HomeMy WebLinkAboutItem 6i. Authorization to Advertise 2022 Pedestrian Crossing Improvements Project, Specification No. 1000069 Item 6i
Department: Public Works
Cost Center: 5010
For Agenda of: 7/19/2022
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Justin Wong, Transportation Planner/Engineer I
SUBJECT: AUTHORIZATION TO ADVERTISE 2022 PEDESTRIAN CROSSING
IMPROVEMENTS PROJECT, SPECIFICATION NO. 1000069
RECOMMENDATION
1. Approve the project plans and specifications for the 2022 Pedestrian Crossing
Improvements Project, Specification Number 1000069; and
2. Authorize staff to advertise for bids; and
3. Authorize the City Manager to award the Construction Contract pursuant to Section
3.24.190 of the Municipal Code for the bid total, if the lowest responsible bid is within
the publicly disclosed funding amount of $776,250; and
4. Authorize the City Engineer to approve Contract Change Orders up to the available
project budget.
POLICY CONTEXT
The 2022 Pedestrian Crossing Improvements Project directly supports several key City
plans, policies and goals. The project will construct pedestrian/bicycle crossing and
access enhancements at five key locations, which are identified as priority improvement
recommendations in the City’s 2021 Active Transportation Plan. The types of
improvements included in this project, such as Rectangular Rapid Flashing Beacon
(RRFB) systems, high-visibility crosswalks, and green bike lane markings, are best-
practice strategies that have been proven to reduce potential for injury and fatal collisions,
supporting the City’s Traffic Safety Program and Vision Zero goal to eliminate fatal
collisions citywide by 2030. These improvements also support the General Plan mode
share targets, the City’s Climate Action Plan for Community Recovery, and the current
Sustainable Transportation and Climate Action Major City Goal. The proposed
procurement process for construction of this project is consistent with the City’s current
Purchasing Policy.
REPORT-IN-BRIEF
In 2021 the Council adopted the City’s Active Transportation Plan (ATP), a blueprint
guiding policies, programs and infrastructure investments needed to improve walking and
bicycling in San Luis Obispo, which identifies a list of recommended active transportation
improvement projects.
Page 355 of 753
Item 6i
Priority is given to projects with the greatest potential to improve safety and increase
mode share for walking and bicycling. With the 2019-21 Financial Plan, Transportation
staff assembled a list and began planning and design for pedestrian and bicycle crossing
improvements at eight locations based on recommendations of the ATP, input from the
community and the Active Transportation Committee. Consistent with the adopted CIP
budget, and previous policy direction, staff is requesting that Council approve the project
plans and specifications and authorize advertisement of the following projects for
construction.
1. Johnson Avenue/Sydney Street – RRFB Crossing & 4-to-3 Lane Pilot Road Diet
2. South Street/King Street – RRFB Crossing
3. Islay Street/Broad Street – RRFB Crossing
4. Islay Street/Osos Street – RRFB Crossing
5. King Court Cul-De-Sac Bike Ramp Access to Meadow Park Pathways
DISCUSSION
Background
In 2021, the City adopted its first Active Transportation Plan (ATP), a blueprint guiding
policies, programs and infrastructure investments needed to improve access and safety
for people walking and bicycling in San Luis Obispo. The ATP identifies a list of
recommended active transportation improvement projects, with priority given to projects
with the greatest potential to improve safety and increase mode share for walking and
bicycling. Based on the project list established in the ATP, input from the publ ic and the
City’s Active Transportation Committee, the following locations were prioritized for
pedestrian/bicycle crossing and access improvements as part of this project:
1. Johnson Avenue/Sydney Street
2. South Street/King Street
3. Islay Street/Broad Street
4. Islay Street/Osos Street
5. King Court Cul-De-Sac Access to Meadow Park Pathways
6. Tank Farm Road/Poinsettia Street*
7. Ramona Drive/Foothill Shopping Center*
8. Monterey Street/Buena Vista Avenue*
Locations listed above with an asterisk (*) required no complex engineering design,
sidewalk/curb ramp work or roadway striping modifications; thus, improvements at these
locations have already been installed by City crews and are deemed substantially
complete. The remaining improvement locations, without an asterisk, required more
substantive physical improvements and design work. With this report, staff is requesting
authorization to advertise these improvements for construction , with final plans provided
for reference as Attachment A and project specifications provided as Attachment B.
Page 356 of 753
Item 6i
Rectangular Rapid Flashing Beacons
With exception of the King Court Cul-de-Sac (install bike ramp), the improvements
proposed for each of the locations listed above feature installation of a Rectangular Rapid
Flashing Beacon (RRFB) system. RRFBs are push-button flashing warning devices that
emit a vibrant amber flashing pattern to warn drivers that someone is entering the
crosswalk. RRFBs have been used successfully at several existing crossings in the city
(e.g. Marsh/Garden, Broad/Buchon, Marsh/Toro), are cost-effective at less than 1/10th the
cost of a traffic signal or pedestrian hybrid beacon system , and offer significant safety
benefits, with an average reduction in pedestrian collision rates of 47% according to the
Federal Highway Administration. A project vicinity map is provided in Figure 1, while
design details for each crossing improvement location are described further below.
Figure 1: Project Vicinity Map
Page 357 of 753
Item 6i
Figure 2: Example RRFB Install on Morro Street
Project Details
1. Johnson Avenue/Sydney Street Crossing
The initial design proposal for the Johnson/Sydney crossing included elimination of
the existing northbound left-turn lane to provide width for a large median refuge to
allow pedestrians to cross this four-lane road in two stages. However, staff received
comments from nearby residents expressing concern for elimination of this left -turn
movement and worry that this change would induce cut -through traffic and speeding
along parallel routes. For this reason, staff revised the designs to retain the existing
left-turn access. Further, the final design strategy now includes a phased approach to
improve safety and access not only at the Johnson/Sydney school crossing, but along
a larger segment of Johnson Avenue in the vicinity of this intersection, where City
Transportation Engineering and Traffic Enforcement staff receive ongoing co mplaints
from residents about illegal speeding, unsafe driving, and safety concerns for
bicyclists and pedestrians. The phased approach to these improvements is
summarized as follows:
Design Details: Phase 1 (2022)
a. A pilot “road diet” on the existing four-lane segment of Johnson Avenue between
Bishop Street and Laurel Lane. Proposed street layout would mirror existing
striping on Johnson south of Laurel Lane, resulting in one auto lane in each
direction, a continuous center turn lane, on-street parking on both sides, wide
buffered bike lanes, and additional width for a center median refuge at
Johnson/Sydney intersection.
b. ADA curb ramp upgrades at Johnson/Sydney intersection
c. Refresh hi-visibility ladder-style crosswalk and add advance yield pavement
markings
Page 358 of 753
Item 6i
d. Green bike lane markings crossing intersections
e. Advance pedestrian crossing warning signage
f. Remove existing “passive” school beacon system and replace with solar-powered
RRFB beacon system, with one beacon on each corner and one placed within the
center median for added visibility. Beacon push buttons located for pedestrians at
curb ramps and curbside on Sydney Street approaches for cyclists
g. Temporary center median refuge using “quick-build” materials during pilot road diet
(rubber curbs, flex posts, etc.)
Additional Context:
1. This crossing improves connectivity to Sinsheimer Elementary School and
Sinsheimer Park, Johnson Park, the YMCA, and improves access to the Railroad
Safety Trail and the future Flora-Fixilini Neighborhood Greenway.
2. Pilot road diet on Johnson Avenue would include temporary striping installed in
paint and monitored over the next year to identify any refinements needed to
improve operations and safety along this street segment before permanent striping
is installed as part of the planned 2023 Paving Project (see Phase 2 below).
3. Current and projected future traffic volumes along Johnson Avenue between
Bishop Street and Laurel Lane remain within the thresholds that can operate
acceptably with a three-lane road diet configuration (see Table 1 below).
4. Four-lane to three-lane road diets are a proven safety countermeasure to reduce
illegal speeding and improve road safety for all users, with average reductions in
collision rates from 19-47% according to the Federal Highway Administration.
Successful road diets have been deployed in recent years in the city along Laurel
Lane, South Street, and segments of Pismo Street.
5. It should be noted that the Johnson/Sydney intersection does not currently meet
minimum warrants for a Pedestrian Hybrid Beacon (PHB) or other control options
suggested by some residents, such as all-way stop control or full signalization.
Table 1: Johnson Avenue Traffic Volume Thresholds
Roadway Segment
Average Daily Traffic Volume
(ADT)
Volume
Threshold for
3-Lane Road
Diet3 Existing1 Projected
20402
Johnson (Bishop to Laurel) 15,200 19,300 <18,000 (Ideal)
25,000 (Max)
1. Existing traffic data collected in 2018, adjusted to 2020 levels based on
annual avg. growth rate.
2. 2040 traffic projections from SLO City Travel Demand Forecast Model
and reflect buildout of SLO City General Plan.
3. Source: Federal Highway Administration’s Road Diet Informational
Guide.
Page 359 of 753
Item 6i
Figure 3: Johnson Avenue Street Cross Sections
Details: Phase 2 (2023)
Johnson Avenue is included in the City’s planned roadway pavement maintenance
project in summer of 2023. Based on results of this pilot road diet, review of updated
traffic volume forecasts, and community input to be collected during outreach for
paving project, the three-lane road diet would made permanent. Permanent features
of Phase 2 include:
a. Installation of permanent striping and pavement markings
b. Upgrading temporary median refuge at Johnson/Sydney to concrete median.
Details: Phase 3 (Beyond 2023)
Staff will continue to monitor traffic conditions along Johnson Avenue, including
pedestrian crossing demand and driver behavior at Sydney/Johnson crossing. If future
volumes increase to the levels where four auto lanes are required, if pedestrian
volumes at this crossing increase significantly, or if driver yield rate s do not improve
with RRFB installation, staff will pursue funding options to upgrade RRFB crossing to
a full PHB system (approximately $400,000).
Johnson (Bishop to Laurel)
(EXISTING)
Johnson (Bishop to Laurel)
(PROPOSED)
Page 360 of 753
Item 6i
2. South Street/King Street
Design Details:
1. Hi-visibility ladder-style crosswalk and advance yield pavement markings
2. Advance pedestrian and bicycle crossing warning signage
3. Green bike lane markings crossing intersection
4. Solar-powered RRFB beacon system, with one beacon on each corner and one
placed within the center median for added visibility. Beacon push buttons located
for pedestrians at curb ramps and curbside on King Street approaches for cyclists .
Additional Context:
1. This crossing improves connectivity to Hawthorne Elementary School and
Meadow Park and addresses the most significant connectivity barrier along the
King-Nipomo Neighborhood Greenway—crossing the high-traffic South Street
corridor.
2. Kimberly Macias, an eight-year-old student, was tragically struck and killed
crossing this intersection in 2005 on Halloween night prior to Caltrans installing a
road diet and relinquishing control of South Street (Highway 227) to the City.
3. More than 30 pedestrians per hour currently attempt to cross the South/King
intersection during peak periods, mostly students and families traveling to
Hawthorne Elementary or Meadow Park.
4. City staff is actively pursuing grant funding opportunities through regional
(SLOCOG Local Betterments) and state (Caltrans Active Transportation Program)
programs for further upgrades at this intersection to convert the initial RRFB
crossing system to a Pedestrian Hybrid Beacon (PHB), similar to the recent
crossing upgrades at Foothill/Ferrini and Broad/Woodbridge. A PHB would cost an
additional $400,000 to construct and would likely require another two years for
design, PG&E coordination, delivery of signal equipment, and construction.
3 & 4. Islay Street/Broad Street & Islay Street/Osos Street
Design Details:
1. Hi-visibility ladder-style crosswalk and advance yield pavement markings
2. Advance pedestrian and bicycle crossing warning signage
3. Green bike lane markings crossing intersection
4. Solar-powered RRFB beacon system, with one beacon on each corner. Beacon
push buttons located for pedestrians at curb ramps and curbside on side street
approaches for cyclists.
5. ADA curb ramp upgrades and reconstruction and drainage improvements
Additional Context:
1. This crossing addresses the most significant connectivity barriers along the Islay
Neighborhood Greenway, crossing the high-traffic Broad Street and Osos Street
corridors.
2. Improves connectivity to King-Nipomo Neighborhood Greenway, Morro Street
Neighborhood Greenway, and future Toro Street Greenway.
Page 361 of 753
Item 6i
5. King Court Cul-de-Sac Access to Meadow Park Bikeways
Design Details:
1. Install bicycle access ramp at end of King Court cul-de-sac
Additional Context:
1. Provides bicycle access from King-Nipomo Greenway to Meadow Park shared-
use pathways, ultimately connecting with future Woodbridge-Corrida-Bridge
Neighborhood Greenway. Currently, cyclists must either ride on sidewalk or
dismount their bicycle and lift it up/down from sidewalk to access Meadow Park
from King Court.
2. Staff is currently seeking grant funding opportunities for Woodbridge -Corrida-
Bridge Neighborhood Greenway along with South/King PHB, which would
increase benefits of this connectivity improvement.
Previous Council or Advisory Body Action
In 2020, the City Council approved plans for the 2020 Roadway Sealing Project, which
included creation of the King-Nipomo and Islay Neighborhood Greenways. While not
included in the 2020 paving project, the previous paving project planning identified future
plans for bicycle/pedestrian crossing upgrades at South/King, Islay/Broad and Islay/Osos.
The City’s Active Transportation Committee (ATC) reviewed preliminary plans for this
pedestrian crossing improvements project in 2021, and 90% complete plans for the
project on March 17, 2022. Upon review of the 90% plans, the ATC approved a motion
supporting the project as currently designed, with the following comments for staff to
consider in completing the final plans:
1. Pursue implementation of the Johnson Avenue road diet between Bishop and
Laurel as soon as possible, ideally as part of 2022 Pedestrian Crossing
Improvements Project.
2. Request that staff pursue additional grant funding for construction of a PHB at the
South/King intersection as soon as possible.
As discussed previously in this report, pursuant to the ATC’s recommendations, the
Johnson Avenue road diet has been included in the final project plans as a pilot
installation, while staff is actively pursuing grant funding for a future PHB installation at
the South/King intersection.
Public Engagement
Numerous public engagement activities have been conducted for this project and are
summarized as follows:
1. As part of the 2020 Roadway Sealing project, outr each on pedestrian and bicycle
improvements for the King-Nipomo and Islay Neighborhood Greenways included
an in-person workshop at Emerson Park, project review by the ATC, and final
consideration and approval of the project at a City Council hearing.
Page 362 of 753
Item 6i
2. Significant outreach was conducted in developing the 2021 Active Transportation
Plan, including numerous public workshops, informal “pop -up” meetings on
weekends, online and direct-mail community surveys, a dozen ATC meetings, and
ultimately a City Council hearing for adoption of the final plan. The
Johnson/Sydney, Tank Farm Poinsettia and South/King intersections were some
of the most frequently requested crossing improvement needs voiced by
community members during this outreach.
3. Project-specific outreach included creation of a project website1, two ATC
meetings, a community workshop on walking and biking safety at Meadow Park,
focused outreach with Hawthorne Elementary School staff and PTA members, and
three phases of post card notifications and neighborho od posters distributed within
the vicinity of the Johnson/Sydney intersection.
The comments most frequently received from community members during outreach
activities for this project were:
1. Support for any form of crossing improvements at Johnson/Sydney and South/King
intersections and request for City to pursue further upgrades at these intersections,
such as full signalization or installation of PHB crossings when funding allows.
2. Desire to retain existing circulation and left-turn access to/from Sydney Street.
3. Support for further improvements to reduce illegal speeding and improve safety for
all road users along Johnson Avenue.
CONCURRENCE
This project has been reviewed and has concurrence from Public Works (Transportation
Manager, Active Transportation Manager, City Engineer), City Attorney’s Office, and
Finance Department. These improvements are also consistent with recommendations in
the City’s latest Annual Traffic Safety Report, which is developed in coordination with the
San Luis Obispo Police Department Traffic Enforcement Division.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to section 15301
of the CEQA Guidelines (Existing Facilities) since it involves work within existing public
streets, sidewalks, gutters and bicycle facilities, and involves construction of
transportation facilities that support reductions in vehicle miles traveled (VMT).
Additionally, the project improvements are consistent with the Land Use and Circulation
Element as well as the Active Transportation Plan, therefore consistent with the
environmental review of those documents. A Notice of Exemption will be filed through the
Community Development Department.
1 https://www.slocity.org/government/department-directory/public-works/programs-and-
services/transportation-planning-and-engineering/johnson-sydney
Page 363 of 753
Item 6i
FISCAL IMPACT
Budgeted: Yes Budget Year: 2022-23
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $178,327 $133,327 $45,000 $
LRM $566,368 $566,368 $0
TIF 154,501 $79,055 $75,446
Total $899,196 $778,750 $120,446 $
Funding was initially programmed in the City’s 2019-21 Financial Plan to initiate
development of improvements for the Tank Farm/Poinsettia and Johnson/Sydney
crossing locations, with additional funding appropriations added in the 2021-23 Financial
Plan and 2021-22 Mid-Year Budget Review to fully fund improvements at additional
crossing locations.
Several of the proposed pedestrian/bicycle crossing locations were identified as
recommended systematic safety improvements in the previous two publications of the
City’s Annual Traffic Safety Report; thus, the project funding includes use of Traffic Safety
Implementation account funds as well.
The table above shows the total project construction cost, contingency costs, and costs
for materials testing and printing of plans and specifications. As also shown in the table
above, there is adequate funding available to fund project construction from the current
project accounts:
Pedestrian
Crosswalk
Beacon on
Ramona
(1000161)
Pedestrian
Imp.at
Monterey &
Buena Vista
(1000160)
Traffic Safety
Implementati
on (91295)
General
Fund
Local
Revenue
Measure
General Fund
Local
Revenue
Measure
General
Fund
Local
Revenue
Measure
General
Fund
Local
Revenue
Measure
Traffic
Impact
Fee
Local
Revenue
Measure
Local
Revenue
Measure
Traffic
Impact Fee
Construction Estimate $98,029 $259,077 $0 $55,000 $35,000 $19,234 $298 $43,252 $34,634 $114,152 $658,676
Contingencies (15%)$5,801 $67,352 $44,421 $117,574
Total Construction Est.$98,029 $259,077 $0 $55,000 $35,000 $19,234 $298 $43,252 $34,634 $119,953 $67,352 $44,421 $776,250
Materials Testing $2,000 $2,000
Printing & Advertising $500 $500
Total Project Est.$98,029 $259,077 $0 $55,000 $35,000 $19,234 $298 $43,252 $34,634 $119,953 $69,852 $44,421 $778,750
Available Project Balance $98,029 $259,077 $45,000 $55,000 $35,000 $19,234 $298 $43,252 $34,634 $119,953 $69,852 $119,867 $899,196
Remaining Balance $0 $0 $45,000 $0 $0 $0 $0 $0 $0 $0 $0 $75,446 $120,446
Pedestrian
Crossing
Improvements
(1000069)Project
Total
Costs
ESTIMATED PROJECT COST BY FUNDING SOURCES
2022 Pedestrian Crossing Improvements, Specification No. 1000069
Active Transportation Plan
Implementation
(100502-01)
Bicycle Facility Improvements
(90572)
Transportation
Safety & Operations
(1000073)
Page 364 of 753
Item 6i
i. Pedestrian Crossing Improvements (No. 1000069)
ii. Active Transportation Plan Implementation (No. 1000502)
iii. Pedestrian Crosswalk Beacon on Ramona (No. 1000161)
iv. Pedestrian Safety Improvements on Monterey at Buena Vista (No. 1000160)
v. Bicycle Facility Improvements (No. 90572)
vi. Traffic Safety Implementation (No. 91295 & No. 1000073)
As also shown in the table above, a balance of $120,446 is projected to remain beyond
the funds needed to proceed with construction of the project. If construction bids come in
above the authorized project budget, staff would return to the Council to request use of
these funds or alternative funding sources to award the construction contract. Otherwise,
these remaining funds would be used to fund future active transportation improvements,
as prioritized based on ATC input, and future traffic safety improvements as guided by
the latest edition of the City’s Traffic Safety/Vision Zero Report.
ALTERNATIVES
Deny authorization to advertise. The City Council may choose not to authorize project
advertisement. Staff does not recommend this alternative, as this would delay high -
priority projects intended to improve accessibility and safety for people walking and
bicycling.
ATTACHMENTS
A – Project Plans (Spec. No. 1000069)
B – Project Specifications (Spec. No. 1000069)
Page 365 of 753
Page 366 of 753
VERTICAL CONTROL BENCH MARK NO. 88 WITH AN ELEVATION OF 214.02' AS PUBLISHED IN THE CITYOF SAN LUIS OBISPO 2019 BENCH MARK SYSTEM. CITY'S BENCH MARK SYSTEM IS BASED ON THENORTH AMERICAN VERTICAL DATUM OF NAVD88.DESCRIPTION: L&T AT THE B.C.R. AT THE S.E.C. OF BROAD & ISLAYbench mark:THE COORDINATES AND BEARINGS SHOWN HEREON ARE BASED UPON THE CALIFORNIACOORDINATE SYSTEM OF 1983, CCS83, ZONE 5 0405, (1991.35) IN ACCORDANCE WITH THECALIFORNIA PUBLIC RESOURCES CODE SECTIONS 8801-8819; SAID COORDINATES AND BEARINGSARE BASED LOCALLY UPON FIELD-OBSERVED TIE TO THE FOLLOWING CITY OF SAN LUIS OBISPOHORIZONTAL CONTROL NETWORK POINT #8067:TO OBTAIN GROUND DISTANCES AND GEODETIC NORTH, MULTIPLY GRID DISTANCES (DISTANCESSHOWN HEREON) BY 0.9999598 AND ROTATE GRID BEARINGS COUNTERCLOCKWISE BY • •• • •• • •• • • •••••••••••••TO OBTAIN GEODETIC BEARINGS.basis of coordinates and bearings:THE BASIS OF BEARINGS FOR THIS SURVEY WAS TAKEN FROM BETWEEN FOUND CITY OF SAN LUISOBISPO HORIZONTAL CONTROL NETWORK MONUMENTS #8067. BEARING • • •• • •• • •• • ••••••••••••• PER CITY OFSAN LUIS OBISPO HORIZONTAL CONTROL NETWORK (INVERSED OF ABOVE COORDINATES).basis of bearings:NTITLE SHEETKING COURT - DEMOLITION PLANKING COURT - LAYOUTKING COURT - CONSTRUCTION DETAILSBROAD & ISLAY - DEMOLITION PLANBROAD & ISLAY - LAYOUTBROAD & ISLAY - CONSTRUCTION DETAILSKING & SOUTH - DEMOLITION PLANKING & SOUTH - LAYOUTKING & SOUTH - CONSTRUCTION DETAILSJOHNSON & SYDNEY - DEMOLITION PLANJOHNSON & SYDNEY - LAYOUTJOHNSON (BISHOP TO LAUREL) - LAYOUTJOHNSON & SYDNEY - CONSTRUCTION DETAILSBUENA VISTA & MONTEREY - LAYOUTOSOS & ISLAY - LAYOUTCITY OF SAN LUIS OBISPOPROJECT PLANS FOR CROSSING IMPROVEMENTSPROJECT LOCATION MAP1"=1000'120APPROVED BYSPECIFICATION NO.FILE NO./LOCATIONDATEOFSHEETReference Documents:City Standard Specifications - August 2020 EditionCity Engineering Standards - August 2020 Editionindex to planspagedescriptionsan luis obispo county, californiaBrian NelsonCity Engineer11209747_T00106/08/221234567-891011121314-171819201000069 (ALL SHEETS)2022 PEDESTRIAN202 INTERSECTION CROSSINGIMPROVEMENTST1DM1L1C1DM2L2C2-C3DM3L3C4DM4L4L5-L8C5L9L10sheet no.T11. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT"UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT(48) HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER, TELEPHONE, OILAND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITTEE 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 LICENSE AT THE TIME OF BID OPENING.3. ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH THESE PLANS, SPECIAL PROVISIONSPREPARED FOR THIS PROJECT, AND THE 2020 CITY OF SAN LUIS OBISPO STANDARDSPECIFICATIONS AND ENGINEERING STANDARDS, IN CONJUNCTION WITH THE STATE OFCALIFORNIA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS AND STANDARDPLANS, 2015 EDITION (UNREVISED).4. ANY EXISTING UTILITIES AND IMPROVEMENTS THAT BECOME DAMAGED DURING CONSTRUCTIONSHALL BE COMPLETELY RESTORED TO THE SATISFACTION OF THE ENGINEER AT THECONTRACTORS EXPENSE.5. LOCATION OF ALL SIGNS,STRIPING AND BEACON SYSTEMS TO BE APPROVED BY THE ENGINEERPRIOR TO INSTALLATION.6. EQUIPMENT SUBMITTAL FOR SIGNS AND RAPID RECTANGULAR FLASHING BEACON (RRFB)SYSTEM EQUIPMENT SHALL BE APPROVED BY THE ENGINEER PRIOR TO EQUIPMENTPROCUREMENT AND INSTALLATION.7. ALL STRIPING SHALL BE THERMOPLASTIC, UNLESS OTHERWISE NOTED.8. ALL PEDESTRIAN WARNING SIGNS TO BE FLOURESCENT YELLOW/GREEN.9. CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH RRFB SYSTEM VENDORREPRESENTATIVE AS NEEDED TO INSTALL AND CONFIGURE RRFB SYSTEM TO IT'S INTENDEDOPERATION.10. NEW SIGN POST INSTALLATIONS IN CONCRETE SIDEWALK TO BE CORED, NOT CHIPPED.general notes:PRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100% NORTHING(FT)STATIONEASTING(FT)ELEV.MAPPING ANGLE(GRID TO GEODETIC)COMBINATION FACTOR(GROUND TO GRID)80672294924.5695767088.026 0.9999598 976.0365.385ELLIP.HT.CITY MONUMENT #88KING COURTDM1L1C1BROAD & ISLAYDM2L2C2-C3OSOS & ISLAYL6JOHNSON & SYDNEYDM4L4C5-C6BUENA VISTA & MONTEREYL5KING & SOUTHDM3L3C4DDDDDDDDDPage 367 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONN:\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_DM001.dwg 6/8/2022 4:45:51 PMXXXX11209747_DM001.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%21" = 5'DEMOLITION PLAN - KING COURTECSECSDM1JHJDW01 inch = ft.555NPage 368 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONN:\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L001.dwg 6/8/2022 4:51:37 PMXXXX11209747_L001.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%31" = 5'LAYOUT - KING COURTECSECSL1JHJDW01 inch = ft.555NPage 369 of 753
5.5'5.5'5.5'2.0'2.0'41" = 5'CONSTRUCTION DETAILS - KING COURTECSECSC1JHJDW2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONN:\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_C001.dwg 6/8/2022 5:02:03 PMXXXX11209747_C001.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%01 inch = ft.555DETAIL ANPage 370 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_DM002.dwg 6/8/2022 9:13:17 PMXXXX11209747_DM002.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%51" = 10'DEMOLITION PLAN - BROAD STREET & ISLAY STREETJMJMDM2JHJDW01 inch = ft.10 1010NPage 371 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L002.dwg 6/8/2022 9:23:48 PMXXXX11209747_L002.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%61" = 10'LAYOUT - BROAD STREET & ISLAY STREETJMJML2JHJDW01 inch = ft.10 1010NWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANEYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 372 of 753
R10'R10'R15'4.17'6.4'6.4'5.71'5.76'5.47'5.5'5.14'R15'4.14'4.71'4.71'R10'4.14'6.33'4.17'9.55'9.68'5.24'5.24'R10'KEY MAP7See Specific Ramp CONSTRUCTION DETAILS - BROAD STREET & ISLAY STREETECSJMC2JHJDW2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_C002.dwg 6/8/2022 9:34:59 PMXXXX11209747_C002.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%CURB RAMP 1CURB RAMP 2CURB RAMP 301 inch = ft.55501 inch = ft.33301 inch = ft.333Page 373 of 753
R10'R10'4.14'6.33'81" = 5'CONSTRUCTION DETAILS - BROAD STREET & ISLAY STREETECSJMC3JHJDW2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_C002.dwg 6/8/2022 9:37:15 PMXXXX11209747_C002.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%01 inch = ft.555NCROSS GUTTER5.24'5.24'4.14'4.71'4.71'Page 374 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_DM003.dwg 6/8/2022 9:42:03 PMXXXX11209747_DM003.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%91" = 10'DEMOLITION PLAN - KING STREET & SOUTH STREETJMJMDM3JHJDW01 inch = ft.10 1010NPage 375 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONN:\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L003.dwg 6/8/2022 4:14:33 PMXXXX11209747_L003.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%101" = 10'LAYOUT - KING STREET & SOUTH STREETJMJML3JHJDW01 inch = ft.10 1010NWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANEYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 376 of 753
111" = 10'CONSTRUCTION DETAILS - KING STREET & SOUTH STREETJMJMC4JHJDW2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_C003.dwg 6/8/2022 9:51:20 PMXXXX11209747_C003.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%01 inch = ft.10 1010NPage 377 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_DM004.dwg 6/8/2022 9:58:30 PMXXXX11209747_DM004.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%121" = 10'DEMOLITION PLAN - JOHNSON AVENUE & SYDNEY STREETECSECSDM4JHJDW01 inch = ft.10 1010NPage 378 of 753
12+0013+002022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L004.dwg 6/8/2022 11:02:38 PMXXXX11209747_L004.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%131" = 10'LAYOUT - JOHNSON AVENUE & SYDNEY STREETECSECSL4JHJDW01 inch = ft.10 1010NNWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANEYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 379 of 753
0+001+002+003+004+005+006+007+008+009+00BEGIN PROJECT - 1+29.15MATCHLINE - 5+46.50 SEE BELOW 141" = 20'LAYOUT - JOHNSON AVENUE (BISHOP ST TO LAUREL LN)JRJRL5JHJDW01 inch = ft.20 2020N2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12571404\Digital_Design\2020 ACAD\Civil 3D\12571404_L005.dwg 6/8/2022 3:24:09 PMXXXX12571404_L005.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%MATCHLINE - 5+46.50 SEE ABOVEMATCHLINE - 8+55.70 SEE SHEET L6 ABOVE Page 380 of 753
9+0010+0011+0012+0013+0014+000015+0015+80MATCHLINE - 8+55.70 SEE SHEET L5 BELOWMATCHLINE - 14+10.70 SEE BELOW LEFT 151" = 20'LAYOUT - JOHNSON AVENUE (BISHOP ST TO LAUREL LN)JRJRL6JHJDWMATCHLINE - 14+10.70 SEE ABOVE RIGHT01 inch = ft.20 2020N01 inch = ft.20 2020N2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12571404\Digital_Design\2020 ACAD\Civil 3D\12571404_L005.dwg 6/8/2022 3:28:23 PMXXXX12571404_L005.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%MATCHLINE - 15+80.00 SEE SHEET L7 ABOVE TRAVEL LANEBIKE LANE6" WHITE Typ.WIDTH PER PLANWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANE45 DEGREES, 20 O.C.BIKE BUFFER DETAILNOT TO SCALEBYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 381 of 753
15+802022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L009.dwg 6/8/2022 10:38:11 PMXXXX11209747_L009.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%MATCHLINE - 15+80 SEE SHEET 2 BELOW161" = 20'LAYOUT - JOHNSON AVENUE (BISHOP ST TO LAUREL LN)JRJRL7JHJDWMATCHLINE - 20+63.60 SEE BELOW LEFT
MATCHLINE - 20+63.60 SEE ABOVE RIGHTMATCHLINE - 25+34.65 SEE SHEET 4 ABOVE01 inch = ft.20 2020N01 inch = ft.20 2020NBIKE BUFFER DETAILNOT TO SCALETRAVEL LANEBIKE LANEAWIDTH PER PLAN6" WHITE Typ.45 DEGREES, 20 O.C.Page 382 of 753
2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L009.dwg 6/8/2022 10:41:07 PMXXXX11209747_L009.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%MATCHLINE - 30+27.80 SEE BELOW LEFT
MATCHLINE - 30+27.80 SEE ABOVE RIGHT171" = 20'LAYOUT - JOHNSON AVENUE (BISHOP ST TO LAUREL LN)JRJRL8JHJDWMATCHLINE - 25+34.65 SEE SHEET 3 BELOWPROJECT LIMITS - END01 inch = ft.20 2020N01 inch = ft.20 2020NTRAVEL LANEBIKE LANEWIDTH PER PLAN6" WHITE Typ.45 DEGREES, 20 O.C.BIKE BUFFER DETAILNOT TO SCALEAPage 383 of 753
181" = 5'CONSTRUCTION DETAILS - JOHNSON AVENUE & SYDNEY STREETECSECSC5JHJDW2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_C004.dwg 6/8/2022 10:03:55 PMXXXX11209747_C004.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%01 inch = ft.555KEY MAPCURB RAMP 2CURB RAMP 1Page 384 of 753
65.0' 50.0'20.0'2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L005.dwg 6/8/2022 10:15:12 PMXXXX11209747_L005.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%1. UNLESS OTHERWISE NOTED, ALL STRIPING TO BE DONE IN WHITE THERMOPLASTIC PER CITYSPECIFICATIONS AND ENGINEERING STANDARDS.2. ALL SIGNS AND POSTS TO BE INSTALLED PER CITY ENGINEERING STANDARD 7210.3. ALL SIGN LOCATIONS TO BE APPROVED BY CITY ENGINEER PRIOR TO INSTALLATION.191" = 10'LAYOUT - MONTEREY ST AND BUENA VISTA AVEJMJML9JHJDW01 inch = ft.10 1010NWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANEYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 385 of 753
30.0'50.0'2022 PEDESTRIAN CROSSING IMPROVEMENTSCITY SPECIFICATION NO.06/08/2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.20DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\11209747\Digital_Design\11209747_L006.dwg 6/8/2022 10:20:18 PMXXXX11209747_L006.dwgPRELIMINARY, NOTFOR CONSTRUCTIONSUBMITTAL100%201" = 10'LAYOUT - OSOS ST AND ISLAY STJMJML10JHJDW01 inch = ft.10 1010NWHITE SERIES OF ISOSCELES TRIANGLESTRAVEL LANEYIELD LINE DETAIL, CALTRANS STD A24ENOT TO SCALEAPage 386 of 753
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
2022 Pedestrian Crossing Improvements
Specification No. 1000069
July 2022
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 387 of 753
2022 Pedestrian Crossing Improvements
Specification No. 1000069
Approval Date: July 19, 2022
<<Engineer of Record Stamp>>
<<Signature Date>>
<<Signature Date>>
Page 388 of 753
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 2022 PEDESTRIAN CROSSING IMPROVEMENTS, SPECIFICATION NO.
1000069 ..................................................................................................................................................... A
LIST OF SUBCONTRACTORS ................................................................................................................ D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... E
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... E
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. E
LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E
NON-COLLUSION DECLARATION ......................................................................................................... G
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... H
QUALIFICATIONS ...................................................................................................................................... I
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. J
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
4 SCOPE OF WORK ............................................................................................................................. 1
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 3
ADD TO SECTION 73-1.03 CONSTRUCTION: ....................................................................................... 3
ADD TO SECTION 73-1.04 PAYMENT .................................................................................................... 4
DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 5
84 MARKINGS ....................................................................................................................................... 5
86-1.08 PAYMENT .................................................................................................................................... 5
DIVISION X ELECTRICAL WORK ............................................................................................................ 5
ADD TO SECTION 84-1.04 PAYMENT .................................................................................................... 5
90 CONCRETE ...................................................................................................................................... 5
Page 389 of 753
DIVISION XIII APPENDICES .................................................................................................................... 6
APPENDIX A - FORM OF AGREEMENT .................................................................... A-1
Page 390 of 753
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
2:00 p.m. on August 18, 2022
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
2022 Pedestrian Crossing Improvements, Specification No. 1000069
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.
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.
Page 391 of 753
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
Bid Documents
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-
refundable fee of:
1. $15.00 if picked up in person, or
2. $25.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
A printed copy may be obtained by paying a non-refundable fee of:
3. $30.00 if picked up in person, or
4. $40.00 if by mailing to the office of the City Engineer
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
Contact the project manager, Justin Wong at (805) 7814-7042 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
Project Information
In general, the project includes construction of Rapid Rectangular Flashing Beacon
(RRFB) systems at multiple intersections throughout San Luis Obispo, as well as related
signing, striping and ADA curb ramp upgrades.
Page 392 of 753
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The project estimated construction cost is $675,000
Contract time is established as 35 working days. Contract start time shall commence 20
working days prior to confirmed delivery date for the Rapid Rectangular Flashing Beacon
system equipment specified in Section 8-1.01A, Item 4.
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” 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 constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
One of the referenced projects must be for installation of a flashing beacon system.
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
Page 393 of 753
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
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 394 of 753
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 395 of 753
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 2022 PEDESTRIAN CROSSING IMPROVEMENTS,
Specification No. 1000069
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 7,12 Traffic Control Plan and
Implementation LS 1
2 15,73 Remove Concrete & Cobble
Median SQFT 100
3 15 Regrade Brick Pavers to
Finished Sidewalk Grade LS 1
4 15,19 Roadway Excavation CY 2
5 39 Class 2 Aggregate Base CY 4
6 39 Hot Mixed Asphalt Paveout -
South St & King Ct Median TON 6
7 15 Remove and Salvage Existing
Bench EA 1
8 15,73,
90 Minor Concrete (Curb) LF 8
9 15,73,
90 Minor Concrete (Cross Gutter) SQFT 395
10 15,73 Minor Concrete (Remove and
Replace Curb and Gutter) LF 40
11 15,73 Minor Concrete (Remove and
Replace Sidewalk) SQFT 250
12 15,73,
90
Bike Ramp - King Ct & Meadow
Park LS 1
13 15,73,
90
Curb Ramp - Broad St & Islay St
SE Corner (Ramp #1) LS 1
Page 396 of 753
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
14 15,73,
90
Curb Ramp - Broad St & Islay St
SW Corner (Ramp #2) LS 1
15 15,73,
90
Curb Ramp - Broad St & Islay St
NW Corner (Ramp #3) LS 1
16 15,73,
90
Curb Ramp - Johnson Ave &
Sydney St SW Corner (Ramp
#1)
LS 1
17 15,73,
90
Curb Ramp - Johnson Ave &
Sydney St SE Corner (Ramp #2) LS 1
18 15,73 Remove and Replace ADA
Tactile Pad - King St & South St EA 2
19 82,86
Rapid Rectangular Flashing
Beacon System - Broad St &
Islay St
EA 4
20 82,86
Rapid Rectangular Flashing
Beacon System - King St &
South St
EA 5
21 82,86
Rapid Rectangular Flashing
Beacon System - Johnson Ave &
Sydney St
EA 5
22 82,86
Rapid Rectangular Flashing
Beacon System - Osos St &
Islay St
EA 4
23 84 Remove Thermoplastic Traffic
Stripe LF 154
24 84 Remove Thermoplastic
Pavement Marking LF 0
25 84 Detail 39 LF 116
26 84 12" White Stripe LF 45
27 84 White Thermoplastic Pavement
Marking SQFT 354
28 84 White Hi-Vis Crosswalk LF 117
29 84 Yellow Hi-Vis Crosswalk LF 77
30 84 Green Bike Lane Marking (MMA) SQFT 1,430
31 84 Red Curb Paint LF 178
32 82 12' Roadside Punch Post EA 8
33 82 16' Roadside Punch Post EA 18
34 15,82 Relocate Existing Sign Post EA 5
35 15,82 Remove Existing Sign Post EA 2
36 82 R1-1 Sign EA 3
37 82 W11-2 Sign EA 14
38 82 W16-7P Sign EA 20
39 82 S1-1 Sign EA 6
40 82 R1-5 Sign EA 6
Page 397 of 753
BID FORMS
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
41 82 R26 (CA) Sign ES 2
42 82 Street Name Sign EA 4
43 82 Remove and Reinstall Existing
Sign EA 2
44 5 Survey LS 1
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
Page 398 of 753
BID FORMS
BID FORMS
D
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 399 of 753
BID FORMS
BID FORMS
E
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 400 of 753
BID FORMS
BID FORMS
F
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 401 of 753
BID FORMS
BID FORMS
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.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Page 402 of 753
BID FORMS
BID FORMS
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 403 of 753
BID FORMS
BID FORMS
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
or did this project include flashing
beacon installation?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
or did this project include flashing
beacon installation?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
or did this project include flashing
beacon installation?
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 404 of 753
BID FORMS
BID FORMS
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 405 of 753
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. 2022 Pedestrian Crossing Improvements 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.
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Section(s) 5, 7, 12, 15, 19, 39, 51, 56, 73, 82, 84, 86 and
90 for general, material, construction, and payment specifics.
Page 406 of 753
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage:
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
Enhancement Funding signs at the end of the project or upon the Engineer’s request.
6 CONTROL OF MATERIALS
Add to Section 6-2.03 DEPARTMENT ACCEPTANCE:
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace last paragraph in Section 7-1.02K(3) Labor Code, Certified Payroll Records
(Labor Code 1776) with:
Furnish the Engineer one Portable Document Format (PDF) file which contains all certified
payroll records for the prior month’s work. Redact the PDF file making the employee’s social
security number illegible. Failure to submit PDF file with other monthly payroll records is
considered an incomplete payroll submission and penalties will be assessed.
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Work hours are restricted Monday through Friday between 7:00 a.m. an 4:00 p.m. at all
the affected streets.
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence to restore free flowing of traffic.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
Add to Section 8-1.01A GENERAL, Order of Work:
Below is the required sequence of work for installation of curb ramps, Rapid
Rectangular Flashing Beacon systems, signs and striping, unless otherwise approved
by the Engineer. Start of work to be scheduled based on beacon system equipment
delivery date.
1. Contractor shall install curb ramps, punch posts, and signage prior to installation
Page 407 of 753
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
of beacon system(s).
2. With the exception of the Johnson/Sydney intersection, all new
pedestrian/bicycle crossing signage shall remain covered until beacon systems
are installed and operational, and striping installation has been completed.
3. Unless otherwise approved by the Engineer, pavement striping shall not be
installed until beacon system(s) are installed and operational.
4. Contractor will furnish and install all equipment needed for intended operation of
Rapid Rectangular Flashing Beacon system. Contractor shall provide beacon
system equipment submittals for City review and approval prior to procurement.
5. Contractor is responsible for coordination with beacon system manufacturer’s
representative(s) as needed to provide intended operation of beacon systems.
9 PAYMENT
Add to Section 9-1.06 CHANGED QUANTITY PAYMENT ADJUSTMENTS, General
Unit price adjustments specified per Section 9-1.06B, “Increases of More Than 25
Percent” and Section 9-1.06C, “Decreases of More Than 25 Percent,” of the Standard
Specifications will not apply to the following bid items:
Bid Items #10 and #11 – “Remove and Replace Curb and Gutter”, and “Remove and
Replace Sidewalk”.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.03 CONSTRUCTION:
You must meet with the Engineer for an average of 1.5 hours total per ramp to complete
the following coordination tasks:
1. Before saw-cutting to agree on the limits of demolition and removal.
2. After formwork is set, to verify that grades meet those stated on the Plans.
3. Upon completion of new curb ramp installation to verify finished grades.
Curb ramps have been designed to comply with the current Caltrans Standard Plan detail
RSP A88A and City Std. 4440. Field modifications to the design plans, if approved by the
Engineer, must meet the dimensional and slopes requirements of Standard Plan RSP
A88A. When measuring the ADA facility’s dimension and slopes, consider the required
dimension or slope to have been met if the recorded individual measurements comply
with the following:
Page 408 of 753
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
Dimensional measurement does not exceed ½-inch from the dimension shown,
i.e. ½-inch less than a minimum dimension, or ½-inch greater than a maximum
dimension
Slope measurement does not exceed 0.2 percent from the slope shown
You must give the City a 24-hour notice for inspection of formwork before pouring the
concrete.
You must calibrate all levels used in construction at the beginning of each work day.
You must ensure that new ramp flowlines do not create any "ponding" areas.
Curb ramp spandrel design may vary from Engineering Standards, as directed by the
Engineer, in order to accommodate ramp landing.
Add to Section 73-1.04 PAYMENT
As shown on the bid item list, the bike ramp at the King Court cul-de-sac, and each new
curb ramp will be paid in lump sum for all work shown on the plans for the individual
corner, unless included in a separate bid item on the bid item list. The lump sum price
paid for each curb ramp includes all of the work involved in installing the new curb ramps.
The lump sum price includes all work shown on the Plans, as specified in the Standard
Specifications and these Special Provisions. It also includes work for:
7. public notices
8. layout
9. elevation control
10. clearing and grubbing as needed
11. tree protection, if applicable
12. protection of existing utilities and improvements
13. saw-cutting
14. demolition
15. temporary cold mix, if applicable
16. removal and disposal of demolished material
17. formwork
18. asphalt concrete paving, including final HMA and temporary cold mix
19. installation of curbs, curb & gutter, cross gutter spandrels, sidewalk and ramps,
detectable warning surface
20. cleanup
Payment for varying widths of “paveouts” per plans required by City Standards are
included in the applicable curb ramp replacement lump sum price.
Full compensation for concrete cross gutters, including “paveouts”, is paid on a square
footage basis as shown in the bid item list and is identified as the portion of the cross
gutter between gutter spandrels.
Page 409 of 753
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
As specified in Section 9-1.06, Bid Items #10 and #11 – “Remove and Replace Curb
and Gutter”, and “Remove and Replace Sidewalk” are additional items intended for field
changes and additions to work shown on the plans. The intent of the additional items is
to provide additional payment to conform specified work to existing field conditions on a
per unit price basis. Section 9-1.06 is waived for these items and you are advised that
items may be increased, decreased or deleted in their entirety without any additional
compensation.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
86-1.08 PAYMENT
As shown on the bid item list, installation of each Rapid Rectangular Flashing Beacon
system will be paid based on number of units installed at each intersection shown on the
plans. Each unit price includes furnishing and installation of all equipment needed for
intended operation of beacon system. Unit costs include all work shown on the Plans, as
specified in the Standard Specifications and these Special Provisions. Unless otherwise
indicated on plans, each beacon system unit cost includes:
1. Solar engine kit
2. Beacon light bar
3. Battery system
4. Pushbuttons
5. Pushbutton frame and sign placards
6. Mounting hardware
7. Electrical conductors/wiring
Punch posts and signage to be installed at each beacon location are included as
individual bid items.
DIVISION X ELECTRICAL WORK
Add to Section 84-1.04 PAYMENT
Hi-Vis Crosswalk is measured along the linear foot following the centerline of the
crosswalk alignment from corner to corner and accounts for all longitudinal and transverse
striping, regardless of line thickness or crosswalk width.
90 CONCRETE
Add to Section 90-1.01C(6) Mix Design:
Concrete must contain a maximum of 15% pozolone or fly ash. Course aggregate for
concrete must comply with the gradation specifications for the 1 inch x No. 4 primary
aggregate nominal size.
Page 410 of 753
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
DIVISION XIII APPENDICES
Add 100-1.01
Refer to Appendix A: Form of Agreement
Page 411 of 753
APPENDIX
APPENDIX
A-1
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
2022 PEDESTRIAN CROSSING IMPROVEMENTS, SPEC. NO. 1000069
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 412 of 753
APPENDIX
APPENDIX
A-2
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 413 of 753
APPENDIX
APPENDIX
A-3
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 414 of 753
Pedestrian Crossing
Improvements –Item 6i
City Council Meeting
Tuesday, July 19, 2022
Recommendations:
1.Approve the project plans and specifications for the
2022 Pedestrian Crossing Improvements Project,
Specification Number 1000069; and
2.Authorize staff to advertise for bids; and
3.Authorize the City Manager to award the
Construction Contract pursuant to Section 3.24.190
of the Municipal Code for the bid total, if the lowest
responsible bid is within the publicly disclosed
funding amount of $776,250; and
4.Authorize the City Engineer to approve Contract
Change Orders up to the available project budget.
1.Outreach in Mid-2021.Reached out to residents
who lived near the Johnson/Sydney intersection to
ask for input on our concept plans.
•Received concern from our first plans about
the left turn lane closure.
2.From ATC (July 15, 2021)
•No formal action, point of discussion was need
for bike actuated push buttons.
Previous Input Received
3.From ATC (November 18, 2021)
•Allocate this year’s annual $100k of ped
improvement funding to RRFBs and other
improvements at the following locations:
•South / King
•Osos / Islay
•Sydney / Johnson
•Broad / Islay
4.From ATC (March 17, 2021)
•Recommendation to proceed with Johnson Ave
(Laurel Ln to Bishop St) road diet as soon as
possible.
Previous Input Received
Rectangular Rapid Flashing Beacon (RRFB)
Completed Intersections
Monterey St / Buena Vista Ave
Completed Late 2020
Tank Farm Road / Poinsettia St
Completed Early 2021
Ramona Drive / Foothill Plaza
Completed Early 2022
Multiple Threat Collisions
Johnson & Sydney
Johnson/Sydney (Existing)
Johnson/Sydney (Proposed pilot design)
1.Roadway reconfiguration on Johnson Ave between Bishop
and Laurel (4 lanes to 3 lanes)
2.Continuous center left-turn lane
3.Buffered bike lanes
4.Increased width for right turn lanes at intersections
5.Rectangular Rapid Flashing Beacon upgrade
6.Third beacon in temporary median for added visibility
•Permanent intersection and roadway features in 2023
Johnson Road Diet (East of Laurel)
1.Lower speeds
2.Reduced collision severity
3.19-47% lower collision rates (Federal Highway
Administration)
4.Improved driveway access
5.Increased bike lane separation
6.Pilot program
•Allows time for traffic monitoring prior to 2023
roadway paving project
•Temporary intersection and roadway features
installed in pilot, permanent features to follow
in 2023
•Permanent improvements can be incorporated
into paving schedule at a relatively low cost
Johnson/Sydney –Road Diet Benefits
Feasibility of a Road Diet
•South St carries approximately 18,000 vehicles per day
JOHNSON AVE SYDNEY ST
`
JOHNSON AVE SYDNEY ST
JOHNSON AVE
King & South
King/South Street Crossing
Costs and Next Steps
$776,250 for construction of all locations.
City Council (Advertise for Bids) –July 19, 2022
Construction –Fall 2022
Johnson/Sydney Paving Project & Permanent
Intersection Improvements –Summer 2023
King/South Pedestrian Hybrid Beacon –Beyond
2023 (dependent on funding)
Recommendations:
1.Approve the project plans and specifications for the
2022 Pedestrian Crossing Improvements Project,
Specification Number 1000069; and
2.Authorize staff to advertise for bids; and
3.Authorize the City Manager to award the
Construction Contract pursuant to Section 3.24.190
of the Municipal Code for the bid total, if the lowest
responsible bid is within the publicly disclosed
funding amount of $776,250; and
4.Authorize the City Engineer to approve Contract
Change Orders up to the available project budget.