HomeMy WebLinkAboutItem 14 - Authorization to release funds for the Fire Station No. 1 Air Compressor Project Department Name: Public Works
Cost Center: 8502
For Agenda of: February 2, 2021
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Wyatt Banker-Hix, Engineer III
SUBJECT: AUTHORIZATION TO RELEASE FUNDS FOR THE FIRE STATION 1 AIR
COMPRESSOR PROJECT, SPECIFICATION NO. 1000045
RECOMMENDATION
1. Authorize implementation of the Fire Station 1 Air Compressor Project, Specification No.
10000045; and
2. Approve the Plans (Attachment A) and Specifications (Attachment B) for the Fire Station 1
Air Compressor Project, Specification No. 10000045; and
3. Authorize staff to advertise for bids for electrical work;
4. Approve a Sole Source Purchase with Bauer Compressors in the amount of $74,708.62 for
purchase and installation of one air compressor (Attachment C); and
5. Adopt a resolution Authorizing a transfer of $10,000 in undesignated Capital Outlay funds to
support the project.
DISCUSSION
Background
As part of the FY 2020-21 Budget Supplement adopted by Council in June 2020, staff reviewed
and re-prioritized all Capital Improvement Projects in response to decreasing revenue projections
resulting from economic impacts of the Covid-19 pandemic. Each CIP project was assigned one
of the following categories:
1. Proceed: Construct in in FY20/21
2. Proceed: Continue Planning/Design Only
3. Hold: Shovel Ready for Future Funding/Stimulus
4. Defer: No Further Action this Fiscal Year – Defund
5. Completed: Not Further Action this Fiscal Year - Defund
Projects within the first three categories were not defunded and projects in the last two categories
provided funding flexibility for the City to address the impacts of Covid-19 pandemic. Projects
in “Shovel Ready” or “Hold” status represent projects that might be built with future stimulus
funds, or as economic conditions improved, or as some emergent need for the project was
identified and authorized by Council.
Item 14
Packet Page 133
Following the above re-evaluation of Capital Project priorities in June 2020, the Fire Station 1
Air Compressor Replacement Project was moved to “Hold” status. The existing air compressor
was functioning sufficiently at that time and with the Emergency Operations Center based in Fire
Station 1 it made sense to limit any non-essential presence. Funding remained in the project
account, but work was halted. Recent changes to the air compressor at Fire Station 1 necessitates
the replacement or major repair of the equipment to preserve functionality.
Project
The Fire Station 1 Air Compressor Replacement project involves the replacement of a specialty
air compressor used to fill oxygen tanks for first responders. The air compressor is 25 years old
and the anticipated lifespan of this unit is 20 years. The air compressor is no longer efficient to
use and requires frequent maintenance. Over the past six months, the condition of the air
compressor has deteriorated requiring either significant maintenance in the next 90 days or total
replacement. This equipment is essential for emergency response needs and since a replacement
project is “Shovel Ready,” replacing this equipment represents the highest value to the City in
lieu of repairing this compressor and replacing shortly thereafter.
This air compressor is the only air compressor the City owns for emergency response needs. If
the air compressor failed, the City would rely on allied agency support until replaced or repaired.
The existing air compressor recommended for replacement is a Bauer Compressor and the
replacement unit is recommended to be a Bauer Compressor as well. The Bauer Compressor is
favored by the Fire Department due to quality of the air compressors, responsiveness of the
company during the lifespan of the unit, as well as the air compressors being cost competitive.
If the sole source purchase of a Bauer Compressor is approved by Council, Bauer Compressor
would furnish the new air compressor, install, and train staff. Beyond the purchase of the air
compressor, there is minor electrical work that must be completed. Bids for this work will be
solicited and a contractor will complete that work during the manufacture and shipping of the
replacement air compressor. This action will completion of the project prior to excess
maintenance costs are incurred.
Previous Council or Advisory Body Action
June 2019, City Council approved the 2019-2021 Budget Supplement which included funding
for this project.
Policy Context
The City’s Charter requires the City Council to appropriate an annual budget. By Council
approval of 20/21 Budget Supplement on June 2, 2020, this project was placed on hold. Council
approval of the recommended actions of this report are necessary to reverse the prior budget
action and proceed with project advertisement and construction of the project.
Section 3.24.060 of the City’s Municipal code allows sole source purchases when sai d purchase
is reasonably necessary for the preservation or protection of public peace, health or safety. This
equipment fulfills that criteria and the urgent need for replacement or major repair and
replacement necessitates the expeditated project delivery method outlined above.
Item 14
Packet Page 134
Public Engagement
No public engagement was performed. This equipment is for staff use and located within City
facilities.
CONCURRENCE
This Project has been reviewed and has concurrence from the Fire and Community Development
departments.
Finance has reviewed and approved of the sole source purchase per the attached justification
memo.
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: 2019-21
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current Funding
Request
Remaining
Balance
Annual
Ongoing Cost
General Fund $23,800 $10,000 $13,800 -
State - - - -
Federal - - - -
Fees - - - -
Other: - - - -
Total $ 23,800 $10,000 $13,800 -
This proposed project was identified and funded in the 2019-21 Financial Plan budget but placed
on “Hold” with the FY 2020-21 Budget Supplement. Funding remains in the project account but
requires Council authorization to implement.
The estimated project costs are $90,000 and the available funds currently allocated to this project
is $80,000. Additional project funding of $10,000 is recommended to be transferred from
recently completed projects (Undesignated Capital Outlay) to provide sufficient project funding.
The Undesignated Capital Outlay account currently has a balance of $23,800 to support this
request of $10,000.
Item 14
Packet Page 135
Estimated Project Cost by Funding Sources
Fire Station 1 Air Compressor Replacement
Fire Station 1
Air
Compressor
Replacement
(1000045)Total
Air Compressor purchase,
installation and start-up 74,709$ 74,709$
Minor electrical work 5,291$ 5,291$
Contingency 10,000$ 10,000$
Total Project Estimate 90,000$ 90,000$
Available Project Balance:80,000$ 80,000$
401 Undesignated Capital 10,000$ 10,000$
Anticipated Remaining Balance
After project:(0)$ (0)$
ALTERNATIVES
Deny Authorization to proceed. The City Council may choose not to move this project into the
“Active” category. Staff does not recommend this alternative as it will result in either
unnecessary equipment repair or critical equipment failure or both.
Attachments:
a - Project Plans
b - Project Specifications
c - Sole Source Fire Dept Air Compressor
d - Draft Resolution
Item 14
Packet Page 136
SPECIFICATION NO.DATEofSHEETReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Edition1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR ORPERMITTEE TO CONTACT "UNDERGROUND SERVICE ALERT OFNORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48)HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OFPOWER, TELEPHONE, OIL AND NATURAL GAS UNDERGROUNDFACILITIES. CONTRACTOR OR PERMITTEE SHALL ALSOCONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OFCABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUNDFACILITIES.2. THE CONTRACTOR SHALL POSSESS A CLASS A OR C-10 LICENSEAT THE TIME OF BID OPENING.index to planssheet no.descriptiongeneral notes:san luis obispo county, californialegend:2DECEMBER 20201000045FIRE STATION #1 - AIRCOMPRESSOR REPLACEMENT11 COVER SHEET2 AIR COMPRESSOR ROOM PLANFILE NO./LOCATIONEEXISTING ELECTRICAL LINEELECTRICAL LINEEabbreviations:ExistEXISTINGEquivEQUIVALENTTypTYPICALg:\Projects\activeprojects\misc projects\1000045 air compressor - fire station 1\450 design working documents\454 CAD\454.2 drawings\Cover Sheet.dwgManuel Guzman, Construction Engineering Manager Approved Datefor Matthew Horn City EngineerCIVILNo. C 78236MANUEL GUZMAN ---Item 14Packet Page 137
of22CIVILNo. C 86141WYATT A BANKER-H IX
0SCALE IN FEET510PLANEXISTING AIR COMPRESSOR ROOMCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONFIRE STATION 1 AIR COMPRESSORWBHWBHBNMHAS NOTEDDECEMBER 20201000045AIR COMPRESSOR ROOM PLANPLANPROPOSED AIR COMPRESSOR ROOMSECTIONEXISTING AIR COMPRESSOR ROOM---NoNNNNNNC 86141WWWWWWWWWWWWYYYYYYYYYYA-HHHHHHHHHH IIIIIIIIXXXXXXXXXXXItem 14Packet Page 138
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Fire Station #1 Air Compressor Replacement
Specification No. 1000045
Janurary 2021
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Item 14
Packet Page 139
Fire Station #1 Air Compressor Replacement
Specification No. 1000045
Approval Date: December 2020
Item 14
Packet Page 140
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ................................................................................................................................ I
BID DOCUMENTS ................................................................................................................................ I
PROJECT INFORMATION................................................................................................................... II
QUALIFICATIONS .............................................................................................................................. III
AWARD .............................................................................................................................................. IV
ACCOMMODATION ........................................................................................................................... IV
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR FIRE STATION #1 AIR COMPRESSOR REPLACEMENT, SPECIFICATION NO.
1000045...............................................................................................................................................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
BIDDER ACKNOWLEDGEMENTS ......................................................................................................E
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ................................................................................................... 1
1 GENERAL ..................................................................................................................................... 1
2 BIDDING ....................................................................................................................................... 1
3 CONTRACT AWARD AND EXECUTION ....................................................................................... 1
4 SCOPE OF WORK ........................................................................................................................ 2
5 CONTROL OF WORK ................................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ..................................................... 2
8 PROSECUTION AND PROGRESS ............................................................................................... 3
15 EXISTING FACILITIES ................................................................................................................ 3
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Item 14
Packet Page 141
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Bids will be sent via e-mail to Project Manager Wyatt Banker -Hix - wbanker@slocity.org
until
5:00 p.m. on February 11, 2021
Fire Station #1 Air Compressor Replacement , Specification No. 1000045
Any bid received after the time and date specified 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 su bmitted with all
other Bid Forms included in these Special Provisions.
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
Item 14
Packet Page 142
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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
Project Managers will notify you of all addenda prior to the bid due date. You are
responsible to contact the project manager to confirm that no addenda has been issued
up to 72 hours prior to the bid due time.
Contact the project manager, Wyatt Banker-Hix at 1-805-783-7859 or
wbanker@slocity.org 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 entails the removal of an existing air compressor and the relocation
of equipment and an electrical conduit attached to the equipment room walls. Next, the
installation of a new air compressor, as well as the equipment set up and staff training
required for smooth operation.
The project estimated construction cost is $5,000
Contract time is established as 3 working days.
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
There will be a mandatory walkthrough for contractors on February 4 2020 at 10am to be
held at Fire Station #1, 2160 Santa Barbara Ave, San Luis Obispo.
Item 14
Packet Page 143
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
QUALIFICATIONS
You must possess a valid Class A or C-10 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.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails
to provide a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non -responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
Item 14
Packet Page 144
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
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 14
Packet Page 145
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms is cause to reject the bid as nonresponsive.
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 FIRE STATION #1 AIR COMPRESSOR REPLACEMENT,
SPECIFICATION NO. 1000045
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 15 Relocate electrical switch and
conduit LS 1
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
Item 14
Packet Page 146
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 14
Packet Page 147
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 up on, 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 t he 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 determin ation that is
Item 14
Packet Page 148
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 14
Packet Page 149
BID FORMS
BID FORMS
E
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
Item 14
Packet Page 150
BID FORMS
BID FORMS
F
Date
Item 14
Packet Page 151
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. Fire Station #1 Air Compressor 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
Add Section 3-1.18B CONTRACT EXECUTION, Building Permit:(For Projects
requiring a Building Permit)
3-1.18B Building Permit
Item 14
Packet Page 152
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
The contractor must obtain a no-fee building permit from the Community Development
Department. All requirements of the building permit shall be applied to the project.
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 5, 7, 8, 15 and 77 for general, material,
construction, and payment specifics.
5 CONTROL OF WORK
Replace the 2nd paragraph in Section 5-1.01 with:
Normal hours of work fall between 8:30 A.M. and 4:00 P.M. Monday through Friday
excluding City holidays. Obtain approval from the Engineer and Community Development
Department for any work not within normal work hours.
Replace Section 5-1.32 AREAS FOR USE with:
The Contractor will be limited to two vehicles on the jobsites at a time unless otherwise
approved by the Fire Department. The Contractor will keep the construction staging area
and work area outside the path of travel for emergency response personnel at all times.
The Contractor will coordinate all stages of work that affect the areas for use with t he Fire
Department.
Add to Section 5-1.36A PROPERTY AND FACILITIES PRESERVATION,
GENERAL:
Work impacting emergency response vehicles shall be coordinated with the Fire
Department.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll
Records (labor code 1776) with:
Furnish the Engineer one Portable Document Format (PDF) file which contains all certified
payroll records for the prior month’s work. Redact the PDF file making the employee’s social
security number illegible. Failure to submit PDF file with other monthly payroll records is
considered an incomplete payroll submission and penalties will be assessed.
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
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:
Item 14
Packet Page 153
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
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.
15 EXISTING FACILITIES
Add to Section 15-1.03A CONSTRUCTION, General:
You will not be allowed to use the Fire Station toilet facilities. Durin g Construction, you
must make arrangements and provide for adequate toilet facilities at the work site. You
must secure and maintain the sanitary facilities in acceptable conditions from the
beginning of work until completion and remove the facilities and disinfect the premises.
Item 14
Packet Page 154
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
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
Item 14
Packet Page 155
APPENDIX
APPENDIX
1
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. List of Subcontractors
6. Public Contract Code Sections 10285.1 Statement
7. Public Contract Code Section 10162 Questionnaire
8. Public Contract Code Section 10232 Statement
9. Labor Code Section 1725.5 Statements
10. Bidder Acknowledgements
11. Agreement
12. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
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
Item 14
Packet Page 156
APPENDIX
APPENDIX
2
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
__________________________________
Matt Horn, Director of Public Works
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 14
Packet Page 157
City of San Luis Obispo Sole Source Justification Form
Bauer Compressors
It is the policy of the City of San Luis Obispo to solicit quotations or bids for purchases of commodities or services for
specified dollar amounts and to select vendors on a competitive basis (See City of San Luis Obispo Financial
Management Manual, Section 201, Exhibit 201-B).
Pursuant to San Luis Obispo Municipal Code Chapter 3.24.060, certain acquisitions in which the products or services
may only be obtained from a single source may be purchased without engaging in bidding procedures. Such Sole
Source acquisitions must be justified in sufficient detail to explain the basis for suspending the usual competitive
procurement process and approved by the approving authority before such a purchase is made.
1. What product or service is being requested? Why is it necessary?
Bauer Unicus 4 air compressor, used for filling personal oxygen tanks. Needed to ensure First Responders
have access to supplemental oxygen during emergency situations. Only one air compressor capable of
performing this in the City.
2. Is this “brand” of product or services offered the only one that meets the City’s requirements? If
yes, what is unique about the product/services?
No, there are other brands that offer similar services. Bauer offers a familiar operations and maintenance
services.
3. Is the product or service proprietary, or is it available from various dealers? Have you verified this?
Specialty air compressors are not proprietary.
4. Have other products/vendors been considered? If yes, which ? And how did they fail to meet the
City’s requirements?
Other Vendors were considered during project iniation, but the Fire Department preferred Bauer
Compressors due to their familiarity and positive interactions with maintenance staff. Other vendors were
not responsive to Fire Department requests during project initiation.
5. Is the purchase an upgrade or addition to an existing system or brand of products adopted citywide?
If so, will purchase of this product avoid “switching” costs as opposed to purchasing another
product or service (e.g., additional training required; data conversion; implementation of a new
system; etc.)?
Only air compressor of it’s kind in the City, but would avoid switching costs.
6. Is this a request for services by a contractor with necessary, unique, and critical knowledge of
established City systems or programs? If so, will the use of the contractor’s services avoid other
costs (e.g., significant staff time in compiling information, data transfers, etc.)?
Yes, Bauer maintains the older compressor currently in use. They have proven responsive during
maintenance and project initiation. Staying with Bauer will maintain operational and maintenance
knowledge.
Item 14
Packet Page 158
7. What is the quoted price for the product or services, and is it reasonable (based on other products
or services in the same field or based on historical pricing for the City for similar products or
services)?
Quoted price to furnish, install and start-up is $74,708.62. This was reasonable based on other quotes
during project initiation.
__________________________________
Requester
__________________________________ ________________
Dan Clancy, Purchasing Analyst Date
Item 14
Packet Page 159
R ______
RESOLUTION NO. _____ (2021 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING USE OF GENERAL FUND
UNASSIGNED WORKING CAPITAL TO SUPPORT THE FIRE STATION
1 AIR COMPRESSOR REPLACEMENT PROJECT, SPECIFICATION NO.
1000045
WHEREAS, in June of 2019, the City Council approved 2019-21 Financial Plan – Capital
Improvement Program, which identified the Fire Station 1 Air Compressor Replaced as a Capital
project with a budget of $80,000; and
WHEREAS, to provide funding to support the air compressor replacement for the Project,
staff is recommending the City Council approve use of $10,000 from General Fund, Unassigned
Working Capital; and
WHEREAS, a balance of approximately $23,800 is available from General Fund,
Unassigned Working Capital to fund the Project.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo
as follows:
Item 14
Packet Page 160
Resolution No. _____ (2021 Series) Page 2
R ______
SECTION 1. The City Council authorizes staff to transfer $10,000 from the General
Fund, Unassigned Working Capital to the Fire Station 1 Air Compressor Replacement,
Specification No. 1000045, to support the replacement of essential Fire Department equipment.
Upon motion of _______________________, seconded by _______________________,
and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _____________________ 2021.
____________________________________
Mayor Heidi Harmon
ATTEST:
____________________________________
Teresa Purrington
City Clerk
APPROVED AS TO FORM:
_____________________________________
J. Christine Dietrick
City Attorney
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City
of San Luis Obispo, California, on ___________________________.
____________________________________
Teresa Purrington
City Clerk
Item 14
Packet Page 161
BLANK PAGE
This page is intended to be blank so that you can print double-sided.
Item 14
Packet Page 162