HomeMy WebLinkAboutItem 5k. Authorize the advertisement of the Groundwater Contamination Characterization Project and application for Prop 1 Groundwater Grant Item 5k
Department: Utilities
Cost Center: 6001
For Agenda of: 12/7/2021
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Utilities Director
Prepared By: Jennifer Metz, Utilities Project Manager
SUBJECT: ADVERTISEMENT OF GROUNDWATER CONTAMINATION
CHARACTERIZATION PROJECT AND APPLICATION FOR
PROPOSITION 1 GROUNDWATER GRANT
RECOMMENDATION
1. Approve the specifications for the Groundwater Contamination Characterization
Project (Project), Specification No. 91506A and authorize staff to advertise the Project
for bids; and
2. Authorize the City Manager to award the construction contract for the Project if the
lowest responsible bid is within available project funding; and
3. Authorize staff to prepare and submit a grant application for Proposition 1
Groundwater Grant Program (Round 3, Implementation Phase), for the Project; and
4. Approve the use of up to $642,295 of available funding for Proposition 1 Groundwater
Grant Program (Round 3, Implementation Phase) application preparation ($20,000)
and a local match of a maximum of 10 percent of the total project cost ($622,295);
and
5. Authorize the City Manager, or their designee, to execute required grant application
documents; and
6. Adopt a Resolution entitled “A Resolution authorizing entering into a Funding
Agreement with the State Water Resources Control Board and authorizing and
designating a representative for Phase 3 of the Groundwater Contamination
Characterization Project”.
DISCUSSION
Background
Use of available groundwater resources would contribute to continued resiliency in the
City’s water supply portfolio. The City does not currently use groundwater as a drinking
water source but considers groundwater as a valuable water resource that will he lp the
City meet its future water supply goals. Local groundwater quality sampling has shown
that areas of the San Luis Obispo Valley Groundwater Basin underlying the City have
localized groundwater contamination with tetrachloroethylene (PCE). PCE is a chemical
that is typically associated with dry cleaners, textile operations, and metal degreasing
activities. PCE contamination restricts the City’s use of groundwater as a source of
drinking water and must first be treated for the City to fully utilize this resource.
Page 325 of 450
Item 5k
On August 3, 2018, staff prepared a Concept Proposal through the Proposition 1A
Groundwater Grant Program for the Planning Phase of the Project to delineate the PCE
plume’s physical extent by measuring the concentration of PCE throughout impacted
areas of the Basin. The outcome of the work will include recommendations on the best
locations and treatment processes for removing PCE contamination from the groundwater
supply. The outcome of the work will include recommendations on the best locations and
treatment processes for removing PCE contamination from the groundwater supply. The
State’s Program provides funding for grants and loans for projects that prevent and clean
up contamination of groundwater that serves, or has served, as a source of drinking water.
The estimated project cost was over $2 million.
In November 2018, staff received confirmation from the State Water Resources Control
Board (SWRCB) that the City’s Conceptual Proposal had been reviewed and the City was
invited to submit a full grant application. Staff is working to prepare the grant application
for the Project, as described in more detail below. In July 2020, the City received the
$1,996,575 planning-phase grant to study PCE contamination of the gro undwater basin.
A detailed understanding of the extent of PCE contamination and remediation options
are necessary steps in fully utilizing the City’s groundwater pumping opportunities. The
planning phase will continue through mid -2022.
Scope of Project – Planning Phase
The work scope for the Project’s Planning
Phase includes ambient and dynamic well
profiling at four existing wells (complete) and
exploratory groundwater boring and
groundwater sampling at approximately 30
locations (scheduled to begin in February of
2022). Working with a technical advisory
committee that includes representatives from
state and regional water agencies, staff has
identified locations primarily within the public
right-of-way for the contractor to perform
groundwater borings to collect groundwater
samples. Attachment A includes the
Specifications for the groundwater boring and
sampling work; the engineer’s estimate of
$638,000 for the base bid items, which
includes the minimum scope to meet the grant
requirements. As the available grant funding
is limited and additional funding from the
Water Fund is not proposed, additive bid
items and construction contingency are
proposed due to the volatile bidding climate.
Page 326 of 450
Item 5k
Application for Implementation Phase Grant Funding
On September 7, 2021, staff submitted a concept proposal through the Proposition 1
Groundwater Grant Program indicating the City’s interest in additional grant funding for
the Project’s Implementation Phase. With the work progressing on the planning phase of
the PCE Plume Characterization Study, the City is interested in applying for
approximately $6.2 million in grant funding for the Implementation Phase. The City’s goal
for the Implementation Phase would be to design and equip two wells with treatment
systems capable of removing PCE contamination. This effort will put the City’s available
groundwater to beneficial use as a drinking water source while cleaning up the PCE
contamination.
The Proposition 1 Groundwater Grant Program application process will be
comprehensive. The estimated cost of consultant services for preparation of the
Implementation Phase grant application is $20,000. The estimated local match portion for
the Implementation Phase grant is 10 percent of the $6,222,950 total project cost, or
$622,295. Staff recommends using the remaining capital project balance toward the cost
of consultant services for preparation of the grant application and a ten percent local
match portion for the Implementation Phase grant, totaling $642,295. A draft Reso lution
is provided in Attachment B.
Previous Council or Advisory Body Action
In June of 2016, while still in the drought, the City Council approved the 2015 -17 Financial
Plan including a capital project to expand the City’s groundwater program. The budget for
this capital project was $1,470,000. Remaining budget from this project i s proposed to
fund work under Recommendation 4.
In 2018, the City Council approved application for Proposition 1A grant funding and
execution of the grant agreement for the Project’s Study Phase. The City received the
$1,996,575 planning-phase grant in July 2020. This grant funding would fund the
construction proposed under Recommendation 1 and 2.
Policy Context
Consistent with General Plan, Water and Wastewater Management Element, Policy
A2.2.1, the City utilizes multiple water resources to meet its water supply needs, including
groundwater resources. Policy A 3.2.3 states that “The City will continue to use
groundwater to enhance the resiliency of the City’s water supply portfolio.”
Public Engagement
The City has provided information on the Utilities Department website regarding the
Project and will schedule a future public workshop to report on the results of the data
collection and analysis from the Planning Phase.
Page 327 of 450
Item 5k
CONCURRENCE
Community Development concurs with the project’s environmental review findings. Public
Works concurs with the locations of the proposed groundwater borings.
ENVIRONMENTAL REVIEW
Under the California Environmental Quality Act (CEQA), the City prepared a Statutory
Exemption (15262, Feasibility or Planning Study) for the Study Phase of the PCE Plume
Characterization project in 2019.
Preparation of the grant application and adoption of the proposed Resolution is not a
"project" under CEQA, because the action does not involve any commitment to a specific
project which may result in a potentially significant physical impact on the environment,
as contemplated by Title 14, California Code of Regulations, Section 15378.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2021-22
Funding Identified: Yes
Planning-Phase Grant Work
In July 2020, the City received a $1,996,575 planning-phase grant from Proposition 1A
funding. The City has encumbered $1,109,575 for the engineering services and well
profiling work described in the grant Work Plan with $856,000 for groundwater borings
construction and construction contingency.
Estimated Construction Costs
Construction Cost Estimate (Base Bid) $638,000
Additive Bid Items $148,500
Advertisement, Printing, and Misc. Costs $1,000
Construction Contingency $68,500
Total Cost: $856,000
Project Funding
Proposition 1A Grant (to Water Fund) $1,965,575
Existing Encumbrances $1,109,575
Available Funding: $856,000
Implementation-Phase Grant Work
As part of the 2015-17 Financial Plan Supplement (page E-46) in June of 2016, the City
Council approved $1,470,000 for the hydrogeologic analysis, well equipping study, and
construction (Spec. No. 91506). To date, approximately $300,000 has been expended
leaving an available balance of $1,165,165.
Page 328 of 450
Item 5k
Staff recommends using the remaining capital project balance toward the cost of
consultant services for preparation of the grant application and a 10 percent local match
portion for the Implementation Phase grant, totaling $642,295.
Grant Preparation (Consultant Services) $20,000
Local Match for Implementation Phase Grant (10%) $622,295
Total: $642,295
Available Funding from Project 91506 $1,165,165
Remaining Balance in Project 91506 $522,870
Fiscal Analysis:
Funding Sources
Total
Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
State: Prop. 1 Grant
Funding (Planning
Phase, Groundwater
Borings)
$856,000 $856,000 $0 $0
Other: Water Fund,
Groundwater Program
(Capital Improvement
Project)
$1,165,165 $642,295 $522,870 $01
Total $2,021,165 $1,498,295 $522,870 $0
ALTERNATIVES
1. Deny the authorization to advertise planning phase construction component.
The Council may decide not to authorize advertisement of the project at this time. Staff
does not recommend this alternative as this work is consistent with the grant
agreement the City entered into with the State.
2. Deny the authorization to prepare and submit the Prop 1 grant application. The
Council may elect not to authorize staff to submit the Implementation Phase of the
grant application. Staff does not recommend this option, as there is a favorable
likelihood that the City will secure this grant.
ATTACHMENTS
A – Spec. No. 91506A for the Groundwater Contamination Characterization Project
B – Draft Resolution authorizing a Funding Agreement with the State Water Resources
Control Board
1 The City’s application for grant funding for the Project’s implementation phase does not obligate ongoing
costs. The operational costs associated with the City’s groundwater program will be brought forward at a
later date when more information on the program is available.
Page 329 of 450
Page 330 of 450
REQUEST FOR BIDS
SPECIAL PROVISIONS
CITY OF SAN LUIS OBISPO
Groundwater Contamination Characterization
Specification No. 91506A
NOVEMBER 2021
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 331 of 450
Groundwater Contamination Characterization
Specification No. 91506A
(SWRCB00000000001912530)
Council Approval Date: December 7, 2021
Erik Cadaret, Professional Geologist, No. 9965
August 2023
Joshua Reynolds, Professional Engineer, No. C65400
September 2023
Acting City Engineer
Page 332 of 450
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
LIST OF SUBCONTRACTORS ................................................................................................................. E
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... F
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... F
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. F
LABOR CODE SECTION 1725.5 STATEMENTS ..................................................................................... F
NON-COLLUSION DECLARATION ......................................................................................................... H
BIDDER ACKNOWLEDGEMENTS ............................................................................................................ I
QUALIFICATIONS ..................................................................................................................................... J
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. K
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 2
5 CONTROL OF WORK ........................................................................................................................ 2
6 CONTROL OF MATERIALS ............................................................................................................... 3
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 3
8 PROSECUTION AND PROGRESS ................................................................................................... 3
9 PAYMENT ........................................................................................................................................... 4
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 4
12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 4
13 WATER POLLUTION CONTROL ..................................................................................................... 4
14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 4
15 EXISTING FACILITIES ..................................................................................................................... 5
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 6
37 BITUMINOUS SEALS ....................................................................................................................... 6
39 ASPHALT CONCRETE .................................................................................................................... 7
Page 333 of 450
DIVISION VIII MISCELLANEOUS CONSTRUCTION ............................................................................... 7
73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 7
77 LOCAL INFRASTRUCTURE ............................................................................................................ 8
84 MARKINGS ..................................................................................................................................... 10
DIVISION XI MATERIALS ....................................................................................................................... 11
90 CONCRETE .................................................................................................................................... 11
APPENDIX A – Form of Agreement
APPENDIX B – Boring Locations
APPENDIX C – Drilling and Sampling Depth Summary
APPENDIX D – Regional Cross Section
APPENDIX E – Highway 101 Well Boring Log
APPENDIX F – Boring Location Details
APPENDIX G – Direct-Push Drilling and CPT Technical Specifications
APPENDIX H – Sonic Drilling Technical Specifications
APPENDIX I – Staging Area Map
Page 334 of 450
NOTICE TO BIDDERS
i
BID SUBMISSION
A MANDATORY pre-bid job walk will be held at Site B-XX at the intersection of Carmel and Marsh
Streets, San Luis Obispo at 9 AM on Tuesday, December 21, 2021. Contractors must wear
proper persona protective equipment at the pre-bid job walk and maintain 6 feet physical
distancing.
Sealed bids will be received by the City of San Luis Obispo, Public Works Department, 919 Palm
Street, San Luis Obispo, CA 93401
2 PM on Thursday January 6, 2022
At which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Groundwater Contamination Characterization, Specification No. 91506A
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 the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any
informality in a bid.
All bids are to be compared based on the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions of
Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the contract is
awarded, the contract will be awarded within 60 calendar days after the opening of the bids.
Page 335 of 450
NOTICE TO BIDDERS
ii
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 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
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
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available
to download at the City’s website listed above or at the office of the City Engineer.
Contact the project manager, Jennifer Metz at 805-781-7239 or the Public Works Department at
(805) 781-7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list located
on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals.
PROJECT INFORMATION
In general, the project consists of drilling of borings to collect soil and groundwater samples to
characterize the tetrachlorethylene (PCE) plume underlying the City of San Luis Obispo (City).
Additive work includes…
The project estimated constriction cost and contract time established for the project is as follows:
BASE BID: $638,000 40 working days
ADDITIVE ALTERNATE “A”: $148,500 No extra working days
TOTAL PROJECT BID (BASE BID + Add Alt “A”): $786,500
The City Representative is identified as the technical consultant retained by the City to oversee
the technical aspects of the project.
The fixed liquidated damages amount is established at $1,200 per day for failure to complete the
work within the established 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
Page 336 of 450
NOTICE TO BIDDERS
iii
QUALIFICATIONS
You must possess a valid C-57 Well Drilling Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered with the
Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.
You must have experience completing projects like 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 projects must have been completed under contract with a City, County, State or
Federal Government agency as the prime contractor.
All referenced projects must be for drilling of borings to collect soil and groundwater
samples.
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.
Proposal Requirements
Your proposal shall include the following required sections:
Qualifications
• Description of 3 relevant project with references.
Bid Item List
• Provide a completed bid item list as provided in this document
Forms – Provide completed forms as follows
• List of Subcontractors
• Public Contract Code Section 10285.1 Statement
• Public Contract Code Section 10162 Questionnaire
• Public Contract Code Section 10232 Statement
• Labor Code Section 1725.5 Statements
Additional Information
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
Page 337 of 450
NOTICE TO BIDDERS
iv
best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this
Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid
submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be
improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding the
protest if submitted in compliance to the specified time limits. Anything submitted after the specified
time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be submitted
within three days of the request, unless otherwise specified, and will notify the protester of ruling
within ten days of determination.
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 in compliance with Public Contract Code Section 20103.8(c)
with the Publicly Disclosed Funding Amount of $786,500 using either:
• TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $786,500
or
• BASE BID, if Base Bid is less than $786,500 and Base Bid + Add. Alt. “A” is
greater than $786,500.
Page 338 of 450
NOTICE TO BIDDERS
v
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.
Page 339 of 450
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 instruction to bidders
4. Propose to furnish all materials and labor
5. Complete all the required work satisfactorily in compliance with
plans, specifications, and special provisions.
6. Adhere to the proposed prices set forth in the bit item list
BID ITEM LIST
Groundwater Contamination Characterization Project
Specification No. 91506A
Item
No. SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
$ (in
figures)
Total $
(in
figures)
1 App G
& H §2 Mobilization and Demobilization LS 1
2 §4 Health and Safety Plan LS 1
3 §4 &
App G
Cone Penetrometer (CPT) boring to 50 feet
below ground surface (bgs) complete and
in place.
EA 16
4 §4 &
App G
Boring to 50 feet bgs to collect depth-
discrete groundwater samples (per
Appendix B).
EA 16
5 §4 &
App G
Boring to 50 feet bgs complete and in
place. EA 4
6 §4 &
App G
Cone Penetrometer (CPT) boring to 70 feet
bgs complete and in place. EA 7
7 §4 &
App G
Boring to 70 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 7
8 §4 &
App G
Boring to 70 feet bgs to collect continuous
core soil samples complete and in place. EA 3
9 §4 &
App G
Cone Penetrometer (CPT) boring to 85 feet
bgs complete and in place. EA 3
10 §4 &
App G
Boring to 85 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 3
11 §4 &
App G
Boring to 85 feet bgs to collect continuous
core soil samples complete and in place
complete and in place.
EA 1
12 §4 &
App G
Waste management soil drill cuttings &
decontamination water (includes analytical
profiling, transportation, disposal).
55-gallon
drum 22
Page 340 of 450
BID FORMS
Item
No. SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
$ (in
figures)
Total $
(in
figures)
13 §4 &
App H
Boring to 100 feet bgs to collect continuous
core soil samples complete and in place. EA 4
14 §4 &
App H
Boring to 100 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 4
15 §4 &
App H
Boring to 130 feet bgs to collect continuous
core soil samples complete and in place. EA 3
16 §4 &
App H
Boring to 130 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 3
17 §4 &
App H
Boring to 160 feet bgs to collect continuous
core soil samples complete and in place. EA 1
18 §4 &
App H
Boring to 160 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 1
19 §4 &
App H
Waste management soil drill cuttings
(includes analytical profiling,
transportation, disposal)
CY 14
20 §4 &
App H
Waste management for decontamination
water (includes analytical profiling,
transportation, disposal)
55-gallon
drum 14
21 §5 & §7
Traffic Safety and Management including
City Traffic Plans for all drilling locations
(including contingency borings)
LS 1
22 App G
& H §2
Direct-Push and Sonic Drilling Client
Directed Standby (if required) HR 14
Base Bid Total
23 §4 &
App G
Cone Penetrometer (CPT) boring to 70 feet
bgs complete and in place. EA 4
24 §4 &
App G
Boring to 70 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 4
25 §4 &
App G
Boring to 70 feet bgs to collect continuous
core soil samples complete and in place. EA 1
26 §4 &
App G
Waste management soil drill cuttings &
decontamination water (includes analytical
profiling, transportation, disposal).
55-gallon
drum 3
27 §4 &
App H
Boring to 160 feet bgs to collect continuous
core soil samples complete and in place. EA 1
28 §4 &
App H
Boring to 160 feet bgs to collect depth-
discrete groundwater samples complete
and in place (per Appendix B).
EA 1
29 §4 &
App H
Waste management soil drill cuttings
(includes analytical profiling,
transportation, disposal)
CY 3
Page 341 of 450
BID FORMS
Item
No. SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
$ (in
figures)
Total $
(in
figures)
30 §4 &
App H
Waste management for decontamination
water (includes analytical profiling,
transportation, disposal)
55-gallon
drum 2
31 App G
& H §2
Additive Direct-Push and Sonic Drilling
Client Directed Standby (if required) HR 2
Additive Alternate “A” Bid Items Total
Total (Base Bid + Additive Alternate “A” Items)
Company Name:
Notes:
1. All bid items must be completed for the bid to be valid.
Page 342 of 450
BID FORMS
Bid Form 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.
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
Page 343 of 450
BID FORMS
Bid Form 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.
Page 344 of 450
BID FORMS
Bid Form D
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
Page 345 of 450
BID FORMS
Bid Form E
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.
Page 346 of 450
BID FORMS
Bid Form F
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
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.
Page 347 of 450
BID FORMS
Bid Form G
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.
(SEAL)
(Signature and Title of Declarant)
Subscribed and sworn to before me
this day of , 20
Notary Public
Company Name:
Page 348 of 450
BID FORMS
Bid Form H
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
Page 349 of 450
BID FORMS
Bid Form I
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
? 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
? 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? 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 □
Page 350 of 450
BID FORMS
Bid Form J
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)
Page 351 of 450
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. Tetrachloroethylene Plume Characterization Project Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Water Resources, California Well Standards
Bulletin 74-90 (Supplement to Bulletin 74-81)
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. Sections 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.
Page 352 of 450
SPECIAL PROVISIONS
2
SPECIAL PROVISIONS
3 CONTRACT AWARD AND EXECUTION
Add to Section 3-1.18A:
The Engineer may immediately suspend all work until compliance is achieved. You will
bear all costs incurred by such suspension, and no additional compensation for losses
incurred by you will be allowed therefor. You will be assessed liquidated damages and
pay to the City of San Luis Obispo the sum set forth in these Special Provisions, for each
day you do not comply with the contract requirements.
4 SCOPE OF WORK
A total of 39 exploratory groundwater boring locations, located in the public right-of-way
except for B-27 and -28 (34 primary borings and 5 contingency borings noted as Additive
Items in Bid Form A), will be drilled and sampled to gather data to delineate the current
conditions of the tetrachloroethylene (PCE) plume underlying the City of San Luis Obispo
(Appendix B). Drilling and sampling depths along with identified drilling methods are
presented in Appendix C, Table 1.
A groundwater boring location is defined as an investigation location (B-01 through B-39)
that includes a boring to characterize soil stratigraphy and a separate boring to collect
depth-discrete groundwater samples. Two drilling methods have been identified to drill
and collect samples as follows:
• Direct-Push Drilling Boring Location (B-01 through B-24 and B-33 through B-38)
o Cone-Penetrometer boring at each location.
o Groundwater sample boring at each location (multiple depths).
o Continuous core soil sample boring (at select locations, Appendix C, Table
1).
• Sonic Drilling Boring Location (B-25 through B-32 and B-39)
o Continuous core soil sample boring at each location.
o Groundwater sample boring at each location (multiple depths).
Preliminary drilling depths and groundwater sample depths are presented in Appendix C,
Table 1. Final drilling depths shall be constructed per the plans and specifications, but
may be subject to field adjustments and directives by the City Inspector after mutual
concurrences are made between the Contractor, Engineer of Record, and the City’s
Utilities Department.
Final groundwater sampling depths will be selected by the City Representative based on
soil stratigraphy from the first boring at each location (further explanation provided below).
Page 353 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
Drilling Methods – A total of 32 direct-push drilled boring locations are proposed to
complete this project. Locations B-10 through B-24, B-33, and B-34 are identified as
primary boring location and B-35 through B-38 are identified as contingency borings (and
bid as Additive Bid Items). At borings B-1, -2, -4, and -14, there is approximately 8-inches
of concrete overlain by asphalt which may require concrete coring and/or trenching to
reach the soil beneath. A summary of drilling and sampling depths are included in
Appendix C, Table 1. A regional cross section and boring log for the Highway 101 Well
(located near B-32) is provided as Appendix D and E, respectively, to assist in
understanding drilling conditions. Drilling and sampling details are outlined below.
• Direct-Push Drilling – Direct-push drilling technology "pushes" soil sampling tools
and sensors (soil probes) into the ground without the use of auger drilling to
remove soil to make a path for the tool. Direct push soil sampling tools or soil
probes are advanced as far as possible using only the static weight of the carrier
vehicle. Percussion is applied as required when advancing soil probes through
sands, gravels, hard pans, high friction clays, tills, and fill materials. See Appendix
G for detailed specifications on direct-push drilling.
o Cone Penetrometer – A cone penetrometer test (CPT) advanced with a
direct-push drilling rig will be conducted at each location to characterize soil
stratigraphy. The CPT drill rig will be capable of reaching the depths outlined
in Appendix C, Table 1. The CPT drill rig and data collection unit will be
capable of measuring tip resistance, sleeve resistance, and pore water
pressure, at minimum, in accordance with ASTM Standard Test Method for
Electronic Cone and Piezocone Penetration Testing of Soils (ASTM D 5778-
12).
o Continuous-Core Sampling – At select locations (Appendix C, Table 1) a
continuously cored soil sample shall be collected using a dual-wall system,
as needed, and clear plastic sleeve in general accordance with ASTM -
Standard Guide For Direct Push Soil Sampling for Environmental Site
Characterizations (ASTM D6282).
o Depth-Discrete Groundwater Sampling – Preliminary groundwater samples
depths to be used for bidding purposes are shown in Appendix C, Table 1.
Upon completion of the CPT test and/or continuous core soil sample, the
City’s Representative will review the soil stratigraphy data and provide the
Contractor with target groundwater sample depths. The Contractor shall
then move the drill rig to an adjacent location (approximately 5 to 20 feet)
to drill a separate boring for depth-discrete groundwater sampling. The
Contractor shall provide groundwater sample tooling that can collect a
depth-discrete groundwater sample that is exposed only to the target
sampling depth using a closed screen sampler assembly (e.g., dual-
tube/wall samplers, Hydropunch™, SimulProbe® or approved equal).
• Sonic Drilling – Sonic drill rigs feature a sonic head with oscillators that generate a
Page 354 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
range of frequencies. The vibrations generated by the oscillators transmit high-
frequency, resonant sonic energy throughout a drill string, which causes the
surrounding material to fluidize and creates a frictionless environment. Once
fluidization begins to occur, very rapid penetration rates are possible and core
barrel or casings can be efficiently advanced into subsurface formations. A small
track-mounted limited footprint sonic rig is preferred for this project due to the
limited work areas in public right of way. See Appendix H for detailed specifications
on sonic drilling.
o Continuous-Core Sampling – At all sonic drilling locations, continuously
cored soil samples shall be collected by a core barrel advancement method
to the depths shown in Appendix C, Table 1. The core barrel shall be
advanced to the target depth allowing soil samples to be collected
continuously in plastic bags to be inspected at the surface.
o Depth-Discrete Groundwater Sampling – Preliminary groundwater samples
depths to be used for bidding purposes are shown in Appendix C, Table 1.
Upon completion of the continuous core soil sample, the City’s
Representative will review the soil stratigraphy data and provide the
Contractor with target groundwater sample depths. The Contractor shall
then move the drill rig to an adjacent location (approximately 5 to 20 feet)
to drill a boring for depth-discrete groundwater sampling. The Contractor
shall provide groundwater sample tooling that can collect a depth-discrete
groundwater sample that is exposed only to the target sampling depth using
a closed screen sampler assembly (e.g., dual-tube/wall samplers,
Hydropunch™, SimulProbe®, or approved equal).
Each boring (direct-push or sonic drilled) shall be abandoned in accordance with State of
California, Department of Water Resources, California Well Standards Bulletin 74-90
(Supplement to Bulletin 74-81).
Health and Safety Plan
The Contractor shall prepare a Health And Safety Plan (HASP) for the proposed field
activities. The HASP will address potential safety issues, emergency contacts, and a
hospital route map, at minimum.
Borehole Clearance
The City or City Representative will mark drilling locations and the Contractor will be
responsible for notifying Underground Service Alert (USA) North 811 at least 48 hours
prior to drilling soil borings. The Contractor will provide the City with the USA notification
confirmation prior to the start of drilling activities. In addition, the City or City
Representative will retain a private underground utility locator to assist in the clearance
of the proposed soil boring locations. The proposed soil boring locations will be modified,
as necessary, to avoid underground structures.
The Contractor shall be responsible for the following:
• Concrete or Asphalt Concrete Coring – With the exception of B-1, -2, -4, and -14
Page 355 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
which have approximately 8-inches of concrete overlain by asphalt, every boring
is placed at a location with an asphalt surface with no underlying concrete. As
necessary, coring will be conducted to penetrate the paved surface to access the
soil at each boring location. The core will be considered complete when the core
can be removed, and native soil or base fill can be found beneath the concrete
slab.
• Hand Auger Clearance - Each boring will be hand augured to a depth of
approximately 4 to 8 feet below ground surface and 110% of the direct-push or
sonic casing diameter as an additional precautionary method to avoid subsurface
utilities or infrastructure.
Waste Management
A staging area for temporary equipment storage, drums, and roll-off bins will be provided
by the City before the start of work. A preliminary location is provided in Appendix I. The
Contractor will be responsible for transporting the soil cutting and decontamination water
to this location (assumed to be less than 5 miles from the furthest location) from each
drilling location. Estimated soil cutting volumes by 55-gallon drums for direct-push drilling
and roll-off bin volumes for sonic drilling are provided in the Bid Item List of this document.
Similarly, the estimated decontamination water volumes by 55-gallon drums for both
types of drilling are provided in the Bid Item List of this document.
The Contractor shall be responsible for all analytical testing required for waste profiling
by the proposed disposal facility along with containerization, transportation, and disposal
to the proposed disposal facility. The Contractor shall provide description of the waste
management process and the proposed disposal facility in the submitted proposal.
Surface Restoration
A temporary asphalt patch is acceptable to be used upon completion of individual borings.
The temporary asphalt patch shall be completed in accordance with City requirements.
A temporary asphalt cold patch shall be used upon completion of each boring per Section
77-1.03C until final pavement repair is completed. Contractor shall be responsible for
keeping temporary paving in good working condition.
Upon final completion of all drilling, each boring location will be restored to pre-existing
conditions in accordance with City Standards ( e.g. Section 39 and Section 77) including
City Standard Drawing 6020. See Appendix F for description of anticipated existing
pavement thickness and repair requirements.
• To be provided by City: The City will provide a temporary staging area within 5-
miles of the furthest drilling location. The location has been determined and is
known as “Res 1” (see Appendix I).
• A water source will be available for use by the Contractor in accordance with
Section 17-1.01.
• Drilling permits will be obtained by the City or City Representative and copies of
the permits will be provided to the Contractor prior to the start of field activities.
Page 356 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
• The Contractor shall assist the City Representative in collecting analytical samples
(e.g., groundwater samples) from the depth-discrete groundwater sample tooling.
The City Representative will be responsible for other aspects of analytical sample
collection including obtaining the appropriate sample containers, sample labeling,
sample preservation, chain-of-custody, and laboratory submittal.
5 CONTROL OF WORK
Add to Section 5-1.01:
Adjustments to working hours may be imposed due to public traffic impacts in compliance
with Section 7-1.03B.
Add to Section 5-1.36A:
Repair to damage must comply with the associated sections of the specifications,
standards, and plans.
Add to Section 5-1.36D:
Existing third party (non-City-owned) utilities are shown on project plans for information
purposes only. It is your responsibility to contact “Underground Service Alert USA” and
have site marked prior to start of excavation or sawcutting. The City of San Luis Obispo
is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third-party underground facility operator’s failure to comply with
stipulations as set forth in 4216.7.(c) of California Government Code.
Page 357 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
Add to Section 5-1.43A:
Potential claim forms are located on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
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
Normal working hours are Monday through Friday between 7:00 am and 4:00 pm. These
work hours apply to all boring locations unless specified as different. Boring locations B-
11, -12, -13, -14, -15, and -18 have been identified as boring locations with work hour
restrictions. The work hour restrictions are Monday through Friday between 7:00 pm and
6:00 am. Boring locations B-2 and -4 require 2 open auto lanes Monday through Friday
between the hours of 10 am and 6 pm. 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:
Page 358 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
8
Provide a Level 1 schedule.
9 PAYMENT
Add to Section 9-1.23:
After given the opportunity, you fail to complete any of the following:
1. maintain the project site,
2. complete project work,
3. any other cause which requires City staff to complete work at the project site
you must reimburse the City in compliance with section 9-1.23.
Each lump sum bid item includes all work necessary to complete the bid item. No additional
compensation will be granted. If no bid item is listed for a specific item of work, it is to be paid
under other bid items.
DIVISION II GENERAL CONSTRUCTION
12 TEMPORARY TRAFFIC CONTROL
Add to Section 12-1.04:
Traffic delineation and trench protection must be maintained at all times. If barricades are
required after sunset, lights/flashing beacons will be required. When traffic control is
required to be present during non-work hours, the cost will be included in the working day
hourly compensation.
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A:
A minor WPCP plan form may be obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online
14 ENVIRONMENTAL STEWARDSHIP
Add to Section 14-9.02 AIR POLLUTION CONTROL, General:
The City has obtained an annual permit for construction from the Air Pollution Control
District (APCD). The annual APCD permit and construction log files are located on the
City’s website:
http://www.slocity.org/government/department-directory/public-works/documents-
online
Page 359 of 450
SPECIAL PROVISIONS
SPECIAL PROVISIONS
9
You are required to comply with the APCD permit including all notification and
construction logs using the appropriate equipment. Provide training to all workers in the
construction area.
You must comply with section 77-1 of the standard specifications.
Add Section 14-9.02A AIR POLLUTION CONTROL, Construction:
Where contamination is encountered, you are responsible to:
1. monitor
2. record
3. report
H2S and hydrocarbon flame ionization detector readings taken every hour during work in
the contamination zone or as directed by the Engineer.
Appropriate Personal Protective Equipment (PPE) must be used.
Add Section 14-9.02C AIR POLLUTION CONTROL, Payment:
Full compensation for APCD compliance and applicable engineering standards is
included in the payment for other bid items unless a bid item of work is shown on the bid
list item.
Add to Section 14-9.02D:
Full compensation for APCD compliance and applicable engineering standards will be
paid by force account when contamination is encountered.
Page 360 of 450
APPENDIX
APPENDIX
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this day of , 20 , by and between
the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo
County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called
the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $
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.
.00
Page 361 of 450
APPENDIX
APPENDIX
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
Page 362 of 450
APPENDIX
APPENDIX
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
J. Christine Dietrick
City Attorney
By:
Name of CAO/President
Its: CAO/PRESIDENT
Page 363 of 450
APPENDIX
APPENDIX B
Boring Locations
APPENDIX
Page 364 of 450
APPENDIX
APPENDIX C
Drilling and Sampling Depth
Summary
APPENDIX
Page 365 of 450
APPENDIX
APPENDIX D
Regional Cross Section
APPENDIX
Page 366 of 450
APPENDIX
APPENDIX E
Highway 101 Well Boring Log
APPENDIX
Page 367 of 450
APPENDIX
APPENDIX F
Boring Location Details
APPENDIX
Page 368 of 450
APPENDIX
APPENDIX G
Direct-Push Drilling and Cone-
Penetrometer Technical
Specifications
APPENDIX
Page 369 of 450
APPENDIX
APPENDIX H
Sonic Drilling Technical Specifications
APPENDIX
Page 370 of 450
APPENDIX
APPENDIX I
Staging Area Map
APPENDIX
Page 371 of 450
Page 372 of 450
R _____
RESOLUTION NO. _____ (2021 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING APPLICATION FOR
IMPLEMENTATION PHASE FUNDING, ENTERING INTO A FUNDING
AGREEMENT WITH THE STATE WATER RESOURCES CONTROL
BOARD AND AUTHORIZING, AND DESIGNATING A
REPRESENTATIVE FOR THE IMPLEMENTATION PHASE OF THE
GROUNDWATER CONTAMINATION CHARACTERIZATION PROJECT
WHEREAS, the City of San Luis Obispo relies upon multiple water resources to
meet its water supply needs, including groundwater resources; and
WHEREAS, water quality testing of an existing City well in 2017 indicated the
presence of tetrachloroethylene (PCE) in the in the San Luis Obispo Groundwater Basin
underlying the City; and
WHEREAS, in July 2019 the City of San Luis Obispo received a $1,996,575 grant
from the State Water Resources Control Board, Proposition 1 Groundwater Grant
Program for funding for the PCE Plume Characterization Project (Project); and
WHEREAS, the City of San Luis Obispo intends to apply for a grant for the
Project’s Implementation Phase.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis
Obispo as follows:
SECTION 1. The City of San Luis Obispo is hereby authorized to prepare and
submit a grant application for Proposition 1 Groundwater Grant Program for the Project,
to enter into a funding agreement with the State Water Resources Control Board, and
accept and expend State funds for the Implementation Phase of the Project; and
SECTION 2. The Director of Utilities, or designee, is hereby authorized and
designated to sign, for and on behalf of City of San Luis Obispo, the funding agreement
for the Implementation Phase of the Project and any amendments thereto; and
SECTION 3. The Director of Utilities, or designee, is hereby authorized and
designated to represent the City of San Luis Obispo in carrying out City of San Luis
Obispo's responsibilities under the funding agreement, including certifying invoices and
disbursement requests for Project costs on behalf of City of San Luis Obispo and
compliance with applicable state and federal laws.
Page 373 of 450
Resolution No. _____ (2021 Series) Page 2
R _____
SECTION 4. Any and all actions, whether previously or subsequently taken by City
of San Luis Obispo, which are consistent with the intent and purposes of the foregoing
resolution, shall be, and hereby are, in all respects, ratified, approved and confirmed.
Upon motion of _______________________, seconded by
_______________________, and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _____________________ 20 21.
________________________________
Mayor Erica A. Stewart
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
Page 374 of 450