Loading...
HomeMy WebLinkAboutAuthorize Roadway Sealing Project 2020 - Project Specifications SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO ROADWAY SEALING PROJECT 2020 Specification No. 1000114 MAY 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 ROADWAY SEALING PROJECT 2020 Specification No. 1000114 Approval Date: <<date of CM or CAR Report Authorizing Advertisement>> <<Signature Date>> TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I BID SUBMISSION ...................................................................................................................................... I BID DOCUMENTS .................................................................................................................................... II PROJECT INFORMATION ........................................................................................................................ II QUALIFICATIONS .................................................................................................................................... III AWARD ..................................................................................................................................................... V ACCOMMODATION .................................................................................................................................. V BID FORMS .................................................................................................................... A BID ITEM LIST FOR ROADWAY SEALING PROJECT 2020 SPECIFICATION NO. 1000114 ............... A LIST OF SUBCONTRACTORS ................................................................................................................. E PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... F PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... F PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. F LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... F NON-COLLUSION DECLARATION ......................................................................................................... H BIDDER ACKNOWLEDGEMENTS ............................................................................................................ I QUALIFICATIONS ..................................................................................................................................... J ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. K SPECIAL PROVISIONS .................................................................................................. 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 2 BIDDING ............................................................................................................................................. 1 3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1 4 SCOPE OF WORK ............................................................................................................................. 2 6 CONTROL OF MATERIALS ............................................................................................................... 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2 8 PROSECUTION AND PROGRESS ................................................................................................... 3 DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3 13 WATER POLLUTION CONTROL ..................................................................................................... 3 15 EXISTING FACILITIES ..................................................................................................................... 4 DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 5 37 BITUMINOUS SEALS ....................................................................................................................... 5 39 ASPHALT CONCRETE .................................................................................................................... 6 DIVISION VII MISCELLANEOUS CONSTRUCTION ............................................................................... 6 DIVISION IX TRAFFIC CONTROL DEVICES ........................................................................................... 6 84 MARKINGS ....................................................................................................................................... 6 DIVISION XIII APPENDICES .................................................................................................................... 7 APPENDIX A - FORM OF AGREEMENT ....................................................................... 1 APPENDIX B – CALTRANS ENCROACHMENT PERMIT .............................................. 4 APPENDIX C – AREA 4 STREET SEGMENT LIST........................................................ 5 APPENDIX D – AREA 5 STREET SEGMENT LIST........................................................ 7 APPENDIX E – AREA 4 MAP ......................................................................................... 9 APPENDIX F – AREA 5 MAP ....................................................................................... 10 NOTICE TO BIDDERS i 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 May XX, 2020 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Roadway Sealing Project 2020, Specification No. 1000114 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. All bids must be submitted on the Bid Item List form(s) provided and 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 af ter 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 ii 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 th e office of the City Engineer by paying a non - refundable fee of: 1. $20.00 if picked up in person, or 2. $30.00 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 A printed copy may be obtained by paying a non-refundable fee of: 1. $20.00 if picked up in person, or 2. $25.00 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, Wyatt Banker-Hix at (805) 783-7859 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. PROJECT INFORMATION In general, the project consists of applying slurry seal and new striping and markings to pavement areas 4 & 5. Work ancillary to these maintenance and rehabilitation treatments includes, but is not limited to, protection and/or adjustment of existing utility covers, NOTICE TO BIDDERS NOTICE TO BIDDERS iii upgrading of select utility frames and covers, striping and markings, and traffic control. Additive alternatives extend the project limits and include additional Bob Jones Bike Pathway localized repair work and the application of the slurry seal and striping, Emerson Parking Lot slurry seal and striping, High Street improvements, AC patch repairs, slurry seal and striping and markings. BASE BID: The project estimated construction cost is $1,600, 000 ADDITIVE ALTERNATIVE “A” (Emerson Parking Lot): $5,000 ADDITIVE ALTERNATIVE “B” (Bob Jones Bike Path): $60,000 TOTAL PROJECT BID (BASE BID + ADD ALT. “A” + ADD ALT. “B”): $1,665,000 Base Bid Contract time is established as 45 working days. Award of each additive alternative will add an additional 10 working days to the contract length, for a total possible contract length of 65 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. QUALIFICATIONS You must possess a valid Class A or C12 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 three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. 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. NOTICE TO BIDDERS NOTICE TO BIDDERS iv Each of the referenced projects must be for roadway maintenance such as slurry sealing. 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. 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. NOTICE TO BIDDERS NOTICE TO BIDDERS v If the protester is not satisfied with ruling, the protester may appeal the ruling 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 TOTAL PROJECT BID. (Base Bid + Additive Alternatives A & B) 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 ROADWAY SEALING PROJECT 2020 SPECIFICATION NO. 1000114 BASE BID Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 37 TYPE II SLURRY SEAL SQYD 416,374 2 37 PNEUMATIC TIRE ROLLER COMPACTION LS 1 3 13 STREET SWEEPING (1, 7, 14 DAYS) LS 1 4 84 DETAIL 1 LF 6,992 5 84 DETAIL 5 LF 250 6 84 DETAIL 22 LF 14,354 7 84 DETAIL 24 LF 5,741 8 84 DETAIL 27B LF 13,466 9 84 DETAIL 32 LF 396 10 84 DETAIL 39A LF 627 11 84 6" WHITE LF 121 12 84 6" YELLOW LF 393 13 84 12" WHITE LF 7,395 14 84 12" YELLOW LF 1,336 BID FORMS BID FORMS B BASE BID Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 15 84 24" WHITE LF 890 16 84 24" YELLOW LF 1,200 17 84 6" YELLOW W/ 2WAY RETRO- REFLECTIVE MARKERS 4'OC LF 106 18 84 6" WHITE IN BULBOUT LF 4,467 19 84 12" WHITE IN BULBOUT LF 1,049 20 84 BIKE DET C SH 54 LF 295 21 84 BIKE BUFFER LF 2,728 22 84 WHITE PAVEMENT MARKING SQFT 10,027 23 84 YELLOW PAVEMENT MARKING SQFT 664 24 84 GREEN PAINT SQFT 2,109 25 56 R1-1 SIGN EA 2 26 56 R1-5 SIGN EA 2 27 56 R6-4 SIGN EA 4 28 56 R6-5P SIGN EA 6 29 56 R99C SIGN EA 6 30 56 W3-1 SIGN EA 4 31 56 W4-4P SIGN EA 13 32 56 W17-1 SIGN EA 28 33 56 WATCH FOR BICYCLES CUSTOM SIGN EA 4 34 56 YIELD TO VEHICLES CUSTOM SIGN EA 3 35 56 RRFB SIGN EA 3 36 56 RRFB W/ PUSH BUTTON EA 3 37 56 PUSH BUTTON EA 3 38 56 R1-6A REMOVE AND REINSTALL EA 4 39 56 14' PUNCH POST EA 39 40 15 14' PUNCH POST w/ REFLECTIVE TAPE and (2) RETRO-REFLECTIVE FLAGS EA 4 41 15 REMOVE SIGN EA 4 42 73 PAVERS SQFT 982 43 84 3S K71 FLEX POSTS EA 150 44 84 PARKING MARK "T" EA 90 BID FORMS BID FORMS C BASE BID Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 45 84 PARKING MARK "L" EA 78 46 84 BLUE PARKING MARK "T" EA 5 47 84 BLUE PARKING MARK "L" EA 7 48 84 ELEPHANT FOOT MARKS @ 16" LF 28 49 84 BLUE HYDRANT MARKERS (STD7920) EA 383 50 15 EDGE GRIND LF 382 51 39 TYPE 1 SPEED HUMP EA 5 52 39 TYPE 2 SPEED HUMP EA 9 53 15 REMOVE SPEED HUMP EA 1 54 84 RED CURB LF 840 55 84 BLUE CURB LF 120 56 12 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 Base Bid $ ADDITIVE ALTERNATIVE “A” Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 37 TYPE II SLURRY SEAL SQYD 642 2 37 PNEUMATIC TIRE ROLLER COMPACTION LS 1 3 13 STREET SWEEPING (1, 7, 14 DAYS) LS 1 4 84 2” WHITE LF 581 5 15 48” WHEEL STOP (STD 2260) EA 17 6 84 WHITE PAVEMENT MARKINGS SQFT 28 7 12 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 Additive Alternative “A” Bid Total $ ADDITIVE ALTERNATIVE “B” Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 39 CRACK FILLING LF 70 2 39 REMOVE & REPLACE 4” HMA SQFT 216 BID FORMS BID FORMS D ADDITIVE ALTERNATIVE “B” Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 3 37 TYPE II SLURRY SEAL SQYD 10,200 4 37 PNEUMATIC TIRE ROLLER COMPACTION LS 1 5 13 STREET SWEEPING (1, 7, 14 DAYS) LS 1 6 85 4” SOLID WHITE PAINT (DETAIL 27B) LF 13,900 7 84 4” SOLID YELLOW PAINT (DETAIL 24) LF 1,400 8 84 4” DASHED YELLOW PAINT (MODIFIED DETAIL 1) LF 5,600 9 84 12” WHITE LIMIT LINE LF 12 10 84 WHITE PAVEMENT MARKINGS SQFT 236 11 12 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 Additive Alternative “B” Bid Total $ Base Bid Total $ Additive Alternative “A” Bid Total $ Additive Alternative “B” Bid Total $ Total Project Bid (Base Bid + Add. Alt. “A” + Add. Alt. “B”) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS BID FORMS E 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. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. 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 F 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 Calif ornia 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 a ny 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 G 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 H 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 I 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 J QUALIFICATIONS 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 slurry seal 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 slurry seal 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 slurry seal 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 K 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. Roadway Sealing Project 2020 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 BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 CONTRACT EXECUTION with: (for accelerated work) Upon notification of project award, return: 1. executed contract 2. insurance SPECIAL PROVISIONS SPECIAL PROVISIONS 2 3. contract bonds within five business days after the bidder receives the contract. Add Section 3-1.18B CONTRACT EXECUTION, Caltrans Encroachment Permit 3-1.18B Caltrans Encorachment Permit Compliance with Caltrans Encroachment permit and traffic control shall conform to the provisions of Section 12 “Temporary Traffic Control”, of the Standard Specifications and these Special Provisions.. Measurement and Payment The lump sum contract price paid to comply with Caltrans Encroachment Permit shall include full compensation for furnishing all labor, materials, tools equipment, personnel, and for doing all the work involved to comply with all Caltrans encroachment permi t requirements. The contract price shall also include the application fee of $164.00 for obtaining a double permit for Encroachment Permit 0518 NTK 0145. See Appendix B for additional information. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 3, 7, 12, 15, 37, 39, 56, 73, 77, 84, 85, and 86 for general, material, construction, and payment specifics. Refer to these Special Provisions for modifications to the above Sections. Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage: {Include for Measure Y & G Projects} Maintain Revenue Enhancement Funding signage in work area. Return Revenue Enhancement Funding signs at the end of the project or upon the Engineer’s request. 6 CONTROL OF MATERIALS Add to Section 6-2.03 DEPARTMENT ACCEPTANCE: The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon the Engineer’s request. Sales Tax signs are stored at the City’s Corporation Yard on Prado Road. The contractor is responsible to load and transport from City Corporation yard to job site. Water to be used in the slurry seal emulsion must be potable water. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll Records (labor code 1776) with: Furnish the Engineer one Portable Document Format (PDF) file which contains all certified payroll records for the prior month’s work. Redact the PDF file making the employee’s social security number illegible. Failure to submit PDF file with other monthly payroll records is considered an incomplete payroll submission and penalties will be assessed. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan For those areas not restricted, work hours are Monday through Friday between 7:00 a.m. to 4:00 p.m. at all the affected streets. Work within Caltrans Right of Way must be performed on weekdays between the hours of 9:00 a.m. and 3:00 p.m. Work hours within a 500’ radius of Mission College Preparatory Catholic High School and Hawthorne Elementary School are limited to 9:00 a.m. to 2:30 p.m. (Tuesday – Friday) and 10:00 a.m. to 2:30 p.m. on Mondays when school is in session. The Contractor shall prioritize work in school zones to finish the work before the start of the school year on August XX, 2020. 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. 8 PROSECUTION AND PROGRESS Add to Section 8-1.01 GENERAL, Order of Work X Street must be completed as the first order of work. The Contractor must make every effort to complete work within a 500’ radius of Mission College Preparatory Catholic High School and Hawthorne Elementary School prior to the start of the school year on August X, 2020. Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. DIVISION II GENERAL CONSTRUCTION 13 WATER POLLUTION CONTROL Add to Section 13-7.02 Street Sweeping 13-7.02C Construction Street sweeping shall be performed 24 hours, 7 days, and 14 days after application of Type II slurry seal. 13-7.02D Payment The lump sump item price for Street Sweeping shall include full compensation for furnishing all labor, materials, tools, equipment, personnel, “No Parking” notices, door hangers, and incidentals, and for doing all the work involved with Street Sweeping and no additional compensation therefor. SPECIAL PROVISIONS SPECIAL PROVISIONS 4 15 EXISTING FACILITIES Add to Section 15-2.02B Remove Pavement (AC Patch) The outline of the area to be removed must be cut on a neat line with a power driven diamond saw to a minimum depth of 4 inches before removing the asphalt surfacing. As an alternate, the Contractor may use a grinding device such as a “zipper” to remove the AC patch area. All areas of removal bust be cut as marked in the field and must be uniform in pattern (square, rectangle). Paving is not to be done without the inspection of the Engineer. A mechanical tamp is to be used for compacting the base and bottom lifts of the AC. A roller is to be used for the top lift of AC. Vibrating Plates are not allowed. Any PCC to be used for pavement must be Class 1 mix per Engineering Standard 6040 General Note B to allow next day AC pave-out and traffic use. At each location of roadway repair activity, removal and replacement of existing pavement mate rials are to be performed on the same working day. Additional AC path repair areas and extents may be identified by the Engineer. Pavement repair locations must be filed verified by the engineering inspector before the start of work. Pavement restoration must comply with section 19 and 77. Add to Section 15-2.02B(2) Obliterate Roads, Detours, and Surfacing Micro-milling must be utilized for bike lane edge grinds. Micro-milling machines shall: Be equipped with a micro-milling drum with tungsten-carbide-tipped cutting teeth spaced no greater than ¼ inch apart on center. The configuration of the teeth shall be such that the deviation in elevation between any 2 teeth does not exceed 1/16 inch. Be capable of removing asphalt concrete pavement to a tolerance of +/- 1/8 inch. Be equipped with an automatic grade control system operating in “profile” mode. Micro-milling shall result in a grid-patterned textured pavement surface with longitudinal ridges approximately the same distance apart as the cutting teeth. The ridges shall be consistent in depth, width, and profile. The distance between the top of the ridge and the adjacent valleys shall not exceed 1/8 inch. Add to Section 15-2.02B(7) Payment The linear feet price for bike lane edge grind shall include full compensation for furnishing all labor, materials, tools, equipment, personnel, and incidentals, and for doing all the work involved with bike lane edge grind and no additional compensation therefor. Add to Section 15-2.02C(1) Remove Traffic Stripes and Pavement Markings After existing traffic stripes and pavement markings have been removed, temporary striping tabs must be installed and remain in place until slurry operations have begun. SPECIAL PROVISIONS SPECIAL PROVISIONS 5 DIVISION V SURFACINGS AND PAVEMENTS 37 BITUMINOUS SEALS Add to Section 37-3.02A General Slurry seal must be Type II. Use Polymer Modified Asphaltic Emulsion with 2% latex additive. Add to Section 37-3.03A General Not all frames, covers, grates, or manholes are shown on the Plans. The Contractor is responsible for examining the site of work. A submission of a bid is conclusive evidence that the bidder has investigated the local conditions to be encountered. Add to Section 37-3.03(D)(2)(a) General Locations of bike lane edge grind are shown on the plans. Payment shall be as described in Section 15-2.02B(7). Replace Section 37-3.03D(4)(a)(i) General Roll all seal material with a pneumatic tire roller, a minimum of three coverages, prior to allowing traffic on the surfaced roads. After placement of seal material surfaced roads must be opened to traffic no later than 3 hours after the seal material has been placed and no later than 4:00 p.m. in the evening. Quantities of seal placed daily must be adjusted to accommodate road-opening schedule. For Bob Jones Bike Pathway, roll all seal materials with a pneumatic tire roller, a minimum of 4 coverages, prior to allowing traffic on the surfaced pathway. A coverage must consist of the number of passes a roller needs to cover the width. A pass must be 1 roller movement parallel to the slurry seal application in either direction. Overlapping passes are part of the coverage being made and are not part of a subsequent coverage. Do not start a coverage until completing the previous coverage. Add to Section 37-3.03D(4)(b) Slurry Seal Thru-traffic lanes must be spread in full lane widths only. Slurry seal must be spread at a rate within the ranges shown in the following table for punds of dry aggregate per square yard: Slurry Seal Type Location Spread Rate Type II1 Full Lane Width 14+/-1 Notes: 1. For slurry seal over asphalt concrete pavement. During slurry seal operations, You are responsible for: 1. Verifying that the slurry seal emulsion being used will allow for rolling within the specified time frame. 2. Adjusting the mixture for changes in weather conditions, as appropriate. SPECIAL PROVISIONS SPECIAL PROVISIONS 6 3. Sweeping the surface approximately 24 hours, 7 days, and 14 days after placement and as directed by the Engineer. See section 13-7.02 Street Sweeping. 4. Sweeping in such a manner as to remove loosened or shed aggregate particles without damaging the new surface. 39 ASPHALT CONCRETE Add to Section 39-1.02B MATERIALS, Tack Coat All vertical edges to be paved against shall be tack coated. These include, but are not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete edges. Add to Section 39-6 Payment The contract price paid per square foot of AC path repairs shall include full compensation for all labor, materials (including hot mix asphalt), tools, equipment and inciden tals for completing AC path repairs to the length, depth, and width shown on the plans. Work includes, but is not limited to, saw-cutting, grinding, removal and disposal of existing pavement, compaction of underlaying materials, tack coat, and placement an d compaction of asphalt. DIVISION VII MISCELLANEOUS CONSTRUCTION DIVISION IX TRAFFIC CONTROL DEVICES 84 MARKINGS Add to Section 84-1.04 Payment Bike lane buffer is measured along the linear foot and accounts for all striping and cross hatching regardless of width of buffer. Green bike lane coating is measured by the square foot for the area applied. Add to Section 84-2.03C Application of Stripes and Markings: Traffic Striping to be applied to Areas 4 and 5 shall be per Caltrans Standard Plans 2018. Traffic Striping to be applied to the Bob Jones Bike Pathway shall include the following: Two continuous 4” white edge stripes (Detail 27B) shall be applied approximately 4 inches from the edge of the pavement, 4” dashed yellow centerline stripe (Modified Detail 1) (3- foot stripe with 9-foot gap), and 4” solid yellow centerline stripe (Detail 24) shall be applied to the path upon completion of Type II Slurry Seal. Additionally, one set of white bike lane symbols and accompanying bike lane arrows p er Caltrans standards shall be painted in both directions as shown on the plans. The engineer shall approve the striping layout before the final striping is placed. All striping and pavement markings on the pathway shall be done with thermoplastic material. Preformed thermoplastic is only allowed with the approval of the Engineer. SPECIAL PROVISIONS SPECIAL PROVISIONS 7 Add to Section 84-6 84-6.01 Bike Lane Coating: A durable epoxy modified, acrylic, water bourne coating specifically designed for application on asphalt pavements, such as COLOR-SAFE® MMA, or approved equal* shall be installed by manufacture certified installer per manufacture’s specifications as shown on the plans. Bike lane coating shall conform to the following Federal Highway Administration (FHWA) requirements for green painted bike lanes. A. The daytime chromaticity coordinates for the color used for green colored pavement shall be as follows: 1 2 3 4 X Y X Y X Y X Y .230 .754 .266 .500 .367 .500 .444 .555 The daytime luminance factor (y) shall be at least 7, but no more than 35. B. The nighttime chromaticity coordinates for the color used for green colored pavement shal be as follows: 1 2 3 4 X Y X Y X Y X Y .230 .754 .336 .540 .450 .500 .479 .520 Prior to installation the contractor shall submit a color sample and manufacturer specifications indicating compliance with the FHWA requirements as indicated above. *Green Paint previously approved for City administered projects include: Ride-A-Way acrylic coating and Color-Safe methyl methacrylate. City shall receive submittals of green paint and approve prior to application. 84-6.01 Payment must comply with section 84-1.04. DIVISION XIII APPENDICES Add 100-1.01 Refer to Appendix A: Form of Agreement Refer to Appendix B: Caltrans Encroachment Permit Refer to Appendix C: Area 4 Street Segment List Refer to Appendix D: Area 5 Street Segment List Refer to Appendix E: Area 4 Map Refer to Appendix F: Area 5 Map SPECIAL PROVISIONS SPECIAL PROVISIONS 8 APPENDIX APPENDIX 1 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on _____________, 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 by agreement between the parties or by the findings of a court of competent jurisdiction. In APPENDIX APPENDIX 3 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. ATTEST: CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ __________________________________ Teresa Purrington, City Clerk Heidi Harmon, City Mayor APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ APPENDIX APPENDIX 4 APPENDIX B – CALTRANS ENCROACHMENT PERMIT APPENDIX APPENDIX 5 APPENDIX C – AREA 4 STREET SEGMENT LIST STREET NAME FROM TO AREA (SQYD) Archer Street Marsh Street High Street 3,941 Beach Street Marsh Street High Street 6,237 Branch Street Beebee Street Broad Street 11,864 Bridge Street Higuera Street East End 6,305 Brizzolara Street North End South End 2,917 Broad Street 101 FWY Palm Street 3,601 Brook Street South Street SouthEnd 1,004 Buchon Street High Street Broad Street 7,618 Buchon Street Broad Street Santa Rosa Street 6,960 Carmel Street Marsh Street High Street 5,096 Chorro Street Pismo Street Broad Street 10,581 Church Street Nipomo Street Broad Street 1,679 Church Street Broad Street Santa Barbara Ave 4,153 Church Street Osos Street east end 1,152 Cypress Street High Street Branch Street 2,619 Emily Street Roundhouse South End 1,290 Garden Street Pacific Street Upham Street 8,084 Harris Street High Street Branch Street 2,240 High Street Higuera Street Broad Street 13,548 High Street Broad Street Santa Barbara Ave 2,541 High Street Santa Barbara Ave Railroad Ave 781 Hutton Street High Street Branch Street 2,617 Islay Street High Street Nipomo Street 4,362 Islay Street Nipomo Street Broad Street 1,632 Islay Street Broad Street Osos Street 4,979 Islay Street Osos Street Santa Rosa Street 1,971 King Street High Street Branch Street 2,617 King Street Branch Street South Street 669 Leff Street High Street Broad Street 4,674 Leff Street Broad Street Osos Street 5,057 Leff Street Osos Street Santa Rosa Street 1,612 Mill Street Broad Street Chorro Street 1,496 Morro Street Walnut Street Palm Street 3,572 Morro Street Pacific Street Upham Street / Santa Barbara Ave 7,772 Nipomo Street Brizzolara Street Palm Street 2,178 Nipomo Street Pacific Street Buchon Street 2,649 Nipomo Street Leff Street High Street 2,496 Osos Street Walnut Street Palm Street 3,209 Osos Street Santa Barbara Railroad Ave 1,593 Pacific Street Higuera Street Nipomo Street 6,623 Parker Street High Street South Street 3,170 Peach Street Nipomo Street Chorro Street 4,680 APPENDIX APPENDIX 6 STREET NAME FROM TO AREA (SQYD) Peach Street Chorro Street Santa Rosa Street 4,872 Pismo Street High Street Santa Rosa Street 16,256 Price Street High Street Branch Street 2,649 Rosa Butron Access Ease Dana St North End 207 Roundhouse Avenue Santa Barbara East End 2,300 Sandercock Street Beebee Street Broad Street 12,185 Santa Rosa Pismo Street Railroad Ave 5,572 South Street West End Higuera Street 2,117 Story Street High Street Branch Street 2,611 Upham Street High Street Broad Street 1,156 Upham Street Broad Street Santa Barbara Ave 3,853 Walker Street Pacific Street Pismo Street 1,132 Walker Street Pismo Street High Street 746 Walker Street Pacific Street High Street 1,878 Walnut Street Chorro Street Santa Rosa Street 5,244 Ward Street High Street Sandercock Street 1,357 Sierra Way Ella Street Bishop Street 4,639 APPENDIX APPENDIX 7 APPENDIX D – AREA 5 STREET SEGMENT LIST STREET NAME FROM TO AREA (SQYD) Alicita Court Margarita Avenue North End 902 Auto Park Way Los Osos Valley Rd End 4,795 Bonetti Drive Empleo Street Sueldo Street 3,188 Calle Jazmin North End Margarita Avenue 1,872 Calle Jazmin Margarita Avenue South End 334 Calle Joaquin (Old) north end (south of LOVR) New Calle Joaquin 1,836 Calle Joaquin (New) Los Osos Valley Road Old Calle Joaquin 6,520 Calle Joaquin (New) Old Calle Joaquin South End 6,247 Calle Lupita Margarita Avenue Calle Jazmin 3,444 Calle Malva San Vincenzo Drive Margarita Avenue 2,168 Calle Malva Margarita Avenue Sage Street 955 Camellia Court Margarita Avenue North End 1,059 Carissa Court North End Mariposa Drive 893 Cayucos Drive Vicente Drive Oceanaire Drive 1,523 Chuparrosa Drive West End Las Praderas Drive 4,561 Devaul Ranch Road Madonna Road Los Osos Valley Road 8,725 Elks Lane South Higuera Prado Road 6,697 Empleo Street Granada Drive Bonetti Drive 2,613 Empresa Drive Prado Road Bonetti Drive 2,352 Estelita Court North End Margarita Avenue 1,281 Eto Circle Madonna Road Devaul Ranch Road 7,294 Farrier Court north end DeVaul Ranch Drive 1,459 Foreman Court Spooner Drive South End 1,531 Garcia Drive Los Osos Valley Road Vicente Drive 2,225 Granada Drive South Higuera Street Empleo Street 3,048 Granada Drive Empleo Street Sueldo Street 4,366 Granada Drive South Higuera Street Sueldo Street 7,414 Hind Lane South Higuera Street East End 4,104 Huasna Drive Madonna Frontage Rd Cayucos Drive 5,172 Las Praderas Drive Mariposa Drive South Higuera Street 3,558 Lima Drive Madonna Frontage Huasna Street 4,682 Lirio Court Margarita Avenue North End 698 LOVR Frontage Road North West End Garcia Drive 2,306 LOVR Frontage Road Garcia Drive South East End 1,545 LOVR Frontage Road North West End Froom Ranch Way 3,851 Madonna Road Devaul Ranch Drive Eto Circle 1,169 Madonna Frontage Pereira Drive Oceanaire Drive 4,531 Mariposa Drive Las Praderas Drive Chuparrosa Drive 5,819 Oceanaire Court West End Oceanaire Drive 1,023 Oceanaire Drive Madonna Road South End 6,643 Old Windmill Lane Tank Farm Road North End 2,725 Pereira Street Madonna Road Garcia Drive 3,888 APPENDIX APPENDIX 8 STREET NAME FROM TO AREA (SQYD) Pico Court West End Pereira Street 713 Pinecove Drive Madonna Frontage South Oceanaire Drive 3,622 South Higuera Frontage South Higuera Street Granada Drive 2,538 Seaward Street Pinecove Drive Oceanaire Drive 2,284 Singletree Court north end DeVaul Ranch Drive 1,500 Sola Court West End Pereira Street 713 Spooner Drive Madonna Road Devaul Ranch Road 4,480 Sueldo Street Bonetti Drive Granada Drive 2,234 Tonini Drive Madonna Road DeVaul Ranch Drive 3,987 Vicente Drive Periera Street Cayucos Drive 5,508 Welsh Court Spooner Drive South End 1,232 Zaca Lane West End South Higuera Street 3,934 APPENDIX APPENDIX 9 APPENDIX E – AREA 4 MAP APPENDIX APPENDIX 10 APPENDIX F – AREA 5 MAP