Loading...
HomeMy WebLinkAboutItem 5c. Authorization to advertise Chorro-Murray-Meinecke Sewer Replacement Project Item 5c Department: Public Works Cost Center: 6102 For Agenda of: 5/17/2022 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Hai Nguyen, Engineer III SUBJECT: AUTHORIZATION TO ADVERTISE CHORRO / MURRAY / MEINECKE SEWER REPLACEMENT PROJECT, SPECIFICATION NUMBER 91639 RECOMMENDATION 1. Approve the project plans and specifications for Chorro/Murray/Meinecke Sewer Replacement Project, Specification Number 91639; and 2. Authorize staff to advertise for bids; and 3. Authorize the City Manager to award the Construction Contract if the lowest responsible bid is within the Engineer’s estimate of $1,150,000; and 4. Authorize the City Engineer to approve Contract Change Orders within available project budget. DISCUSSION Background Replacement and rehabilitation of wastewater collection (sewer) pipes is part of an ongoing program to maintain aging and deteriorating infrastructure. This program has several objectives: 1) ensure reliable removal of wastewater; 2) reduce the need for emergency repairs; 3) reduce the need for preventive maintenance; and 4) ensure uninterrupted wastewater flow without health or environmental hazard from wastewater leakage. This project will accomplish these objectives for part of the City’s wastewater collection system. The Project The Chorro/Murray/Meinecke Sewer Replacement Project (Project) proposes installation and replacement of approximately 2,000 lineal feet of sewer main by open trenching and pipe bursting (Attachment C). Pipe bursting installs a sewer pipe inside the existing sewer pipe resulting in a new sewer pipe of the same or greater size than the prior sewer pipe size. The existing sewer pipes planned for replacement work have been video inspected and confirmed to have reached the end of their useful life. This Project also includes installation and replacement of 139 lineal feet of failing storm drain pipes. Page 17 of 1284 Item 5c Previous Council or Advisory Body Action This Project was identified in the 2017-19 and 2021-23 Financial Plans that were approved by Council. Council approved acquisitions of sewer easements (851 Murray & 843 Murray) for the project on April 6, 2021. Policy Context The City Council approved the Wastewater Collection System Infrastructure Renewal Strategy in January 2016. The plan identified a strategy for prioritizing pipeline replacement in the wastewater collection system to serve existing customers and future development in the City. Public Engagement Public engagement was conducted during the initial identification of this Project to be included in the 2017-19 and 2021-23 Financial Plans. CONCURRENCE This project has the concurrence of the Utilities Department. ENVIRONMENTAL REVIEW This project is categorically exempt from environmental review pursuant to section 15302 of the CEQA Guidelines (Replacement or Reconstruction) 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: 2017-19 & 2021-23 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $980,193 $83,000 $897,193 $ State Federal Fees Sewer Fund: $1,805,026 $1,252,970 $552,056 Total $2,785,219 $1,335,970 $1,449,249 $ Page 18 of 1284 Item 5c The 2017-2019 Financial Plan, page E2-143, allocated $444,000 for this project. There is currently a balance of $352,970 in the project account. Additional funding of $500,000 from the Sewer Fund was included in the 2021-23 Financial Plan and will be available after July 1, 2022. Staff is recommending an additional reallocation of $400,000 from the Sewer Fund Undesignated Capital to provide sufficient funding for the wastewater collection portion of this project. Funding for storm drain replacement work is proposed to come from the Storm Drain s Annual Asset Maintenance Account (90742) which currently has a balance of $305,193 and is sufficient to support the replacement of the failing storm drain pipes. Additional funding of $675,000 was included in the 2021-23 Financial Plan and will be available after July 1, 2022 to support other storm drain replacement projects. Project construction would not begin until after July 1st when FY 2022-23 funding has been appropriated to the above project accounts. Project Account (91639) Sewer Fund Undesignated Capital (602-9501-71501) Storm Drains Annual Asset Maintenance Account (90742) Sewer Fund Sewer Fund General Fund Construction Estimate $738,000 $342,000 $70,000 $1,150,000 Contingencies $109,400 $58,000 $13,000 $180,400 Total Construction Estimate $847,400 $400,000 $83,000 $1,330,400 Materials Testing $5,000 $0 $0 $5,000 Printing & Advertising $570 $0 $0 $570 Total Project Estimate $852,970 $400,000 $83,000 $1,335,970 Available Project Balance $352,970 $952,056 $305,193 $1,610,219 FY 2022-23 Additional Funding on 7/1/2022 $500,000 $0 $675,000 $1,175,000 Total Available Balance $852,970 $952,056 $980,193 $2,785,219 Remaining Balance $0 $552,056 $897,193 $1,449,249 Project Total Costs ESTIMATED PROJECT COST BY FUNDING SOURCES Chorro/Murray/Meinecke Sewer Replacement Project, Specification No. 91639 Page 19 of 1284 Item 5c ALTERNATIVES Deny or defer approval to advertise. The City Council may choose to deny or defer the approval to advertise this project. Staff does not recommend this option, as the sewer mains included in this project continue to deteriorate and pose a high risk of catastrophic failure, requiring expensive repairs. ATTACHMENTS A - Project Plans (91639) B - Project Specifications (91639) C - Project Vicinity Map (91639) Page 20 of 1284 CHORRO/MURRAY/MEINECKESEWER REPLACEMENTPROJECTSPECIFICATION NO.DATE SHEETMARCH 202291639FILE NO./LOCATIONPROJECT LOCATIONsan luis obispo county, californiaindex to planssheet no. description123456COVER SHEETMEINECKE AVENUECHORRO STREETMURRAY AVENUEMURRAY AVENUEMURRAY EASEMENTReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Editionofof61DEAD OR UNUSED SEWER LATERAL, VERIFYCONDITION. ABANDON IN PLACE IF DEAD,UNUSED, OR CAPPED.IN SERVICE SEWER LATERAL. CONNECT SEWERLATERALS PER ENG. STD. 6810.(E) STORM DRAIN(E) SEWER(E) WATER(E) GAS(E) OIL(E) TELEPHONE(E) FIBER OPTICABANDONED SEWERABANDONED WATERDUDUSSSSSDSDSSSSWWGGOOTTFOFOASASAWAWTHE BASIS OF BEARINGS AND COORDINATES FOR THIS SURVEY ARE BASED ON THECALIFORNIA COORDINATE SYSTEM NAD83, CALIFORNIA ZONE 5, US SURVEY FEET, ASDETERMINED BY GPS OBSERVATIONS ON POINTS 8038 AND 8037 AS SHOWN ON THECITY OF SAN LUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY 2007) BEINGN26°05'11"W.THE ELEVATIONS SHOWN HEREON ARE NAVD88 AS DETERMINED BY MEASUREMENTSON POINT 151 AS SHOWN ON THE CITY OF SAN LUIS OBISPO "BENCHMARK SYSTEM"(JUNE 2019) HAVING PUBLISHED ELEVATION OF 259.52'.APPROVED BYBrian A. Nelson, City Engineer R.C.E. C79870 Approved DateSIZE & INVSIZE & INVSEWER MANHOLE FLOW DIAGRAM SCHEMATIC.TROUGH VARIES WITH PIPE LAYOUT. ARROWSINDICATE FLOW DIRECTION.1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT"UNDERGROUND SERVICE ALERT U.S.A." TOLL FREE AT 1-800-227-2600 FORTY-EIGHT (48)HOURS PRIOR TO START OF CONSTRUCTION, FOR LOCATION OF POWER, TELEPHONE, OILAND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSOCONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER,DRAINAGE OR UNDERGROUND FACILITIES.2. THE CONTRACTOR SHALL POSSESS A CLASS "A" OR "C-34" LICENSE AT THE TIME OF BIDOPENING.3. CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL CROSSINGS PRIOR TO LAYINGPIPE SO THAT PIPE ALIGNMENT AND GRADE CAN BE ADJUSTED AS NEEDED.4. TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED INACCORDANCE WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACEMONUMENT AND WELL PER ENG. STD. 9020.5. THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERSDISTURBED DURING CONSTRUCTION. ALL PAVEMENT STRIPES AND MARKINGS WITHIN 5FEET OF THE DISTURBED AREA MUST BE REPLACED. ALL STRIPING IS PER STATESTANDARD PLANS AND PER PER ENGINEERING STANDARD SPECIFICATION 84-1.01A.6. SEWER MAIN WITH LESS THAN 1% SLOPE MUST BE INSTALLED WITH FLOAT ROCK ASBEDDING AND INITIAL BACKFILL. SEE ENG. STD. 6020, NOTE 10 FOR ADDITIONALREQUIREMENTS.7. CONNECT EXISTING VCP SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB ANDSTRONG BACK RC COUPLINGS.8. CONNECT EXISTING HDPE SEWER MAIN TO NEW MANHOLE WITH 3 FOOT HDPE STUB ANDFUSED COUPLINGS OR BUTT FUSION.9. CONNECT EXISTING PVC SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB AND PVCCOUPLINGS.10. ALL PVC AND HDPE PIPE CONNECTIONS MUST BE MADE WITH POLY-CAM SERIES 731COUPLINGS OR APPROVED EQUAL.11. ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYINGALL PIPE LENGTHS.12. APPROXIMATE LOCATION OF LATERALS ARE SHOWN ON PLANS. LOCATING LATERALS ISTHE RESPONSIBILITY OF THE CONTRACTOR AND ANY DAMAGE TO A LATERAL MUST BEREPAIRED IMMEDIATELY AND AT NO COST TO THE CITY.13. NOT ALL IMPROVEMENTS WITHIN PRIVATE PROPERTIES ARE SHOWN. UPON COMPLETIONOF WORK WITHIN PRIVATE PROPERTIES, THE CONTRACTOR MUST RESTORE PRIVATEPROPERTY IMPROVEMENTS TO THE SAME CONDITION BEFORE THE START OFCONSTRUCTION.14. WHERE TRIMMING OF EXISTING VEGETATION IS REQUIRED DURING CONSTRUCTION IT MUSTBE DONE IN A MANNER TO REMOVE THE MINIMUM POSSIBLE AMOUNT OF VEGETATION ANDLEAVE THE REMAINING IN AN ATTRACTIVE CONDITION. CONTRACTOR TO HIRE CERTIFIEDARBORIST FOR TREE TRIMMING TO ALLOW NECESSARY EQUIPMENT CLEARANCE. NOTIFYTHE ENGINEER IN ADVANCE OF THE WORK. REFER TO CITY STANDARD SPECIFICATIONSSECTION 77-1.03A(2) FOR ADDITIONAL REQUIREMENTS.Page 21 of 1284 FOFOFOFOFOFOFOSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSS SS SS GGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWFOFOFOFOFOFOFOGGGGWWWWWWWWWWWWWWWWWWWWWWWWWWFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSSSSSSSSSSSSSS SS SS SSSSSSSSSSWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGFOFOFOFOFOFOFOFOFOGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGSDSDSD+1000+1100+1200+1300+1400(E) 8" VCP SEWER(E) 6" CI WATER(E) 2" GAS(E) AT&T DUCT BANKMEINECKE AVECHORRO STSTA 12+45.00(N) SSMH J06-68RIM = 238.32'STA 10+12.00(N) SSMH 03RIM = 260.55'(N) 234' - 8" HDPE SEWERSTA 13+59.42(N) SSMH J06-69RIM = 237.32'(N) 114' - 8" HDPE SEWER(E) 8" VCP SEWER4" WATERSERVICE VAULT(E) 8" CONCRETE PIPE(E) FIRESERVICE VAULTREMOVE(E) SSMHREMOVE AND REPLACESSMH J06-69PER ENG. STD. 6610(N) 8" IN 230.90(N) 8" OUT 230.80(E) 8" IN 230.9017'14'7'38'11'14'13'(N) 313' - 8" HDPE SEWER(E) AT&T DUCT BANK(E) 14" CI WATER(E) 3" GAS(E) 14" CI WATER(E) 3" GAS(E) 6" CI WATER(E) 2" GAS(E) AT&T DUCT BANK(N) SSMH J06-68PER ENG. STD. 6610(N) 8" OUT 231.47(N) 8" IN 231.57(N) SSMH 03PER ENG. STD. 6610(N) 8" IN 254.00(N) 8" OUT 254.10(E) 8" CI WATER(E) 8" CI WATER(E) 2" GAS(E) 18" RCP(E) 14" DIP23023524024525025526026523023524024525025526026510+00 10+25 10+50 10+75 11+00 11+25 11+50 11+75 12+00 12+25 12+50 12+75 13+00 13+25 13+50 13+75 14+00 14+25 14+50(N) 114' - 8" HDPE SEWER, S = 0.50%BY OPEN TRENCHINGREMOVE 36' - 8" VCP SEWER(E) 8" VCP SEWER, S = 0.5%(N) 234' - 8" HDPE SEWER, S = 9.63%BY OPEN TRENCHINGSTA. 13+59.42(N) SSMH J06-69RIM = 237.32'8" IN 230.90' (W)8" OUT 230.80' (E)8" OUT 230.90' (N)STA. 10+12.00(N) SSMH 03RIM = 260.55'8" IN 254.10' (S)8" OUT 254.00' (E)STA. 12+45.00(N) SSMH J06-68RIM = 238.32'8" IN 231.57' (W)8" OUT 231.47' (E)(E) 4" WATERSERVICE(E) 6" FIRESERVICE(E) 14" DIPSTORMDRAIN(E) GRADEOVER PIPE6" MIN.(E) AT&TDUCT BANK1.0'MIN.CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNCHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECTHNMHBNAPRIL 2022916396APPROVED: MAY XX, 2022CIVILNo. C 84733HAI-LONG Q. NGUY E NMEINECKE AVENUE2HORIZ1" = 20'VERT 1" = 4'SEE SHEET 30SCALE IN FEET20 40Page 22 of 1284 FOFOFOFOFOFOFOFOFOFO SS AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOG G G G G G G G G G G G G G G G G T T T T T T T T T T T T T T T T T T FO FO FO FO FO FO FO SS SS DSDSSSSSWW W WW W WW W WW W WW W WWW W WW G G GGG GGG GGG G G G G G G G G G G G G G G G G GGGGGGFOFO+2000+2100+2200+2300+2400+2500(E) 14" CI WATER(E) 3" GAS(E) 8" CI WATER (E) 4" GAS(E) AT&T DUCT BANK(N) 266' - 8" HDPE SEWERSTA 22+50.00(N) SSMH 04RIM = 265.18'CHORRO STMURRAY AVE (N) 313' - 8" HDPE SEWER(E) AT&T DUCT BANK(E) 14" CI WATER(E) 3" GAS(E) AT&T DUCT BANK (N) SSMH 03PER ENG. STD. 6610(N) 8" IN 254.00(N) 8" OUT 254.10STA 25+62.68(N) SSMH 03RIM = 260.55'STA 19+84.20(N) SSMH 05RIM = 248.63'(N) 234' - 8" HDPE SEWER (N) 249' - 8" HDPE SEWER ABANDONED 4" STEEL WAT (E) 8" CI WATER (E) 4" GAS ABANDONED 4" STEEL WATER (E) TELEPHONE(E) TELEPHONE (N) SSMH 04PER ENG. STD. 6610(N) 8" OUT 259.50(N) 8" OUT 259.50(N) SSMH 05PER ENG. STD. 6610(N) 8" OUT 242.00(N) 8" IN 242.1015'16'43.5'43.5'12.5'15'16'9'12.5'MEINECKE AVE 24024525025526026527027519+80 20+00 20+25 20+50 20+75 21+00 21+25 21+50 21+75 22+00 22+25 22+50 22+75 23+00 23+25 23+50 23+75 24+00 24+25 24+50 24+75 25+00 25+25 25+50 25+7STA. 19+84.20(N) SSMH 05RIM = 248.63'8" IN 242.10' (N)8" OUT 242.00' (E)STA. 22+50.00(N) SSMH 04RIM = 265.18'8" OUT 259.50' (S)8" OUT 259.50' (N)(N) 266' - 8" HDPE SEWER, S = 6.55%BY OPEN TRENCHING(N) 313' - 8" HDPE SEWER, S = 1.73%BY OPEN TRENCHINGSTA. 25+62.68(N) SSMH 03RIM = 260.55'8" IN 254.10' (S)8" OUT 254.00' (E)(E) AT&TDUCT BANK(E) 8" CI WATER(E) 4" GAS(E) TELEPHONE1.0'MIN.(E) GRADEOVER PIPE6" MIN.CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNCHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECTHNMHBNAPRIL 2022916396APPROVED: MAY XX, 2022CIVILNo. C 84733HAI-LONG Q. NGUY E NCHORRO STREET3SEE SHEET 2SEE SHEET 40SCALE IN FEET20 40HORIZ1" = 20'VERT 1" = 4'Page 23 of 1284 SSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSSSSSSSSSSSSSSAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWWWFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTSSSSDSDSSSSSDSDSWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGSDSDGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG+3000+3100+3200+3300+34(E) 14" CI WATER(E) 3" GAS(E) 8" CI WATER(E) 4" GAS(E) AT&T DUCT BANKMURRAY AVE(N) 266' - 8" HDPE SEWERSTA 19+84.20(N) SSMH 05RIM = 248.63'STA 32+59.99(N) SSMH 06RIM = 232.28'(N) 81' - 8" HDPE SEWERSTA 33+42.75(N) SSMH 07RIM = 229.47'CHORRO ST(N) 134' - 8" HDPE SEWER(N) 249' - 8" HDPE SEWERABANDONED 4" STEEL WATER(E) 8" CI WATER(E) 4" GASABANDONED 4" STEEL WATER(E) TELEPHONE(E) TELEPHONE(E) 6" VCP SEWER6'14'6'14'(N) SSMH 05PER ENG. STD. 6610(N) 8" OUT 242.00(N) 8" IN 242.10(N) SSMH 06PER ENG. STD. 6610(N) 8" OUT 225.86(N) 8" IN 225.96(E) 8" PVC(N) SSMH 07PER ENG. STD. 6610WITH PREFABRICATEDFLAT TOP(N) 8" IN 225.57(N) 8" IN 225.57(N) 8" OUT 225.47(E) 6" IN 226.90(E) 2' DRAINAGEEASEMENT(E) 2' SEWEREASEMENT(E) 2' DRAINAGEEASEMENTREMOVE (E) 12" CMPINSTALL (N) 12" DIP (20 LF)1 SACK SLURRY TRENCH BACKFILL(E) 12" CMP (E) 12" CMPREMOVE (E) SSMH J07-24REPAIR CONNECTION WITH 6" PVCAND STRONG BACK RC COUPLINGSPROTECT (E)DRIVEWAY2'19'5'12(N) 12" DIP (19 LF)1 SACK SLURRYTRENCH BACKFILLPROTECT (E)WALKWAY29'440.6%1.0%3TC 229.35FL 229.00INV 227.00TC/FL 229.21INV 227.00RIM 230.00INV 227.00FL 229.70FL 229.17(E) 8' SEWEREASEMENT4'4' PAVEOUT(N) 249' - 8" HDPE SEWER, S = 6.47%BY OPEN TRENCHING(N) 81' - 8" HDPE SEWER, S = 0.35%BY OPEN TRENCHING(N) 402' - 8" HDPE SEWER, S = 0.35%BY OPEN TRENCHINGSTA. 33+42.75(N) SSMH 07RIM = 229.47'8" IN 225.57' (W)8" IN 225.57' (E)6" IN 226.90' (N)8" OUT 225.47' (S)STA. 32+59.99(N) SSMH 06RIM = 232.28'8" IN 225.96' (W)8" OUT 225.86' (E)STA. 10+11.89(N) SSMH 05RIM = 248.63'8" IN 242.10' (N)8" OUT 242.00' (E)(N) 12" DIP(E) AT&TDUCT BANK(E) GRADEOVER PIPE6" MIN.6" MIN.22523023524024525025522523023524024525025529+75 30+00 30+25 30+50 30+75 31+00 31+25 31+50 31+75 32+00 32+25 32+50 32+75 33+00 33+25 33+50 33+75 34+00CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNCHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECTHNMHBNAPRIL 2022916396APPROVED: MAY XX, 2022CIVILNo. C 84733HAI-LONG Q. NGUY E NMURRAY AVENUE4MATCHLINE - STA. 34+00.00: SEE SHEET 50SCALE IN FEET20 40SEE SHEET 3MATCHLINE - STA. 34+00.00: SEE SHEET 5SEE SHEET 6HORIZ1" = 20'VERT 1" = 4'CONSTRUCTION NOTES1CONNECT TO (E) STORMDRAIN STRUCTURE PER ENG. STD. 3540REMOVE EXSTING DRAINAGE INLET. INSTALL (N) 3'X2' CATCH BASIN PER CALTRANS STANDARDD72B (TYPE G1). FRAME AND GRATE PER CALTRANS STANDARD D77B (TYPE 24-10S).TC/FL = 229.21, INV = 227.00 (N/S/E)INSTALL (N) 3'X2' CATCH BASIN PER CALTRANS STANDARD D72B (TYPE G3). FRAME AND GRATEPER CALTRANS STANDARD D77B (TYPE 24-10S).TC = 229.35, FL = 229.00, INV = 227.00 (W)CURB AND GUTTER PER CITY ENG. STD. 4030.324Page 24 of 1284 W W W W W W WW W SDSDSDSDSDSDAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWSS SS SS SS SS SS SS SS SS SS GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTT T T T T T T T T T T T T T WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWSDGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG+00+3500+3600+3700+3800SANTA RO S A (N) 402' - 8" HDPE SEWERSTA 37+48.50(N) SSMH 08RIM = 234.13'MURRAY AVE6'14'6'14'(E) 8" CI WATER(E) 4" GASABANDONED 4" STEEL WATER(E) TELEPHONE(E) 10" CI W A T E R (E) 10" VCP S E W E R (E) TELEPH O N E (N) SSMH 08PER ENG. STD. 6610(N) 8" IN 226.99(E) TRAFFIC LOOPSTA. 37+48.50(N) SSMH 08RIM = 234.13'8" OUT 226.99' (W)(N) 402' - 8" HDPE SEWER, S = 0.35%BY OPEN TRENCHING22523023524024525025522523023524024525025534+00 34+25 34+50 34+75 35+00 35+25 35+50 35+75 36+00 36+25 36+50 36+75 37+00 37+25 37+50 37+75 38+00CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNCHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECTHNMHBNAPRIL 2022916396APPROVED: MAY XX, 2022CIVILNo. C 84733HAI-LONG Q. NGUY E NMURRAY AVENUE5MATCHLINE - STA. 34+00.00: SEE SHEET 4MATCHLINE - STA. 34+00.00: SEE SHEET 40SCALE IN FEET20 40HORIZ1" = 20'VERT 1" = 4'Page 25 of 1284 22022523023524022022523023524039+50 39+75 40+00 40+25 40+50 40+75 41+00 41+25 41+50 41+75 42+00 42+25 42+50 42+75 43+00 43+25 43+50STA. 39+83.66(N) SSCO J07-52RIM = 225.35'6" OUT 221.68' (E)(N) 16' - 6" HDPE SEWER, S = 0.50%BY OPEN TRENCHINGREMOVE (E) 6" VCP SEWERSTA. 40+00.00(N) SSMH J07-53RIM = 225.40'8" IN 221.60' (N)6" IN 221.60' (W)6" OUT 221.50' (E)(N) 144' - 8" HDPE SEWER, S = 2.12%BY PIPE BURSTINGTHROUGH EXISTING 6" VCP SEWERSTA. 41+46.07(N) SSMH J07-36RIM = 228.00'8" IN 224.80' (W)8" IN 224.80' (E)8" OUT 224.70' (S)(N) 20' - 8" HDPE SEWER, S = 0.36%BY OPEN TRENCHINGREMOVE (E) 8" PVC SEWERSTA. 41+69.84(N) SSMH J07-34RIM = 228.00'8" IN 224.98' (N)8" IN 226.00' (W)8" OUT 224.88' (E)(N) 134' - 8" HDPE SEWER, S = 0.35%BY OPEN TRENCHINGREMOVE (E) 6" VCP SEWERSTA. 43+07.57(N) SSMH 07RIM = 229.47'8" IN 225.57' (W)8" IN 225.57' (E)6" IN 226.90' (N)8" OUT 225.47' (S)(E) 6" VCP SEWER, S = 0.7%(N) 14" DIP(E) GRADEOVER PIPE6"MIN.GGGGGGG G G GSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSD SDSDSDSDSDSDSDSDSDSSSSSSSSSSSD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SDSSSSSSAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAW W W W W W W W W W W W W W W W W W W G G G G G G G G G G G G G G G G G T T T T T T T T T T T T T T T T T SSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SSSS S SDSDSDSDSDSDDS DS SSSSSSSSSSSSSS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSWWWWWWWWWWWWWWWWWWWWGWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGG G G G SD SD GGGGGGGGGGGGGGGGGGGGGGGGGGGSSSSSTA 41+69.84(N) SSMH J07-34RIM = 228.00'STA 41+46.07(N) SSMH J07-36RIM = 228.00'STA 40+00.00(N) SSMH J07-53RIM = 225.40'STA 39+83.66(N) SSCO J07-52RIM = 225.35'(N) 144' - 8" HDPE SEWER(N) 134' - 8" HDPE SEWER(N) 16' - 6" HDPE SEWER(N) 20' - 8" HDPE SEWERRESET (E) PAVERS(E) 8" CI WATER(E) 6" VCP SEWER(N) 81' - 8" HDPE SEWER(N) 402' - 8" HDPE SEWERABANDONED 6" AC WATER(E) 4" GAS(E)TELEPHONE(E) 6" AC WATER(E) 2" GAS(E) 22"x13" CMP(E) 6" VCP SEWER(E) 6" AC WATER(E) 2" GASREMOVE (E) 22"x13" CMP AND INSTALL (N) 14" DIP (100 LF)MURRAY AVEWEST ST(E) 8" PVCSTA 33+42.75(N) SSMH 07RIM = 229.47'(N) SSMH 07PER ENG. STD. 6610WITH PREFABRICATEDFLAT TOP(E) 6" IN 226.90(N) 8" OUT 225.47(N) 8" IN 225.57(N) 8" IN 225.57(N) 8" IN 224.98(N) 8" OUT 224.88(N) 8" IN 226.00REMOVE & REPLACESSMH J07-36PER ENG. STD. 6610WITH PREFABRICATED FLAT TOP& POLYMER FRAME AND COVER(N) 8" OUT 224.70(E) 8" IN 224.80(E) 8" IN 224.80(E) 8" VCP SEWER(E) 8" PVC SEWERREMOVE (E)SSMH J07-42REMOVE (E) SSMH J07-36BACFILL WITH 1-SACK SLURRYCONNECT TO NEW MANHOLEWITH 8" PVCREMOVE & REPLACE SSMH J07-53PER ENG. STD. 6610(E) 6" IN 221.50(N) 8" IN 221.60(N) 6" IN 221.60REMOVE AND REPLACESSCO J07-52PER ENG. STD. 6710(N) 6" OUT 221.68(N) 6" IN 221.60(E) 2' DRAINAGEEASEMENT(E) SEWEREASEMENT(E) 5' DRAINAGEEASEMENT(N) 12" DIP(E) 12" CMP(E) 12" CMPREMOVE & REPLACESSMH J07-34PER ENG. STD. 6610WITH PREFABRICATED FLAT TOP& POLYMER FRAME AND COVER+4100+4200+4300REMOVE (E)SEWER MAIN111 SACK SLURRY TRENCH BACKFILL(E) 2" GAS(E) 6" HDPE SEWER(E) 6" AC WATERFL 225.28INV 223.35RIM 223.50INV 220.50(E) 22"x13" CMPWEST CTCITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNCHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECTHNMHBNAPRIL 2022916396APPROVED: MAY XX, 2022CIVILNo. C 84733HAI-LONG Q. NGUY E NMURRAY EASEMENT6SEE SHEET 4SEE SHEET 50SCALE IN FEET20 40HORIZ1" = 20'VERT 1" = 4'CONSTRUCTION NOTES1CONNECT TO (E) STORMDRAIN STRUCTURE PER ENG. STD. 3540Page 26 of 1284 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Chorro/Murray/Meinecke Sewer Replacement Project Specification No. 91639 May 2022 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 27 of 1284 Chorro/Murray/Meinecke Sewer Replacement Project Specification No. 91639 Approval Date: May 17, 2022 Hai Nguyen May xx, 2022 Brian Nelson May xx, 2022 Page 28 of 1284 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I  BID SUBMISSION ...................................................................................................................................... I  BID DOCUMENTS .................................................................................................................................... II  PROJECT INFORMATION........................................................................................................................ II  QUALIFICATIONS .................................................................................................................................... III  AWARD .................................................................................................................................................... IV  ACCOMMODATION .................................................................................................................................. V  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR CHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECT, SPECIFICATION NO. 91639 .................................................................................................................... A  LIST OF SUBCONTRACTORS ................................................................................................................ C  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D  LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D  NON-COLLUSION DECLARATION .......................................................................................................... F  BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G  QUALIFICATIONS .................................................................................................................................... H  ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I  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  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 3   DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3  77 LOCAL INFRASTRUCTURE ............................................................................................................ 3  DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 4   84 MARKINGS ....................................................................................................................................... 4  DIVISION XIII APPENDICES .................................................................................................................... 5  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  APPENDIX B – CALTRANS ENCROACHMENT PERMIT .............................................. 3  APPENDIX C – GEOTECHNICAL REPORTS ................................................................ 4  APPENDIX D – POLYMER FRAME AND COVER ......................................................... 5  Page 29 of 1284 NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, San Luis Obispo California, 93401 until 11:00 a.m. on July XX, 2022 at which time they will be publicly opened and read aloud. Public bid opening may be accessed via Microsoft Teams video conference and conference call. In person attendance will be permitted. Attendees are encouraged to wear face masks and practice social distancing. Use the following link: https://teams.microsoft.com/l/meetup- join/19%3ameeting_MDlhNTZmOGQtYzZkMS00OWIxLTg3ZjktNWIxM2M5NjIwODNj% 40thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9- 330dcb148164%22%2c%22Oid%22%3a%22a8add278-38fa-47c3-8727- acd5a57b58ec%22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 221 315 81# Submit bid in a sealed envelope plainly marked: Chorro/Murray/Meinecke Sewer Replacement Project, Specification No. 91639 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Page 30 of 1284 NOTICE TO BIDDERS NOTICE TO BIDDERS ii 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 No printed copies are available for purchase at the City office. 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. Questions must be submitted through BidSync so that it is available to the public. Contact the project manager, Hai Nguyen at 805-781-7108 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 the replacement of existing sewerlines by open trenching and pipe bursting. Page 31 of 1284 NOTICE TO BIDDERS NOTICE TO BIDDERS iii The project estimated construction cost is $1,150,000 Contract time is established as 50 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. QUALIFICATIONS You must possess a valid Class A or C34 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. Provide two referenced projects completed as the prime contractor and one referenced project 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. All referenced projects must be for underground pipeline projects constructed in Public Roadways under contract with a City, County, State or Federal government agency. All referenced projects must have installed a minimum of 1,500 linear feet of sewerline by open trenching including sewer lateral connections. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible Page 32 of 1284 NOTICE TO BIDDERS NOTICE TO BIDDERS iv 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. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. Page 33 of 1284 NOTICE TO BIDDERS NOTICE TO BIDDERS v 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 34 of 1284 BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR CHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECT, SPECIFICATION NO. 91639 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 7 TRAFFIC CONTROL LS 1 -------------- 2 77 POTHOLING LS 1 -------------- 3 84 REPLACE TRAFFIC STRIPING &  MARKERS LS 1 -------------- 4 7 COMPLY WITH OSHA LS 1 -------------- 5 77 BYPASS PUMPING LS 1 -------------- 6 77 RESTORATION OF PRIVATE  PROPERTIES LS 1 -------------- 7* 19 ROCK EXCAVATION CY 100 8 77 INSTALL POLYMER FRAME AND  COVER EA 2 9 77 REMOVE EXISTING AND INSTALL  NEW CLEANOUT EA 1 10 77 INSTALL NEW 8" HPDPE  SEWERLINE BY PIPE BURSTING  LF 144 11 77 INSTALL NEW 8" HDPE  SEWERLINE BY OPEN  TRENCHING LF 1,813 Page 35 of 1284 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 12 77 INSTALL NEW 6" HDPE  SEWERLINE BY OPEN  TRENCHING LF 20 13 77 INSTALL NEW SEWER MANHOLE EA 11 14 77 REMOVE EXISTING MANHOLE EA 7 15 77 REMOVE EXISTING SEWER MAIN LF 216 16 77 CONNECT EXISTING SEWER  LATERALS TO NEW SEWERLINE EA 7 17* 73 REMOVE EXISTING AND RESET  PAVERS SQFT 500 18 14 COMPLY WITH CALTRANS  ENCROACHMENT PERMIT LS 1 -------------- 19 12 CHANGEABLE MESSAGE SIGN EA 2 20 77 REMOVE EXISTING AND INSTALL  NEW 12" DIP STORMDRAIN BY  OPEN TRENCHING LF 39 21 77 REMOVE EXISTING AND INSTALL  NEW 14" DIP STORMDRAIN BY  OPEN TRENCHING LF 100 22 77 INSTALL NEW 3'X2' CATCH  BASIN EA 2 23 77  CONNECT TO EXISTING  STORMDRAIN STRUCTURE PER  ENG. STD. 3540  EA  4  24 77 REMOVE EXSTING DRAINAGE  INLET EA  1  25 73  CURB AND GUTTER  LF  53  Bid Total $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. * Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. Page 36 of 1284 BID FORMS BID FORMS C 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. Page 37 of 1284 BID FORMS BID FORMS D PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is Page 38 of 1284 BID FORMS BID FORMS E 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 39 of 1284 BID FORMS BID FORMS F NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 40 of 1284 BID FORMS BID FORMS G 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 41 of 1284 BID FORMS BID FORMS H 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): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? 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): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? 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): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? 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 42 of 1284 BID FORMS BID FORMS I 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 43 of 1284 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. Chorro/Murray/Meinecke Sewer Replacement Project 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, Caltrans Encroachment Permit 3-1.18B Caltrans Encroachment Permit Compliance with Caltrans Encroachment permit and traffic control shall conform to the provisions of Section 12 “Temporary Traffic Control”, of the Standard Specifications and these Special Provisions. Page 44 of 1284 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 Measurement and Payment The lump sum contract price paid to comply with Caltrans Encroachment Permit shall include full compensation for furnishing all labor, materials, tools equipment, personnel, and for doing all the work involved to comply with all Caltrans encroachment permit requirements. The contract price shall also include the application fee of $820.00 for obtaining a double permit for Encroachment Permit 0520 NTK 0263. See Appendix B for additional information. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 7, 12, 14, 19, 73, 77 & 84 for general, material, construction, and payment specifics. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Unless otherwise approved by Caltrans and the Engineer, work within Caltrans Right of Way must be performed between the hours of 9:00 a.m. to 3:00 p.m (Monday through Thursday) and 9:00 a.m. to 2:00 p.m. Friday. Work within private property and easements are restricted to the working hours of Monday through Friday from 9:00 a.m. to 4:00 p.m. All other work must be completed during normal working hours of Monday through Friday 7:00 a.m. to 4:00 p.m. No full width street closures will be permitted. Traffic control plans should consider any lane closures based on the following list of priorities (in order of most desired to least desired option): 1. Restrict parking on one or both sides as necessary in order to maintain two-way traffic circulation with minimum 11’ travel lanes 2. Two-way circulation with flaggers and minimum 11’ travel lane Additionally, two (2) changeable message signs (CMS) must be installed and operational 1 week prior to the start of construction and be maintained throughout the duration of the project. Changeable message sign shall be programmed for two flashes with messages to be approved 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: Page 45 of 1284 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. DIVISION VIII MISCELLANEOUS CONSTRUCTION 77 LOCAL INFRASTRUCTURE Add to Section 77-1.03A(3) Groundwater Groundwater has been encountered onsite (See Geotechnical reports – Appendix C). Float rock may be substituted for initial backfill when ground water is present per Engineering Standard 6020. Full compensation for removing water or dewatering excavations and backfilling with float rock is included in the payment for other bid items unless a bid item of work is shown on the Bid Item List. Add to Section 77-1.03D Surface Restoration Geotechnical borings and potholing of existing utilities indicate the following asphalt sections: 1. Meinecke Ave – 5” AC through 8” AC 2. Chorro Street – 8” AC through 13” AC 3. Murray Ave – 3” AC through 8” AC 4. West Street – 6” AC through 8” AC Repair trench paving on Chorro and at the intersection of Chorro & Meinecke and Chorro & Murray must be repaired with 10 inches of AC. All other sections of Meinecke, Murray and West must be repaired with 6 inches of AC. Add to Section 77-3.03A(2) Pipe Bursting and Reaming All pipe bursting operations must be done by a Contractor with at least 5 years of pipe bursting experience. Fusion equipment must be operated only by technicians who have been certified by the pipe manufacturer or supplier. Provide 3 referenced projects for sewerline replacement work using pneumatic pipe bursting installation methods. Add to Section 77-3.02A(5) Sewer Lateral Pipe Sewer lateral wyes must be fused HDPE. All PVC and HDPE pipe connections must be made with POLY-CAM Series 731 transition couplings. All VCP and HDPE pipe Page 46 of 1284 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 connections must made with POLY-CAM Series 731 transition couplings and Strong Back RC couplings. Add to Section 77-3.03A(3) HDPE Pipe Joint HDPE pipes jointed by heat fusion welding must be internally debeaded prior to installation. Add to Section 77-3.03C Bypass Pumping The Contractor must provide for the flow of sewage around the section or sections of pipe designated for repair. Two pump trucks must be provided. Each pump truck must have a minimum tank capacity of 3,000 gallons. Add to Section 77-3.03D Manholes Polymer frame and cover per Appendix D or approved equal. Install concrete collar per Engineering Standard 6040. Replace Section 77-3.03E Sewer Laterals with: The Contractor must locate all existing sewer laterals and re-establish all live sewer lateral connections. All sewer lateral connections must be identified and located prior to pipe bursting a minimum of 7 days before bursting operations are scheduled. Contractor must test all laterals using dye testing to confirm which laterals are in service (active) and which are dead. Dead or unused sewer laterals must be abandoned per Engineering Standard 6050. No payment shall be made for laterals that are determined to be out of service. The Contractor must provide portable restrooms, one per lateral closed unless an agreement is reached between the Contractor and affected resident or business that a portable restroom is not necessary. All agreements must be in writing and a copy given to the Engineer. Portable restrooms must be placed at a location preferred by the affected resident or business, and they must be sanitized and cleaned as directed by the Engineer. All portable restrooms must be removed from the public right away or private property at the end of each working day. The Contractor must immediately notify residents after their active sewer laterals are opened. Laterals must be put back into service the same day they are taken out of service. The Contractor must notify affected residents and businesses a minimum of 7 calendar days prior to installation and give a 24-hour reminder prior to installation. The Contractor must state in the notification that the owner must not use the sewer system, length of time the sewer will be unavailable, the contact person, and that a portable restroom with a hand washing station will be provided for their use during construction. The notification must state that an ADA accessible restroom will be provided upon request. DIVISION IX TRAFFIC CONTROL DEVICES 84 MARKINGS Add to Section 84-2.03C Application of Stripes and Markings: Preformed thermoplastic is only allowed with the approval of the Engineer. Page 47 of 1284 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 DIVISION XIII APPENDICES 1. Appendix A - Form of Agreement 2. Appendix B – Caltrans Encroachment Permit 3. Appendix C - Geotechnical Reports 4. Appendix D – Polymer Frame and Cover Page 48 of 1284 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. Page 49 of 1284 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. 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 by agreement between the parties or by the findings of a court of competent jurisdiction. In Page 50 of 1284 APPENDIX APPENDIX 2 instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ Page 51 of 1284 APPENDIX APPENDIX 3 APPENDIX B – CALTRANS ENCROACHMENT PERMIT Page 52 of 1284 Copyright 2018 California Department of Transportation. All rights reserved. ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. 1. COUNTY San Luis Obispo 2. ROUTE Hwy 1 3. POST MILE SLO 17.221 & 17.108 4. ADDRESS OR STREET NAME Highway 1 at Meinecke and Murray 5. CITY San Luis Obispo 6. CROSS STREET (Distance and direction from project site) Meinecke and Murray 7. WORK TO BE PERFORMED BY APPLICANT CONTRACTOR 8. IS THIS APPLICATION FOR THE CONTRACTOR'S (DOUBLE) PERMIT? NO YES.If "YES", provide the Parent Permit Number 9. ESTIMATE START DATE 8/1/2022 10. ESTIMATED COMPLETION DATE 3/1/2023 11. ESTIMATED NUMBER OF WORKING DAYS WITHIN STATE HIGHWAY RIGHT-OF-WAY 0 12. ESTIMATED CONSTRUCTION COSTS WITHIN STATE HIGHWAY RIGHT-OF-WAY 0 13. HAS THE PROJECT BEEN REVIEWED BY ANOTHER CALTRANS BRANCH? NO YES. If "YES", which branch? 14. FUNDING SOURCE(S) FEDERAL STATE LOCAL PRIVATE SB 1 (ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017) 15. CALTRANS PROJECT CODE (ID)16. APPLICANT'S REFERENCE / UTILITY WORK ORDER NUMBER 91639 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR-0100 (REV 12/2018) Complete ALL fields, write "N/A" if not applicable. Type or print clearly. This application is not complete until all requirements have been approved. Permission is requested to encroach on the State Highway right-of-way as follows: FOR CALTRANS USE TRACKING NO. DIST/CO/RTE/PM SIMPLEX STAMP DATE OF SIMPLEX STAMP Page 1 of 4 17. DESCRIBE WORK TO BE DONE WITHIN STATE HIGHWAY RIGHT-OF-WAY (in 20 lines or less) Attach 6 complete sets of plans (folded to 8.5" x 11") and any applicable specifications, calculations, maps, traffic control plans, etc. The scope of work within the State R/W is traffic control heading into the work zone. Traffic control signs will be needed to be installed in the State's R/W to warn motorists of construction ahead along Santa Rosa (Highway 1) at Meinecke and Murray. 18 (a). PORTION OF STATE HIGHWAY RIGHT-OF-WAY WHERE WORK IS BEING PROPOSED (check all that apply) Traffic lane Shoulder Sidewalk Median At or near an intersection Mobile work Outside of the shoulder, feet from edge of pavement Other 18 (b). PROPOSED TRAFFIC CONTROL PLANS AND METHOD No traffic control needed State Standard Plans (T-Sheets) # Project specific Traffic Control Plans included To be submitted by contractor Page 53 of 1284 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR-0100 (REV 12/2018) TRACKING NO. Page 2 of 4 ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. 19. EXCAVATION MAX. DEPTH (in) N/A MIN. DEPTH (in) N/A AVG. WIDTH (in) N/A LENGTH (ft) N/A SURFACE TYPE (e.g. Asphalt, concrete, soil, etc.) N/A 20. PIPES PRODUCT BEING TRANSPORTED N/A CARRIER PIPE DIAMETER MATERIAL(in.) CASING PIPE DIAMETER MATERIAL(in.) PROPOSED INSTALLATION METHOD (e.g. HDD, Bore & Jack, Open Cut, etc.) N/A VOLTAGE / PSIG 21. IS A CITY, COUNTY OR OTHER PUBLIC AGENCY INVOLVED IN THE APPROVAL OF THIS PROJECT? DOES THE PROPOSED PROJECT INVOLVE THE REPLACEMENT AND/OR ABANDONMENT OF AN EXISTING FACILITY? NO YES.If "YES", provide a description YES (if "YES", check the type of project AND attach the environmental documentation and conditions of approval) NO (if "NO", check the category below which best describes the project AND answer questions A-K) COMMERCIAL DEVELOPMENT BUILDING GRADING OTHER CATEGORICALLY EXEMPT NEGATIVE DECLARATION ENVIRONMENTAL IMPACT REPORT OTHER DRIVEWAY OR ROAD APPROACH, RECONSTRUCTION, MAINTENANCE OR RESURFACING FENCE EROSION CONTROL PUBLIC UTILITY MODIFICATION, EXTENSIONS, HOOKUPS MAILBOX LANDSCAPING FLAGS, SIGNS, BANNERS, DECORATIONS, PARADES AND CELEBRATIONS OTHER The following questions must be answered when a City, County or other public agency IS NOT involved in the approval of this project. Your answers to these questions will assist Caltrans staff in identifying any physical, biological, social or economic resources that may be affected by your proposed project within State Highway right-of-way and to determine which type of environmental studies may be required to approve your application for an encroachment permit. It is the applicant's responsibility for the production of all required environmental documentation and supporting studies and in some cases this may be costly and time consuming. If possible, attach photographs of the location of the proposed project. Answer these questions to the best of your ability. Provide a description of any "YES" answers (type, name, number, etc.). A. Will any existing vegetation and/or landscaping within State Highway right-of-way be disturbed? B. Are there waterways (e.g. river, creek, pond, natural pool or dry streambed) adjacent to or within the limits of the proposed project? C. Is the proposed project located within five miles of the coast line? D. Will the proposed project generate construction noise levels greater than 86 decibels (dBA) (e.g. Jack-hammering, pile driving)? E. Will the proposed project incorporate land from a public park, recreation area or wildlife refuge open to the public? F. Are there any recreational trails or paths within the limits of the proposed project? G. Will the proposed project impact any structures, buildings, rail lines or bridges within State Highway right-of-way? H. Will the proposed project impact access to any businesses or residences? I. Will the proposed project impact any existing public utilities or public services? J. Will the proposed project impact any existing pedestrian facilities, such as sidewalks, crosswalks or overcrossings? K. Will new lighting be constructed within or adjacent to State Highway right-of-way? Page 54 of 1284 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR-0100 (REV 12/2018) TRACKING NO. Page 3 of 4 ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. 22. Will the proposed project cause a substantial change in the significance of a historical resource (45 years or older), or cultural resource?YES NO (if "YES", provide a description) 23. Will the proposed project be on an existing State Highway or street where the activity involves removal of a scenic resource? (e.g. A significant tree or stand of trees, a rock outcropping or a historic building)YES NO (if "YES", provide a description) 24. Is work being done on the applicant's property in addition to State Highway right-of-way?YES NO (If "YES", attach 6 complete sets of site and grading plans) 25. Will the proposed project require the disturbance of soil?YES NO If "YES", estimate the area of disturbed soil within State Highway right-of-way in acres: and estimate the area of disturbed soil outside State Highway right-of-way in acres: 26. Will the proposed project require dewatering?YES NO If "YES", estimate Total gallons AND gallons/month.(Total gallons) AND (gallons/month) SOURCE*:STORMWATER NON-STORMWATER (*See Caltrans SWMP for definition of non-storm water discharge: http://www.dot.ca.gov/env/stormwater/ ) 27. How will any storm water or ground water be disposed? Storm Drain System Combined Sewer / Stormwater System Stormwater Retention Basin N/A Other (explain) Page 55 of 1284 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR-0100 (REV 12/2018) TRACKING NO. Page 4 of 4 ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. READ THE FOLLOWING CLAUSES PRIOR TO SIGNING THIS ENCROACHMENT PERMIT APPLICATION. The applicant’s submission of this application to the California Department of Transportation constitutes the applicant’s agreement and representation that the work or other activity contemplated by the encroachment permit application shall comply with all applicable standards, specifications, policies, requirements, conditions, and regulations of the California Department of Transportation, and the applicant understands the application may be denied if there is non-compliance with any of the above. An exception process exists and may result in approval of a non-compliant encroachment, in the discretion of the California Department of Transportation, but the exception process may require additional time to complete. The applicant understands and agrees all work or other activity contemplated by the encroachment permit application is subject to inspection and oversight by the California Department of Transportation. The applicant understands and agrees encroachment permit fees must still be paid if an application is withdrawn or denied. The applicant understands a denial may be appealed, in accordance with California Streets and Highways Code, Section 671.5, and the related regulations found in California Code of Regulations, Title 21, Division 2, Chapter 8, Article 2. The applicant understands and agrees that immediately upon issuance of the encroachment permit the applicant is bound by, subject to, and must comply with the "Encroachment Permit General Provisions" (TR-0045), "Stormwater Special Provisions" (TR-0400) and any other applicable Special Provisions and Conditions of the encroachment permit. The "Encroachment Permit General Provisions" (TR-0045), and the Stormwater Special Provisions (TR-0400) are available at: http://www.dot.ca.gov/trafficops/ep/docs/Appendix_K_(WEB).pdf. If a paper copy is needed of the "Encroachment Permit General Provisions" (TR-0045) and/or "Stormwater Special Provisions" (TR-0400), please contact the District Office of Encroachment Permits. Their contact information is available at: http://www.dot.ca.gov/trafficops/ep/docs/ Appendix_G_(WEB).pdf. The "Encroachment Permit General Provisions" (TR-0045) and any other applicable Special Provisions and Conditions will be provided as part of the encroachment permit. Information about Stormwater requirements is available at the Internet address: http://www.dot.ca.gov/hq/construc/stormwater/. The applicant understands an encroachment permit may be denied, revoked, and/or a bond may be required, for non-payment of prior or present encroachment permit fees. An encroachment permit is not a property right and does not transfer with the property to a new owner. Each of the persons purporting to execute this application on behalf of the applicant and/or on behalf of the applicant’s authorized agent or engineer represents and warrants such person has full and complete legal authority to do so and to thereby bind applicant to the terms and conditions herein and to the terms and/or conditions of the encroachment permit. Applicant understands and agrees this application may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Executed copies of this application and/or its counterparts may be reproduced and/or exchanged by copy machine, mailing, facsimile, or electronic means (such as e-mail), and such copies shall be deemed to be effective as originals. 28. NAME OF APPLICANT (Project or Property Owner or Organization) HAI NGUYEN, ENGINEER, CITY OF SAN LUIS OBISPO ADDRESS OF APPLICANT (Include City, State and Zip Code) 919 PALM STREET, SAN LUIS OBISPO, CA 93401 E-MAIL ADDRESS HNGUYEN@SLOCITY.ORG PHONE NUMBER (805) 781-7108 FAX NUMBER 29. NAME OF AUTHORIZED AGENT / ENGINEER (A "Letter of Authorization" is required if different from #28) IS A LETTER OF AUTHORIZATION ATTACHED? YES NO ADDRESS OF AUTHORIZED AGENT / ENGINEER (Include City, State and Zip Code) E-MAIL ADDRESS PHONE NUMBER FAX NUMBER 30. NAME OF BILLING CONTACT (Same as #28 Same as #29 ) BILLING ADDRESS WHERE INVOICE(S) IS / ARE TO BE MAILED (Include City, State and Zip Code) E-MAIL ADDRESS PHONE NUMBER FAX NUMBER * I hereby certify under penalty of perjury under the laws of the State of California that the information in this application and any document submitted with or in support of this application are true and correct to the best of my knowledge and belief, and that copies of any documents submitted with or in support of this application are true and correct copies of unaltered original documents. I further understand that if I have provided information that is false, intentionally incomplete, or misleading I may be charged with a crime and subjected to fine or imprisonment, or both fine and imprisonment. (Penal Code Section 72) 31. SIGNATURE OF APPLICANT OR AUTHORIZED AGENT*32. PRINT OR TYPE NAME HAI NGUYEN 33. TITLE ENGINEER III 34. DATE 3/21/2022 Page 56 of 1284 APPENDIX APPENDIX 4 APPENDIX C – GEOTECHNICAL REPORTS Page 57 of 1284 Page 58 of 1284 Page 59 of 1284 Page 60 of 1284 Page 61 of 1284 Page 62 of 1284 Page 63 of 1284 APPENDIX APPENDIX 5 APPENDIX D – POLYMER FRAME AND COVER Page 64 of 1284 Page 65 of 1284 Page 66 of 1284 CHORRO/MURRAY/MEINECKE SEWER REPLACEMENT PROJECT 1 OF 1 0 SCALE IN FEET 800 PROJECT LOCATION N Page 67 of 1284 Page 68 of 1284