Loading...
HomeMy WebLinkAboutItem 5f. Authorization to Advertise Railroad Safety Trail Fencing Project Item 5f Department: Public Works Cost Center: 5010 For Agenda of: 9/6/2022 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Wyatt Banker-Hix, Engineer III SUBJECT: AUTHORIZATION TO ADVERTISE RAILROAD SAFETY TRAIL FENCING PROJECT, SPECIFICATION NO. 91385-09 RECOMMENDATION 1. Approve the project plans and special provisions for the Railroad Safety Trail Fencing Project (project), Specification 91385-09; and 2. Authorize staff to advertise for bids; and 3. Appropriate $380,000 from the Capital Projects Reserve Fund to the Parks Major Maintenance Account (91358-09); and 4. Authorize the City Manager to award the Construction Contract for the bid total if the lowest responsible bid is within the Engineer’s Estimate of $440,000; and 5. Authorize the City Engineer to approve Contract Change Orders up to the available project budget; and 6. Authorize the Finance Director to return unspent Capital Reserve funding to the Capital Reserve Fund balance after project completion; and 7. Adopt a Draft Resolution entitled, “A Resolution of the City Council of the City of San Luis Obispo, California, authorizing use of the Capital Projects Reserve Fund to support Railroad Safety Trail Fencing project, Specification Number 91385 -09.” POLICY CONTEXT Maintenance of a barrier between a multi-modal City facility and Railroad facility is crucial to support a safe environment for users, as well as to fulfill obligations made between the City and Union Pacific Railroad (UPRR). These obligations were formally approved between the City and UPRR in 20081, prior to the construction of the first phase of the Railroad Safety Trail. In addition, this project supports the Major City Goal of Climate Action, Open Space, and Sustainable Transportation. On May 17, 2022, Council approved a Purchasing Policy Update that requires Council approval for Public Projects with a value of $200,000 or more. The City’s Fund Balance and Reserve Policy was adopted in June 2021 and includes guidelines related to the Capital Projects Reserve Fund, as follows: 1 Per the agreement, City of SLO is required to erect and maintain a barrier between City and UPRR right of way so long as a multi-modal facility is maintained. Page 83 of 145 Item 5f The City will maintain a committed reserve of 20% of capital improvement plan budget from the Local Revenue Measure for the purposes of offsetting unanticipated cost increases, unforeseen conditions, and urgent unanticipated projects to provide continued investment in infrastructure maintenance and enhancement. Use and allocations of funds from the Capital Projects Reserve Fund will be made to Capital Projects including Major Facility Replacement upon Council approval as necessa ry during any fiscal year. The recommended use of the Reserve to supplement the Railroad Safety Trail Fencing project is consistent with this policy. DISCUSSION Background Union Pacific Railroad operates the rail line that bisects the City. As the community has developed, the City and UPRR signed a series of agreements allowing the development of multi-modal paths adjacent to those rail lines. As part of these agreements, the City was required to construct and maintain fencing to minimize trespassing and ensure a safe environment for all users. These in City paths maintained by the City are collectively referred to as the Railroad Safety Trail. The section of Railroad Safety Trail from the Jennifer Street Bridge to Orcutt Road has an existing fence (constructed with the creation of this trail) separating City and UPRR rights of way. The fence is dilapidated and no longer serves as an effective barrier. This project proposes to remove and replace the fence with a more effective and cohesive barrier, to better delineate the right of way between the City and UPRR, as well as provide a safe multi-modal path. Staff requests that Council approve the plans (Attachment A) and specifications (Attachment B) as well as adopt a resolution transferring Capital Reserve funds into the project account (Attachment C). Previous Council or Advisory Body Action This Project was identified in the 2021 -23 Financial Plan that was approved by Council. Additionally, the Fund Balance and Reserve Policy was adopted by Council on June 1, 2021. In November 1995, Council authorized the purchase of Southern Pacific Railro ad2 property between Orcutt Road and Jennifer Street Bridge in order to construct the Railroad Safety Trail. The grant deed for the property required the City to construct and maintain a barrier along the track side of the property (Staff Report from November 14, 1995). 2 Southern Pacific merged with Union Pacific in 1996. Page 84 of 145 Item 5f Public Engagement No project specific public engagement is anticipated until construction is ready to commence. Before and during construction, staff anticipates regular notices about trail detours and current status of the work. CONCURRENCE The Administration and Public Works Departments concur with the recommendations of this report. ENVIRONMENTAL REVIEW This project was reviewed by the Community Development Department, who concur this project as exempt under the California Environmental Quality Act (CEQA) and have filed a Notice of Exemption. The project proposes to maintain existing facilities, and is exempt under Section 15301 Class 1 (existing facilities). FISCAL IMPACT Budgeted: Yes Budget Year: 2022-23 Funding Identified: Yes Fiscal Analysis: The Parks Major Maintenance and Repairs Project was identified in the 2021-23 Financial Plan with a total budget of $1,835,000 in FY21/22. The Railroad Bike Path Fencing is identified as a subproject within this larger Parks Maintenance work effort with an individual budget of $350,000. In order to address the immediate need for protective fencing along the Bob Jones Trail Bike Path between Prado Road and Los Osos Valley Road Project, funding of $226,780 was expended from the project account, resulting in a reduced balance of $123,220 as shown below. Due to cost escalation since the Railroad Bike Path Fencing project was budgeted, and a reduced project balance, staff recommend an appropriation from the Capital Projects Reserve Fund to complete the project in the amount of $380,000. Attachment C contains this resolution. The Capital Projects Reserve Fund has a current balance of $1,901,708 (as of 8/9/2022). Concurrent with this request is a request of $350,000 to support award of the construction contractor for the Roofing Replacement at Fire Station Administration and Fleet Maintenance (Item 5d). Page 85 of 145 Item 5f Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $123,220 123,220 $0 State Federal Fees Other: Capital Reserve Funds Balance $1,901,708 $380,000 $1,521,708 Total $2,024,928 $380,000 $1,521,7081 N/A 1 The remaining balance does not reflect the Capital Reserve balance if Council approves Item 5d. If both items are approved, the Capital Reserve Fund Balance will be $1,171,708. Project Account (91385-09) Capital Outlay Fund - LRM Construction Estimate:$440,000.00 Contingencies (15%):$60,000.00 Construction Total:$500,000.00 Printing and Advertising:$500.00 Total Project Cost:$500,500.00 Current Project Balance:$123,220.00 Remaining Balance:-$377,280.00 Current Capital Reserve Fund Balance:$1,901,708.00 Funding Request from Capital Reserve:$380,000.00 Remaining Balance in Capital Reserve:$1,521,708.00 Railroad Safety Trail Fencing, Specification 91385-09 ALTERNATIVES Deny or Defer Authorization to Advertise. Staff do not recommend this option, as it would delay the project and likely accelerate costs. ATTACHMENTS A - Project Plans B - Project Specifications C - Draft Resolution authorizing use of Capital Projects Reserve Fund for Specification 91385-09 Page 86 of 145 SPECIFICATION NO.DATEofSHEETReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Edition1. CONTRACTOR SHALL COMPLY WITH 2020 CITY OF SAN LUIS OBISPO STANDARD DETAILS ANDSPECIFICATIONS, AS WELL AS 2019 CALIFORNIA BUILDING CODE, 2019 CALIFORNIARESIDENTIAL CODE (CRC), CALIFORNIA MECHANICAL CODE (CMC), CALIFORNIA PLUMBINGCODE (CPC), CALIFORNIA ELECTRICAL CODE (CEC), CALIFORNIA ENERGY CODE (CEnC) AND2019 CALIFORNIA GREEN BUILDING CODE (CGBSC).2. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT"UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1FORTY-EIGHT (48) HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER,TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR SHALL ALSOCONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER,DRAINAGE OR UNDERGROUND FACILITIES.3. THE CONTRACTOR SHALL POSSESS A CLASS A OR C-13 LICENSE AT THE TIME OF BIDOPENING AND THROUGHOUT PROJECT DURATION.4. THESE PLANS DO NOT INDICATE OVERHEAD LINES. CONTRACTOR SHALL TAKE CARE DURINGCONSTRUCTION TO AVOID CONTACT WITH OR DAMAGE TO EXISTING OVERHEAD LINES.5. PROJECT SURVEY MONUMENTS IN PLACE DURING CONSTRUCTION. THE CONTRACTORSHALL BE RESPONSIBLE FOR ALL COSTS ASSOCIATED WITH THE REPLACEMENT OFDAMAGED OR DISPLACED SURVEY MONUMENTS AND SHALL NOTIFY THE CITY FIVE (5)WORKING DAYS PRIOR TO RESTORING MONUMENTS. MONUMENTS SHALL BE RESET BY ACALIFORNIA LICENSED LAND SURVEY AND SHALL INCLUDE PREPARING AND FILING ACORNER RECORD WITH SAN LUIS OBISPO COUNTY.6. UNION PACIFIC RAILROAD FACILITIES SHALL BE PROTECTED IN PLACE. CONTACTOR SHALLMAINTAIN THE MAXIMUM DISTANCE FROM THEIR FACILITIES AT ALL TIMES AND STAY ON CITYRIGHT OF WAY.7. ENSURE FENCE BARRIER IS CONTINUOUS AND ALONG THE EXISTING ALIGNMENT -COORDINATE WITH ENGINEER AROUND TREES AND OTHER OBSTACLES THAT CANNOT BEREMOVED.index to planssheet no. descriptiongeneral notes:san luis obispo county, california6JULY 20221000116RAILROAD SAFETY TRAILFENCING11 COVER SHEET2 SITE PLAN3 PLAN SHEET4 PLAN SHEET5 PLAN SHEET6 PLAN SHEETFILE NO./LOCATIONabbreviations:AP ANGLE POINTExist EXISTINGConc CONCRETEElev ELEVATIONEQUIV EQUIVALENTE EASTINGFDN FOUNDATIONHMA HOT MIX ASPHALTPROP PROPOSEDL LENGTH (CURVE OR LINE)N NORTHINGTyp TYPICALUPRR UNION PACIFIC RAILROADR&R REMOVE AND REPLACEPC/BP POINT OF CURVATURE (BEGIN CURVE)PCC POINT OF COMPOUND CURVATURE (BEGIN CURVE)PT/EP POINT OF TANGENCY (END CURVE)PI POINT OF INFLECTIONR RADIUS OF CURVESta STATIONSNK SINKERo.c. ON CENTEROff OFFSETØ DIAMETERX°X'X" DEGREE, MINUTE, SECONDGALV GALVANIZEDG:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Cover Sheet.dwgBrian Nelson, City Engineer Approved DateNo. C 79870BRIAN A. NELSO N CIVIL---N0 2000 4000PLAN1" = 2000'PROJECT OWNER: CITY OF SAN LUIS OBISPO, PUBLIC WORKS DEPARTMENT,PARKS MAINTENANCE DIVISIONPROJECT DESIGNER: WYATT BANKER-HIX, PUBLIC WORKSlegend:EXISTING ELECTRICAL LINEEEXISTING FIBER OPTIC LINEEXISTING SEWER LINEWEXISTING WATER/IRRIGATION LINEEXISTING LIGHT POLE/LIGHTING BOXEXISTING IRRIGATION BOXTREES/BRUSHREMOVE AND REPLACE FENCERAILROAD SAFETY TRAIL LIMITSEXISTING FENCE TO REMAINEXISTING STORM DRAIN LINEEXISTING MANHOLEPage 87 of 145 0+0010+00 20+00 30+0040+0050+00 60+00BP0+00.0BEGIN ALIGNMENTN: 2297108.34E: 5769329.50EP62+29.9END ALIGNMENTN: 2291888.54E: 5772300.10Sta:6+83.4Off:5.0BEGIN WORKSta:61+46.2Off:59.6END WORKof62CIVILNo. C 86141WYATT A BANKER-H IX 0SCALE IN FEET750 1500CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONRAILROAD SAFETY TRAIL FENCINGWBHWBHBNBNAS NOTEDJULY 20221000116SITE PLAN---G:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Site Map.dwgPLANSHEET 3SHEET 3SHEET 4SHEET 4SHEET 5SHEE T 5 SHE E T 6ORCUTT ROADBULL O C K L A N E BISHOP STREETBROA D S T R E E T SANTA BARBARAAVENUEELLA STREETNPage 88 of 145 0+001+002+003+004+005+006+007+008+009+00E E E ENO ACCESS VIACUL-DE-SACSta:6+83.4Off:5.0BEGIN FENCE R&RSta:6+82.1Off:35.3APPASS FETREESEXISTING ORNAMENTAL FENCEPROTECT IN PLACE. ENSURECONTINUOUS BARRIERBETWEEN NEW AND EXISTINGFENCEJENNIFER STREETBRIDGE - NOCONSTRUCTIONACCESSCAUTION: BURIEDFIBER OPTIC LINENEARBYWARNING: BURIED GAS LINECROSSES FENCE. POTHOLETO CONFIRMTRIM/REMOVE BRUSH THATINTERFERES WITH FENCEBP0+00.0BEGIN ALIGNMENTN:2297108.34E: 5769329.50PI6+78.7PT5+37.1PCC3+19.0R=461'L319.0'R=2438'L218.1'S18° 16' 18"E141.62S18° 53' 19"E303.819+0010+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19 + E E E E E E E E E E PASS FENCE BEHINDTREES. ENSURE CITYARBORIST PRESENT TOOBSERVECAUTION: BURIED FIBEROPTIC LINE NEARBYCAUTION: BURIEDELECTRIC LINE NEARBYWARNING:STORM DRAINCROSSESFENCE.POTHOLE TOCONFIRMPC9+82.5PC11+83.0PC15+47.3PT10+72.2PT12+32.4PT16+46.7R=431'L89.6'R=256'L49.4'R=1012'L99.5'Sta:12+51.7Off:34.1APSta:15+96.1Off:15.0APSta:17+06.3Off:21.9APS30° 35' 30"E110.81S20° 52' 48"E314.90of63CIVILNo. C 86141WYATT A BANKER-H I X N0SCALE IN FEET100 200CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONRAILROAD SAFETY TRAIL FENCINGWBHWBHBNBNAS NOTEDJULY 20221000116PLAN SHEET---G:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Plan Sheets.dwgPLANN0SCALE IN FEET100 200PLANSWAZEY STREETUNION PACIFIC RAILROADRACHEL STREETFLORENCE AVENUEUNION P A CI FI C R AI L R O A D JENNI F E R S T R E E T GEORGE STREETPage 89 of 145 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+0027+000E E E E E E E E E E E CONSTRUCTION ACCESS.COORDINATE WITH CITY TO REMOVEBOLLARDSCAUTION: BURIED FIBEROPTIC LINE NEARBYCAUTION: BURIEDELECTRIC LINE NEARBYCAUTION: SEWER LINENEARBYWARNING: SEWER LINE CROSSESFENCE. POTHOLE TO CONFIRMPI21+07.1PC22+80.6PT26+13.6PCC24+92.4R=3742'L211.8'R=1111'L121.2'Sta:21+98.1Off:48.2APSta:24+41.6Off:52.5APS28° 40' 44"E460.41S27° 49' 54"E173.51S19° 226.3WARNING: STORM DRAINCROSSES FENCE.POTHOLE TO CONFIRM27+0028+0029+0030+0031+0032+0033+0034+0035+0036+00E E E E E E E E ECONSTRUCTIONACCESS VIABOULEVARD DELCAMPO.COORDINATEACCESS WITH CITYCAUTION: BURIEDFIBER LINE NEARBYCAUTION: BURIEDELECTRIC LINE NEARBYPC28+40.0PT31+96.0PCC30+33.6R=811'L193.7'R=981'L162.3'Sta:27+30.5Off:35.4APSta:28+47.0Off:25.9APSta:29+95.6Off:15.8APSta:32+40.1Off:13.4APS49° 41' 33"E921.34S19° 33' 07"E226.34of64CIVILNo. C 86141WYATT A BANKER-H IX N0SCALE IN FEET100 200CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONRAILROAD SAFETY TRAIL FENCINGWBHWBHBNBNAS NOTEDJULY 20221000116PLAN SHEET---G:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Plan Sheets.dwgPLAN0SCALE IN FEET100 200PLANSAN CARLOS DRIVEBUSHNELL STREETUNION P A CI FI C R AI L R O A D UNION P A CI FI C R A I L R O A D Page 90 of 145 36+0037+0038+0039+0040+0041+0042+0043+0044+0045+00E E E E E E E E EW WW WWWWWWWWWWW CAUTION: BURIEDELECTRIC LINE NEARBY CAUTION: BURIED FIBERLINE NEARBYFENCE DESTROYEDBY UPRR MATERIALS.MOVE PRIOR TOREPLACING FENCETRIM/REMOVE BRUSH THATINTERFERES WITH FENCE, TypARBORIST TO BE PRESENTFOR TREE TRIMMING ANDCONSTRUCTION WITHINDRIP LINE, TypWARNING: WATER LINECROSSES FENCE.POTHOLE TO CONFIRMWARNING: SEWER LINECROSSES FENCEPOTHOLE TO CONFIRMPC41+17.3PC43+62.4PT42+32.8PT44+56.4R=433'L115.5'R=231'L93.9'Sta:37+62.8Off:19.1APSta:41+57.2Off:27.2APSta:41+64.7Off:8.8END FENCE R&RSta:42+35.3Off:10.4BEGIN R&RSta:43+30.2Off:12.7APS39° 14' 55"E129.62S65° 01' 15"E64.27TIE INTO ExistCULVERT FENCING5+0046+0047+0048+0049+0050+0051+0052+0053+0054+00E E E E E E E E E W W W W W W W W W W W W W W W W W CAUTION: BURIEDFIBER LINE NEARBYTRIM BRUSH THATINTERFERES WITH FENCEWARNING: STORM DRAINCROSSES FENCE.POTHOLE TO CONFIRMCAUTION: BURIEDSEWER LINE NEARBYCAUTION: BURIEDWATER LINE NEARBYPI51+77.9PC45+20.6PC48+41.5PC53+23.1PT46+27.3PT50+03.0R=146'L106.6'R=1020'L161.5'Sta:47+33.8Off:36.5APSta:50+99.7Off:15.8APSta:53+08.9Off:29.3APS30° 11' 33"E174.87S36° 25' 25"E145.18S20° 51' 18"E214.22of65CIVILNo. C 86141WYATT A BANKER-H I X 0SCALE IN FEET100 200CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONRAILROAD SAFETY TRAIL FENCINGWBHWBHBNBNAS NOTEDJULY 20221000116PLAN SHEET---G:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Plan Sheets.dwgPLAN0SCALE IN FEET100 200PLANUNION PACIFIC RAILROAD UNION PACIFIC RAILROAD Page 91 of 145 54+0055+0056+0057+0058+0059+0060+0061+0062+00E E E E E E E E W W W W W W W W W W W W W W W W EXISTING PIPEFENCE. TIE R&RINTO EXISTINGFENCECAUTION: FIBER LINE NEARBYOVERHEADFIBER LINETRIM BRUSH THATINTERFERES WITH FENCE, TypCAUTION: STORM DRAIN NEARBYCAUTION: WATERLINE NEARBYEP62+29.9END ALIGNMENTN: 2291888.54E: 5772300.10PI60+79.5PC56+59.1PC58+93.1PT54+77.8PT57+85.6PT60+05.6R=516'L154.7'R=735'L126.4'R=353'L112.5'Sta:61+46.2Off:59.6END FENCE R&RS28° 44' 00"E181.39S20° 27' 30"E107.53S41° 42' 44"E73.84S48° 22' 24"E150.455.5'8' o.c. MAX14"Ø Typ2'6x6 PRESSURETREATED POSTS2x6 PRESSURE TREATEDRAILS. ATTACH WITH (3)3" COATED SCREWSCLASS C Conc FDN PER Std 90502"x2" METAL 10 GAUGE VINYL COATEDNON-CLIMB FENCE. USE 1" GALVSTAPLES TO RAILS AND POSTS, 6" o.c.IF DISTURBED, RE-COMPACTNATIVE SOIL TO 90% MAX DENSITYBEFORE PLACING FDN0.3'EQEQEXTEND FENCE ACROSSFACE OF RAILS AND POSTS10"of66CIVILNo. C 86141WYATT A BANKER-H I X 0SCALE IN FEET100 200CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONRAILROAD SAFETY TRAIL FENCINGWBHWBHBNBNAS NOTEDJULY 20221000116PLAN SHEET---G:\Projects\ActiveProjects\Bicycle Paths\1000116 Park Major Maintenance - Railroad Bike Path Fence\450 Design Working Documents\454 CAD\454.2 Drawings\Plan Sheets.dwgPLANUNION PACIFICRAILROADORCUTT ROADPage 92 of 145 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Railroad Safety Trail Fencing Improvements Specification No. 1000116 August 2022 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 93 of 145 Railroad Safety Trail Fencing Improvements Specification No. 1000116 Approval Date: XXX 2022 Page 94 of 145 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I BID SUBMISSION ...................................................................................................................................... I BID DOCUMENTS .................................................................................................................................... II PROJECT INFORMATION ........................................................................................................................ II QUALIFICATIONS .................................................................................................................................... III AWARD .................................................................................................................................................... IV ACCOMMODATION ................................................................................................................................. IV BID FORMS .................................................................................................................... A BID ITEM LIST FOR RAILROAD SAFETY TRAIL FENCING IMPROVEMENTS, SPECIFICATION NO. 1000116 ..................................................................................................................................................... A LIST OF SUBCONTRACTORS ................................................................................................................. B PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C NON-COLLUSION DECLARATION .......................................................................................................... E BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F QUALIFICATIONS .................................................................................................................................... G ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H SPECIAL PROVISIONS .................................................................................................. 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 2 BIDDING ............................................................................................................................................. 1 3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1 4 SCOPE OF WORK ............................................................................................................................. 2 8 PROSECUTION AND PROGRESS ................................................................................................... 2 77 LOCAL INFRASTRUCTURE ............................................................................................................ 2 APPENDIX A - FORM OF AGREEMENT ....................................................................... 1 Page 95 of 145 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, California 93401, until 2:00 p.m. on <<August 1, 2022>> at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Railroad Safety Trail Fencing Improvements, Specification 1000116 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 96 of 145 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 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 Printed copies are not available. You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website. Contact the project manager, Wyatt Banker-Hix at 805-783-7859 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 involves the removal and replacement of the existing fence along the railroad safety trail. The project estimated construction cost is $400,000 Contract time is established as 30 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 Page 97 of 145 NOTICE TO BIDDERS NOTICE TO BIDDERS iii This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or C-13 or 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. Two (2) of the referenced projects must be for fencing. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date Page 98 of 145 NOTICE TO BIDDERS NOTICE TO BIDDERS iv 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. 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 99 of 145 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 RAILROAD SAFETY TRAIL FENCING IMPROVEMENTS, SPECIFICATION NO. 1000116 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 17 Clear and Grub LS 1 --- 2 77 Remove Existing Fence LF 5300 3 80 Install Fence LF 5300 6 77 Pothole EA 7 7 12 Traffic and Pedestrian Control LS 1 --- Bid Total (or Base Bid) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. Page 100 of 145 BID FORMS BID FORMS B LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Page 101 of 145 BID FORMS BID FORMS C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is Page 102 of 145 BID FORMS BID FORMS D under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 103 of 145 BID FORMS BID FORMS E NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 104 of 145 BID FORMS BID FORMS F BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Page 105 of 145 BID FORMS BID FORMS G QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include fencing? 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 fencing? 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 fencing? 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 106 of 145 BID FORMS BID FORMS H ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) Page 107 of 145 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. Railroad Safety Trail Fencing 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. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 CONTRACT EXECUTION with: Upon notification of project award, return: 1. executed contract Page 108 of 145 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 2. insurance 3. contract bonds within five business days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section 12, 17, 77 and 80 for general, material, construction, and payment specifics. 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 8-1.04B START OF JOB SITE ACTIVITIES, Standard Start: Contract time will start on the first Monday after preconstruction meeting. 77 LOCAL INFRASTRUCTURE Add Section 77-5 Remove Fence 77-3.01 General This work involves the removal of the existing fence, including the rails, posts, foundations and fasteners. Remove ornamental fencing and appurtenances as well. 77-5.02 Materials Existing fence rails, posts and foundations. 77-5.03 Construction Reserved 77-5.04 Payment Payment for work shall be measured by the linear foot of fencing removed and site prepared for future fence, including removal and disposal of materials. Page 109 of 145 APPENDIX APPENDIX 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 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 110 of 145 APPENDIX APPENDIX 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 111 of 145 APPENDIX APPENDIX 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 112 of 145 R ______ RESOLUTION NO. _____ (2022 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING USE OF CAPITAL PROJECTS RESERVE FUND TO SUPPORT RAILROAD SAFETY TRAIL FENCING PROJECT, SPECIFICATION NUMBER 91385-09 WHEREAS, in June of 2021, the City Council approved the 2021-23 Financial Plan – Capital Improvement Program, which identified the Railroad Safety Trail Fencing project with a total budget of $350,000 to support implementation of the project (the “Project”); and WHEREAS, to provide funding to support construction work for the Project, staff is recommending the City Council approve use of $380,000 from the Capital Projects Reserve Fund; and WHEREAS, a balance of approximately $1.55 million is available from the Capital Projects Reserve Fund. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: Page 113 of 145 Resolution No. _____ (2022 Series) Page 2 R ______ SECTION 1. The City Council authorizes staff to transfer $380,000 from the Capital Project Reserve Fund to Railroad Safety Trail Fencing Project, Specification No. 91385-09. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2022. ___________________________ Mayor Erica A. Stewart ATTEST: __________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: __________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 114 of 145 Union Pacific AgreementsGrant Deed with UPRR for Right-of-Way to construct the RRST(Jennifer Street to Orcutt) - 1995Obligates City to construct and maintain a wall or other barrieralong the UPRR tracks between Jennifer Street Bridge andOrcutt Road.Type/design of “wall or barrier” is not defined. City is planningto repair this segment of fencing as CIP project, with requestto advertise on tonight’s Council Agenda. Union Pacific AgreementsLease Agreement with UPRR for Right-of-way to construct the RRST (Taft north to CalPoly) - 2008Requires City to take on vegetation and trash abatement along full extent ofUPRR tracks within City Limits. City pays $1 annually for lease.UPRR provides flagger to assist with work by City within UPRR property at nocostto CityCity required to construct and maintain a min 7’ tall black security fence along theeast side of the UPRR tracks along extent of RRST from Taft north to Cal Poly.Note that lease agreement for RRST (Taft to Pepper) segment has sameobligation to retain security fencing.City required to repair any damaged fencing, clean graffiti and unauthorized signsfrom fence, and post NO TRESSPASSING signage along this extent of thisfencing.City required to cooperate with Cal Polyin efforts to encourage other landownerson west side of UPRR tracks to install and maintain additional security fencing onthat side of tracks.