contractor shall install an HDPE pipe sized adequately for the Dredging Line to be sleeved underneath allowing for continued use of the path or road during construction. Contractor shall maintain access routes in usable condition to match existing for the duration of the project. SPECIAL PROVISIONS SPECIAL PROVISIONS 15 A. All pipelines shall be kept in good condition at all times, and any leaks or breaks along their length shall be promptly and properly repaired. B. Auxiliary booster pump locations, if required shall be placed at approved locations. C. The approximate location for the pipeline is provided on the project drawings. The proposed pipeline routing as shown on the drawings may be changed, subject to the City’s approval. D. All pipelines shall be of sufficient strength to prevent bursting during pumping operations. In the case that the pipe leaks or burst, the Contractor shall cease pumping operations immediately and repair the pipeline. The Contractor shall be responsible for cleaning up any spills, repairing or replacing damaged structures, eroded areas, and/or vegetation at their own cost. The Contractor shall also be responsible for and fines or penalties imposed as the result of mishandling or spilling of dredged material or water. Existing fencing, if in conflict of the pipeline route, is to be removed, shall be removed and replaced as directed by the Engineer. Existing improvements within the limits of removal to remain shall be protected in place. Any damage to facilities caused by the contractor that are to remain in place shall be replaced at the Contractors expense. All fencing materials, concrete, and fencing features removed and not to be reinstalled shall be considered the property of the Contractor and shall be disposed of by the Contractor as its expense. Other Equipment A. Contractor shall provide all other equipment, auxiliary pumping station(s), operators, labor, materials, fuel and incidentals necessary to complete all mobilization, hydraulic dredging or equipment required for alternate dredging procedures, and demobilization to complete this project. B. Contractor shall submit all other equipment specifications and operating parameters for review and approval by the Owner Prior to Mobilization. Staging Area and Laguna Lake Access A. The Contractor's access to Laguna Lake is identified on the drawings. Staging areas will be designated during the pre-construction meeting. All costs associated with the development, maintenance, security, removal and clean-up of access roads and staging area shall be considered incidental to the MOBILIZATION work. B. For the staging areas, the Contractor shall follow the erosion and sediment control plans and specification as shown in the construction plans. The Contractor shall not damage any structure or vegetation outside of the Limits of Construction as shown SPECIAL PROVISIONS SPECIAL PROVISIONS 16 on the plans. The Contractor will be responsible for repairing or replacing damaged structures or vegetation at its own cost. C. No equipment, material, debris, or disturbance (including employee parking) shall occur outside the Limits of Construction unless approved by the Engineer. Contractor shall be responsible for the means and methods of construction, dredging, and all facets of work. Contractor is responsible for complying with all permit conditions and notification requirements with California EPA, California Department of Fish and Game, U.S. Army Corps of Engineers, San Luis Obispo County and other applicable state and local regulatory agencies. If there is a finding of non-compliance with the permit conditions or other applicable regulations, the Contractor shall identify and implement corrective action(s) at Contractor's own expense. The Contractor shall be responsible for any fine or fee associated with the finding of non-compliance. Measurement and Payment A. Payment for hydraulic dredging will be based on the unit price bid and the soil volume excavated from the project site. The volume will be determined by the number of silt bags filled. The contractor will submit specification sheets for all silt bag products used for dewatering. The specification sheets must provide total theoretical volume capacity of the silt bags and be approved by the Engineer prior to the contractor furnishing the bags. In addition, the Engineer will confirm realistic fill capacity, by percentage of total theoretical volume capacity, with the manufacturer, which will be used to calculation total volume of sediment removed. B. Quantities of work set forth in the bidding sheets shall represent all of the work to be performed in accordance with the Contract. All changes in work shall be covered by change order and amounts for said changes in work, either additions or deletions, shall be based on the amounts bid for the quantities of work specified. C. The per cubic yard measurement of in-situ sediment that was removed from the lake bottom as shown on the plans as calculated using silt bag count shall be considered full compensation for hydraulic dredging, transferring dredged material to the sediment dewatering area, operation and maintenance of the hydraulic dredge in a safe and environmentally acceptable manner, all work defined as incidental to the dredging, and all other work not otherwise itemized. D. Work items incidental to dredging include all work activity related to dredging (including but not limited to equipment maintenance and operation, and labor), including all items mentioned in this bid item section. SPECIAL PROVISIONS SPECIAL PROVISIONS 17 Bid Item 4 - Sediment Dewatering The Contractor shall establish a dewatering area to support the dredging project in accordance with the project plans and these specifications. The contractor shall provide and use sediment dewatering bags as reviewed and approved through the submittal process. The bags shall be durable and of sufficient strength to endure the pressures of filling as delivered by the Contractor’s selected dredge pumps. The dewatering bags shall have lifting points and shall be able to be emptied directly into haul trucks. The Contractor shall provide a Sediment Dewatering Plan, that compliments the Dredging Operation Plan, and includes a process and sequence for: A. Preparation of the dewatering area to catch and route runoff water to one or more collection points where the water can be screened/filtered and broadcast onto turf areas as approved by the city. B. Sediment dewatering erosion control fabric or plastic sheeting locations for erosion prevention during dewatering process. C. Filling Dewatering bags directly from the dredge pipeline or a manifold attached to the pipeline. D. Handling and placing filled sediment removal bags in a sequence, geometrical order, and separated fashion that will optimize their dewatering, and not be adversely impacted by other sedimentation bags. E. Bags shall remain in the sedimentation area until they are emitting little or no free water (Minimum time) but longer as schedule and space permits. F. Emptying sediment bags into haul vehicles. G. Removal of bags with legal disposal at the cost of the contractor. The Contractor shall assume full responsibility for any damage caused by stockpiling of materials and use of dewatering bags and shall repair same at Contractor’s expense. The contractor shall, unless otherwise approved by the City, empty dewatering bags directly into the haul vehicles. Return water A. Any water used in dredging operations shall be filtered through sediment bags located on the designated dewatering area of the Park and then allowed to be broadcast via contractor supplied and assembled irrigation system. a. Sediment bags shall by positioned within the area designated on the plans. b. Water filtered through the sediment bags shall be collected on and allowed to flow on or through a surface or conveyance material that will not add turbidity to the water. c. The water shall be collected in one or more shallow settling areas/ponds which will be sized, and prepared, by the contractor and located at the area immediately downslope of the sediment bag area for further reduction in turbidity by gravity (settlement). Filtration, or other method proposed by the contractor that is acceptable to the City and is in accordance with the permit requirements are permissible. SPECIAL PROVISIONS SPECIAL PROVISIONS 18 d. The City shall observe and sample Lake water adjacent to sediment nets as directed by City, and the contractor shall adjust their operational practices as necessary to assure water quality of the water outside the sediment nets are not affected by excess turbidity. B. The Dewatering area shall be maintained to effectively filter, collect, and distribute run-off water to settling areas/ponds. C. Any water in excess of that which can satisfactorily be treated for sediment removal shall be the responsibility of the contractor. It is anticipated that all excess water may be dispersed by irrigation to park fields and open areas as approved by the City. The design, construction, and operation of the water disposal system shall be the responsibility of the Contractor. D. Water Quality: No dredge return water shall be allowed to flow into the lake. E. Any fines or penalties resulting from the improper control or disposal of excess dredging water shall be borne by the Contractor. F. If return water must be directed back into the Lake the City will provide water monitoring in order to comply with permitting. Any return water must be directed to the Lake directly from the sediment basin and shall be conveyed through flexible piping and shall not sheet flow. Contractor must provide continuous access along the adjacent trail to the satisfaction of the engineer. Contractor shall provide all equipment and materials to handle nuisance water. Level of Water Removal. The contractor shall leave the sediment bags in the dewatering area for the longest duration possible and still meet the requirement to move the sediment to the Landfill within the “dry season” (prior to November 1st). The Contractor shall restore the dewatering area to its pre-existing condition, including replanting of vegetation. Maintenance watering shall be performed by others. Measurement & Payment. The Unit price paid for Sediment Dewatering shall include preparation of the sediment dewatering area, filling, handling and emptying of dewatering bags, drying and delivery of sediment bags to the City, as applicable, and restoration of the dewatering area. The total units in Cubic Yards for this item shall correspond to the total Cubic Yards determined in Bid Item 4, Hydraulic Dredging. Payment for this unit price item of work shall include full compensation for conforming to the provisions in this section, including furnishing all labor, materials, tools, equipment and incidentals involved in implementation and construction of such measures, as specified in the Standard Specifications and these special provisions; full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing, constructing, removing, and disposing of Sediment Dewatering as directed by the Engineer unless otherwise noted in the project plans and specifications. Bid Item 5 – Hauling and Disposal Haul Routes. The Contractor shall establish and maintain haul routes in accordance with the plans and specifications for the duration of the project. Any sediment spilled along the haul route shall be promptly cleaned up. Any change to the identified haul routes is SPECIAL PROVISIONS SPECIAL PROVISIONS 19 prohibited. The haul routes have been set by the environmental documents (MMRP) and cannot be altered. The Contractor shall maintain haul routes in good condition for the duration of the project. The Contractor shall video record and photograph the selected haul route(s) prior to the pre-construction meeting. When transporting sediment to the deposition site, the Contractor shall seal the bed of the hauling trucks in order to prevent sediment leakage, including water. Any damage to City roadway surfaces caused as a direct result of equipment failure or misuse, shall be repaired at the Contractor’s expense, including job-site ingress/egress points and all streets used as a haul route. Normal wear and tear will not be considered damage caused by the contractor. Sediment Deposition Site. Cold Canyon Landfill is the approved and pre-permitted location for receiving sediment. The Contractor may submit an alternate disposal site, if that site is already permitted for stockpiling of soil. The Contractor may assume the City will not seek compensation for the sediment. Proposed alternate stock-piling location are subject to review and approval by the Engineer. The Contractor shall comply will all restrictions imposed by the City Public Works and Parks Departments. Measurement & Payment. The Unit price paid for Hauling and Disposal (to Cold Canyon Landfill) shall include all costs associated with the transportation and hauling and delivery of sediment to the approved stockpile area. This item shall also include route maintenance as described herein. The total units in Cubic Yards for this item shall correspond to the total Cubic Yards determined in Bid Item 4, Hydraulic Dredging. Payment for this unit price item of work shall include full compensation for conforming to the provisions in this section, including furnishing all labor, materials, tools, equipment and incidentals involved in implementation of such work, as specified in the Standard Specifications and these special provisions; full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in loading, hauling, route maintenance, and disposing of Sediment as directed by the Engineer unless otherwise noted in the project plans and specifications Bid Item 6 – Restore Park and Hydroseed Turf Following completion of dredging work and demobilization of dredge equipment, the Contractor shall restore the sediment dewatering area, all above-ground pipeline routes, and any-and-all areas within the park property disturbed or damaged by the construction process. Hydroseed of turf shall be in accordance with City Standard Specification 20- 3.02C(3)(e) Sod (See Standard Specifications, May 2018 Adopted by City Council of San Luis Obispo by Resolution No. 10889 (2018 SERIES) May 15, 2018. Page 75 Link: https://www.slocity.org/home/showdocument?id=19925 SPECIAL PROVISIONS SPECIAL PROVISIONS 20 The contractor shall also sweep and clean any sediment on paths, roads and trails in the park that originated from their operations. Measurement & Payment. The Lump Sum price paid for Restore Park and Hydroseed Turf shall include all costs associated with the restoration of the sediment dewatering area, all above-ground pipeline routes, and any-and-all areas within he park property disturbed or damaged by the construction process. Payment for this unit price item of work shall include full compensation for conforming to the provisions in this section, including furnishing all labor, materials, tools, equipment and incidentals involved in implementation of such work, as specified in the Standard Specifications and these special provisions; full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in restoring the sediment dewatering area, all above-ground pipeline routes, and any-and-all areas within he park property disturbed or damaged by the construction process as directed by the Engineer unless otherwise noted in the project plans and specifications Bid Item 7 – Environmental & Water Quality and Permit Compliance The Contractor shall be responsible for completing their work as described in the plans and specifications in accordance with, and in compliance with the Environmental Document and permits attached as appendices and described in Section 79-9 Permits. 3rd party efforts performed by others to assure compliance by the contractor are, as a minimum. The following tasks will be completed by the City: PRE-CONSTRUCTION CEQA -Biological surveys WQC -Notifications Federal (USACE/USFWS/NMFS) -Biological surveys CDFW -Biological Surveys -Prepare and submit Fish Removal and Rescue Plan -Notifications and Reporting DURING-CONSTRUCTION CEQA -WEAP Training -Biological Monitoring WQC SPECIAL PROVISIONS SPECIAL PROVISIONS 21 -WEAP training -Visual Monitoring -Pre/during/post construction photos Federal (USACE/USFWS/NMFS) -Biological Surveys of dredging work area during curtain placement -Biological monitoring -WEAP Training State (CDFW) -Turbidity Testing POST-CONSTRUCTION WQC -Notifications -Annual Report State (CDFW) -Final Project Report The contractor shall cooperate with the 3rd party compliance inspection and testing efforts, including providing boat transportation on the water as needed to accomplish their tasks. Measurement and Payment The Lump Sum Price paid for Environmental & Water Quality and Permit Compliance shall include all costs associated with performing work as described in the plans and specifications in accordance with, and in compliance with the Environmental Document and permits attached as appendices and described in Section 79-9 Permits. Payment for this lump sum item of work shall include full compensation for conforming to the provisions in this section, including furnishing all labor, materials, tools, equipment and incidentals involved in implementation of such work, as specified in the Standard Specifications and these special provisions; full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Environmental & Water Quality and Permit Compliance. Bid Item 8 – Shoreline Bank Stabilization Contractor will provide 90 LF of bank stabilization as shown on sheet 6 of the plan set. In general, this work will include saw-cutting the existing AC along the edge of pavement, regrading of the bank to achieve a 2:1 minimum slope, and stabilizing the bank with rock and vegetative planting. Bid Item 9 – Worker Health and Safety Plan Contractor shall develop a “Worker Health and Safety Plan” and present it to City Staff at the preconstruction meeting. The “Worker Health and Safety Plan” shall be developed based on information presented in Attachment J “Human Health Risk Assessment of Sediment Dredging and Dewatering Activities for Laguna Lake”. APPENDIX APPENDIX 1 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. APPENDIX APPENDIX 2 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined APPENDIX APPENDIX 3 by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT APPENDIX APPENDIX 5 APPENDIX B – GEOTECHNICAL REPORT APPENDIX APPENDIX 7 APPENDIX C – BIOLOGICAL ASSESSMENT APPENDIX APPENDIX 9 APPENDIX D – HABITAT MITIGATION AND MONITORING PLAN APPENDIX APPENDIX 11 APPENDIX E – LAKE OR STREAMBED ALTERATION AGREEMENT FROM CDFW APPENDIX APPENDIX 13 APPENDIX F – SECTION 401 WATER QUALITY CERTIFICATION FROM THE CCRWQCB APPENDIX APPENDIX 15 APPENDIX G – NATIONWIDE PERMIT FROM THE USACE APPENDIX APPENDIX 17 APPENDIX H – JURISDICTIONAL WATERS AND WETLANDS DELINEATION APPENDIX APPENDIX 19 APPENDIX I – NOTICE OF INTENT TO ADOPT MITIGATED NEGATIVE DECLARATION APPENDIX APPENDIX 21