HomeMy WebLinkAbout Railroad Safety Trail_c_Special Provisions
NOTICE TO BIDDERS, BID FORMS,
AND SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Railroad Safety Trail Taft to Pepper Project
Specification No. 91375
February 2020
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Railroad Safety Trail Taft to Pepper
Specification No. 91375
Approval Date: February 14th, 2020
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 RAILROAD SAFETY TRAIL TAFT TO PEPPER PROJECT, SPECIFICATION NO.
91375 ......................................................................................................................................................... A
LIST OF SUBCONTRACTORS ................................................................................................................. F
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. G
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... G
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. G
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... G
NON-COLLUSION DECLARATION ........................................................................................................... I
BIDDER ACKNOWLEDGEMENTS ........................................................................................................... J
QUALIFICATIONS ..................................................................................................................................... K
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. L
TEMPORARY TRAFFIC CONTROL APPLICATION ................................................................................ L
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
4 SCOPE OF WORK ............................................................................................................................. 2
4-1.01 WORK DESCRIPTION ............................................................................................................... 2
5 CONTROL OF WORK ........................................................................................................................ 3
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 8
8 PROSECUTION AND PROGRESS ................................................................................................... 8
PRE-CONSTRUCTION MEETING ........................................................................................................... 9
9 PAYMENT ........................................................................................................................................... 9
DIVISION II GENERAL CONSTRUCTION ............................................................................................. 10
10 GENERAL ....................................................................................................................................... 10
12 TEMPORARY TRAFFIC CONTROL .............................................................................................. 11
13 WATER POLLUTION CONTROL ................................................................................................... 15
14 ENVIRONMENTAL STEWARDSHIP ............................................................................................. 15
DIVISION III EARTHWORK AND LANDSCAPE ..................................................................................... 21
17 GENERAL ....................................................................................................................................... 21
19 EARTHWORK ................................................................................................................................. 21
20 LANDSCAPE .................................................................................................................................. 23
21 EROSION CONTROL ..................................................................................................................... 24
DIVISION V SURFACINGS AND PAVEMENTS ..................................................................................... 26
37 BITUMINOUS SEALS ..................................................................................................................... 26
39 HOT MIX ASPHALT ....................................................................................................................... 26
DIVISION VI STRUCTURES ................................................................................................................... 27
49 PILING ............................................................................................................................................ 27
51 CONCRETE STRUCTURES .......................................................................................................... 30
55 STEEL STRUCTURES ................................................................................................................... 31
DIVISION VII DRAINAGE FACILITIES ................................................................................................... 41
71 EXISTING DRAINAGE FACILITIES ............................................................................................... 41
DIVISION VIII MISCELLANEOUS CONSTRUCTION ............................................................................ 42
73 CONCRETE CURBS AND SIDEWALKS ....................................................................................... 42
75 MISCELLANEOUS METAL ............................................................................................................ 42
77 LOCAL INFRASTRUCTURE .......................................................................................................... 42
80 FENCES ......................................................................................................................................... 43
DIVISION IX TRAFFIC CONTROL DEVICES......................................................................................... 44
83 RAILINGS AND BARRIERS ........................................................................................................... 44
84 MARKINGS ..................................................................................................................................... 44
DIVISION X ELECTRICAL WORK .......................................................................................................... 45
86 ELECTRICAL SYSTEMS ............................................................................................................... 45
DIVISION XI MATERIALS ....................................................................................................................... 46
90 CONCRETE .................................................................................................................................... 46
DIVISION XIII APPENDICES .................................................................................................................... 1
APPENDIX A - FORM OF AGREEMENT ....................................................................... 1
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 April 28th, 2020
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
Railroad Safety Trail Taft to Pepper Street, Specification No. 91375
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 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
ii
BID DOCUMENTS
A copy of the plans, special provisions, and supplemental project information 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
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, Bryan Wheeler at (805) 781-7178 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 involves the construction of an approximately 1,700-linear foot
Class I and Class IV trail from Taft Street to Pepper Street including a grade separated
crossing of the Union Pacific Railroad right of way from Phillips Lane to Pepper Street.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The project estimated construction cost is $4,130,000
Contract time is established as 200 working days. Within this timeframe, forty (40)
working days is allowed for work within the State right of way at the Route 101 offramp.
The fixed liquidated damages amount is established at $4,800 per day for failure to
complete the work within the contract time.
The fixed liquidated damages amount is established at $1,600 per day for each and every
calendar day delay in finishing the work requiring a railroad flagger in excess of 50 days.
The fixed liquidated damages amount is established at $3,200 per day for each and every
calendar day delay in finishing the work within the State right of way at the Route 101
offramp. These sums shall be in addition to that imposed for any delay in completing 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 Contractor's License at the time the contract is
awarded.
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 on Bid Form J 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.
1 of the referenced projects must be for grading.
1 of the referenced projects must be for roadway construction.
1 of the referenced projects must be for bridge construction.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
Steel structure suppliers must meet the requirements of Section 55-2.01A Suppliers of
the special provisions, or the required documentation specified therein must be provided
within the time indicated therein.
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.
Provide a completed Bid Form L, Temporary Traffic Control Application. Attach to Bid
Form L a conceptual traffic control plan to establish the basis of your bid for this work.
Failure to provide an implementable traffic control plan conforming the requirements listed
on Bid Form L and as specified in this section 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:
the reasons for the protest
any supporting documentation
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
v
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 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 BID TOTAL.
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
Kathryn Stanley 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, specifications, and supplemental project information
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 RAILROAD SAFETY TRAIL TAFT TO PEPPER PROJECT,
SPECIFICATION NO. 91375
Item Item Unit of Estimated Item Price Total
No. SS(1) F(2) Description Measure Quantity (in figures) (in figures)
1 050000A OBTAIN CALTRANS DOUBLE PERMIT LS 1
2 050001A CONSTRUCTION SURVEYS LS 1
3 070030 LEAD COMPLIANCE PLAN LS 1
4 080050 PROGRESS SCHEDULE (CRITICAL PATH
METHOD)
LS 1
5 100100 DEVELOP WATER SUPPLY LS 1
6 120100 TRAFFIC CONTROL SYSTEM LS 1
7 130100 JOB SITE MANAGEMENT LS 1
8 130300 PREPARE STORM WATER POLLUTION
PREVENTION PLAN
LS 1
9 130330 STORM WATER ANNUAL REPORT EA 2
10 130730 STREET SWEEPING LS 1
11 130620 TEMPORARY DRAINAGE INLET
PROTECTION
EA 9
12 130640 TEMPORARY FIBER ROLL LF 1890
13 130710 TEMPORARY CONSTRUCTION
ENTRANCE
EA 3
14 130900 TEMPORARY CONCRETE WASHOUT BIN LS 3
15 141101 REMOVE YELLOW THERMOPLASTIC
TRAFFIC STRIPE (HAZARDOUS WASTE)
LF 3100
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) F(2) Description Measure Quantity (in figures) (in figures)
16 141104 REMOVE YELLOW THERMOPLASTIC
PAVEMENT MARKING (HAZARDOUS
WASTE)
SF 61
17 146002 CONTRACTOR-SUPPLIED BIOLOGIST
(LS)
LS 1
18 170103 CLEARING AND GRUBBING LS 1
19 190101 ROADWAY EXCAVATION CY 1060
20 192003 F STRUCTURE EXCAVATION (BRIDGE) CY 254
21 192037 F STRUCTURE EXCAVATION (RETAINING
WALL)
CY 260
22 193003 F STRUCTURE BACKFILL (BRIDGE) CY 65
23 193013 F STRUCTURE BACKFILL (RETAINING
WALL)
CY 219
24 198010 IMPORTED BORROW (CY) CY 2060
25 198216A MECHANICALLY STABILIZED LAYER
(GEOGRID)
SQYD 1400
26 202006 SOIL AMENDMENT CY 2
27 202038 PACKET FERTILIZER EA 121
28 202039 SLOW-RELEASE FERTILIZER LB 13
29 204036 PLANT (GROUP B) EA 7
30 204038 PLANT (GROUP U) EA 20
31 204099 PLANT ESTABLISHMENT WORK LS 1
32 205034 DECOMPOSED GRANITE SQFT 3150
33 205035 WOOD MULCH CY 3
34 206400 CHECK AND TEST EXISTING IRRIGATION
FACILITIES
LS 1
35 206560 CONTROL AND NEUTRAL CONDUCTORS LS 1
36 206562 1" REMOTE CONTROL VALVE EA 1
37 208448 RISER SPRINKLER ASSEMBLY EA 27
38 208594 F 3/4" PLASTIC PIPE (SCHEDULE 40)
(SUPPLY LINE)
LF 450
39 208595 F 1" PLASTIC PIPE (SCHEDULE 40)
(SUPPLY LINE)
LF 45
40 208597 F 1 1/2" PLASTIC PIPE (SCHEDULE 40)
(SUPPLY LINE)
LF 65
41 208610A F 1 1/2" PLASTIC PIPE (CLASS 315)
(SUPPLY LINE)
LF 95
42 208683 BALL VALVE EA 1
43 210430 HYDROSEED SQFT 14600
44 210610 COMPOST (CY) CY 91
45 260203 CLASS 2 AGGREGATE BASE CY 790
BID FORMS
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No. SS(1) F(2) Description Measure Quantity (in figures) (in figures)
46 377501 SLURRY SEAL SQYD 3790
47 390132 HOT MIX ASPHALT (TYPE A) TON 690
48 394073 PLACE HOT MIX ASPHALT DIKE (TYPE A) LF 180
49 398100 REMOVE ASPHALT CONCRETE DIKE LF 410
50 490603 24" CAST-IN-DRILLED-HOLE CONCRETE
PILING
LF 533
51 490606 42" CAST-IN-DRILLED-HOLE CONCRETE
PILING
LF 96
52 510051 F STRUCTURAL CONCRETE, BRIDGE
FOOTING
CY 103
53 510053 F STRUCTURAL CONCRETE, BRIDGE CY 120
54 510054 F STRUCTURAL CONCRETE, BRIDGE
(POLYMER FIBER)
CY 105
55 510060 F STRUCTURAL CONCRETE, RETAINING
WALL
CY 123
56 510094 STRUCTURAL CONCRETE, DRAINAGE
INLET
CY 1.2
57 511106 DRILL AND BOND DOWEL LF 160
58 519101 JOINT SEAL (TYPE A) LF 12
59 520102 F BAR REINFORCING STEEL (BRIDGE) LB 50967
60 520103 F BAR REINFORCING STEEL (RETAINING
WALL)
LB 13138
61 550306A FURNISH TRUSS (55'-71') EA 6
62 550307A ERECT TRUSS (55'-71') EA 6
63 550312A FURNISH TRUSS (90'-100') EA 1
64 550313A ERECT TRUSS (90'-100') EA 1
65 550401A FURNISH TOWER STRUCTURE NO. 1 EA 1
66 550402A FURNISH TOWER STRUCTURE NO. 2 EA 1
67 550403A FURNISH TOWER STRUCTURE NO. 3 EA 1
68 550407A ERECT TOWER STRUCTURE EA 3
69 600017 REMOVE RETAINING WALL LF 200
70 600031A REMOVE CONCRETE BARRIER SURFACE SQFT 140
71 600041 FURNISH POLYESTER CONCRETE
OVERLAY
CF 23
72 600043 F PLACE POLYESTER CONCRETE
OVERLAY
SQFT 140
73 650311 18" REINFORCED CONCRETE PIPE
(CLASS III)
LF 350
74 705204 18" CONCRETE FLARED END SECTION EA 1
75 707117 36" PRECAST CONCRETE PIPE INLET LF 6
76 710114 ABANDON PIPELINE EA 1
BID FORMS
BID FORMS
D
Item Item Unit of Estimated Item Price Total
No. SS(1) F(2) Description Measure Quantity (in figures) (in figures)
77 710116 ABANDON SEWER LS 1
78 710136 REMOVE PIPE (LF) LF 240
79 710156 REMOVE MANHOLE EA 2
80 710164 REMOVE SEWER PIPE LF 58
81 710214 ADJUST VALVE BOX FRAME AND COVER
TO GRADE
EA 2
82 710228 ADJUST SEWER MANHOLE EA 2
83 710252 MODIFY MANHOLE EA 1
84 730010 MINOR CONCRETE (CURB) (LF) LF 420
85 730020 MINOR CONCRETE (CURB) (CY) CY 24
86 730070 DETECTABLE WARNING SURFACE SQFT 190
87 731504 MINOR CONCRETE (CURB AND GUTTER) CY 33
88 731521 MINOR CONCRETE (SIDEWALK) CY 41
89 733000 PRE/POST CONSTRUCTION SURVEYS EA 6
90 750001 MISCELLANEOUS IRON AND STEEL LB 283
91 750008 FRAME AND COVER EA 1
92 750505 F BRIDGE DECK DRAINAGE SYSTEM LB 754
93 770004A PRECAST STORM DRAIN MANHOLE
(CITY STD 3530)
EA 3
94 770005A 6" COATED DUCTILE IRON PIPE LF 310
95 770009A THRUST BLOCK EA 7
96 770011A 6" HDPE SEWER PIPE LF 220
97 770012A SEWER MANHOLE (ENG STD 6610) EA 3
98 800360 CHAIN LINK FENCE (TYPE CL-6) LF 50
99 800401A WROUGHT IRON FENCE (ON WALLS) LF 215
100 800402A WROUGHT IRON FENCE LF 1150
101 803015 REMOVE WOOD FENCE LF 390
102 803050 REMOVE CHAIN LINK FENCE LF 480
103 810230 PAVEMENT MARKER
(RETROREFLECTIVE)
EA 210
104 820590 RELOCATE ROADSIDE SIGN - ONE POST EA 1
105 820840 ROADSIDE SIGN - ONE POST EA 18
106 833001A PICKET RAILING LF 420
107 840501 THERMOPLASTIC TRAFFIC STRIPE LF 6140
108 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 620
BID FORMS
BID FORMS
E
Item Item Unit of Estimated Item Price Total
No. SS(1) F(2) Description Measure Quantity (in figures) (in figures)
109 840656 PAINT TRAFFIC STRIPE (2-COAT) LF 3290
110 840666 PAINT PAVEMENT MARKING (2-COAT) SQFT 720
111 846030 REMOVE THERMOPLASTIC TRAFFIC
STRIPE
LF 2380
112 846035 REMOVE THERMOPLASTIC PAVEMENT
MARKING
SQFT 45
113 870200 LIGHTING SYSTEM LS 1
114 999990 MOBILIZATION LS 1
Bid Total $
Company Name:
1. first two digits refer to section in the Standard Specifications, with modifications in the Special Provisions, that
describe required work.
2. refers to Final Pay (F) Items.
BID FORMS
BID FORMS
F
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
G
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
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.
BID FORMS
BID FORMS
H
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
I
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
J
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, special provisions, supplemental project
information, 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
K
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 similar
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 similar
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 similar
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
L
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)
BID FORMS
BID FORMS
L
TEMPORARY TRAFFIC CONTROL APPLICATION
Public Works / Community Development T 805.781.7015
919 Palm Street, San Luis Obispo, CA 93401 F 805.783.7751
ALL FIELDS MUST BE COMPLETED FOR APPROVAL
General Info:
Project Location: California Blvd., Phillips Lane, US Route 101, Pepper Street
Description of Work: Bridge and Pathway Construction
Agency / Company:
Contact Person: Phone:
Check One
☐Permit Project .................................... City Inspector:
☒Capital Improvement Project…… City Inspector/Spec. No. 91375
☐Special Event Street Closure…City Event Supervisor:
Schedule:
Requested Schedule (Dates & Hours): Dates Hours: (From) (To)
Number of Days Required to complete work (list for each location):
Night Work Requests (7pm – 7am) must receive night work permit from Community Development Department.
Night work application: Date Submitted Date Approved Permit Number
Traffic Control:
All temporary traffic control shall be per the most current version of the California Manual on Uniform Traffic Control Devices
(MUTCD), City of San Luis Obispo Engineering Standards & Specifications (Engr. Std. Appendix G), and Caltrans Standard Plans
& Specifications.
WORK ZONE / EVENT CLOSURE AREA:
STREET:
FROM: (Dist. Ft.) (Direction N,S,E,W) Of (Street)
TO: (Dist. Ft.) (Direction N,S,E,W) Of (Street)
Work Zone Description
Work affects City Transit Stop or Route. Yes ☐ No☐ Transit Division approved work: Yes ☐ No ☐ Date:
If yes, contractor must advise Transit Division 7 days prior to work. Contact SLO Transit at 78-7531 (City Staff Name)
Work requires closure of parking lane or parking meters Yes ☐ No ☐ Parking Division approved work: Yes ☐ No ☐ Date:
Work requires traffic control to be set up on Caltrans Right of Way. Yes☐ No☐. If yes, attach copy of permit. Permit No.
☒Custom Traffic Control Plan (TCP) Required and Attached.
Traffic Control Plan Requirements for each phase of work:
☒ Accurate Depiction of Street (St. Names, Striping, Traffic Signals, Stop Signs, etc..)
☐ Depiction of work zone area (Approx. Dimension)
☐ Depiction of temporary delineation & signing (Taper Lengths Dimensioned)
Traffic control plans should be submitted to the City Inspector assigned to your job; if the work is by permit then the plan should be submitted along with
the encroachment permit. Please refer to the links below for typical applications, sign codes, use of flashing arrow panels, and taper lengths.
CA MUTCD: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/ca_mutcd2012.htm SLO City Std. Plans: http://www.slocity.org/publicworks/stds/appx-g.pdf
☐ Accepted ☐ Accepted with Comments ☐ See Additional Comments on TCP
☐ Denied (By: Date: ) Resubmittals shall include original application and traffic control plan with City comments
SLO City Engineering Standard Appendix G. Check applicable standards AND indicate location of work zone on
Fig. A
Fig. H
Fig. O
Fig. B
Fig. I
Fig. P
Fig. C
Fig. J
Fig. D
Fig. K
Fig. E
Fig. L
Fig. F
Fig. M
Fig. G
Fig. N CHOOSE ONE OFFICE USE ONLY
Rec. By: Date:
App. By: Date:
BID FORMS
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of the Caltrans
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:
Railroad Safety Trail Taft to Pepper Project Special Provisions
City of San Luis Obispo Standard Specifications and Engineering Standards – May 2018 edition
State of California, Department of Transportation Standard Specifications and Standard Plans –
2018 with RSS dated April 19, 2019 for all work within the State Right of Way Only.
State of California, Department of Transportation Standard Specifications and Standard Plans –
2015 with RSS dated April 20, 2018 (all sections except 39 and 86).
State of California, Department of Transportation Standard Specifications and Standard Plans –
2010 with City of San Luis Obispo Standard Specifications and Engineering Standards – May 2018
edition (Sections 39 and 86 only).
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:
A. Sections 5 through 8 of the Standard Specifications
B. Section 12 through 15 of the Standard Specifications
C. Section 77-1 of the Standard Specifications
D. Section 81 of the Standard Specifications
E. authorized working hours
F. OSHA compliance
2 BIDDING
Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with:
Furnish bid using the blank Bid Forms A through L provided . Bid must include all forms and must be signed
by the bidder.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Add between the 1st and 2nd paragraphs of section 2-1.06B:
The Department makes the following supplemental project information available:
Supplemental Project Information
Means Description
Included in the Information Handout
1. Public Grade Separated and At-Grade Pedestrian
Crossing Agreement between Union Pacific
Railroad and the CITY
2. BNSF Railway and Union Pacific Railroad –
Guidelines for Railroad Grade Separation Projects
3. Railroad Relations and Insurance Requirements –
Exhibits to item #1 above
4. Union Pacific Railroad “Guidelines for Temporary
Shoring”
5. City of San Luis Obispo May 2018 Standard
Specifications and Engineering Standards
6. Caltrans 2015 Revised Standard Specifications
dated 04-20-18
7. Caltrans 2015 Standard Specifications
8. Caltrans 2010 Standard Specifications, Sections 39
and 86
9. Geotechnical Investigation Report dated August 16,
2018
10. Mitigation Summary Railroad Safety Trail
11. Mitigated Negative Declaration for the Railroad
Safety Trail Project, Taft Street to Pepper Street
(ER#91375)
12. Bridge As-built plans: 1954 & 1972
13. 1966 Picket Railing standard plan
14. Permits
Available as specified in the Standard
Specifications or these Special Provisions
1. New and Revised Standard Plans
Included with the project plans Log of Test Borings
Available for inspection at: City of San Luis
Obispo
919 Palm Street
San Luis Obispo, CA
Telephone no.: (805) 781-7178
Right of Way information
- State of California Right-of-Way Agreement
- Thomas A. McLaughlin, Easement Deed
4 SCOPE OF WORK
4-1.01 WORK DESCRIPTION
The work to be done consists, in general, of construction of a bicycle/pedestrian path, bridge construction
over and parallel to the Union Pacific Railroad tracks including but not limited to clearing and grubbing,
roadway excavation and embankment construction, sewer line modifications, waterline modifications, storm
drain improvements, curb, gutter, and sidewalk improvements, ADA ramps, fence construction, roadway
pavement construction, slurry seal, pavement delineation, lighting, bridge construction, and traffic control.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
Such other items or details, not mentioned above, that are required by the Plans, Standard Specifications,
Standard Plans, or these Special Provisions, shall be performed, placed, constructed, or installed.
5 CONTROL OF WORK
Add to the end of section 5-1.20A:
During the progress of the work under this Contract, work under the following contracts may be in progress
at or near the job site of this Contract:
Coincident or Adjacent Contracts
Contract no. County–Route–Post Mile Location Type of work
City of San Luis Obispo California Avenue and
Taft Avenue
Intersection
Roundabout
Construction
Add to Section 5-1.20C Railroad Relations
5-1.20C(1) General
The Contractor's attention is directed to the railroad track and Union Pacific Railroad Company right of way
within the project limits. The term "Railroad" shall mean the Union Pacific Railroad Company.
No work may occur within 25-feet of the centerline of the closest railroad track.
The Contractor’s attention is directed to the Agreement between the Railroad and the City, which is included
as supplemental project information. Exhibits to the Agreement specify certain requirements to be followed;
most notably:
Exhibit B – General Provisions
Exhibit D – Contractors Right of Entry Agreement
Exhibit E – Railroad Insurance Requirements
Exhibit F – Railroad Coordination Requirements
The Contractor right to enter the Railroad's property is subject to the absolute right of the Railroad to cause
the Contractor's work on the Railroad's property to cease if, in the opinion of the Railroad, the Contractor's
activities create a hazard to the Railroad's property, employees, or operations.
The Contractor shall attend a preconstruction meeting with the Railroad’s representative(s).
5-1.20C(2) Right of Entry Agreement
Should the Contractor elect to work in the area outside of 25-feet from the centerline of the closest railroad
track, the Contractor will be required to secure a Right of Entry Agreement with the Railroad and the
following provisions apply.
The Contractor shall provide to Mr. David C Laplante, Senior Manager Contracts, 1400 Douglas Street, MS
1690, Omaha Nebraska, 68179-1690, Telephone (402) 544-8563 and the Engineer, in writing, the advance
notice requirements set forth in the Right of Entry Agreement before performing any work on, or adjacent
to the property or tracks of the Railroad.
The Contractor shall comply with the rules and regulations of the Railroad or the instructions of its
representatives in relation to protecting the tracks and property of the Railroad and the traffic moving on
such tracks, as well as the wires, signals and other property of the Railroad, its tenants or licensees, at and
in the vicinity of the work during the period of construction. The responsibility of the Contractor for safe
conduct and adequate policing and supervision of its work at the job site shall not be lessened or otherwise
affected by the presence at the work site of the Railroad representatives, or by the Contractor's compliance
with any requests or recommendations made by the Railroad representatives.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
The Contractor shall perform work so as not to endanger or interfere with the safe operation of the tracks
and property of the Railroad and traffic moving on such tracks, as well as wires, signals and other property
of the Railroad, its tenants or licensees, at or in the vicinity of the work.
The Contractor shall take protective measures to keep the Railroad facilities, including track ballast, free of
sand or debris resulting from his operations. Damage to the Railroad facilities resulting from the
Contractor's operations will be repaired or replaced by the Railroad and the cost of such repairs or
replacement shall be deducted from the Contractor's progress and final pay estimates.
The Contractor shall contact notify the Engineer and the Railroad's "Call Before You Dig" at least forty-eight
(48) hours prior to commencing work on UPRR Company property, at 1-800-336-9193 during normal
business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except holidays - also a 24-
hours, 7-day number for emergency calls) to determine location of fiber optics. The Contractor will
coordinate with the Railroad and the Telecommunication Company(ies) to arrange for relocation or other
protection of the system prior to beginning any work on or near Railroad property.
All heavy equipment provided or leased by the Contractor shall be equipped with audible back-up warning
devices. If in the opinion of the Railroad Representative any of the Contractor's or a subcontractor's
equipment is unsafe for use on the Railroad's right-of-way, the Contractor, at the request of the Railroad
representative, shall remove such equipment from the Railroad right-of-way.
Railroad Protective Insurance
In addition to any other form of insurance or bonds required under the terms of the contract and
specifications, the Contractor will be required to carry insurance of the kinds and in the amounts hereinafter
specified.
Such insurance shall be approved by the Railroad before any work is performed on the Railroad's property
and shall be carried until all work required to be performed on or adjacent to the Railroad's property under
the terms of the contract is satisfactorily completed as determined by the Engineer, and thereafter until all
tools, equipment and materials have been removed from the Railroad's property and such property is left
in a clean and presentable condition.
Full compensation for all premiums which the Contractor is required to pay on all the insurance described
hereinafter shall be considered as included in the prices paid for the various items of work to be performed
under the contract, and no additional allowance will be made thereof or for additional premiums which may
be required by extensions of the policies of insurance.
The following insurance coverage will be required:
1. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less
than $5,000,000 for each occurrence and an aggregate limit of not less than $10,000,000. CGL
insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing
equivalent coverage).
The policy must also contain the following endorsement, which must be stated on the certificate
insurance:
Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent
coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site.
2. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 001
(or a substitute form providing equivalent liability coverage) with a combined single limit of not less
than $5,000,000 for each accident.
The policy must contain the following endorsements, which must be stated on the certificate of
insurance:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
Coverage For Certain Operations in Connection With Railroad ISO form CA 20 70 10 01 (or a
substitute form providing equivalent coverage) showing "Union Pacific Property" as the Designated
Job Site.
Motor Carrier Act Endorsement - Hazardous materials clean up (MCS-90) if required by law.
3. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be
limited to:
Contractor's statutory liability under the workers' compensation laws of the State of California.
Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy
limit $500,000 each employee.
If Contractor is self-insured, evidence of state approval and excess workers compensation
coverage must be provided. Coverage must include liability arising out of the U.S. Longshoremen's
and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable.
The policy must contain the following endorsement, which must be stated on the certificate of
insurance:
Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form proving equivalent
coverage) showing Railroad in the schedule as the alternate employer (or a substitute form
providing equivalent coverage).
4. Railroad Protective Liability Insurance. Contractor must maintain Railroad Protective Liability
insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent
coverage) on behalf of the Railroad as named insured, with a limit of not less than $2,000,000 per
occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be
submitted to the Railroad before the work maybe commenced and until the original policy is
forwarded to the Railroad.
5. Umbrella or Excess Insurance. If the Contractor utilizes umbrella or excess policies, these policies
must "follow form" and afford no less coverage than the primary policy.
6. Pollution Liability Insurance. Pollution liability coverage must be written on ISO form Pollution
Liability Coverage Form Designated Sites CG 00 39 12 04 (or substitute form providing equivalent
liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of
$10,000,000.
If the scope of work as defined in this Agreement includes the disposal of any hazardous or
nonhazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution
legal liability insurance maintained by the disposal site operator for losses arising from the insured
facility accepting the materials, with coverage in minimum amounts of $10,000,000 per loss, and
an annual aggregate of $20,000,000.
Other Requirements
7. All policy(ies) required above (excluding worker's compensation and employer’s liability) must include
Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26, and CA 20
48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as
additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20
26, and 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive,
and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement.
8. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of
insurance), unless the law governing this Agreement prohibits all punitive damages that might arise
under this Agreement.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
9. Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages
against Railroad and its agents, officers, directors, and employees. This waiver must be stated on
the certificate of insurance.
10. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance,
executed by a duly authorized representative of each insurer, showing compliance with the
insurance requirements in this Agreement.
11. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with
a current Best's Insurance guide Rating of A- and Class VII or better, and authorized to do business
in the State of California.
12. The fact that insurance is obtained by Contractor or by the Railroad on behalf of the Contractor will not
be deemed to release or diminish the liability of the Contractor, including, without limitation, liability
under the indemnity provisions of this Agreement. Damages recoverable by Railroad from
Contractor or any third party will not be limited by the amount of the required insurance coverage.
5-1.20C(3) Railroad Flagging
The Union Pacific Railroad Company furnishes railroad flagging and submittal reviews in accordance with
the provisions in this section and the UPRR-BNSF Guidelines and the Railroad Agreement included in
“Supplemental Project Information” of these special provisions.
Secure a railroad flagger as needed to perform your work, including providing the appropriate advance
notice to the Union Pacific Railroad Company.
Your attention is directed to Section 8 of these special provisions regarding the limit on the amount of City
– paid railroad flagging. Further, the City will not reimburse you for fines, penalties, or any other
expenses assessed by the Union Pacific Railroad Company.
The inspection fees described in Exhibit C-1 of the Pedestrian Bridge Crossing Agreement will be paid by
the City and are not included in this contract.
Replace “Reserved” in Section 5-1.20D Occupied Improvements within the Right of Way
A portion of this project is located within the jurisdiction of the State of California Department of
Transportation. The City has applied for and will possess a Caltrans-issued encroachment permit for this
work prior to issuing the Notice to Proceed. It will be your responsibility to obtain a Double Permit from
Caltrans for this work. Applying for this Double Permit must be a First Order of Work to avoid negative
impacts to the work schedule. Costs associated with the Double Permit will be reimbursed based on the
Contract Price for Obtain Caltrans Encroachment Double Permit.
A portion of this project is located within the jurisdiction of the State of California Department of General
Services (DGS) (California Highway Patrol office). The City has applied for and possesses a State-issued
Right of Way Agreement including a temporary construction easement. It is your responsibility to obtain a
Permit to Enter and Construct from DGS for this work. The permit application is included in the Right of
Way Agreement which is included in Supplemental Project Information. Applying for this Permit must be a
First Order of Work to avoid negative impacts to the work schedule. Costs to obtain the Permit is
included in payment for other bid items.
A portion of this project is located within a parcel owned by Thomas McLaughlin. The City has obtained a
temporary construction easement for this work; the easement deed is included in Supplemental Project
Information. It will be your responsibility to schedule your work within the allowable work period specified
therein.
Add the following to section 5-1.23F:
Submittals that are required to be reviewed by the Railroad are indicated in Table 3-1, Overhead
Structures, of the BNSF-UPRR Guidelines for Railroad Grade Separation Projects, which is included as
Supplemental Project Information. The review times indicated in Table 3-1 should be added to the review
times indicated for other submittals in calculating the review times for submittals required to be reviewed
by the railroad.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
Add to Section 5-1.26:
Perform all construction surveys for the project, irrespective of any references elsewhere in these special
provisions or the Standard Specifications indicating that the Engineer is to provide any survey
information.
Add to the end of section 5-1.32:
Personal vehicles of your employees must not be parked on the traveled way or shoulders, including
sections closed to traffic. Personal vehicles of your employees must not be parked in the CHP visitor
parking lot (675 California Blvd) or in the parking lot behind the McLaughlin Office Building (1428 Phillips
Lane).
The City right-of-way shall be used only for purposes that are necessary to perform the required
work. The Contractor shall not occupy the right-of-way, or allow others to occupy the right-of-way, for
purposes that are not necessary to perform the required work.
Temporary Construction Easements have been obtained for Contractor’s work areas, as shown on the
Plans and as described in the Easement Deeds included as Right-of-Way information, available as stated
under Supplemental Project Information and summarized below.
Temporary Construction Easement Locations and Durations
Owner Address Location Duration
State of California
Department of General
Services
California Highway
Patrol
675 California
Boulevard
San Luis Obispo, CA
Parcel B1 and B2
Portion of parcel
Portion of parcel
10-months
10-months
6-months
Thomas A. McLaughlin
McLaughlin Office
Building
1428 Phillips Lane
San Luis Obispo, CA
Driveway and parking
lot
5-days
Non-consecutive
Nights and Weekends
only
Use of the Contractor's work areas and other City-owned property shall be at your own risk, and the City
shall not be held liable for any damage to or loss of materials or equipment located within such areas.
The Contractor shall secure at their own expense any area required for plant sites, storage of equipment
or materials, or for other purposes if sufficient area is not available within the contract limits. Before
occupying any easement area, provide the Engineer a written statement from each property owner
verifying easement acquisition.
The Contractor shall remove all equipment, materials, and rubbish from the work areas and other City-
owned property which the Contractor occupies and shall leave the areas in a presentable condition, in
accordance with the provisions in Section 4-1.13, "Clean Up," of the Standard Specifications.
Add to Section 5-1.36A:
Reasonable access to GRANTOR’S property across the Temporary Construction Easements (TCEs) and
newly acquired right-of-way (RW) shall always be maintained during the term of the easements. You must
not harm fencing, signage, or lighting within the TCE areas. You will be responsible for ensuring irrigation
to the remainder property is not impacted by the construction project and that the irrigation system can
service the remaining plants within the TCE areas. You will coordinate with the GRANTOR’S landscape
maintenance personnel to ensure that irrigation coverage is maintained. At the expiration of the TCE you
will restore such property to a condition as near as practicable to the condition that existed immediately
prior to your operations.
Add between the 2nd and 3rd paragraphs of the RSS for section 5-1.36C(3):
SPECIAL PROVISIONS
SPECIAL PROVISIONS
8
The City requires access to perform additional test borings. Provide the Engineer with at least 30 days
advance notice when the area will be made accessible and the Engineer will schedule the drilling
contractor. One test boring will be performed near Abutment 1 and up to two more test borings between
Bents 2 and 4. Provide access for a minimum 3 days to complete the test borings. Access is expected to
be provided beginning at Philips Lane and proceeding along the "PC" Line alignment up to Abutment 1.
Accommodating the test boring work must be a First Order of Work to avoid negative impacts to the work
schedule.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace Reserved in section 7-1.02K(6)(j)(iii) with:
Section 7-1.02K(6)(j)(iii) includes specifications for handling, removing, and disposing of earth material
containing lead.
Lead is present in earth material on the job site. Management of this material exposes workers to health
hazards that must be addressed in your lead compliance plan. The average lead concentrations are
below 1,000 mg/kg total lead and below 5 mg/L soluble lead. The material on the job site:
1. Is not a hazardous waste
2. Does not require disposal at a permitted landfill or solid waste disposal facility
Lead is typically found within the top 2 feet of material in unpaved areas of the highway. Reuse all of the
excavated material on the right-of-way. Handle the material under all applicable laws, rules, and
regulations, including those of the following agencies:
1. Cal/OSHA
2. CA RWQCB, Region 3-Central Coast
3. CA Department of Toxic Substances Control
Add to Section 7-1.03:
Maintain local property access and access to the existing public streets within the limits of this contract.
Make access available into the existing driveways at all times.
Staging areas located on private property must be restricted to properties where the property owner has
given written authorization for use of said property. Submit at the pre-construction meeting documentation
of the written authorization from the property owner(s). Prior to final acceptance of the project, provide the
Engineer a written statement of release from each property owner that grated an easement.
Add a new Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan after Section 7-1.03:
Contractor’s attention is direction to Section 12 of these special provisions for work hour restrictions.
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 by the City and Caltrans, 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
SPECIAL PROVISIONS
SPECIAL PROVISIONS
9
Contract time is established as 200 working days. Within this timeframe, forty (40) working days is allowed
for work within the State right of way at the Route 101 offramp.
The fixed liquidated damages amount is established at $4,800 per day for failure to complete the work
within the contract time.
The fixed liquidated damages amount is established at $1,600 per day for each and every calendar day
delay in finishing the work requiring a railroad flagger in excess of 50 days. The fixed liquidated damages
amount is established at $3,200 per day for each and every calendar day delay in finishing the work within
the State right of way at the US Highway 101 ramps. These sums shall be in addition to that imposed for
any delay in completing the work within the contract time.
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
Add to section 8-1.03:
PRE-CONSTRUCTION MEETING
The Contractor shall meet with the City’s Project Manager prior to the start of work to discuss any problems
or questions that may come up. At this time the Contractor shall furnish a schedule showing the tentative
starting and completion dates and, if applicable, an updated traffic control plan. The Contractor shall be
responsible for contacting the City for arranging the pre-construction meeting in the 10-day period between
notice of award and filing of contract document. Arrangements shall be made by contacting Bryan Wheeler
at 805.781.7178.
9 PAYMENT
Add to the end of section 9-1.16C:
The following items are eligible for progress payment even if they are not incorporated into the work:
1. Bar reinforcing steel
2. Truss
3. Tower structure
4. Bridge Deck Drainage System
5. Fence
6. Picket railing
SPECIAL PROVISIONS
SPECIAL PROVISIONS
10
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
Replace Reserved in section 10-3 with:
10-3 DUST CONTROL MANAGER
10-3.01 General
During construction/ground disturbing activities, the Contractor shall implement the (dust) control measures
as shown in Section 10-5 Dust Control.
10-3.02 Dust Control Manager
The Contractor shall designate a person or persons to monitor the dust control measures as described in
Section 10-5 Dust Control. They will also be responsible to order increased watering, modify practices as
necessary, and to prevent transport of dust offsite. Their duties shall include holiday and weekend periods
when work may not be in progress. The name and telephone number of such persons shall be provided to
the Community Development and Public Works Departments prior to commencement of construction.
10-3.03 Payment
Full compensation for the Dust Control Manager shall include monitoring, complying with, implementing,
and maintaining the requirements of Section 10-5 Dust Control and Section 10-6 Watering and is paid for
under Job Site Management.
Add to the end of section 10-5:
Implement the following particulate (dust) control measures:
1. Reduce the amount of disturbed area where possible
2. Use water trucks or sprinkler systems in sufficient quantities to prevent airborne dust from leaving the
Project site and from exceeding the Air Pollution Control Districts (APCD) limit of 20 percent opacity
for no greater than three minutes in any 60-minute period. Increased watering frequency will be
required whenever wind speeds exceed 15 mph and cessation of grading activities during periods
of winds over 25 mph.
3. All dirt stock pile areas (if any) shall be sprayed daily and covered with tarps or other dust barriers as
needed.
4. Permanent dust control measures identified in the approved project erosion control plans shall be
implemented as soon possible, following completion of any soil disturbing activities.
5. Exposed grounds that are planned to be reworked at dates greater than one month after initial grading
shall be sown with a fast germinating, non-invasive, grass seed, and watered until vegetation is
established.
6. All roadways, driveways, sidewalks, etc. to be paved shall be completed as soon as possible.
7. Vehicle speed for all construction vehicles shall not exceed 15 mph on any unpaved surface at the
construction site.
8. All trucks hauling dirt, sand, soil, or other loose materials, are to be covered or shall maintain at least
two feet of freeboard (minimum vertical distance between top of load and top of trailer) in
accordance with California Vehicle Code Section 23114.
9. Install wheel washers where vehicles enter and exit unpaved roads onto streets, or wash off trucks,
and equipment leaving the site.
10. Sweep streets at the end of each day if visible soil material is carried onto adjacent paved roads. Water
sweepers shall be used with reclaimed water where feasible. Roads shall be pre-wetted prior to
sweeping when feasible.
Replace the third paragraph of 10-6 Watering with:
Reclaimed (non-potable) water is to be used in all construction and dust-control work.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
11
12 TEMPORARY TRAFFIC CONTROL
Replace Reserved in section 12-3.11B(5) with:
A construction project funding sign must comply with the details shown on the Caltrans Traffic Operations
website.
The signs must be mounted to moveable barricades.
The sign panels must be framed, single-sheet aluminum panels complying with section 82-2.
The background on the sign must be Type II retroreflective sheeting. The Type II retroreflective sheeting
must be on the Authorized Material List for signing and delineation materials.
The legend must be retroreflective except for nonreflective black letters and numerals. The blue must
match PR color no. 3 on FHWA's Color Tolerance Chart. The orange must match PR color no. 6 on
FHWA's Color Tolerance Chart.
The legend for the type of project must read as follows:
HIGHWAY CONSTRUCTION
The legend for the types of funding on a construction project funding sign must read as follows and in the
following order:
ATP FUNDS
CITY FUNDS
The Engineer will provide the specific City fund to be entered on the sign.
The legend for the year of completion on a construction project funding sign must read as follows:
YEAR OF COMPLETION 2020
Do not add information to the construction project funding sign unless authorized.
Replace Reserved in section 12-3.11C(3) with:
Install 2 Type 1 construction project funding signs at locations visible to highway users determined by the
Engineer before starting major work activities.
Return 2 construction project funding signs upon completion of the project if authorized, or upon the
Engineer’s request.
Replace Not Used in section 12-3.11D with:
Construction project information signs are paid for as traffic control system.
Add to Section 12-4.01 General
One lane in each direction must always remain open on California Boulevard.
Keep the full width of the traveled way open to traffic when no active construction activities are occurring in
the traveled way or within 6 feet of the traveled way.
Keep the full width of the ramp traveled way open for use by traffic on designated holidays.
Add to the end of section 12-4.02C(3)(a):
If work vehicles or equipment are parked on the shoulder within 6 feet of a traffic laneclose the shoulder
area with fluorescent-orange traffic cones or portable delineators. Place the cones or delineators on a taper
in advance of the parked vehicles or equipment and along the edge of the traveled way at 25-foot intervals
to a point not less than 25 feet past the last vehicle or piece of equipment. Use at least 9 cones or delineators
SPECIAL PROVISIONS
SPECIAL PROVISIONS
12
for the taper. Place advance warning signs as specified in section 12-4.02C(8).Keep a minimum of 1 paved
traffic lane at least 11 feet wide open for traffic in each direction of travel.
Replace Reserved in section 12-4.02C(3)(j) with:
Comply with the requirements for the ramp closure shown in the following chart:
Chart No. J1
Ramp Closure Chart
County: San Luis Obispo Route/Direction:101
NB
Post Mile:
Closure limits:NB Off Ramp to California Avenue
Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
Mon–Thu 1 1 1 1 1 1 1 1 1 1 1 1
Fri 1 1 1 1 1 1 1 1 1 1 1 1
Sat
Sun
Legend:
1 Provide at least 1 ramp lane, not less than 11 feet in width, open in the direction of travel.
2 Provide at least 2 adjacent ramp lanes open in the direction of travel.
C Ramp may be closed completely.
S Shoulder closure is allowed (right)
N No work is allowed.
Work is allowed within the highway where a shoulder or lane closure is not required.
REMARKS: The Contractor is allowed 40 days for construction on the NB off ramp to California Avenue
SPECIAL PROVISIONS
SPECIAL PROVISIONS
13
Replace Reserved in section 12-4.02C(3)(m) with:
Comply with the requirements for a City Street Closure shown in the following charts:
Chart No. J2
__________________________________________________________________
Location: California Blvd and
Phillips Lane
Direction: North/South
Closure limits: California Blvd: Taft Street to Phillips Lane
Phillips Lane: California Blvd. to Park Street
Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
Mon–
Thu
1 1 1 1 1 1 1 1 1 1 1 1
Fri 1 1 1 1 1 1 1 1 1 1 1 1
Sat 1 1 1 1 1 1 1 1 1 1 1 1
Sun N N N N N N N N N N N N N N N N N N N N N N N N
Legend:
1 Provide at least 1 city street lane open in each direction of travel.
C Street may be closed.
N No work is allowed.
R Provide at least 1 through traffic lane not less than 10 feet in width for use by both directions of
travel.
(Reversing Control)
REMARKS:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
14
Chart No. J3
__________________________________________________________________
Location: Pepper Street Direction: North/South
Closure limits: Pepper Street: Alley to Phillips Lane, as shown on Plans
Hou 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
Mon–
Thu
C C C C C C C C C C C C C C C C C C C C C C C C
Fri C C C C C C C C C C C C C C C C C C C C C C C C
Sat C C C C C C C C C C C C C C C C C C C C C C C C
Sun C C C C C C C C C C C C C C C C C C C C C C C C
Legend:
1 Provide at least 1 city street lane open in each direction of travel.
C Street may be closed.
N No work is allowed.
R Provide at least 1 through traffic lane not less than 10 feet in width for use by both directions of
travel.
(Reversing Control)
REMARKS: Pepper Street is allowed to be closed for a duration of 80 days.
Add to the end of section 12-4.02C(7)(a):
After placing components of a stationary traffic control system, you may place the impact attenuator
vehicle in advance of the work area or at another authorized location to protect traffic and workers.
Add to the end of section 12-4.02C(7)(b):
Except for one-way-reversing traffic-control lane closures, the maximum length of the work area inside a
closure is .3 miles.
Not more than 1 stationary closure is allowed in each direction of travel at one time.
Add to the end of section 12-4.02C(8)(a):
If shoulders are closed , use the following advance warning signs:
1. W21-5 (Shoulder Work)
2. W21-5b (Right/Left Shoulder Closed Ahead)
3. C30A(CA) (Shoulder Closed)
Add between the 1st and 2nd paragraphs of section 12-4.04C:
A pedestrian facility closure on the same side of the highway is limited to no more than 1 block. When
working on one side of the highway, the pedestrian facility on opposite side of the highway within the same
block must be open.
For an intersection with 4 quadrants, close the side serving the 2 quadrants in the same direction of travel.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
15
13 WATER POLLUTION CONTROL
Add to the end of section 13-1.01A:
The nearest potential receiving water body to the project is San Luis Obispo Creek, approximately 2,640
feet south of the project limits.
Add to end of section 13-1.03C:
Inspect paved roads at job site access points for street sweeping daily if earthwork and other sediment- or
debris-generating activities occur, weekly if the activities do not occur, or if the NWS predicts precipitation.
During construction, clean and refuel equipment and vehicles only within a designated staging area and at
least 100 feet from wetlands or culverts that outflow to wetlands. At a minimum, check and maintain
equipment and vehicles on a daily basis to ensure proper operation and avoid potential leaks or spills.
Add to the end of section 13-3.01A:
This project's risk level is 1.
14 ENVIRONMENTAL STEWARDSHIP
Replace Reserved in section 14-1.03 with:
The Contractor must:
1. Coordinate training schedules with the Contractor Supplied biologist who will conduct
environmental awareness training for all construction crews before project implementation.
2. In addition to the mitigation measures specifically noted in these special provisions, the
Contractor shall conform to the mitigation requirements included in the project environmental
document titled "Mitigated Negative Declaration for the Railroad Safety Trail Project, Taft Street
to Pepper Street (ER#91375)” and its associated documents and permits. An excerpt of these
documents is provided in "Supplemental Project Information" of these special provisions.
Add to the 1st paragraph of section 14-6.03A:
This project is within or near habitat for the regulated species shown in the following table:
Regulated Species
Raptors and Migratory Birds
Roosting Monarch Butterflies
This project includes the sensitive habitats shown in the following table:
Sensitive Habitats
Trees
Eucalyptus Trees
Replace item 1 in the 2nd paragraph of section 14-6.03A with:
1. Stop all work within a 100-foot radius of the discovery except as shown in the following table:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
16
Regulated species Protective radius (feet)
Raptors and
Migratory Birds
500 feet
Roosting Monarch
Butterflies
250 feet
Construction Contractor to use the protocols for the corresponding regulated species shown in the
following table:
Regulated species name Protocol
Raptors, Migratory Birds, and Roosting
Monarch Butterflies
Verify no wildlife is present
near equipment prior to
operation.
Prior to the beginning of the
nesting season install
exclusionary measures such
as netting and visual
deterrents and routinely
inspect and keep them in
good repair until construction
is complete and then remove
the exclusionary devices.
Notify the Contractor
Supplied Biologist 45 days in
advance of any construction
activities.
Notify engineer and
construction staff when
environmental awareness
training sessions are
scheduled.
Immediately notify the
Contractor Supplied Biologist
if any wildlife is observed on
site.
Notify Contractor Supplied
Biologist of work that will
need to be monitored
including but not limited to
exclusion installation and
work within designated buffer
zones and any vegetation
removal during the bird
nesting season (February 15
to September 1).
SPECIAL PROVISIONS
SPECIAL PROVISIONS
17
Monitor regulated species according to the schedule shown in the following table:
Monitoring type Schedule
Vehicle Inspection for Wildlife Daily
Tree Inspection for Nests Prior to Tree Removal
Exclusionary Measures (Netting, etc.) Daily (Feb 15 to Sept 1)
Replace the 2nd paragraph of section 14-6.03B with:
The Department anticipates nesting or attempted nesting by migratory and nongame birds from February
15 to September 1.
Replace the list in the 2nd paragraph of section 14-6.03D(1) with:
1. Prior to construction, conduct a bird survey to ensure that the project Authority is in compliance with
the MBTA.
2. If construction activities occur between February 15 and September 1, conduct surveys for migratory
birds and other nesting raptors.
3. Prior to removal of Eucalyptus tree or other large trees, conduct survey to determine the presence of
roosting monarch butterflies.
4. Clear work area prior to vegetation removal
5. Monitor regulated species within the project area.
6. Ensure that construction activities do not result in the take of regulated species
7. Ensure that construction activities comply with PLACs
8. If raptor nests are observed within the survey area, the area shall be designated as an
Environmentally Sensitive Area until the breeding season ends or until the Biologist determines that
all young have fledged and are no longer reliant upon the nest.
9. If active passerine nests are observed within the BSA during the pre-construction surveys, the nest(s)
shall be designated an Environmentally Sensitive Area until the breeding season ends or until the
qualified biologist determines that all young have fledged and no longer are reliant upon the nest or
parental care for survival.
10. Immediately notify the Engineer of any take of regulated species or violation of a biological resource
PLAC.
11. Notify Caltrans if nesting birds are observed during the surveys and facilitate coordination with the
USFWS if necessary to determine an appropriate avoidance strategy.
12. Notify the City to coordinate with CDFW to devise a suitable avoidance plan.
Add to section 14-6.03D(1):
Within 30 days before starting job site activities, submit protocols for species protection surveys. Use
protocols required in the PLACs.
Survey the job site for regulated species and submit a preconstruction survey report within 14 days before
starting work.
The preconstruction survey report must include the following:
1. Detailed observations and locations where regulated species were observed
2. Statement that no regulated species were observed
3. Relevant Photos
4. GPS Locations and mapping of covered area
5. Datapoints of any significant observations
6. Field datasheets
7. Names of Surveyors
8. Dates of Surveys
9. Any other pertinent Data found from the Surveys
Submit an initial monitoring report as an informational submittal within 12 hours after starting ground-
disturbing activities.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
18
Submit monitoring reports according to the following schedule:
Monitoring type Report schedule
Raptors and Migratory Birds Weekly
Roosting Monarch Butterflies Weekly
Submit a biological resource incident report within 24 hours of the incident.
The incident report must include:
1. Description of any take of regulated species or any violation of a biological resource PLAC
2. Species name and number taken
3. Details of required notifications with contact information
4. Corrective actions proposed or taken
5. Disposition of taken species
Submit a final monitoring report no later than 20 days after completion of the project. If the report requires
revisions, the Department provides comments. Submit a revised report within 7 days of receiving
comments. The final monitoring report must be a cumulative report including:
1. Start and end dates of construction
2. Species protection measures and implementation details
3. Assessment of the effectiveness of the species protection measures in mitigating project impacts
4. Recommendations for improving species protection measures
Replace section 14-7.03 with:
If unanticipated paleontological resources are discovered at the job site, do not disturb the resources and
immediately:
1. Stop all work within a 60-foot radius of the discovery
2. Secure the area
3. Notify the Engineer
4. Work will be halted until a qualified archaeologist from the Department can assess the significance of
the find.
5. Conduct additional archaeological surveys if Project limits are extended beyond the present survey
limits.
Replace the 2nd paragraph of section 14-8.02 with:
Noise from job site activities must not exceed 86 dBA Lmax at 50 feet from the job site from 7:00 p.m. to
7:00 a.m. or on Sundays at the job site. Night work is only allowed with Engineer’s approval.
Add to section 14-8.02:
At least twenty (20) days prior to commencement of construction, the contractor shall provide written
notice to all property owners, businesses, and residents within 300 feet of the trail alignment. The notice
shall contain a description of the Project, the construction schedule, including days and hours of
construction., the name and phone number of the City’s project environmental coordinator and
contractor(s), site rules and conditions of approval pertaining to construction activities.
All equipment will have sound-control devices that are no less effective than those provided on the
original equipment. No equipment will have an unmuffled exhaust. All construction equipment, including
trucks and stationary equipment, shall be professionally maintained and fitted with standard
manufacturers mufflers, silencing devices, and engine covers.
Contractor will implement appropriate additional noise mitigation measures, including changing the
location of stationary construction equipment, turning off idling equipment, rescheduling construction
activity, notifying adjacent residents in advance of construction work, and installing acoustic barriers
around stationary construction noise sources.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
19
Furnish and Install temporary construction noise barriers (blanket type or non -reflective solid type,
minimum 10 feet tall at road grade, rated at STC-25 or better) between pile drilling work areas and
affected residences on Phillips Lane and Pepper Street during bridge construction.
Furnish 1 Type 1 sound-level meter and 1 acoustic calibrator for the Department to use until Contract
acceptance to monitor noise.
The sound-level meter must:
1. Be calibrated and certified by the manufacturer or an independent acoustical laboratory before
delivery to the Department
2. Be capable of taking measurements using the A-weighting network and the slow-response settings
3. Have a microphone fitted with a windscreen
4. Be recalibrated annually by the manufacturer or an independent acoustical laboratory
Provide training in noise monitoring to 1 Department employee designated by the Engineer. The person
delivering the training must be trained in noise monitoring.
The Department returns the equipment to you at Contract acceptance.
Add Section 14-8.03 Payment:
Full compensation for complying with the noise special provisions, monitoring, training, and furnishing of all
equipment as specified in these special is included in payment for other bid items unless a bid item of work
is shown on the bid item list.
Add Section 14-9.02A AIR POLLUTION CONTROL, General:
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.
Prior to any construction activities at the site, the Contractor shall ensure that all equipment and operations
are compliant with the California Air Resource Board and APCD permitting requirements, by contacting
APCD Engineering Division at (805) 781-5912 for specific information regarding permitting requirements.
You must comply with section 77-1 of the standard specifications.
Add Section 14-9.02B AIR POLLUTION CONTROL, Construction:
Where contamination is encountered, you are responsible to:
1. monitor
2. record
3. report
H2S and Hydrocarbon FID readings taken every hour during work in the contamination zone or as directed
by the Engineer.
Appropriate Personal Protective Equipment (PPE) must be used.
To reduce sensitive receptor emissions impact of diesel vehicles and equipment used to construct the
Project and export soil from the Project site, the applicant shall implement the following idling control
techniques:
1. California Diesel Idling Regulations
SPECIAL PROVISIONS
SPECIAL PROVISIONS
20
a. On-road diesel vehicles shall comply with Section 2485 of Title 13 of the California Code of
Regulations. This regulation limits idling from diesel-fueled commercial motor vehicles with
gross vehicular weight ratings of more than 10,000 pounds and licensed for operation on
highways. It applies to California and non-California based vehicles. In general, the regulation
specifies that drivers of said vehicles:
i. Shall not idle the vehicle’s primary diesel engine for greater than 5 minutes at any location,
except as noted in Subsection (d) of the regulation; and,
ii. Shall not operate a diesel-fueled auxiliary power system (APS) to power a heater, air
conditioner, or any ancillary equipment on that vehicle during sleeping or resting in a
sleeper berth for greater than five minutes at any location when within 1,000 feet of
restricted area, except as noted in Subsection (d) of the regulation.
iii. Off-road diesel equipment shall comply with the 5-minute idling restriction identified in
Section 2449(d)(2) of the California Air Resources Board’s In-Use off-Road Diesel
regulation.
iv. Signs must be posted in the designated queuing areas and job sites to remind drivers and
operators of the state’s 5-minute idling limit.
2. Diesel Idling restricts idling near sensitive receptors (residential homes). In addition to the State
required diesel idling requirements, the Contractor shall comply with these more restrictive
requirements to minimize impacts to nearby sensitive receptors:
a. Staging and queuing areas shall not be located within 1,000 feet of sensitive receptors.
b. Diesel idling within 1,000 feet of sensitive receptors shall not be permitted.
c. Use of alternative fueled equipment is recommended.
d. Signs that specify the no idling areas must be posed and enforced at the site.
3. Soil transport. The final volume of soil that will be hauled off-site, together with the fleet mix, hauling
route, and number of trips per day will need to be identified for the APCD. Specific standards and
conditions will apply.
Add after the 2nd paragraph of section 14-11.12A:
This project includes removal of yellow thermoplastic pavement marking that will produce hazardous waste
residue.
Add after the 1st paragraph of 14-11.12E:
After the Engineer accepts the analytical test results, dispose of yellow thermoplastic and yellow paint
hazardous waste residue at a Class 1 disposal facility located in California 30 days after accumulating 220
lb. of residue.
If less than 220 lb. of hazardous waste residue and dust is generated in total, dispose of it within 60 days
after the start of accumulation of the residue.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
21
DIVISION III EARTHWORK AND LANDSCAPE
17 GENERAL
Replace Not Used in Section 17-2.04 with:
Tree removal is paid for as clearing and grubbing.
19 EARTHWORK
Add to the end of section 19-1.01A:
Earthwork activities include finishing the roadway. Finishing the roadway must comply with Section 22 of
the Standard Specifications.
Add to section 19-3.04:
Pervious backfill material placed within the limits of payment for bridges is paid for as structure backfill
(bridge). Pervious backfill material placed within the limits of payment for retaining walls is paid for as
structure backfill (retaining wall).
Add to the end of section 19-6.04:
The payment quantity for imported borrow includes the volume of anticipated subsidence as specified in
section 19-6.03B. That payment quantity includes 580 cu yd for the anticipated effect of subsidence.
Add to section 19-7.02C:
Imported borrow placed within 4 feet of the finished grade must have an R-value of at least 5.
Samples of the proposed imported borrow should be submitted to the testing firm at least 10 days prior to
delivery to the site to allow for visual review and laboratory testing.
Consideration should also be given to the environmental characteristics and corrosion potential of any
imported borrow. Suitable documentation should be provided for imported borrow. In addition, it may be
appropriate to perform laboratory testing of the environmental characteristics and corrosion potential of
imported borrow. Import borrow should not be more corrosive than the on-site native materials, including
pH, soluble sulfates, chlorides and resistivity.
Process the imported borrow to comply with the grading requirements.
Imported borrow should not contain rocks or lumps larger than 6 inches in greatest dimension, with 15
percent or less larger than 2½ inches in the greatest dimension. Import and non-expansive borrow
should be inorganic and have a Plasticity Index of 15 or less.
Strip materials that adversely affect the imported borrow properties.
Replace Reserved in section 19-11 with:
19-11 MECHANICALLY STABILIZED LAYER (TRIAXIAL GEOGRID)
19-11.01 GENERAL
This work includes constructing a mechanically stabilized layer (MSL) with geogrid placed between the
subgrade and pavement structure.
19-11.02 MATERIALS
When tested under the referenced test methods, MSL geogrid shown on the plans, must meet minimum
values shown in the following table:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
22
MULTI-AXIAL GEOGRID
Property Test Reference
Notes
Aperture Shape Observation Triangular 1
Radial Stiffness @ 0.5% strain lbs/ft Min. ASTM D66372 15,430 2
Radial Stiffness Ratio, dimensionless ASTM D66373 >0.60 3
Junction Strength Efficiency (%) ASTM D7737 4 93 4
Ultraviolet Stability, @ 500 hours (%) ASTM D4355-05 70
Notes:
1. Multi-axial geogrid contains six or more intersecting ribs at each junction formed into a radially stable
network of open equilateral triangular apertures. Multi-axial geogrid is used for subgrade stabilization,
aggregate base reduction, asphalt concrete reduction, and/or life extension in pavement or railroad
applications.
2. Minimum measured radial stiffness at 0.5% strain. Radial stiffness is measured on both the rib
directions and the mid-rib directions (directions that bisect the angles between ribs).
3. Ratio of the minimum to maximum MARV values of radial stiffness at 0.5% strain.
4. Load transfer capability determined in accordance with ASTM D7737 and ASTM D6637 and
expressed as a percentage.
If proposing an equal geogrid, submit the following two weeks before the bid date:
1. An MSL design sealed and signed by an Engineer registered in California, that produces a reinforced
pavement structure that will support the structural section.
2. Performance testing results documenting calibration and validation in compliance with the
following:
2.1. Accelerated pavement testing (APT) conducted in the United States and in compliance with
NCHRP Report 512 and Synthesis 325. Testing shall be performed on paved structures with
subgrade strengths representative of this project. Performance of pavement sections must be
evaluated with standard highway moving wheel loads. Geogrid reinforced sections with thinner
asphalt sections shall be compared to a control section with a thicker asphalt section. Test
results are only valid if total Equivalent Single Axle Loads (ESAL) trafficked on each section
tested falls within the range of ESALs predicted in the design of those sections, with a minimum
trafficking requirement of 100,000 ESALs at less than ½ permanent surface deformation.
2.2. In-ground performance testing conducted in California and in compliance with AASHTO R50.
For each type of geogrid proposed including woven, welded, extruded, punched and drawn
biaxial geogrids, and punched and drawn triaxial geogrids, a minimum of 3 performance tests
must be completed on at least 3 different subgrade conditions within Type 2 Soils with R-
values ranging from 10-40. Reinforced geogrid sections must be compared to corresponding
control sections for each subgrade condition. This testing must be led by a Professional
Engineer registered in California.
No proposed equal geogrid will be accepted based on material index properties or explanations of
performance based on material index properties, or the use of research conducted on other branded
geogrid products (including those of similar manufacturing type).
19-11.03 CONSTRUCTION
Do not use MSL geogrid made with polyester within 4 inches of recycled concrete.
Before placement, remove loose or extraneous material and sharp objects that may come in contact
with MSL geogrid.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
23
Place MSL geogrid:
1. In compliance with the manufacturer's recommendations
2. Longitudinally along the roadway alignment
3. With minimal wrinkles
Overlap adjacent borders of rolls at least 1 foot. Overlap the ends of rolls at least 1 foot in the
direction you spread the material covering MSL geogrid. You may fold or cut MSL geogrid to conform to
curves. If you cut, overlap at least 1 foot. Hold the overlap in place, choosing from:
1. Plastic zip ties
2. Piles of material to be placed on the MSL geogrid
Do not:
1. Stockpile material on MSL geogrid
2. Place more MSL geogrid than can be covered in 72 hours
3. Compact with a sheepsfoot or other non-smooth roller
When underlying subgrade is firm and stable with minimum rutting, rubber-tired equipment may pass
over the MSL geogrid at speeds less than 10 mph. Do not use sudden braking or sharp turning
movements.
Before operating tracked equipment on material placed over MSL geogrid, place 0.35 foot of material and
compact with either a smooth-wheeled roller or a rubber-tired roller.
Repair or replace damaged MSL geogrid. Repairing consists of placing new MSL geogrid with at least
1 foot of overlap from the edges of the damaged area.
19-11.04 PAYMENT
The contract item for mechanically stabilized layer geogrid is measured by the square yard for the
actual area placed. Overlaps are not measured for payment.
The contract price paid per square yard for mechanically stabilized layer geogrid includes full
compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the
work involved in placing mechanically stabilized layer geogrid, complete in place, as shown on the
plans, as specified in these special provisions, and as directed by the Engineer.
20 LANDSCAPE
Replace the 1st through 5th paragraphs of section 20-1.02C with:
Do not use pesticides.
Delete the 4th paragraph of section 20-1.03A.
Replace You may reduce in the 1st sentence of the 5th paragraph of section 20-1.03A with:
Reduce
Add to section 20-3.01C(5):
The Contract will not be accepted unless plants including transplanted trees have been satisfactorily
maintained for at least 255 days after planting.
Add to section 20-4.01A:
This project has a Type 2 plant establishment period.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
24
Replace the paragraphs in section 20-5.03D(1)(d) with:
Not Used
Replace item 1 in the list in the 1st paragraph of section 20-5.03D(2)(a) with:
1. Uniform gray color
Add to section 20-5.03D(2)(a):
Aggregate base must comply with the 3/4-inch maximum aggregate gradation specified in section 26-
1.02B.
21 EROSION CONTROL
Replace the RSS for section 21-3 with:
21-3 PERMANENT EROSION CONTROL ESTABLISHMENT WORK
21-3.01 GENERAL
21-3.01A Summary
Section 21-3 includes specifications for performing permanent erosion control establishment work.
Permanent erosion control establishment work consists of weekly inspections of the project site for
deficiencies in erosion control features.
The permanent erosion control establishment period starts after permanent erosion control work has
been completed.
The Engineer notifies you when the permanent erosion control establishment period starts and furnishes
weekly statements regarding the number of working days credited to the permanent erosion control
establishment period after the notification.
At the start of the permanent erosion control establishment period you may request relief from
maintenance and protection for work items that are not associated with water pollution control and
permanent erosion control establishment work.
Working days on which no work is required during the permanent erosion control establishment period
are credited as permanent erosion control establishment working days, regardless of whether or not you
performed permanent erosion control establishment work.
Working days on which you fail to adequately perform permanent erosion control establishment work as
required are not credited as permanent erosion control establishment working days.
Working days that occur after you fail to meet a due date for a Permanent Erosion Control Establishment
(PECE) Report submittal will not be credited as permanent erosion control establishment working days.
21-3.01B Definitions
Not Used
21-3.01C Submittals
Submit a Permanent Erosion Control Establishment (PECE) Report form as an informational submittal
within 24 hours of completing a weekly inspection and within 24 hours of each qualifying rain event. The
WPC manager is responsible for the preparation and submittal of the PECE report. The report must
identify any deficiencies that require repair, adjustment, or reapplication of materials, including:
1. Slides
2. Slipouts
3. Surface erosion
SPECIAL PROVISIONS
SPECIAL PROVISIONS
25
4. Damage to:
4.1. Erosion control devices
4.2. Water pollution control devices
5. Poor seed germination
6. Poor plant growth
7. Dead or damaged erosion control plant material
8. Misaligned features
9. Required repair work
21-3.01D Quality Assurance
Perform a final inspection of the permanent erosion control establishment work in the presence of the
Engineer 20 to 30 days before the anticipated contract acceptance date provided by the Engineer.
21-3.02 MATERIALS
Not Used
21-3.03 CONSTRUCTION
Perform work ordered from the PECE report. This work is change order work.
21-3.04 PAYMENT
Not Used
SPECIAL PROVISIONS
SPECIAL PROVISIONS
26
DIVISION V SURFACINGS AND PAVEMENTS
37 BITUMINOUS SEALS
Add to section 37-3.01B(2) of the RSS for section 37:
Aggregate for Slurry Seal must be Type II.
39 HOT MIX ASPHALT
Hot mix asphalt shall conform to the provisions of Section 39 of the City of San Luis Obispo Standard
Specifications and Engineering Standards – May 2018 edition and the State of California, Department of
Transportation Standard Specifications – 2010.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
27
DIVISION VI STRUCTURES
49 PILING
Add to section 49-1.03:
Expect difficult pile installation due to the conditions listed below::
1. Possible caving soils,
2. Poorly graded gravel with sand,
3. Severely weathered and soft bedrock, asphalt concrete, possible groundwater, and underground
utilities.
Add to section 49-3.02A(1):
After the test borings have been completed, allow 20 days for the Engineer to notify you of confirmation of
or revisions to the specified pile tip elevations. Do not fabricate or manufacture to length bar reinforcing
steel cages until you have been notified.
Add to section 49-3.02B(6)(c):
The synthetic slurry must be one of the materials shown in the following table:
Material Manufacturer
SlurryPro CDP KB INTERNATIONAL LLC
735 BOARD ST STE 209
CHATTANOOGA TN 37402
(423) 266-6964
Super Mud PDS CO INC
105 W SHARP ST
EL DORADO AR 71731
(870) 863-5707
Shore Pac GCV CETCO CONSTRUCTION DRILLING PRODUCTS
2870 FORBS AVE
HOFFMAN ESTATES IL 60192
(800) 527-9948
Terragel or Novagel
Polymer
GEO-TECH SERVICES LLC
220 N. ZAPATA HWY STE 11A-449A
LAREDO TX 78043
(210) 259-6386
BIG FOOT MATRIX CONSTRUCTION PRODUCTS
50 S MAIN ST STE 200
NAPERVILLE IL 60540
(877) 591-3137
POLY-BORE BAROID INDUSTRIAL DRILLING PRODUCTS
3000 N SAM HOUSTON PKWY EAST
HOUSTON TX 77032
(877) 379-7412
Use synthetic slurries in compliance with the manufacturer's instructions. Synthetic slurries shown in the
above table may not be appropriate for a given job site.
Synthetic slurries must comply with the Department's requirements for synthetic slurries to be included in
the above table. The requirements are available from the Offices of Structure Design, P.O. Box 168041,
MS# 9-4/11G, Sacramento, CA 95816-8041.
SlurryPro CDP synthetic slurry must comply with the requirements shown in the following table:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
28
SlurryPro CDP
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
≤ 67.0a
Before final cleaning and immediately
before placing concrete (pcf)
≤ 64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 50–120
Before final cleaning and immediately
before placing concrete (sec/qt)
≤ 70
pH Glass electrode pH meter
or pH paper
6.0–11.5
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Super Mud synthetic slurry must comply with the requirements shown in the following table:
Super Mud
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
≤ 64.0a
Before final cleaning and immediately
before placing concrete (pcf)
≤ 64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 32–60
Before final cleaning and immediately
before placing concrete (sec/qt)
≤ 60
pH Glass electrode pH meter
or pH paper
8.0–10.0
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
29
Shore Pac GCV synthetic slurry must comply with the requirements shown in the following table:
Shore Pac GCV
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
≤ 64.0a
Before final cleaning and immediately
before placing concrete (pcf)
≤ 64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 33–74
Before final cleaning and immediately
before placing concrete (sec/qt)
≤ 57
pH Glass electrode pH meter
or pH paper
8.0–11.0
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
Terragel or Novagel Polymer synthetic slurry must comply with the requirements shown in the following
table:
Terragel or Novagel Polymer
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
≤ 67.0a
Before final cleaning and immediately
before placing concrete (pcf)
≤ 64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 45–104
Before final cleaning and immediately
before placing concrete (sec/qt)
≤ 104
pH Glass electrode pH meter
or pH paper
6.0–11.5
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
30
BIG-FOOT synthetic slurry must comply with the requirements shown in the following table:
BIG-FOOT
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
≤ 64.0a
Before final cleaning and immediately
before placing concrete (pcf)
≤ 64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 30–125
Before final cleaning and immediately
before placing concrete (sec/qt)
55-114
pH Glass electrode pH meter
or pH paper
8.5–10.5
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
POLY-BORE synthetic slurry must comply with the requirements shown in the following table:
POLY-BORE
Quality characteristic Test method Requirement
Density Mud weight (density),
API RP 13B-1,
section 4
During drilling (pcf)
62.8-65.8a
Before final cleaning and immediately
before placing concrete (pcf)
62.8-64.0a
Viscosity Marsh funnel and cup.
API RP 13B-1, section 6.2
During drilling (sec/qt) 50–80
Before final cleaning and immediately
before placing concrete (sec/qt)
50-80
pH Glass electrode pH meter
or pH paper
7.0–10.0
Sand content, percent by volume Sand,
API RP 13B-1, section 9
Before final cleaning and immediately
before placing concrete (%)
≤ 1.0
NOTE: Slurry temperature must be at least 40 °F when tested.
aIf authorized, you may use slurry in a salt water environment. The allowable density of slurry in
a salt water environment may be increased by 2 pcf.
51 CONCRETE STRUCTURES
Add to section 51-1.01C(1):
If the methacrylate crack treatment is performed within 100 feet of a residence, business, or public space,
submit a public safety plan that includes:
1. Public notification letter with a list of delivery and posting addresses. The letter must describe the
work to be performed and state the treatment work locations, dates, and times. Deliver the letter to
SPECIAL PROVISIONS
SPECIAL PROVISIONS
31
residences and businesses within 100 feet of overlay work and to local fire and police officials not
less than 7 days before starting overlay activities. Post the letter at the job site.
2. Airborne emissions monitoring plan. A CIH certified in comprehensive practice by the American Board
of Industrial Hygiene must prepare and execute the plan. The plan must have at least 4 monitoring
points including the mixing point, application point, and point of nearest public contact. Monitor
airborne emissions during overlay activities.
3. Action plan for protecting the public if levels of airborne emissions exceed permissible levels.
4. Copy of the CIH's certification.
After completing methacrylate crack treatment activities, submit results from monitoring production
airborne emissions as an informational submittal.
Replace the 2nd paragraph of section 51-1.01C(1) with:
Submit a deck placement plan for concrete bridge decks. Include in the placement plan your method and
equipment for ensuring that the concrete bridge deck is kept damp by misting immediately after finishing
the concrete surface.
Add to section 51-1.02B:
Concrete for concrete bridge decks must contain polymer fibers. Each cubic yard of concrete must
contain at least 1 pound of microfibers and at least 3 pounds of macrofibers.
Concrete for concrete bridge decks must contain a shrinkage reducing chemical admixture. Each cubic
yard of concrete must contain at least 3/4 gallon of a shrinkage reducing admixture. If you use the
maximum dosage rate shown on the Authorized Material List for the shrinkage reducing admixture, your
submitted shrinkage test data does not need to meet the shrinkage limit.
Add to the beginning of section 51-1.03E(3):
The City will perform nondestructive testing to locate reinforcement prior to drilling holes. All drill and bond
locations must clear existing reinforcement by a minimum of 2-inches or as directed by the Engineer.
Add to the end of the 1st paragraph of section 51-1.03E(3):
Use rotary drills to develop holes for the installation of rebar dowels. Do not use impact drills or core
holes.
Replace the 1st paragraph of section 51-1.03F(6) with:
Set deck elevation control points for your use in establishing the grade and cross section of the deck
surface. The grade established by the deck elevation control points is to include all camber allowances.
Except for landings, elevation control points are to include the beginning and end of the ramp and will not
be closer together than approximately 8 feet longitudinally and 4 feet transversely to the POC centerline.
Landing elevation control points are to be located at the beginning and the end of the landing.
Replace the 2nd paragraph of section 51-1.03H with:
Cure the top surface of bridge decks by (1) misting and (2) the water method using a curing medium
under section 90-1.03B(2). After strike off, immediately and continuously mist the deck with an atomizing
nozzle that forms a mist and not a spray. Continue misting until the curing medium has been placed and
the application of water for the water method has started. At the end of the curing period, remove the
curing medium and apply curing compound on the top surface of the bridge deck during the same work
shift under section 90-1.03B(3). The curing compound must be curing compound no. 1.
Delete the 4th paragraph of section 51-1.03H.
55 STEEL STRUCTURES
Replace Reserved in section 55-2 with:
55-2 PEDESTRIAN/BICYCLE STEEL TRUSS BRIDGE, TOWER AND STAIRS
SPECIAL PROVISIONS
SPECIAL PROVISIONS
32
55-2.01 GENERAL
Section 55-2 includes general specifications for furnishing and erecting a fully engineered series of
prefabricated steel truss bridges, support towers and stairs. The steel truss construction must: have
parallel chords, match profile grade and cross slope, and comply with the details shown on the plans.
Each Bidder must identify the intended supplier on the List of Subcontractors as part of the bid submittal.
The listed supplier must meet the requirements specified herein and must fabricate the product, no
brokers will be allowed.
55-2.01A Suppliers
Suppliers must have at least 5 years of experience fabricating these types of structures. Suppliers must
have AISC certification and endorsement including: Certified Bridge Fabricator - Advanced (Major) (ABR),
Major Steel Bridges (CBR), and Fracture Critical Endorsement (FCE).
For the convenience of the bidders, the following supplier(s) have been pre-approved:
Pre-Approved Supplier(s)
Contech Engineered Solutions, LLC
Headquarters
9025 Centre Pointe Drive, Suite 400
West Chester, OH 45069
Office: 800-338-1122
Info@conteches.com
www.conteches.com
Alex Keenan, Bridge Consultant
akeenan@conteches.com
303-817-4198
Suppliers other than those listed above may be used provided the Engineer evaluates the proposed
supplier and approves the supplier a minimum of 5 days prior to bid opening. The Bidder must submit the
following documentation, for any proposed supplier not listed above as pre-approved, at least 10 days
prior to the bid opening:
1. Product Literature
2. Name and résumé of supplier's engineer
3. Copy of AISC certifications
4. Representative copies of detailed drawings, calculations, and field procedures
5. Quality Control Manual (QCM)
6. Warranty information
7. Welders' Certifications
8. Listing of at least five similar projects (in service for at least 3 years), including:
8.1. Owner
8.2. Location
8.3. Size
8.4. Year of fabrication
8.5. Owner's contact person and telephone number
The supplier must employ an engineer who is experienced in pedestrian bridge design to perform all
engineering related tasks and design. The supplier's engineer must have a minimum of 5 years of
experience in bridge design and be a currently licensed civil or structural engineer by the state of
manufacture as well as the State of California.
The Engineer, at his sole discretion, will determine the suitability of the supplier and will notify the Bidder
of the acceptance or rejection of the proposed supplier.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
33
55-2.01B Applicable Codes and Standards
Bridge design must be in accordance with:
1. American Association of Highway and Transportation Officials (AASHTO), "LRFD Guide
Specifications for the Design of Pedestrian Bridges," 2nd Edition, December 2009, with 2015 (or
latest) interim revisions
2. AASHTO LRFD Bridge Design Specifications, 6th Edition and Caltrans Amendments (AASHTO-CA
BDS-6), preface dated January 2014
Other Reference Codes and Standards include the latest edition of:
1. AISC, "Hollow Structural Sections, Connections Manual"
2. American Welding Society, "Structural Welding Code," D1.1
3. American Welding Society, "Bridge Welding Code," D1.5
4. American Welding Society, "Structural Welding Code—Stainless Steel," D1.6
5. AISI Specification "Design of Cold Formed Steel Structural Members"
6. AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic
Signals, 5th Edition (AASHTO Signs)
The "LRFD Guide Specifications for Design of Pedestrian Bridges" controls if any conflicting requirements
occur with other codes.
55-2.01C General Features of Design
Bridge span lengths must be as shown on the plans.
The clear bridge width (measured between handrails) must be as shown on the "Typical Sections" sheet
contained in the bridge plans.
The supplier must determine the shipping provisions.
The bridge must be designed for an AASHTO H10 vehicle and the other loads shown in the General
Notes on the "General Notes" sheet of the bridge plans. Vehicle loading need not be placed in
combination with uniform pedestrian loading.
The bridge must be designed for a uniformly distributed live load of 90 pounds per square foot without
reductions in any live load or dead load under any conditions.
Snow loads need not be considered.
The bridge must be cambered for the full dead load of the span.
No permanent overhead members will be allowed in the truss spans except for in the main truss span
over the railroad. The main truss span is to be a box truss bridge.
Minimum thickness of primary hollow structural shapes and rolled shapes must be 1/4 inch.
Wind loads must be a minimum 35 psf at right angles to the longitudinal axis of the structure, on the full
projected area of the bridge, as if enclosed. In addition, a wind overturning force of 20 psf must be applied
at the windward quarter point of the transverse width.
Temporary bents, falsework, or scaffolding are not allowed within the Minimum Construction Clearance
Envelope of the railroad.
For bridge aesthetics:
1. All vertical members must be plumb to the bottom chord.
2. The truss must use a single-diagonal configuration where all of the diagonals are in tension. When
the number of bays proposed is an odd number, the center bay will have cross ("X") diagonals.
3. Top and bottom chords must be parallel, match profile grade, and provide a minimum dimension of
54 inches between the finished deck and the top of the top chord along all spans.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
34
4. The distance between finished deck and the bottom of the bottom chord must be the cost-effective
minimum distance and must not exceed 18 inches for the six approach spans and 30 inches for the
main span as noted on the plans.
55-2.01D Details of Design
The design of the bridge must be by or under the direct supervision of an experienced engineer who is
licensed as a civil engineer in the state of manufacture and the State of California. Design calculations
and shop drawings must be stamped, signed, and dated by the supplier's engineer.
All design details must be checked that they exclude areas where water or other debris could accumulate.
The supplier's engineer must use a three dimensional frame analysis for the truss design considering all
loads and load combinations specified by AASHTO. All joints capable of transferring moments must be
modeled as fixed or continuous members.
Trusses must be designed as fully welded except at required field splices. Design must consider the pony
truss top chord stability criteria as defined in AASHTO where applicable. Truss vertical and floor members
must make a rigid frame to resist all lateral loads and stability loads specified by AASHTO.
All welded connections must be designed for the loads present at the connections. At the discretion of the
supplier's design engineer, the connections may be designed to LRFD criteria. Main member truss splices
must be designed as bolted. Main member connections must use ASTM Designation: A325, Type 3 bolts
to match the material properties of the truss members and must be designed as slip critical connections.
Field installed bolts must be fully tightened to AASHTO pretensions specified. Faying surfaces must not
be painted and must have a Class A contact surfaces. Diagonal, vertical, and other braces may be
spliced with splice plates or through bolts at the option of the supplier's engineer.
Vertical deflection of the truss due to service pedestrian load must not exceed L/360 of the span.
Horizontal deflection of the truss due to lateral wind deflection must not exceed L/360 of the span.
Deflection due to AASHTO H10 vehicle load need not be considered.
Drip bars, 1-inch wide x ½-inch thick, must be welded at an angle to the bottom of the bottom chord
whenever the member is falling toward the support. The uphill face will be welded with a minimum
continuous fillet weld. Drip bars do not need to extend beyond the point where the bottom surface is bent
upward. All ends and edges must be rounded ⅛ inch.
55-2.01E Welding
Welding procedures and weld qualification test procedures must comply with provisions of AWS D1.1,
"Structural Welding Code," AWS D1.5, "Bridge Welding Code" and these special provisions.
Filler metal must be in accordance with the applicable AWS Filler Metal Specification and must match the
corrosion properties of the base metal.
Welders must be qualified for each process and position used while fabricating the bridge. Qualification
tests must be in accordance with AWS D1.1. All weld qualifications and records must be kept in
accordance with the Fabricator's Quality Assurance Manual which has been approved by AISC.
All welds must be inspected visually for conformance to size, under cut, profile, and finish. The bottom
chord truss members must be treated as fracture critical members in accordance with AWS D1.5, Chapter
12, "AASHTO/AWS Fracture Control Plan (FCP) for Nonredundant Members."
55-2.01F Submittals
Submit 6 copies of shop drawings and calculations to the Engineer for initial review. Allow 30 days for the
review by Engineer and the Railroad. Submit from 4 to 8 copies, as requested, of final shop drawings for
final authorization. In the event the Engineer fails to complete the initial review within the time allowed,
and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the
Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and
SPECIAL PROVISIONS
SPECIAL PROVISIONS
35
an extension of time will be granted, in the same manner as provided for in Section 8-1.07, "Delays," of
the Standard Specifications.
Submittal drawings must be unique drawings, prepared to illustrate the specific portion of the bridges,
support towers and stairs being fabricated. All relative design information such as member sizes, ASTM
Designations for all materials, dimensions necessary to fabricate, and required welding must be clearly
shown on the drawings. Drawings must cross reference details and sheet numbers. All drawings must be
stamped, signed, and dated by the supplier's engineer.
The Contractor must provide the Engineer a written procedure for lifting and splicing each of the bridge
segments and erecting the spans with full consideration of the field conditions.
Calculations must include complete reinforced concrete deck and joint seal design and the design,
analysis, and code check of the three dimensional truss, support towers and stairs with appropriate
member connectivity and support conditions, pony truss stability checks, deflection checks, bearings,
bearing plate and anchor bolt designs (spacing, location and placement), all splices and support
reactions. The first page of calculation must be stamped, signed, and dated by the supplier's engineer.
The second page must be a Table of Contents with entries for all major design components. Subsequent
pages must be initialed and dated by the preparer. All pages must have sequential pagination.
Three copies of welder certifications, welding procedures (WPSs) to be used, and the fabricator's Quality
Control Manual must be submitted to the Engineer for review.
After structure work completion, one set of 11 by 17 inch prints on 20 pound (minimum) bond paper of the
corrected original tracings of all shop drawings for the bridges, support towers and stairs must be
furnished to the Engineer. This set must include an index (table of contents) containing sheet numbers
and titles and arranged in the order of drawing numbers shown in the index.
The edge of the corrected original tracing image must be clearly visible and visually parallel with the
edges of the page. A clear, legible symbol must be provided as near to the upper left side of each page
as is feasible within the original print to show the amount of reduction and a horizontal and vertical scale
must be provided on each reduced print to facilitate enlargement to original scale.
55-2.02 MATERIALS
55-2.02A Structural Steel
All members of the truss must be fabricated from square or rectangular hollow structural shapes (HSS),
except that floor beams may be wide flange shapes or HSS. All open ends must be capped. Drain holes
greater than one quarter inch diameter must be covered with insect screens. Drain holes must be
provided at the low points of the members in the final assembly.
All members must be fabricated from corrosion resistant high-strength low-alloy material meeting ASTM
Designation: A847 tube and A588 structural shapes with a minimum corrosion index of 6.0 in accordance
with ASTM G101.
55-2.02B Stay-In-Place Forms
Stay-in-place galvanized metal form deck must be used and must be a minimum of 22-gauge. Metal form
deck must not be considered as acting as composite reinforcing. Metal form deck must be secured to the
support members with welds in accordance with the manufacturer's recommendation and shown on the
shop drawings. Metal form deck panels must span a minimum of two bays of floor beams.
Physical design properties must be computed in conformance with the requirements of the AISI
specification "Design of Cold Formed Steel Structural Members."
The maximum allowable stresses and deflections used in the design of metal form deck panels must be
as follows:
1. Tensile stress must not exceed 0.725 of the specified yield strength of the material furnished nor
36,000 psi.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
36
2. Deflection due to dead load must not exceed 0.0056 of form span nor 1/2 inch, whichever is less. The
dead load for deflection calculations must be a minimum of 120 psf total.
3. Form camber, used at the option of the Contractor, must be based on the actual dead load condition.
Camber must not be used to compensate for deflection in excess of the allowable limits.
4. The design span of the metal form deck panels must be the clear span of the form plus 2 inches
measured parallel to the form flutes.
Metal form deck panels must be designed for a construction live load of 20 pounds per square foot and a
simultaneous 200-pound moving point load. The dead load for reinforced concrete must be assumed to
be not less than 150 pcf for normal concrete. Permanent metal form deck panels and supports must
comply with ASTM A653/A653M (Designation SS, Grades 33 through 80) having a coating designation
G165. The forms must be mortar-tight, true to line and grade, and of sufficient strength to support the
loads applied.
Permanently exposed galvanized form surfaces that are abraded or damaged must be repaired by
thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the
cleaned areas must be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) that
complies with section 91-1.04 of the Standard Specifications. Aerosol cans must not be used. Minor heat
discoloration in area of welds need not be repaired.
55-2.02C Reinforced Concrete Deck
The supplier's engineer must design the reinforced concrete deck in accordance with the criteria shown
on the plans, a minimum compressive strength of 4000 psi at 28 days, and section 51-1.02 of the
Standard Specifications. The deck thickness, as measured from the top of deck to top of form deck, must
be as required to support the anticipated live loads, but not less than 4".
Reinforcing must be deformed bars complying with ASTM A706/A706M and section 52-1.02 of the
Standard Specifications.
The expansion joints must be sealed with a water-tight joint seal. The supplier's engineer must design the
expansion joint seals as required to meet a temperature differential of 90 degrees F. The supplier must
furnish the expansion joints that are complimentary to the deck design and that must comply with section
51-2.02 of the Standard Specification and these special provisions. Expansion joint design must meet all
Americans with Disabilities Act requirements.
55-2.02D Safety Rails, Toe Plate and Wire Mesh Fence
All metal railing members must be made of same material as the truss. The supplier must provide the
metal railing to be compatible with the lighting fixtures to be attached to the truss.
Safety rails and wire mesh fence must be placed on the inside of the truss. For the main truss span, the
wire mesh fence also must be placed overhead on the outside of the truss. All elements of the safety rails
must be spaced such that a 4-inch sphere will not pass through any opening between the finished deck
surface and 54 inches above the finished deck surface. Safety rails must be placed longitudinally. Rails
must be welded directly to the truss verticals whenever possible. The ends of longitudinal rails near the
end of the bridge must be mitered at a 45-degree angle, capped, and ground smooth.
Safety rails must be placed on the inside of the stairs.
The toe plate may be used as the bottom longitudinal rail and must be welded to the truss verticals. The
concrete deck must be cast against the toe plate with the toe plate extended a minimum of 4-inches
above the deck to a maximum of 8-inches. Rain falling on the deck is intended to be conveyed completely
to the deck drains located at Abutment 1 and Abutment 8 and is not allowed to fall within the railroad
right-of-way.
Fencing must be placed above the safety rail to a height of 10'-0". Fencing wire must be galvanized steel
with a minimum thickness of 9-gauge. Fencing must be knuckled-knuckled both top and bottom. Fencing
must be in continuous runs as detailed on the shop drawings from end to end of the shipped section.
Fencing end attachment must follow industry standards using tension bars and tension bands and include
SPECIAL PROVISIONS
SPECIAL PROVISIONS
37
a steel frame attached to the truss. Longitudinal framing must be placed such that the fencing does not
span more than 5'-0" without providing an intermediate support.
The supplier must also provide rails and fence for each wingwall at Abutment 1, continuous between
bridges, around the landings at each bent, and any cantilever portion necessary to transition to the
wrought iron fence at Abutment 1 and Abutment 8. Rails on the wingwalls must be supported by three
posts and must be grouted into post pockets. The gap between wingwall-mounted rails and truss-
mounted rails must meet the 4 inch sphere requirements at ambient temperature of 32 degrees F.
55-2.02E Pipe Handrail
A steel pipe handrail must be installed on each side of the bridges, the landings of the support towers,
and the stairs, at a height of 3'-0" from the top of the deck to the top of the pipe handrail. The pipe must
be ASTM A53, Grade B, Schedule 40 pipe. The pipe must be attached to handrail brackets which are
then attached to the truss verticals. A 1-1/2 inch diameter pipe must be used . All open ends must be
capped. The handrail must be placed so as to provide a minimum 1-1/2 inch knuckle clearance from any
surface. The finish of the pipe handrail must be galvanized.
55-2.02F Bearings
55-2.02F(1) General
Bearings must be designed in accordance with Method A of the AASHTO bridge specification and comply
with section 51-3 of the Standard Specifications. Expansion and pinned ends of the bridges are defined
on the "General Plan No. 1" sheet. Both ends of the bridge shall have slotted holes to facilitate installation
tolerance. The expansion end will have finger tight only nuts to allow movement under thermal
movement. The pinned end will have fully tightened nuts on the anchor bolts. Bearing details must be
included in the shop drawings.
55-2.02F(2) Elastomeric Bearing Pads
Elastomeric bearing pads must be used at each support of the bridge.
Elastomeric pads must be designed as steel reinforced where necessary. Steel plates must have all
edges rounded with no sharp edges.
Pads must be designed for 150 percent of the calculated rotation occurring at the bearing due to full dead
load, including reinforced concrete deck, and pedestrian live loads.
55-2.02F(3) PTFE Bearings
Expansion bearings must be PTFE bearings, consisting of steel reinforced elastomeric bearing pads,
polytetrafluoroethylene (PTFE) surfacing, stainless steel and steel plates and limit movement to the
longitudinal direction only.
The manufacturer must furnish Certificates of Compliance in conformance with the provisions in section
6-2.03C, "Certificates of Compliance," of the Standard Specifications for all material used in the PTFE
bearings.
Welding must comply with AWS D1.1 except welding of stainless steel must comply with AWS D1.6.
PTFE surfaces must be unfilled fabric made from virgin PTFE oriented multifilament and other fibers.
Filament resin must comply with ASTM D4441.
At the highest point of substrate and after compression, the PTFE fabric must have a thickness from 1/16
to 1/8 inch.
Steel plates must comply with ASTM A709/A709M.
Stainless steel plates must comply with ASTM A240/A240M, Type 304, and be at least 1/8-inch thick.
Surfaces of stainless steel that mate with PTFE surfacing must have a minimum no. 8 mirror finish as
determined under ANSI B46.1.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
38
Protect bearing surfaces from contamination and weather damage.
Stainless steel surfaces must be a weld overlay on structural steel plate or a solid or sheet stainless steel.
If a weld overlay is used for stainless steel surfacing, attach the overlay by submerged arc welding using
Type 309L electrodes. The completed overlay must have a 3/32-inch minimum thickness after fabrication.
If stainless steel sheets are used for stainless steel surfacing, attach the sheets by perimeter arc welding
using Type 309L electrodes. After welding, the stainless steel surface must be smooth and without
waves.
PTFE fabric backing material on bearing surfaces must be epoxy bonded and mechanically interlocked to
the steel substrate. Bonding must be performed under controlled factory conditions.
During fabrication, the maximum temperature of bonded PTFE surfaces must be 300 degrees F.
After bonding to the substrate, the PTFE surface must be smooth and free from bubbles.
The PTFE and stainless steel interfaces must be in full bearing after completing assembly.
55-2.02G Anchor Bolts
The bridge supplier must design the diameter, number, and grade of the anchor bolts. The anchor bolts
must be designed to resist all horizontal and uplift forces to be transferred by the truss to the supports
and in turn at the tower structures into the foundation. The supplier's engineer will provide design loads,
draw complete detailed drawings, and include with the supplier's shop drawings.
Anchor bolts must comply with ASTM F1554, Grade 36, 55, or 105. The anchor bolt diameters must be
between 1/8–inch and 3/8-inch less than the respective slots and holes in the bearing plates. The anchor
bolt grades of steel must be determined by the diameters and the load demands. The anchor bolt lengths
must be determined considering the diameter and grade of the anchor bolts and the design loads. The
design must consider longitudinal, transverse, and uplift forces present under the standard AASHTO load
cases. The anchor bolts may be post-epoxied in place at the supplier's discretion and must be shown on
the shop drawings. The anchor bolts must have a hardened steel washer over both sides of the slotted
holes at expansion bearings. In addition, the upper and lower steel plates must each have a heavy hex
nut on top and a hex nut beneath. The nuts on the plate at expansion bearings must be adjusted as soon
as the anchor bolts are to be bonded into the supports. Each anchor bolt must have 2 threads stick out
above the top nut. These threads must be peened or struck very hard at a minimum of 3 approximately
equal radial locations to prevent removal with hand tools.
55-2.02H Drainage Grate and Drain Pan
Hardware must comply with sections 75-1 and 75-3.
Drain pan must comply with the following:
1. Minimum 10-inch wide
2. Length equal to the bridge width
3. Minimum 3-inch depth
4. Minimum 1/4 inch thick galvanized steel
5. Bottom sloped to drain towards drain pipe
Drainage grate must be for heavy duty service and have slot openings 1/2″ or less in one direction with
the elongated opening placed with long dimension perpendicular to the dominant direction of travel.
55-2.03 CONSTRUCTION
55-2.03A Delivery and Erection
If Contractor needs special delivery or delivery is restricted, the Contractor must notify the supplier and
negotiate mutually agreed upon special delivery details prior to bid date. Delayed delivery will not be
considered as an adequate basis for a time extension.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
39
55-2.03B Bearings
Prepare concrete surfaces to receive PTFE bearings under section 55-1.03C(3).
Temporarily support PTFE bearing sole plates during concrete placement. Temporary supports must
prevent rotation or displacement of the bearings. Temporary supports must not (1) inhibit the function of
the PTFE bearings after concrete is placed or (2) restrict movement at bridge joints due to temperature
changes and prestress shortening. Materials for temporary supports must comply with the requirements
for form fasteners in section 51-1.03C(2)(a).
Replace or resurface damaged bearings and bearings with scratched mating surfaces. Resurfacing must
be performed at the bearing manufacturer's plant.
55-2.03C Reinforced Concrete Deck
The forming system must include provisions to not allow any concrete or mortar to fall during deck
concrete placing and finishing operations.
After the deck concrete has been cured, all exposed steel surfaces must be blast cleaned in accordance
with the Steel Structures Painting Council (SSPC), Surface Preparation Specification No. 7, latest edition,
(SSPC-SP7), Brush-Off Blast Cleaning. After all work is completed, the exposed steel surfaces must be
uniform in color and appearance. Exposed steel surfaces are those surfaces seen from the deck and from
the outside of the structure. Stringers, floor beams, lower brace diagonals and the inside face of the truss
below deck and bottom face of the bottom chord need not be blasted.
55-2.03D Bridge Warranty
The supplier must warrant the steel structures to be free of design, material, and workmanship defects for
a period of ten years from the date of delivery.
This warranty need not cover defects in the bridge caused by abuse, misuse, overloading, accident,
improper maintenance, alteration, or any other cause not the result of defective materials or workmanship
by the supplier or damage caused by others after acceptance of the work.
Repair or replacement must be the exclusive remedy for defects under this warranty. The bridge supplier
will not be liable for any consequential or incidental damages for breach of any express or implied
warranty on the structure.
55-2.04 PAYMENT
Stairway is included in the furnish tower structure no. 3 and erect tower structure bid items.
All incidentals including but not limited to: stay-in-place deck form, safety rails, toe plate, wire mesh fence,
handrail, drainage grate, drain pan with first segment of drain pipe, joint seals, bearings, plates, anchor
bolts and reinforcement in deck are included in truss and tower structure bid items.
Ten percent (10% to date) of the amount bid for furnish truss and furnish tower structure shown in the Bid
Item List will be paid in the next progress payment after all shop drawings and calculations have been
authorized by the Engineer.
An additional forty percent (50% to date) of the amount bid for furnish truss and furnish tower structure
shown in the Bid Item List will be paid in the next progress payment after all truss segments are on-site or
at the Contractor's yard within the City of San Luis Obispo city limits.
An additional forty percent (90% to date) of the amount bid for furnish truss and furnish tower structure
shown in the Bid Item List will be paid in the next progress payment after all segments have been spliced
and erected onto the new substructure, the complete metal railing members installed, the joint seals
installed and the reinforced concrete deck has been placed.
The final ten percent (100% to date) of the amount bid for furnish truss and furnish tower structure shown
in the Bid Item List will be paid in the next progress payment after all copies of the corrected original
tracings of all shop drawings have been accepted by the Engineer.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
40
60 EXISTING STRUCTURES
Replace section 60-3.02C(8) with:
60-3.02C(8) REMOVING CONCRETE BARRIER SURFACE
Remove the concrete surface of the sidewalk portion of the bridge barrier to the depth described.
Before removing concrete, clean the sidewalk surface by vacuuming, then blow the sidewalk clean with
high-pressure air.
Remove the sidewalk surface by grinding, micro milling or high-pressure water jetting.
Grinding must comply with section 42-3.
If the sidewalk surface becomes contaminated before placing the polyester concrete overlay, abrasive
blast clean the contaminated area, clean the sidewalk by vacuuming, and blow the surface clean using
high-pressure oil-free air.
Add to section 60-3.02D:
Removal of AC ramp on sidewalk portion of the bridge barrier is paid for as remove concrete barrier
surface.
Add between the 2nd and 3rd paragraphs of section 60-3.04B(3)(c):
You may use a mechanical mixer to mix the polyester concrete. The mixer capacity must not exceed 9 cu
ft unless otherwise authorized. Initiate the resin binder and thoroughly blend it immediately before mixing
it with the aggregate. Mix the polyester concrete for at least 2 minutes before placing.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
41
DIVISION VII DRAINAGE FACILITIES
71 EXISTING DRAINAGE FACILITIES
Replace Reserved in section 71-6.03 with:
71-6.03A General
Notify the Engineer before abandoning a culvert or pipeline.
71-6.03B Materials
Not Used.
71-6.03C Construction
Wherever culverts or pipelines intersect side slopes, remove them to a depth of at least 3 feet. Measure
the depth normal to the plane of the finished side slope. Abandon the remaining portion of the culvert or
pipeline.
Ends of culverts and pipelines must be securely closed by a 6-inch-thick, tight-fitting plug or wall of
commercial-quality concrete.
71-6.03D Payment
If backfilling inside the culvert or pipeline is required, payment for backfilling inside the culverts or
pipelines is included in the payment for abandon culvert or abandon pipeline. Payment for backfilling
outside the culvert or pipeline is included in the payment for abandon culvert or abandon pipeline.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
42
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to the end of Section 73-1.04 Payment:
Refer to the “Summary of Quantities” Sheets of the Plans for specific quantities for Minor Concrete
(Curb)(LF) and Minor Concrete (Curb)(CY).
Add to section 73-1.02A:
Concrete must be minor concrete complying with section 90-2 and may contain returned plastic concrete
complying with section 90-9.
Add to section 73-3.01C:
Within 2 business days of completing the surveys, submit preconstruction and post-construction surveys
sealed and signed by one of the following:
1. Land surveyor licensed in the State of California
2. Engineer who is registered as a civil engineer in the State of California
Replace Reserved in section 73-3.01D(3) with:
For locations shown, perform a preconstruction survey to ensure forms and job site constraints will allow
for compliance with required design dimensions and slopes shown. Upon completing the work, perform a
post-construction survey to verify design dimensions and slopes requirements are met. The post-
construction survey must include a minimum of 3 measurements for each dimension and slope
requirement shown. Individual measurements must be equally distributed across the specified slope or
dimensional surface. Document and submit these measurements on the Americans with Disabilities Act
Compliance Inspection Report form for the facility type shown. Include the equipment and control used to
conduct the survey.
Add to the beginning of section 73-3.03:
Before placing concrete, verify that forms and job site constraints allow the required dimensioning and
slopes shown. Immediately notify the Engineer if you encounter job site conditions that will not
accommodate the design details. Ordered modifications are change order work.
75 MISCELLANEOUS METAL
Add to the end of section 75-3.01A:
Bridge deck drainage system consists of 4-inch NPS drain pipe only. The drain pan and first segment of
drain pipe is provided with the truss bridge.
Replace Reserved in section 75-3.02D(1) with:
Welded pipe must be used for all drain pipe at Abutment 1.
Add to the end of section 75-3.04:
Payment for concrete splash pad is included in the payment for bridge deck drainage system.
77 LOCAL INFRASTRUCTURE
Precast storm drain manhole (City STD 3530), 6” PVC Pipe, PVC Pipe Appurtenances, Thrust Block, 6”
HDPE Sewer Pipe, and Sewer Manhole (ENG STD 6610) shall conform to the provisions in Section 77,
Local Infrastructure of the City Standard Specifications and Engineering Standards.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
43
80 FENCES
Replace section 80-5 with:
80-5 WROUGHT IRON FENCE
80-5.01 General
Section 80-5 includes specifications for constructing wrought iron fences and wrought iron fences on
retaining walls.
Wrought iron fence to match the appearance of the existing wrought iron fence adjacent to and
overlapping with the start of the Class I Bikeway.
80-5.02 Materials
Furnish wrought iron fence using similar materials as used for the existing wrought iron fence.
The material for the fence posts and pickets must be manufactured from electric resistance-welded
carbon alloy steel tubing under ASTM A787 having a 45,000 psi yield strength and G90 zinc coating.
Post caps must be 14-gauge and shop welded to the posts.
The material for the rails and brackets must be manufactured under ASTM A653 having a 50,000 psi
yield strength and G90 zinc coating.
Finish color of materials must closely resemble color no. 37038 AMS-STD-595, matte black.
80-5.03 Construction
All materials stored at the fabrication yard must be stored so as not to degrade the material.
All welds must be full perimeter welds completely sealing and tightly connecting two metal pieces. All
overlapping, butting, or touching points of the picket-and-rail panel must be welded.
Avoid unnecessary cutting, drilling, and welding of prefinished fence and components. Touch-up any
areas where powder coating is damaged: by sanding, apply a zinc-rich cold galvanizing primer in
accordance with Section 75-1.02B and 91-1.02 of the Standard Specifications. The primer must be
followed by a high quality acrylic paint to match the finish. A minimum of two finish color coats must be
applied to all touch-up areas.
You must verify final grades, elevations and materials prior to fabrication and installation. You must
remove unused materials, level uneven areas due to excavation, and remove all related debris.
All posts and panels must be aligned vertically plumb.
80-5.04 Payment
The quantity of wrought iron fence and wrought iron fence (on walls) to be paid for is the actual
measurement of the completed fence parallel to the bikeway and the retaining walls.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
44
DIVISION IX TRAFFIC CONTROL DEVICES
83 RAILINGS AND BARRIERS
Replace section 83-2.10 with:
83-2.10 PICKET RAILING
83-2.10A General
Section 83-2.10 includes specifications for constructing picket railing.
Picket railing consists of a metal railing mounted on a reinforced concrete curb.
Submit 6 copies of shop drawings for the picket railing. Include in the submittal:
1. Details for venting and pickup holes in rails and sleeves
2. Railing layout
3. Complete details for the construction of the work including methods of construction, sequence of shop
and field assembly, and installation procedures
Allow 20 days for review. After review and correction, submit 2 to 4 copies, as requested, for authorization
and use during construction.
83-2.10B Materials
Picket railing shall comply with Section 83-2.08 Tubular Handrailings.
Galvanize completed steel parts and hardware for picket railing under Section 75-1.02B.
83-2.10C Construction
After installing the railing, paint the exposed bolt threads with 2 applications of organic zinc-rich primer
that is on the Authorized Material List for organic zinc-rich primers.
Erect picket railing carefully and true to line and grade.
83-2.10D Payment
Not Used
84 MARKINGS
Add after the 4th paragraph of section 84-2.04 with:
Full compensation for painting curb marking (red) shall be considered as included in the contract linear
foot price for Paint Traffic Stripe (2-coat) and no additional compensation will be allowed therefor.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
45
DIVISION X ELECTRICAL WORK
86 ELECTRICAL SYSTEMS
Electrical systems shall conform to the provisions of Section 86 of the City of San Luis Obispo Standard
Specifications and Engineering Standards – May 2018 edition and the State of California, Department of
Transportation Standard Specifications – 2010.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
46
DIVISION XI MATERIALS
90 CONCRETE
Add to section 90-1.01C:
90-1.01C(11) Polymer Fibers
Submit fiber manufacturer's product data and instructions for use.
Submit a certificate of compliance for each shipment and type of fibers.
Replace the row for bridge deck concrete in the table in the 1st paragraph of section 90-1.02A
with:
Bridge deck concrete 0.032
Add to section 90-1.02:
90-1.02K Polymer Fibers
Fibers must comply with ASTM D7508. Microfibers must be from 1/2 to 2 inches long. Macrofibers must
be from 1 to 2-1/2 inches long.
APPENDIX
APPENDIX
A-1
DIVISION XIII APPENDICES
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
APPENDIX
APPENDIX
A-2
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
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 and 2018
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,
consultants, 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, consultants, 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
APPENDIX
APPENDIX
A-3
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of AGENCY, provided such active negligence is
determined 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
A-4
STANDARD PLANS LIST *
The standard plan sheets applicable to this Contract include, but are not limited to
those listed below. The applicable revised standard plans (RSPs) listed below are
available at the Caltrans website:
http://ppmoe.dot.ca.gov/hq/esc/oe/project_plans/HTM/stdplns-US-customary-units-
new15.htm
* The list below is based on the 2015 Standards, unless denoted otherwise with 2018
Standard Plan Number
ABBREVIATIONS, LINES, SYMBOLS, AND LEGEND
A3A Abbreviations (Sheet 1 of 3) (2018)
A3B Abbreviations (Sheet 2 of 3) (2018)
A3C Abbreviations (Sheet 3 of 3) (2018)
A10A Legend - Lines and Symbols (Sheet 1 of 5)
RSP A10B Legend - Lines and Symbols (Sheet 2 of 5)
A10C Legend - Lines and Symbols (Sheet 3 of 5)
A10D Legend - Lines and Symbols (Sheet 4 of 5)
A10E Legend - Lines and Symbols (Sheet 5 of 5)
A10F Legend - Soil (Sheet 1 of 2)
A10G Legend - Soil (Sheet 2 of 2)
PAVEMENT MARKERS, TRAFFIC LINES, AND PAVEMENT MARKINGS
RSP A20A Pavement Markers and Traffic Lines - Typical Details(2018 A20A)
RSP A20B Pavement Markers and Traffic Lines - Typical Details(2018 A20B)
RSP A20C Pavement Markers and Traffic Lines - Typical Details(2018 A20C)
RSP A20D Pavement Markers and Traffic Lines - Typical Details(2018 A20D)
RSP A20E Pavement Markers and Traffic Lines - Typical Details for Contrast Striping
A24A Pavement Markings - Arrows(2018)
A24B Pavement Markings - Arrows and Symbols(2018)
A24C Pavement Markings - Symbols and Numerals(2018)
A24D Pavement Markings - Words(2018)
A24E Pavement Markings - Words, Limit and Yield Lines(2018)
EXCAVATION AND BACKFILL
A62A Excavation and Backfill - Miscellaneous Details(2018)
A62B Limits of Payment for Excavation and Backfill - Bridge Surcharge and Wall
A62C Limits of Payment for Excavation and Backfill - Bridge
A73C Delineators, Channelizers and Barricades
FENCES
RSP A85 Chain Link Fence
RSP A85A Chain Link Fence Details
A85B Chain Link Fence Details
CURBS, DRIVEWAYS, DIKES, CURB RAMPS, AND ACCESSIBLE PARKING
A87A Curbs and Driveways
RSP A87B Hot Mix Asphalt Dikes (2018 A87B)
RSP A88A Curb Ramp Details
APPENDIX
APPENDIX
A-5
RSP A88B Curb Ramp and Island Passageway Details
RSP P51 Edge Drain Outlet and Vent Details
DRAINAGE INLETS, PIPE INLETS AND GRATES
RSP D72B CIP Drainage Inlets - Types G1, G2, G3, G4, G5 and G6
RSP D73B Precast Drainage Inlets - Types G1, G2, G3, G4, G5 and G6
D75B Concrete Pipe Inlets
D75C Pipe Inlets - Ladder and Trash Rack Details
D77A Grate Details No. 1
D77B Grate Details No. 2
FLARED END SECTIONS
D94B Concrete Flared End Sections
LANDSCAPE AND EROSION CONTROL
RSP H51 Erosion Control Details - Fiber Roll and Compost Sock
H52 Rolled Erosion Control Product
TEMPORARY CRASH CUSHIONS, RAILING AND TRAFFIC SCREEN
T1A Temporary Crash Cushion, Sand Filled (Unidirectional)
T1B Temporary Crash Cushion, Sand Filled (Bidirectional)
T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)
T3A Temporary Railing (Type K)
T3B Temporary Railing (Type K)
BRIDGE DETAILS
RSP B0-3 Bridge Details
B0-13 Bridge Details
PILES
B2-3 16" and 24" Cast-In-Drilled-Hole Concrete Pile
RETAINING WALLS
B3-4A Retaining Wall Type 5 (Case 1)
B3-5 Retaining Wall Details No. 1
B3-7A Retaining Wall Type 6 (Case 1)
JOINT SEALS
B6-21 Joint Seals (Maximum Movement Rating = 2")
UTILITY OPENING
B7-10 Utility Opening - Box Girder
ROADSIDE SIGNS
RS1 Roadside Signs - Typical Installation Details No. 1
RS2 Roadside Signs - Wood Post - Typical Installation Details No. 2
RS4 Roadside Signs - Typical Installation Details No. 4
APPENDIX
APPENDIX
A-6
CANCELED STANDARD PLANS LIST
The standard plan sheets listed below are canceled and not applicable to this contract.
DRAINAGE INLETS, PIPE INLETS AND GRATES
D72 Canceled on July 15, 2016
D73 Canceled on July 15, 2016
D74A Canceled on July 15, 2016
D74B Canceled on July 15, 2016
D74C Canceled on July 15, 2016
SLOTTED AND GRATED LINE DRAINS
D98C Canceled on January 20, 2017
BRIDGE CONCRETE BARRIERS
RSP B11-54 Canceled on January 20, 2017
ELECTRICAL SYSTEMS - SIGN ILLUMINATION EQUIPMENT AND CONTROLS
ES-15B Canceled on April 15, 2016