HomeMy WebLinkAboutItem 05 - Authorization the advertise Reservoir #1 Cover Replacement (Spec. 1000034)
Department Name: Public Works
Cost Center: 6004
For Agenda of: January 19, 2021
Placement: Consent
Estimated Time: NA
FROM: Matt Horn, Director of Public Works
Prepared By: Aaron Glauch, Engineer II
SUBJECT: AUTHORIZATION TO ADVERTISE RESERVOIR #1 COVER
REPLACEMENT, SPECIFICATION NO. 1000034
RECOMMENDATION
1. Approve Contract Documents for Reservoir 1 Cover Replacement, Specification No.
1000034; and
2. Authorize staff to advertise for bids; and
3. Authorize the City Manager to award a contract for the lowest responsible bid if within the
Engineer’s Estimate of $703,500.
DISCUSSION
Background
Reservoir 1, part of the City’s water treatment infrastructure, has a storage capacity of 7.50
million gallons and provides water for both commercial and residential services. This reservoir
includes a floating cover and rainwater drainage system designed to protect the water from
contamination and vandalism, as well as to reduce evaporation from the reservoir.
Installed in 1998, the current cover has exceeded its original 20-year warranty against failure due
to UV radiation exposure and regular wear and tear. Inspections of the cover completed in 2017
recommended replacement based on the general condition of the cover, as well as the increased
potential for damage of the cover during storm events. Additionally, all treated water storage
tanks in California are required by the Division of Drinking Water to be covered.
Staff seeks Council authorization to advertise for bids to install a new reservoir cover and
rainwater drainage system, with design considerations regarding future modifications to
Reservoir 1 to include:
1. Additional capacity to remove rainwater that collects on the reservoir cover; and
2. Resurveying the reservoir; and
3. Conduit for the installation of future instrumentation in the reservoir.
Due to seasonal demands on the water treatment system, installation of the equipment must be
completed by June 1, 2021.
Item 5
Packet Page 29
Policy Context
Funding for this project was identified in the FY 2020-21 Budget Supplement adopted by
Council on June 2, 2020.
Public Engagement
The project was included in the public engagement process as part of the FY 2020-21 Budget
Supplement preparation and adoption. This is a critical public infrastructure project and is
important for fire safety and the general health and welfare of the public.
CONCURRENCE
The Public Works Department and Utilities Department concur with the recommendations in this
report.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to section 15301 of the
CEQA Guidelines (Existing Facilities) since it is a maintenance and replacement project. A
Notice of Exemption will be filed through the Community Development Department.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2019-20
Funding Identified: Yes
Funding
Sources
Total Budget
Available
Current Funding
Request
Remaining
Balance
Annual
Ongoing Cost
General Fund
State
Federal
Fees
Other funds:
Water
Distribution
$1,455,000 $811,525 $643,475 $0
Total $1,455,000 $811,525 $643,475 $0
The 2019-21 Financial Plan appropriated $1,200,000 in FY 2019-20 for Reservoir Maintenance
Projects, including the Reservoir 1 Cover Replacement. In addition, the FY 2020-21 Budget
Supplement appropriated an additional $750,000 to reservoir maintenance in support of the
project. Currently, this account contains $1,455,000 in available funding, which is sufficient to
support this request of $811,525.
Item 5
Packet Page 30
601 Fund
Engineer's Estimate:$703,500 $703,500
Contingencies $105,525 $105,525
Total for Construction $809,025 $809,025
Printing:$2,500 $2,500
Total Project Cost $811,525 $811,525
Current Project Balance:$1,455,000 $1,455,000
Post Project Remaining Balance:$643,475 $643,475
Reservoir 1 Cover Replacement, Specification No. 1000034
Reservoir
Maintenance Account
(1000034)Project Total Costs
ALTERNATIVES
Do not move forward with this request at this time. This is not recommended, as delayed
replacement will result in further degradation of the reservoir cover, impacting the downstream
water distribution system.
Attachments:
a - Special Provisions for Specification No. 1000034
Item 5
Packet Page 31
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
RESERVOIR 1 COVER REPLACEMENT
Specification No. 1000034
February 2021
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Item 5
Packet Page 32
Reservoir 1 Cover Replacement
Specification No. 1000034
Approval Date: <<date of CM or CAR Report Authorizing Advertisement>>
<<Signature Date>>
Item 5
Packet Page 33
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION ....................................................................................................................... III
QUALIFICATIONS .................................................................................................................................... III
AWARD ..................................................................................................................................................... V
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR: ................................................................................................................................. A
RESERVOIR 1 COVER REPLACEMENT, SPECIFICATION NO. 1000034 ............................................ A
LIST OF SUBCONTRACTORS ................................................................................................................. B
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C
NON-COLLUSION DECLARATION .......................................................................................................... E
BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F
QUALIFICATIONS .................................................................................................................................... G
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 1
5 CONTROL OF WORK ........................................................................................................................ 2
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
9 PAYMENT ........................................................................................................................................... 2
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3
77 LOCAL INFRASTRUCTURE ............................................................................................................ 3
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Item 5
Packet Page 34
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be mailed to the following address:
City of San Luis Obispo
Public Works Department
919 Palm Street
San Luis Obispo, CA 93401
Attn: Aaron Glauch
Bids delivered in person will not be accepted. All mailed bids must be delivered and in
possession of the Project Manager by:
2:00 p.m. on February 22, 2021
At which time they will be publicly opened and read aloud via Microsoft Teams video
conference and conference call. In-person attendance of the bid opening will not be
permitted in adherence to social distancing measures. Use the following link:
Microsoft Teams Conference Call
or join by phone with this number: (209) 645-4165 with Conference ID: 616 085 778#
Submit bid in a sealed envelope plainly marked:
Reservoir 1 Cover Replacement, Specification No. 1000034
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.
Item 5
Packet Page 35
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-
refundable fee of:
1. $15.00 if picked up in person, or
2. $25.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
A printed copy may be obtained by paying a non-refundable fee of:
1. $30.00 if picked up in person, or
2. $40.00 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.
Item 5
Packet Page 36
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
Contact the project manager, Aaron Glauch at (805) 781-7055, by email at
aglauch@slocity.org 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 includes design and installation of a floating cover over a 7.50
million gallon potable reservoir. Design shall include a system for automatically collecting
and removing storm water from the exterior surface of the cover, provisions for
instrumentation conduit into the reservoir. In addition, the liner of the reservoir will be
inspected along with resurveying of the reservoir.
The project estimated construction cost is $703,500
Contract time is established as 30 working days, beginning upon confirmed delivery date
of replacement dover. Contract time does not include offsite fabrication.
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
There will be a walkthrough on Tuesday, February 9, 2020 . Bidders should meet US-
101 & Mossi Road, San Luis Obispo, CA at 10:00 AM.
QUALIFICATIONS
You must possess a valid Class C-61 Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered
with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
Item 5
Packet Page 37
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
You must have experience constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
The material Fabricator shall have fabricated not less that 465,000 square meters, of
potable grade polypropylene floating over material, into large prefabricated panels using
the same seaming equipment as specified for this project.
Failure to provide reference projects as specified in this section and as required on the
qualification form is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails
to provide a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Item 5
Packet Page 38
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the TOTAL PROJECT BID.
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact
Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
Item 5
Packet Page 39
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid
forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR:
RESERVOIR 1 COVER REPLACEMENT, SPECIFICATION NO. 1000034
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 77-5 Cover System & Storm Water
Drainage System
Lump
Sum 1
2 77-5 Instrumentation Conduit Lump
Sum 1
3 77-5 Reservoir Liner Inspection Lump
Sum 1
4 77-5 Remove and Dispose of Existing
Cover
Lump
Sum 1
5 77-5 Topographic Survey Lump
Sum 1
Total Project Bid $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
Item 5
Packet Page 40
BID FORMS
BID FORMS
B
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
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.
Item 5
Packet Page 41
BID FORMS
BID FORMS
C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
Item 5
Packet Page 42
BID FORMS
BID FORMS
D
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
Item 5
Packet Page 43
BID FORMS
BID FORMS
E
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Item 5
Packet Page 44
BID FORMS
BID FORMS
F
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
Item 5
Packet Page 45
BID FORMS
BID FORMS
G
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 □
Item 5
Packet Page 46
BID FORMS
BID FORMS
H
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
Item 5
Packet Page 47
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of
the Standard Specifications. Each special provision begins with a revision clause that
describes or introduces a revision to the Standard Specifications. Any paragraph added
or deleted by a revision clause does not change the paragraph number of the Standard
Specifications for any other reference to a paragraph of the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 GENERAL:
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1. Reservoir 1 Cover Replacement Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General
with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all
forms and must be signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Item 5
Packet Page 48
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Comply with the provisions of Section 77 for general, material, construction, and payment
specifics.
5 CONTROL OF WORK
Add to Section 5-1.47 GUARANTEE
Eleven months after the final acceptance of the project, the City will have a drain down
re-inspection of the work to determine if defects have appears in the work within the one
year guarantee period specified. The Contractor shall be present at the time of the
inspection and repair any defects in the work at their own cost.
6 CONTROL OF MATERIALS
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace last paragraph in Section 7-1.02K(3) Labor Code, Certified Payroll Records
(Labor Code 1776) with:
Furnish the Engineer one Portable Document Format (PDF) file which contains all certified
payroll records for the prior month’s work. Redact the PDF file making the employee’s social
security number illegible. Failure to submit PDF file with other monthly payroll records is
considered an incomplete payroll submission and penalties will be assessed.
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Work hours are restricted to 7:00 a.m. to 4:00 p.m. Modified working hours may be
required for individual sites when determined necessary by the Engineer. You may also
request modified work hours to facilitate the work, which will be considered by the
Engineer.
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence to restore free flowing of traffic.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
9 PAYMENT
Item 5
Packet Page 49
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
DIVISION II GENERAL CONSTRUCTION
77 LOCAL INFRASTRUCTURE
Add Section 77-2.03J(3) DISINFECTION:
Water for disinfection will be provided by the City.
Add Section 77-5 RESERVOIR COVER
77-5.01 GENERAL
Section 77-5 includes reservoir cover design and construction.
77-5.02 MATERIALS
The cover membrane shall be constructed of a scrim reinforced flexible material similar
to, but not exclusive of, Potable Grade 1.2 mm Polypropoylene. Polypropylene material
shall be ANSI/NSF Standard 61 approved for contact use in potable water systems.
The cover membrane shall conform to the configuration of the surface of the reservoir
when it is empty without slack or folds, except in areas where the internal circulation piping
is located.
Contractor shall provide submittals for Engineer’s review that include one (1) 2-square
foot sample of the material.
77-5.02A Weathering
The cover material shall be resistant to ultraviolet (UV) radiation, rated for no less than
20 years.
77-5.02B Seaming
All factory fabricated seams shall have a minimum 77mm overlap with a minimum 40 mm
scrim-over-scrim fully bonded section. All seams shall be bonded across the lapped area,
including the encapsulated area, so that no loose edges are present on the top side of
the cover.
77-5.03 DESIGN
77-5.03A Storm Water Drainage System
The cover shall be designed to collect and direct all storm water to the northerly corner of
the reservoir. This location is where the present siphon intake is located. Drainage
system shall not be effected by minor bubbling of the cover.
The Storm Water Drainage System shall include two (2) submersible pumps, one (1)
operating and one (1) standby. Each submersible pump shall normally operate
automatically with the ability to operate manually by local start/stop push button switches
at the control panel located at the reservoir perimeter.
Rainwater Removal Pumps
Item 5
Packet Page 50
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
Rainwater removal pumps shall be submersible-type pumps rated to perform according
to the following design requirements:
Design Condition Point 1 Point 2
Discharge Flow 40 gpm 80 gpm
TDH 30 ft 10 ft
Submerisble pumps shall have a constant-speed submersible motor rated at minimum
1.1 HP, 1-phase, 60 hertz, 230 volt and shall be mounted in the pump. The motor shall
be provided with thrust and radial bearings to carry the entire load that may be imposed
upon it under all operating conditions.
Suction Hose
Flexibe hose for rainwater removal pumps discharge shall be suction hose constructed
of the following materials:
Tube – Synthetic Rubber
Carcass – Plies of synthetic fabric with wire helix
Cover – Synthetic rubber
The tube and cover shall be wear resistant and resistant to sunlight, ozone, and moisture.
The suction hose shall be heavy-duty industrial type with a minimum positive working
pressure of 125 psi and a minimum negative working pressure of 14 psi.
Suction hose shall be equipped with Type 316 stainless steel quick-disconnect couplings.
Installation of Rainwater Removal Pumps
Contractor shall furnish all necessary appurtenances to make the rainwater removal
pumps operable such as discharge pipe, pipe fittings, quick disconnect fittings, and
discharge hoses.
Contractor shall connect the rainwater removal pumps and control boxes to the electrical
power feeds.
Rainwater removal submersible pump cords shall have submersible-rated plugs. Plugs
shall be strapped to the pump discharge pipe at the highest point with black, double face-
weave, medium weight or heavier, Dacron webbing with black Delrin (Acetal) standard
cam buckles.
Flow Test
After installation of rainwater removal pumps and during reservoir fill period, a field flow
test for the rainwater removal submersible pumps shall be conducted and witnessed by
the Engineer.
At least two operating points for the rainwater removal pump shall be verified.
Item 5
Packet Page 51
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
If there are difficulties in the operation of the rainwater removal pumps due to the
manufacturer’s design or fabrication, additional service and corrective materials shall be
provided at no additional cost to the City.
Startup Support
Rainwater removal pump manufacturer shall provide representatives onsite during
rainwater removal pumps startup. Manufacturer representatives shall have an intimate
working knowledge of the rainwater removal pumps and be able to troubleshoot tand
perform onsite repairs as required.
Startup support services shall be included as Work and shall be at no additional cost to
the City.
Operations & Maintenance Manuals
Two (2) hard copies and one (1) electronic copy of the operations and maintenance
manuals shall be provided to the City.
77-5.03B Access Hatches
New cover design shall provide a minimum of three new access hatches. A hatch shall
be provided near the control building, near the cover’s existing inflation blower, and near
the reservoir overflow spillway.
All central cover hatches shall be provided with access path flotation of the appropriate
size and construction that leads from the closest point on the perimeter of the reservoir
to the hatch cover. The access paths shall be capable of carrying a person weighing 160
kg. All access hatches shall be located so that the reservoir can be accessed when the
water level is at approximately half capacity.
77-5.03C Cover Anchors
The cover shall be attached around the perimeter of the reservoir utilizing the existing
cover anchors. The existing anchoring system consists of stainless steel studs anchored
to the reservoir bottom with the cover attached through the studs and held in place with
an aluminum or stainless steal strap.
77-5.03D Floatation
The cover shall be fitted with a supplementary system of floats of an appropriate size to
effectively neutralize the weight of the cover membrane.
77-5.03E Air Vents
The cover shall be designed to vent off entrapped air. Vents shall be placed in sufficient
number and locations to prevent bubbling of the cover.
77-5.03F Maintenance Repairs
The cover shall be provided with a movable float which can be placed over a tear for spot
repairs. The movable float shall be capable of floating while carrying a two-person repair
crew and any necessary repair equipment.
Item 5
Packet Page 52
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
77-5.03G Instrumentation Conduit
The design shall include one (1) 3” conduit to be installed, allowing additional
instrumentation to be added into the reservoir by the City. This conduit shall allow for
instrumentation to be retrieved from within the control building, while maintaining the
water-tight seal of the reservoir cover. Instrumentation is not a part of this specification.
Instrumentation conduit shall be made from schedule 80 Polyvinyl Chrloride (PVC) pipe
and comply with sections 77-2.02B(2).
77-5.04 CONSTRUCTION
77-5.04A Site Access
The Contractor shall access the reservoir via the gate located on Mossi Road. Security
fencing around the reservoir may be removed upon written approval of the Engineer by
the Contractor at their discretion and replaced before acceptance of the work. It is the
Contractor’s responsibility to secure the site during and at the close of each contract day.
Contractor must provide their own portable restroom to facilitate the work.
77-5.04B Field Installation
All parties walking or working upon the cover shall wear smooth-soled shoes. Shoes with
patterns that pick up rocks and debris will not be permitted.
Scissors used in the work shall have blades with rounded points.
Marking pens or pencils shall not contain oils, wax, or grease.
In addition to visual inspection, a 1.2 meter sample shall be taken from each factory seam
welding unit used in this work at the beginning of every work shift and every four hours
thereafter. Samples shall be obtained via a non-destructive procedure. Specimens shall
be tested for factory seam shear strength and peel adheasion. Failure of the material
and/or seams to meet all the requirements and tolerances as identified on the material
product data sheets shall be cause for rejection of the test panel. A certificate of
compliance shall be provided to the City showing that the samples have met these
requirements.
A quality control log shall be maintained showing the date, time, panel number, test
specimen number, number of workers, shift activity, and ambient temperatures.
Contractor shall provide field test speciments as directed by the Engineer. Test
specimens shall be obtained by fabricationof material along side a field seam in progress.
Contact surfaces for all field welded seams shall be cleaned and completely void of all
foreign matter.
77-5.05 PAYMENT
Item 5
Packet Page 53
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
Full compensation for furnishing all labor, materials, tools, equipment, and incidentals,
and for doing all work as specified in these Special Provisions and as directed by the
Engineer, shall be included in the contract pay items and no additional compensation
shall be allowed thereafter.
77-5.06 INSPECTION & SURVEYING
77-5.06A Liner Inspection
Contractor shall inspect the existing reservoir liner for deficiencies in performance and
provide a written report detailing the condition of the reservoir liner and recommended
repair or maintenance items.
City may choose to address repair or maintenance items as a Contract Change Order.
77-5.06B Resurvey
Contractor must utilize a licensed land surveyor to provide a topographic survey (Civil 3D)
of the reservoir and submit the survey to the City, including reservoir volume calculations
generated from survey data.
The cover must be removed and the reservoir drained prior to the surveying date.
77-5.07 Existing Liner
The reservoir is lined with a similar material as the existing cover, and shall be protected
in place. Any damage shall be repaird at the contractor’s expense.
Item 5
Packet Page 54
APPENDIX
APPENDIX
0
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
RESERVOIR 1 COVER REPLACEMENT, SPEC NO. 1000034
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.
4.
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
Item 5
Packet Page 55
APPENDIX
APPENDIX
1
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
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Item 5
Packet Page 56
APPENDIX
APPENDIX
2
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
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
(2nd signature required if Corporation):
By:________________________________
Name of Corporate Officer
Its: ____________________
Item 5
Packet Page 57
BLANK PAGE
This page is intended to be blank so that you can print double-sided.
Item 5
Packet Page 58