Loading...
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