Loading...
HomeMy WebLinkAboutc5marshstpkggarage FROM: Daryl R. Grigsby, Director of Public Works Prepared By: Michael J. McGuire, Engineer III SUBJECT: MARSH STREET PARKING GARAGE LIGHTING REPLACEMENT, SPECIFICATION No. 91226 RECOMMENDATIONS 1. Approve plans and specifications for "Marsh Street Parking Garage Lighting Replacement, Specification No. 91226”. 2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bidder is within the Engineer’s Estimate of $104,000. 3. Approve the transfer of $15,000 from the project’s construction management account to the construction account at the time of bid award. DISCUSSION The Marsh Street Parking Garage lighting fixtures have become obsolete and are no longer manufactured. These are the original fixtures to the structure built in 1990. Failed light fixtures cannot be repaired or replaced as the parts and entire fixtures are no longer available. In addition, staff maintenance hours have increased as the fixtures age and require additional attention. The fixtures utilize out-of-date lighting technology, and consequently consume more energy and provide less coverage than modern fixtures. City staff, in conjunction with PG&E, have selected a lighting fixture to replace the existing units. This specific light emitting diode (L.E.D.) fixture is designed for use in parking structures, is energy- efficient and will provide greater lighting coverage within the structure. Brightness and area coverage with the new fixtures are such that the total number of lighting fixtures on each parking level can be reduced. Fewer fixtures results in an additional savings beyond that already attained with LED lighting. The LED lighting fixtures are low maintenance, so time spent on maintenance will be reduced. This project will replace the overhead light fixtures, relocate the majority of lights for better coverage and remove most of the wall-mounted sconce fixtures for all floors of the original parking garage except the roof level. The project has been scheduled so that construction can occur this Spring, when usage of the parking garage is lower than other times of the year. Advertising will occur later in March due to current plan review by the Building Department. CONCURRENCES The project has the concurrence of PG&E and environmental clearance from the Community Development Department. Meeting Date Item Number March 4, 2014 C5 - 1 Marsh St. Parking Garage Lighting Replacement (91226) Page 2 FISCAL IMPACT The 2013-15 Financial Plan, Appendix B, pages 3-316 to 3-318, identifies $115,000 to replace and install new lighting in the garage in 2013-14, along with $15,000 for construction management. Replacement of the existing lighting fixtures with the new replacement fixtures will result in a one- time rebate of approximately $3,000 from PG&E and annual cost savings in electrical power of nearly $8,800. This project will be constructed in the Spring when there are fewer active construction projects. This will allow City inspection staff to oversee this project and negates the need for consultant services for construction management. A transfer of the $15,000 allocated for construction management into the construction account will make these funds available to support higher than anticipated construction costs or unforeseen conditions during construction. ALTERNATIVE Deny approval of award. The Council could choose to deny or defer the approval for advertising of this project. Staff does not recommend this option. Should this be denied or deferred, lighting replacement to the Marsh Street Parking Garage will be delayed. The existing lighting will continue to fail with replacement parts or complete fixtures difficult to obtain, energy cost savings will not be realized and there will be no energy rebate forthcoming from PG&E. ATTACHMENT Special Provisions. T:\Council Agenda Reports\2014\2014-03-04\Marsh Street Parking Garage (Grigsby-McGuire)\91226 eCAR Advertise.docx Fiscal Impact Summary 2013-14 Approved Project Budget:130,000$ Engineer's Estimate Construction:104,000$ Construction Contingencies:10,500$ Cost Estimating Services:3,960$ Total for Construction:118,460$ Printing & Advertising:500$ Total Cost of Project:118,960$ C5 - 2 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO MARSH STREET PARKING GARAGE LIGHTING REPLACEMENT SPECIFICATION NO. 91226 FEBRUARY 2014 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Attachment C5 - 3 Marsh Street Parking Garage Lighting Replacement Specification No. 91226 Approval Date: 02.11.14 Approval Date: 02.11.14 Attachment C5 - 4 A CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA NOTICE TO BIDDERS 1. Receipt and Opening of Bids. A) Notice is hereby given that sealed proposals will be received by the City of San Luis Obispo, in the Public Works Administration Office, 919 Palm Street, 93401, until 2:00 p.m. on April 3, 2014, at which time they will be publicly opened and read aloud, for the construction of the work entitled: Marsh Street Parking Garage Lighting Replacement, Specification No. 91226 B) Any bid received at the Public Works Administration Office after the time and date specified above shall not be considered, and shall be returned to the bidder unopened. C) Bids received via FAX machine shall not be considered. D) Each bid shall be submitted in a sealed envelope plainly marked: Marsh Street Parking Garage Lighting Replacement, Specification No. 91226 2. General Work Description. Replacement and relocation of existing parking garage lighting fixtures with high-efficiency fixtures. 3. Estimate of Total Construction Cost. $104,000 4. Contract Time. The contract time is hereby established as 20 working days. 5. Liquidated Damages. The fixed liquidated damages amount is hereby established as $500 per day for failure to complete the required work within the contract time allowed. 6. Contractor's License Requirement. The Contractor must possess a valid Class C-10 Contractor's License at the time of the bid opening. 7. Prevailing Wage Requirements. Bidders are hereby notified that pursuant to Section 1773) of the Labor Code of the State of California, the Department of Industrial Relations, has ascertained the general prevailing hourly wage rates in the locality where this work is to be performed for each craft or type of workman or mechanic needed to execute the Contract which will be awarded to the successful bidder. Current wage rates can be obtained from the Division of Labor web site, www.dir.ca.gov/DLSR/PWD/. 8. Contractor Qualifications. The Contractor shall have Public Works experience constructing projects similar to the work specified for this project. The Contractor shall provide references for three similar Public Works projects completed as either the prime or subcontractor. One of the three reference projects must have been completed under contract with a public agency as the prime contractor. All referenced projects shall be completed within the last five years from this project’s bid opening date. All referenced projects shall be for lighting installation. The Contractor’s references will carry substantial weight in determining responsibility of the bidder pursuant to the City of San Luis Obispo Municipal Code Chapter 3.24. Attachment C5 - 5 B The City reserves the right to reject any bid solely based on submitted references whenever it determines, after hearing as defined herein, that the bidder lacks the knowledge or experience or is otherwise not responsible to complete the project in the best interest of the City. A) The Public Works Director or designee shall conduct responsibility hearings as required to determine the lowest responsive bid submitted by a responsible contractor. B) Any Contractor(s) who, after a responsibility hearing, is deemed not responsible by the Public Works director or designee, shall have five (5) calendar days to submit an appeal of the determination to the City Council. 9. Securing Bid Documents. A copy of the Plans and Special Provisions may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/bids.asp A printed copy may be obtained at the office of the City Engineer, 919 Palm Street, San Luis Obispo, CA 93401, by paying a non-refundable fee of $20.00 if picked up in person, or by mailing a non-refundable fee of $30.00 to: City of San Luis Obispo, Engineering Division, 919 Palm Street, San Luis Obispo, CA 93401. Request must include Specification Number. Standard Specifications and Engineering Standards referenced in these Special Provisions may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/documents.asp A printed copy may be obtained by paying a non-refundable $16.00 fee for both if picked up in person, or a non-refundable $21.00 fee if mailed to you by the City Engineer's Office. It is the Bidder’s responsibility to obtain all issued Addenda prior to bid opening. All issued Addenda will be available by download at the City’s website listed above or at the City Engineer’s Office. All Bidders should contact the Project Manager, Mike McGuire at 805/783-7716 or the Public Works Department at 805/781-7200, prior to bid opening to verify the number of Addenda issued. It is the responsibility of the Bidder to verify their contact information is correct on the electronic planholders list located online at: http://www.slocity.org/publicworks/bids.asp. 10. Bids. Bidders shall comply with and agree to all instructions and requirements in this notice and in the contract documents. A) All bids must be submitted on the prescribed bid proposal form. B) EACH BID SHALL BE ACCOMPANIED BY A CERTIFIED CHECK, CASHIER'S CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF SAN LUIS OBISPO FOR AN AMOUNT EQUAL TO TEN PERCENT (10%) OF THE AMOUNT OF THE BID, SUCH GUARANTY TO BE Attachment C5 - 6 C FORFEITED SHOULD THE BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT. C) The City of San Luis Obispo, California, reserves the right to accept or reject any or all bids or waive any informality in a bid. D) All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. E) No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions Code. F) The award of the contract, if awarded, will be to the lowest and best regular responsible bidder whose proposal complies with the requirements prescribed. Such award, if made, will be made within 60 calendar days after the opening of the proposals. G) As a condition to executing a contract with the City, two bonds each equal to one hundred percent (100%) of the total contract price shall be required per Section 3-1.02 “Contract Bonds” of the Standard Specifications. H) Failure to raise defects in the Notice to Bidders or Bid Proposal Forms prior to bid opening shall constitute a waiver of those defects. 11. Escrow Accounts. The Contractor may substitute securities for moneys withheld under the contract in accordance with the provisions of the Public Contract Code, Section 10263. 12. Bid Protests. It is the City’s intent to award the Contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion that the contract has been or may be improperly awarded, bidders can protest the contract award. Protests must be filed no later than five (5) working days after bid opening date. Protest must be in writing and received by the Project Manager, 919 Palm Street, San Luis Obispo, CA 93401. Valid protests must contain the following information: the reasons for the protest, any supporting documentation, and the ruling expected by the City to remedy the protest. Any protest failing to contain this information shall be deemed as invalid and rejected. The City will consider additional documentation and/or other supporting evidence regarding the protest if submitted in accordance to the specified time limits and/or specified date. Any additional documentation and/or other supporting evidence submitted after the specified time limit and/or specified date shall be rejected and not be considered for ruling. City will not withhold any documentation or items from any interested party associated to the protest. In the event that a protest is received, the City will not award the contract before Attachment C5 - 7 D the protest is remedied or resolved unless the City determines that failing to award the contract will unduly delay the project. The City shall conduct the protest in the following manner: 1. The Public Works Director shall respond to the protester within five working days of receiving a valid protest and may hold a conference on the merits of the protest. 2. The Public Works Director may request at his sole discretion additional information and/or supporting evidence by specified time and/or date no longer than three days after the request. 3. The Public Works Director shall notify the protester of his ruling no later than ten (10) days after all requested documentation and evidence was received. In the event that protester is not satisfied with ruling by Public Works Director, protester may appeal the ruling to the City Council in accordance with Chapter 1.2 of the City of San Luis Obispo Municipal Code. Attachment C5 - 8 SPECIAL PROVISIONS 1 1. PLANS AND SPECIFICATIONS. The work embraced herein shall be done in accordance with these Special Provisions and the City of San Luis Obispo, Department of Public Works, Standard Specifications and Engineering Standards January 2010 Edition, in conjunction with the State of California, Department of Transportation Standard Specifications and Standard Plans dated May 2006. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence. 2. EXECUTION OF CONTRACT, BEGINNING OF WORK, TIME OF COMPLETION, LIQUIDATED DAMAGES AND LABOR REQUIREMENTS. Contract bidding, award, execution and administration shall conform to the provisions in the Standard Specifications and these Special Provisions. The Contractor’s attention is directed to Section 8-1.04 “PROGRESS SCHEDULE” of the Standard Specifications. As a condition of this Contract, the Contractor will be required to furnish a Type A Schedule. The Contractor shall submit an updated schedule on a monthly basis by the 5th of each month. Failure to submit updated schedule as specified will result in the assessment of liquidated damages for each working day until compliance is satisfied. In addition to these scheduling requirements, the Contractor shall include in the schedule a separate line item for Traffic Control Plan Preparation and City Review of Traffic Control Plan. City review period of Traffic Control Plan shall comply with Section 7-1.08C of the Standard Specifications. The Contractor shall pay to the City of San Luis Obispo Liquidated Damages in the amount set forth in the Notice to Bidders, for each and every calendar day's delay in finishing the work in excess of the number of Working Days identified in the Notice to Bidders. Upon approval of the Traffic Control Plan as stated in the “TRAFFIC CONTROL” of these Special Provisions, the Contractor shall obtain a no-fee Encroachment Permit from the Public Works Department prior to start of work. In accordance with Sections 1810 to 1815 of the State Labor Code, eight hours labor constitutes a legal day’s work. The Contractor or subcontractor shall as a penalty, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract for each calendar day during which the worker is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week without additional compensation as outlined in Section 1815 of the Labor Code. After given the opportunity, if the Contractor fails to maintain the project site, complete project work, or any other cause which requires City staff to complete work at the project site; the Contractor shall reimburse the City per Section 9-1.12 “CITY BILLING” Attachment C5 - 9 SPECIAL PROVISIONS 2 for all work necessary to maintain the project site. All listed subcontractors performing contract work shall be required to attend pre- construction meeting prior to starting work. In addition to the requirements of Section 7-1.01A(3) “PAYROLL RECORDS” of the Standard Specifications, the Contractor shall furnish the Engineer one Portable Document Format (PDF) file which contains all certified payroll records for the prior month’s work. The PDF file shall be redacted making the Contractor’s employee social security number and name illegible. Failure to submit PDF file with other monthly payroll records shall be considered an incomplete payroll submission and penalties assessed per Section 7-1.01A(3) “PAYROLL RECORDS”. 3. CITY FURNISHED MATERIAL. NONE. 4. EXISTING CONDITIONS. The “Marsh Street Garage” is a multi-level concrete parking structure with businesses and storefronts at the ground level. The garage structure is located downtown in the City of San Luis Obispo in the 800 block of Marsh Street bordered by Pacific, Morro and Chorro Streets. The official street address for the parking garage is 836 Pacific Street. The structure was built in two phases – the first structure was built in 1992 followed by an expansion in 2003. Work will only occur in the first structure closest to Chorro Street. The garage is located downtown and is accessible 24 hours a day. Heavy usage occurs during normal business hours and in the evenings with heavier evening usage Thursday through Saturday. Contractors and subcontractors must review the area and be familiar with the structure and surrounding conditions prior to submitting a bid. 5. OPERATIONAL PROCEDURES. All work shall take place under the provisions of Sections 4, 5, 6, 8, and 9, “SCOPE OF WORK,” “CONTROL OF WORK,” "CONTROL OF MATERIALS," “PROSECUTION AND PROGRESS,” and “MEASUREMENT AND PAYMENT” of the Standard Specifications and these Special Provisions. Operational procedures shall conform to the provisions in Section 7 “LEGAL RELATIONS AND RESPONSIBILITY” of the Standard Specifications. Attention is directed to the provisions in subsections 7-1.01G "WATER POLLUTION," 7-1.08A “PUBLIC NOTIFICATION,” 7-1.11 "PRESERVATION OF PROPERTY”, and 7-1.12 "INDEMNIFICATION AND INSURANCE” of the Standard Specifications and these Special Provisions. An authorized representative of the Prime Contractor shall be on-site when any Attachment C5 - 10 SPECIAL PROVISIONS 3 subcontractor is performing contract work. Contract work shall not be allowed to continue until the Prime Contractor’s representative is on-site. In addition to the provisions of Section 5-1.06 “SUPERINTENDENCE” of the Standard Specifications, the Contractor shall have an authorized representative at the job site who will be able to clearly communicate with City representatives and the Contractor’s personnel. OSHA compliance shall conform to the provisions in Section 7-1.06 "SAFETY AND HEALTH PROVISIONS" of the State Standard Specifications and these Special Provisions. Temporary yards and permanent disposal shall conform to the provisions in Section 7- 1.13 “DISPOSAL OF MATERIAL OUTSIDE THE HIGHWAY RIGHT OF WAY” of the Standard Specifications. The Contractor shall remove and properly dispose of all existing surface-mounted overhead lighting fixtures to be replaced. The Contractor shall deliver all wall-mounted sconce lighting fixtures that are removed per the plans to the City’s Building Maintenance Division. The Contractor shall complete layout for the work. The Contractor shall notify the Engineer when layout is complete. The Contractor shall bring any potential conflicts to the attention of the Engineer. No work shall be performed until the Engineer has reviewed the layout. Dust control shall conform to the provisions in Section 10 "DUST CONTROL," of the Standard Specifications and these Special Provisions. Concrete dust created by drilling into the garage decks shall be contained by hand vacuuming and properly disposed. The Contractor’s attention is drawn to the requirements of Sections 7-1.08 and 7-1.09, “Public Convenience and Public Safety” of the Standard Specifications. The Contractor understands that the work to be done under this contract will be located in a highly used downtown public parking structure with ground-level tenants and adjacent businesses. The Garage is open to the public 24 hours a day 7 days a week. The Contractor shall make every effort and shall be responsible to protect the public from the construction site. In accordance with the Contractor’s approved Traffic Control and Pedestrian Safety Plan, the Contractor shall provide all signs, lights, barricades, and/or other facilities to provide protection and warning for the public, and to detour the public around the immediate work site as needed. When working next to or above an entrance or exit, the Contractor shall be required to provide a temporary passageway or other such protective measures as required by authorities having jurisdiction to provide free and safe passage of occupants and general public to occupied portions of the building. Preservation of property shall be in accordance with Section 7-1.11 of the Standard Specifications and these Special Provisions, and shall be interpreted to include vehicles parked in the vicinity of the work site. There are no on-site storage areas. Any Attachment C5 - 11 SPECIAL PROVISIONS 4 damages shall be repaired at the Contractor’s expense. Hours of work may be limited, or expanded in certain areas as a requirement of the “TRAFFIC CONTROL” section or other section of these Special Provisions. For those areas not restricted, work hours are Monday through Friday between 7 a.m. and 4 p.m. unless otherwise approved by the Engineer, and construction noise is limited to the hours of 7 a.m. to 7 p.m. unless otherwise approved by the Community Development Director. The Contractor shall allow up to three (3) weeks for Community Development review of work applications for work outside of the work hours indicated in these Special Provisions. In addition to the provisions of Section 3-1.03A “ENCROACHMENT PERMIT” of the Standard Specifications regarding violation of permit conditions, the Engineer may immediately suspend all work until compliance is achieved. The Contractor shall bear all costs incurred by such suspension, and no additional compensation for losses incurred by the Contractor shall be allowed therefor. It is therefore agreed that the Contractor will be assessed Liquidated Damages and pay to the City of San Luis Obispo the sum set forth in these Special Provisions for such, for each day the Contractor does not comply with the contract requirements. Failure to comply with the provisions in this section shall be considered a material breach of contract. All work shall cease until the Contractor can demonstrate active compliance with these requirements. Any delay caused by failure to comply shall be the full responsibility of the Contractor and no additional contract time or compensation shall be allowed therefor. Unless otherwise stated, full compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefor. 6. SUBMITTALS. When required, submittals shall be provided in accordance with Section 6-1.052 “Submittals”, of the Standard Specifications and these Special Provisions. The Contractor shall provide submittals at or before the pre-construction conference. No work shall be done on items needing submittal approval until the material or plan is approved by the City. At a minimum, submittals shall be furnished by the Contractor where called for in the various sections and as follows:  Progress Schedule  Traffic Control and Pedestrian Safety Plan  Lighting Fixture  Lighting Anchor  Lighting Installation Wire, Conduit and Hardware Approval of materials and products by the City does not waive the Contractor’s responsibility to provide materials which will meet the needs of the Parking Garage or Attachment C5 - 12 SPECIAL PROVISIONS 5 the guarantee period. 7. TRAFFIC CONTROL. Construction Area Traffic Control shall conform to the provisions in Section 12 "CONSTRUCTION AREA TRAFFIC CONTROL DEVICES," Section 7-1.08 and 7-1.09 "PUBLIC CONVENIENCE AND PUBLIC SAFETY" of the Standard Specifications and these Special Provisions. Where Contractor’s operations necessitate the need for traffic lane, parking lane or sidewalk closures, the Contractor shall submit a Traffic Control and Pedestrian Safety Plan. Separate Traffic Control and Pedestrian Safety Plans shall be submitted for each phase of work requiring a change in control. The Contractor shall allow a minimum of five (5) working days for the Traffic Engineer to review Traffic Control and Pedestrian Safety Plans prior to the work. Traffic Control and Pedestrian Safety plans shall be subject to review in the field by the City and adjusted or modified at the Contractor’s expense if found to be insufficient. Upon approval of the Contractor’s Traffic Control Plan, the City shall issue a no-fee Encroachment Permit. The Contractor shall be responsible for compliance with all Permit Conditions. The Traffic Control plan shall be drawn to scale. The Contractor shall provide the initial submittal at, or prior to, the pre-construction conference. The Contractor’s traffic control shall comply with the approved Traffic Control Plan unless approved in writing by the Engineer. Parking Garage traffic shall be maintained unless approved otherwise. The Contractor shall exercise due diligence in completing the work in order to restore free flowing of traffic. The Contractor shall be required to provide for passage of traffic through the work at all times. Traffic delineation and protection shall be maintained at all times. The Contractor shall be responsible for providing acceptable barricades, lights, warning devices and signage as required for the protection of the public. If barricades are required after sunset, lights/flashing beacons shall be required. Full compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefor. 8. TEMPORARY FACILITIES. Power: The Contractor shall provide all construction power used at the project site. Sanitary Facilities: Public restrooms are available on-site. Restrooms shall not be used for washing tools or other construction-related activities. Water: The Contractor may use water sources at the site for the work or provide their own Attachment C5 - 13 SPECIAL PROVISIONS 6 water source. The Contractor shall provide their own drinking water. Full compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefor. 9. CONSTRUCTION DETAILS. 9-1.01 General Conditions General: Lighting fixture replacement shall conform to the provisions in Section 86 “SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS” of the State of California Standard Specifications, dated May 2006, with exceptions noted herein and in these Special Provisions. Description: Electrical work shall consist of furnishing, removing and installing the garage lighting fixtures as shown on the plans, the Standard Specifications and these Special Provisions. The locations of existing wall-mounted and overhead lighting fixtures shown on the plans are approximate and the exact locations of replacement fixtures shall be established by the City. All materials furnished and used shall conform to the provisions in Section 6 “CONTROL OF MATERIALS” of the Standard Specifications. The materials shall be manufactured, handled and used in a workmanlike manner to ensure completed work in accordance with the plans, Standard Specifications and these Special Provisions. The Contractor shall furnish all materials and equipment required to complete the work. All materials shall be new and shall be manufactured, handled and used in a workmanlike manner to ensure completed work in accordance with the plans, Standard Specifications and these Special Provisions. All incidental materials and/or parts which are not indicated on the plans or included in the Standard Specifications and in these Special Provisions, but which are necessary to complete the installation of the lighting fixtures, shall be furnished and installed as if such parts are shown on the plans or specified herein. Regulations and Codes: All electrical equipment shall conform to the standards of the National Electrical Manufacturer’s Association (NEMA), the Underwriters Laboratories Inc. (UL), or the Electronic Industries Alliance (EIA), wherever applicable. In addition to the requirements of the plans, the Standard Specifications and these Special Provisions, all materials and workmanship shall conform to the requirements of the 2013 California Electrical Code, Standards of the American Society for Testing and Materials (ASTM), the American National Standards Institute (ANSI), and any local ordinances which may apply. Warranties, Guarantees and Instruction Sheets: Manufacturer’s warranties and guarantees furnished for materials used in the work, instruction sheets and parts lists supplied with materials shall be delivered to the City prior to the end of the Contract. Attachment C5 - 14 SPECIAL PROVISIONS 7 Housekeeping and Cleanup: All debris, trash, and other waste materials must be removed and discarded off site on a daily basis. As work proceeds, immediately collect empty containers, rags, waste material, and debris and remove from the site each day. The site shall be maintained free of unnecessary accumulations of tools, equipment, surplus materials, and debris. Any materials, tools, and equipment left on site shall be locked in a secured area such as a Contractor-supplied trailer or storage container. The on-site location for the trailer or container shall be coordinated with City Parking staff. Upon completion of the work, the Contractor shall remove all excess materials, equipment, containers, and waste from the job site. Operation: All existing and newly installed parking garage lighting shall be fully operational during the duration of the work. The Contractor shall verify at the end of the work day, prior to operation, that all parking garage lighting is fully operational for use. If the garage lighting is not operational, the Contractor shall make repairs or provide temporary lighting, at the Contractor’s expense. 9-1.02 Lighting Fixtures and Hardware Lighting Fixtures: The lighting fixture shall be:  Philips Gardco SlenderForm SFC-5W-90LA-NW-UNIV-NP  Or approved equal All lighting fixtures submitted shall provide the specification sheets, photometric data based on established Illuminating Engineering Society (IES) standards, verification of current listing on the Design Lighting Consortium Qualified Products List (DLC QPL), and approval by PG&E for rebate incentives (contact Tom Lorish of PG&E at 805-595- 6430 or txlx@pge.com). Also, the lighting fixture must be of low-profile dimensions so as not to interfere with vehicular traffic below. Any lighting fixture submitted must include this information. Lack of qualification and proper documentation will be cause for rejection of the lighting fixture submittal. Mechanical Anchoring System: Anchorage for the light fixtures shall be:  Hilti HDI-P 1/4 Drop-in Anchor 3.3.10  Or approved equal Anchors must have a drilling depth into the post-tensioned slab that does not exceed 0.63 inches. Exceeding this depth could damage a post-tensioned steel tendon resulting in failure of the deck above. Each lighting fixture shall be supported in the concrete deck above by at least two (2) anchors equally spaced apart to fully support the fixture. Electrical Hardware: All electrical wiring, conduit, clamps, fittings, couplers, junction boxes and other electrical hardware shall conform to the standards of the National Electrical Manufacturer’s Association (NEMA), the Underwriters Laboratories Inc. (UL), or the Electronic Industries Alliance (EIA), wherever applicable. Electrical conduit shall be rigid metal conduit (RMC) or electrical metallic tubing (EMT). Junction boxes, clamps, fittings, couplers and other electrical hardware necessary for the work shall be Attachment C5 - 15 SPECIAL PROVISIONS 8 made of metal. In addition to the requirements of the plans, the Standard Specifications and these Special Provisions, all materials and workmanship shall conform to the requirements of the 2013 California Electrical Code, Standards of the American Society for Testing and Materials (ASTM), the American National Standards Institute (ANSI), and any local ordinances which may apply. 9-1.03 Payment The contract price paid for “Marsh Street Parking Garage Lighting Replacement” shall include full payment for providing all work called for in these Special Provisions and the plans including but not necessarily limited to: implementing and maintaining traffic control and pedestrian safety plans; coordinating work with Garage personnel and for doing all work involved in lighting replacement as shown on the plans, as specified in these Special Provisions and Standard Specifications and as directed by the Engineer. End of Section Attachment C5 - 16 BID SUBMITTAL FORMS Please Note: All Proposal forms MUST be COMPLETED and submitted with your bid. (Please staple forms together.) Failure to submit these forms will be cause to reject the bid as nonresponsive. Attachment C5 - 17 Proposal Form - a - 1 Company: __________________ PROPOSAL FORM TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA THE UNDERSIGNED, hereby agrees that he has carefully examined the location of the proposed work, that he has carefully examined the plans and specifications, and that he has carefully examined and read the accompanying instructions to bidders, and hereby proposes to furnish all of the materials and do all the work required to complete: Marsh Street Parking Garage Lighting Specification No. 91226 in satisfactory working condition, in accordance with said plans, specifications, and the special provisions, for the prices set forth below: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. Fixture Replacement EA 18 2. Fixture Replacement & Relocation EA 66 3. Sconce Removal EA 39 BID TOTAL: $__________________ Attachment C5 - 18 Proposal Form - b LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code, 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 shall not total more than fifty percent (50%) of the submitted bid except as allowed in Section 8-1.01 "SUBCONTRACTING” of the State Standard Specifications. Contractor's attention is directed to the provisions of Section 8-1.01 and Section 2-1.054 "Required Listing of Proposed Subcontractors" of the Standard Specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Address and Phone Specific % of Subcontractor is Number of Office, Description of Total Licensed License Number Mill or Shop Subcontract Base Bid Attach additional sheets as needed. (Rev 9-07) Company Name:____________________ Attachment C5 - 19 Proposal Form - c PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance 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 Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Company Name:____________________ Attachment C5 - 20 Proposal Form - d PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, the Bidder shall 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, explain the circumstances in the following space: PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Company Name:____________________ Attachment C5 - 21 Proposal Form - e NONCOLLUSION DECLARATION TO BE SUBMITTED WITH BID 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 shall refrain 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:____________________ Attachment C5 - 22 Proposal Form - f By signing below, the bidder acknowledges and confirms that this proposal is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: It is the Contractor’s responsibility 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 shall 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 "shall be considered non-responsive and shall be rejected” by the City. SIGNATURE OF BIDDER (Print Name and Title of Bidder) 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 No Fax No. Dated ________________, 20___. E-mail address (if available) Attachment C5 - 23 Proposal Form - g Contractor References Failure to furnish complete reference information, as specified in this project’s Notice to Bidders, shall be cause to reject the bid. Reference Number 1 Customer Name & Contact Individual Telephone & Fax Number Street Address, City, State, Zip Code Date project completed? Describe the services provided and how this project is similar to that which is being bid: Is this similar to the project being bid? Yes □ No □ Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Fax Number Street Address, City, State, Zip Code Date project completed? Describe the services provided and how this project is similar to that which is being bid: Is this similar to the project being bid? Yes □ No □ Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Fax Number Street Address, City, State, Zip Code Date project completed? Describe the services provided and how this project is similar to that which is being bid: Is this similar to the project being bid? Yes □ No □ Was this contract for a public agency? Yes □ No □ Attachment C5 - 24 INSURANCE REQUIREMENTS Attachment C5 - 25 INSURANCE REQUIREMENTS: CONTRACTORS The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, or subcontractor. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 6. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of the Civil Code. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Attachment C5 - 26 S A M P L E F O R M S Attachment C5 - 27 CITY OF SAN LUIS OBISPO CALIFORNIA FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict accordance 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 accordance 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. 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 Attachment C5 - 28 attached, as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. 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 or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal 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 Katie Lichtig, City Manager APPROVED AS TO FORM: CONTRACTOR Christine Dietrick NAME OF COMPANY City Attorney NAME OF CAO/PRESIDENT (Rev. 12-28-09) Attachment C5 - 29 BIDDER'S BOND TO ACCOMPANY PROPOSAL 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 proposal 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____. (Rev. 9-8-93) Attachment C5 - 30 BLANK Attachment C5 - 31 PRE-CONSTRUCTION MEETING CHECKLIST FOR CONTRACTORS Below is a list of standard items that the Contractor shall submit to the City at Pre- Construction meeting. Other items may be required per the Special Provisions. Item □ Emergency Contact List □ Authorized Representative at the site of work □ Authorized Representative who can sign Change Orders and Extra Work Tickets □ Equipment Rental Rates □ Work Progress Schedule □ Traffic Control Application □ Traffic Control Attachment C5 - 32 Transportation and Development Review Division  919 Palm Street  San Luis Obispo, CA 93401  (805) 781-7015 General Info: Project Location: ______________________________________________________________________________________________ Description of Work:___________________________________________________________________________________________ ____________________________________________________________________________________________________________ Agency / Company:____________________________________________________________________________________________ Contact Person: ___________________________________________ Phone: _____________________________________________ Check One Capital Improvement Project…………………Inspector/Spec. No.____________________________________________________ Permit Project………………………………...Inspector ____________________________________________________________ Special Event Street Closure………………….Event Supervisor_______________________________________________________ Schedule: Requested Schedule (Dates & Hours): Dates_______________________Hours:(From)________(To)_________ Number of Days Required to complete work (list for each location):___________________________________ Night Work Requests (7pm – 7am) must receive night work permit from Community Development Department. Night work application: Submitted ____________(Date) Approved _____________(Date) (Permit No.) Traffic Control: All temporary traffic control shall be per the most current version of the California Manual on Uniform Traffic Control Devices (MUTCD), City of San Luis Obispo Engineering Standards & Specifications (Engr. Std. 7310), and CalTrans Standard Plans & Specifications. WORK ZONE/EVENT CLOSURE AREA: STREET:____________________________________________________________________________________ FROM: _______ (Dist. Ft.) ________ (Direction N,S,E,W) Of _________________________________________(Street) TO: (Dist. Ft.) (Direction N,S,E,W) Of (Street) Work Zone Description Work effects City Transit Stop or Route Yes No If yes, contractor must receive approval from Transit Division 7 days prior to work, contact SLO Transit at 781-7121 Transit Division approved work: Yes/No (Date) Transit Contact ______________________________(City Staff Name) Work requires closure of parking lane or parking meters Yes No If yes, contractor must receive approval from Parking Division 7 days prior to work, contact City Parking Division at 781-7230. Parking work approved work Yes/No (Date) Parking Contact ________________________________(City Staff Name) SLO City Engineering Standard 7310 applies. Check applicable standards AND indicate location of work zone on applicable standard. Fig. A Fig. B Fig. C Fig. D Fig. E Fig. F Fig. G Fig. H Fig. I Fig. J Fig. K Fig. L Fig. M Fig. N Fig. O Fig. P Custom Traffic Control Plan (TCP) Attached. Traffic Control Plan Requirements for each phase of work: Accurate Depiction of Street (St. Names, Striping, Traffic Signals, Stop Signs, etc….) Depiction of work zone area (Approx. Dimension) Depiction of temporary delineation (Taper Lengths Dimensioned) Depiction of Temporary Signing Traffic control plans should be submitted to the City Inspector assigned to your job; if the work is by permit then the plan should be submitted along with the encroachment permit. Please refer to the links below for typical applications, sign codes, use of flashing arrow panels, and taper lengths. Approved…… With Comments See Additional Comments on TCP Denied (By: Date(s) )Resubmittals shall include original application and traffic control plan with City comments CA MUTCD: http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/ca_mutcd.htm SLO City Std. Plans: OFFICE USE ONLY Rec. By: _______ Date: _____ App. By: _______ Date: _____ TEMPORARY TRAFFIC CONTROL APPLICATION Attachment C5 - 33 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev. 1/29/11, 8/29/11, 7/16/12) WPCP/SWPPP PLAN FOR MINOR RIGHT OF WAY ENCROACHMENT PROJECTS GENERAL INFORMATION: Project Location: ___________________________________________________________________________ Description of Work: _______________________________________________________________________ _________________________________________________________________________________________ Proximity to Storm Drains, Creeks & Known Underground Springs or Seeps: Indicate the location of any and all storm drain inlets and creeks that are within 150’ of the project site. ________________________________________ _________________________________________________________________________________________ Applicant: _______________________________________ Contractor’s License #: ______________________ Contact Person: _____________________________________ Office #: (_____) _____-_________ Permit Authority (Check One, if applicable) Cell #: (_____) _____-_________  Capital Improvement Project (Submit at PRECON Meeting) CIP No: _________________________________  Public Works Encroachment: PW Permit No: ____________________________  Building Projects Building Permit No: _________________________ Stormwater Plan (Check One, if applicable)  SWPPP: Adhere to specifications on approved building / CIP plans (Sign form and submit to Public Works).  Tract / Minor Subdivisions: Adhere to the detailed specifications on approved building plans.  WPCP – When appropriate use this simplified WPCP by checking each applicable BMP below. BEST MANAGEMENT PRACTICES OR “BMP’S” are procedures that help prevent pollutants from entering our storm drains/creeks/etc. Check ALL ANTICIPATED BMP’S that will be incorporated into the project to ensure the protection of all waterways and stormwater conveyance systems (gutters, streets, storm drain inlets, storm drains, catch basins, creeks, culverts and seasonal streams). An “” indicates mandatory BMPs for all projects. BMP descriptions / requirements are available on-line at: http://www.slocity.org/publicworks/stormwater/6construction.asp Good Housekeeping BMPs  Pre-inventory list (i.e. materials to be used/ generated on the project)  Material stockpile management (i.e. wattles & cover)  Routine Sweeping Plan (i.e. daily, pre/post storm – gutters, streets & sidewalks)  Spill management/reporting plan  Spill Kit – Keep on site at all times (Absorbents, clean up materials, personal protective equipment, containment devices) Waste Management BMPs  Concrete/Slurry Residue Management (i.e. lined washouts)  Hazardous Waste (i.e. proper disposal)  Hazardous spill management plan  Portable Toilets (Proper storage, secondary containment)  Recycled Waste (i.e. concrete, asphalt, etcetera)  Solid Waste (Contain, cover, remove daily)  Effective Scheduling BMPs Non-Stormwater Management BMPs  Equipment Tool Washouts (lined w/plastic & maintained)  Equipment / Vehicle BMPs (i.e. maintenance, repair, fueling, storage locations, drip pans)  Saw-Cutting Activities (vacuum / reclaim during saw cutting)  Tool, equipment washout locations (i.e. lined with plastic)  Sediment Control BMPs: Where applicable refer to project plans.  Staging Locations - (Contain & cover all materials, track out control measures – stabilized entrance / exit). Project Specific BMPs  Creek Protection Control Measures – see spec’s.  Storm Drain Inlet Protection  Temporary Construction Entrance over Curb  Special Provisions:_____________________________ __________________________________________  Other: _____________________________________  Weekly: The permittee must inspect, clean, maintain and repair as necessary all BMP’s for the duration of the project.  Inspections: Inspections occur weekly, before and after each rain event. Additional inspections may be required, such as, during a rain event.  Cleanings: The site should be maintained daily following good housekeeping principles. In addition, the site must be kept clean of loose solid waste materials at all times.  Maintenance: BMP’s shall be maintained daily.  Repairs as Necessary: During inspections, cleaning or maintenance activities any dilapidated, torn or broken BMP’s shall be repaired immediately.  Documentation: Permittee is required to document their efforts and stormwater pollution prevention activities. Your best demonstration of compliance is documentation. WPCP/SWPPP PLAN FOR RIGHT OF WAY ENCROACHMENT PROJECTS This plan is only to be used for minor projects based upon approval of City staff. The following sections of the City of San Luis Obispo Municipal Code, Standard Specifications and Storm Water Management Regulations shall be reviewed by the permittee, and the permittee shall submit and receive approval of a WPCP prior to the issuance of their Encroachment Attachment C5 - 34 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev. 1/29/11, 8/29/11, 7/16/12) OFFICE USE ONLY Rec. By: _______ Date: ________ App. By: _______ Date: ________ Permit. The plan shall include BMP’s which shall be on site at all times, implemented as needed, and verified for compliance. The permittee is required to maintain a log of all routine inspections, cleanings, maintenance and records of all repairs made to all BMP’s on site at all times for routine review by any representative of the City or any law enforcement officer upon request. Failure to adhere to the WPCP, State and Federal Regulations may result in a Notice of Violation and/or an Administrative Citation and/or a Stop Work Order issued until the site is in conformance with the requirements of this plan. APPLICABLE SPECIFICATIONS: San Luis Obispo Municipal Code  8.04 Solid Waste Disposal  Title 12 Streets, Sidewalks and Public Places  12.08 Urban Storm Water Quality Management and Discharge Control  13.08.130 Stormwater & unpolluted drainage  15.04.010 All disturbed surfaces City Specifications  Section 3-1.03A, Encroachment Permit  4-1.07 Work Site Maintenance  6-1.03 Storage of Materials  Section 7-1.01G Water Pollution  Section 1010B, Uniform Design Criteria – Drainage and Erosion Control  19-1.07 Sawcutting  20.3 Erosion Control Storm Water Regulations  Federal Water Pollution Control Act (CWA)  California Construction Stormwater Permit  California Porter Cologne Act of 2002  City of San Luis Obispo Stormwater Management Plan I have read, understood and agree to follow the requirements as set forth in the Project WPCP, the City of San Luis Obispo’s Stormwater Management Plan, the State of California’s General Construction Permit and the Federal Clean Water Act. In addition, I understand and agree to the following: (1) additional BMP’s, both temporary and permanent may be required during the course of the project at the discretion of the City in order to ensure the protection of local water quality, (2) it is permittee’s obligation to take additional corrective actions when required to protect local water quality, (3) failure to comply with all the requirements could cause the permit to be revoked and/or cause permittee to lose the privilege to work within the City right-of-way for 2 years, and (4) the doing of any work under this permit shall constitute an acceptance of the provisions of this permit and all attachments and documents referenced herein. Applicant: Permit No.: Signature: Date: WEBSITE REFERENCES: CA State Water Resources Control Board http://www.swrcb.ca.gov/water_issues/programs/stormwater/training.shtml CA Con General Permit: http://www.waterboards.ca.gov/water_issues/programs/stormwater/gen_const.shtml#const_permit California Stormwater Quality Association http://www.casqa.org/ Caltrans Stormwater Pollution Templates: http://www.dot.ca.gov/hq/construc/stormwater/templates1.htm Caltrans Supplement to Traffic Control Guide http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp City of San Luis Obispo Municipal Code http://www.codepublishing.com/ca/sanluisobispo/ City of SLO Stormwater Management Plan http://www.slocity.org/publicworks/stormwater/documents City of SLO Minor WPCP BMP Descriptions http://www.slocity.org/publicworks/stormwater/6construction.asp City Specifications http://www.slocity.org/publicworks/documents.asp Construction Industry Compliance Assist Center http://www.cicacenter.org/swt/swt2.cfm?st=CA State Specifications http://www.dot.ca.gov/hq/esc/oe/standards.php Traffic Control Guide http://mutcd.fhwa.dot.gov Note: Please refer to the City’s website for “BMP Descriptions for Minor Public Works Encroachment Projects” handout. Projects that fall within a Caltrans Right-of-Way shall require the use of approved Caltrans forms. This plan is not for projects over 1 acre. _____________________________________________________________________________________________________________________________________________________________________________________________________ OFFICIAL USE ONLY  Approved  Revise & Resubmit___________________________________ ______________________________________________________________ _______________________________________________________________ Attachment C5 - 35 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10) BM P BMP DESCRIPTIONS FOR Minor Public Works Encroachment Projects Typical concerns to account for when developing a WPCP or SWPPP! BEST MANAGEMENT PRACTICES OR “BMP’S” are procedures that help to prevent pollutants from entering our storm drains. Each of us can do our part to keep storm water clean. Using BMP’s adds up to a pollution solution! Please indicate by checking the box next to the appropriate BMP’s on the “WPCP for Minor Public Works Encroachment Projects” plan form that shall be incorporated into the project to ensure the protection of all waterways and stormwater conveyance systems (gutters, streets, storm drain inlets, storm drains, catch basins, creeks, culverts and seasonal streams). CONCRETE WORK: For all sites wherein concrete work shall be performed the following BMP’s shall be incorporated into the project WPCP at all times:  A designated concrete washout location will exist on the site, o The washout will be located at least 50’ from any storm drain inlet or storm drain. o The washout will be located at least 150’ from any creek. If the washout can not be located at least 150’ from a creek then, a prefabricated self contained concrete washout unit will be used.  The washout shall be at least 6’ x 10’ (l x w) and 16” deep in dimensions.  The washout will be lined with at a minimum 10 millimeter plastic.  The plastic must be replaced if torn or if holes appear.  The washout will be routinely cleaned and maintained.  The concrete wash out will be covered prior to any predicted rain event and during any rain event.  Concrete washouts will be maintained and inspected routinely (i.e. weekly).  Never site a concrete washout over a known spring or underground seep.  Concrete debris must be removed when the washout is no more than ½ full.  A minimum 10-mil thick, 10’ x 10’ plastic sheet must be placed under the location where concrete will be transferred to a pump truck or wheelbarrow.  CREEK PROTECTION CONTROL MEASURES: For all sites wherein construction Attachment C5 - 36 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10) work shall be performed abutting a creek or within 50’ of the creek the following BMP’s shall be incorporated into the project WPCP at all times:  Straw wattles or fiber rolls shall be installed at the top edge of the riparian / creek corridor. o Fiber rolls are typically entrenched 3” and staked every 4’.  Please note if a minimum 25’ wide vegetated area exist between the work area and the creek, then creek protection measures may be minimized by the City Inspector.  EQUIPMENT MAINTENANCE/REPAIR:  Never conduct routine maintenance or equipment repair on site, unless under cover and over an impervious surface.  EQUIPMENT STORAGE:  Never store or park equipment over or adjacent to a drainage inlet.  GUTTERS: For all construction sites the following BMP’s shall be incorporated into the project WPCP at all times:  The gutter shall be swept at a minimum weekly or more as needed. The discharge or track out of any sediment, dirt, rock or other debris into the public right of way (i.e. gutter) is a violation of the clean water act and local municipal code and a citable violation.  PORTABLE TOILETS: For all sites wherein the use of portable toilets shall be used the following BMP’s shall be incorporated into the project WPCP at all times:  Portable toilets shall not be placed within 50’ of a storm drain inlet.  Portable toilets shall not be placed within 50’ of any stormwater conveyance system (i.e. creek).  The portable toilet shall be equipped with secondary containment features in case of a leak or spill. Said secondary containment features shall include, but not be limited to a catch drain pan.  SAW CUTTING: For all sites wherein saw cutting activities shall be performed the following BMP’s shall be incorporated into the project WPCP at all times.  During all saw cutting and boring activities all slurry must be reclaimed.  At the end of the work day the work area and all affected impervious surfaces (i.e. sidewalk, driveway, gutter, street, etceteras) must be swept. o All waste materials must be disposed of properly per Federal, State and local rules and regulations. o There should not be any residue left on site to become blowing dust after it has dried. Attachment C5 - 37 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)  All storm drain inlets near the work area should be protected and/or covered to prevent any slurry from entering the inlets. o Never discharge or allow slurry to enter a storm drain. o If saw cutting slurry enters a storm drain/natural outlet, clean it up immediately.  Ways to Reduce Slurry o Use as little cooling water as possible. o Turn off water when not cutting. o Do not clean the cutting area by hosing it down.  Disposal of Slurry: Proper disposal does not include the sewer, storm drain or any other natural outlet. The following are a couple of disposal methods that may be used: o Trenching operations – pour the slurry into the sand or dirt used to backfill the trench. o Large jobs – designate an area at the job site or in the construction yard where a holding pit can be made to dump the slurry until it dries. This area must be lined with plastic and then cleaned up at the end of the job. o Slurry can not be disposed of within 150’ of a natural waterway.  SCHEDULING: When possible, schedule projects for dry weather.  SOLID WASTE MANAGEMENT: All construction projects result in the generation of solid waste, both recyclable waste and waste products that must be buried at the local landfill. The following BMP’s shall apply to all construction projects:  Minimize Waste: Carefully measure the quantities of materials (i.e. concrete, paint & etcetera) needed to complete the job in order to avoid waste.  Recycle Waste: Be sure to follow your City of San Luis Obispo Construction and Demolition Recycling Plan during the course of the project. Recycle - lumber, paper, cardboard, metals, masonry (bricks, concrete, etc.), carpet, plastic, pipes (plastic, metal and clay), drywall, rocks, dirt and green waste. For recycling and disposal information, call (805) 781-7213 or visit: http://www.slocity.org/utilities/recycling.  A designated solid waste staging area will exist: o The staging area shall include either refuse disposal bins or a fenced in location to prevent the materials from being blown around the construction site. o The staging area will be located at least 50’ from any storm drain inlet or storm drain. o The staging area will be located at least 150’ from the creek. If the staging area can not be located at least 150’ from the creek then a waste containers shall be used at all times. o All materials will be legally disposed of or recycled at permitted facilities on a weekly basis.  SIDEWALKS: For all construction sites the sidewalk shall be swept at a minimum weekly or more as needed. The discharge or track out of any sediment, dirt, rock or other debris into the public right of way (i.e. sidewalk) is a violation of the clean water act and local municipal code and a citable violation. Attachment C5 - 38 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)  SPILL KIT: For minor construction sites requiring a WPCP a spill kit shall be on site at all times:  Spill kits shall include the following: 1. Absorbents: Appropriate quantities and types of absorbent materials for the specific materials used on the site. 2. A diagram of the site including all drainage inlets on and off site that may be affected by a spill. 3. Personal protective equipment: Protective eye wear, appropriate gloves, appropriate apparel and etcetera. 4. List of emergency contact numbers and location of local medical care. 5. A spill report form to be completed and submitted with 24 hours of a spill to the local agency. Report all spills of reportable quantities that enter the storm drain system.  Spill Management: Document the spill, what caused it, what clean up measures were employed, disposal methods employed and what long term corrective measures were taken to avoid a repeat occurrence. 1. Spill Cleanup: If a spill occurs, clean it up immediately and temporarily block all potentially affected storm drain inlets. 2. Spill Reporting: If a spill occurs that makes its way into the City’s stormwater conveyance system (“SCS” - street, gutter, storm drains, inlets, catch basins, creeks and etcetera) immediately report it to the City at (805) 781-7530. 3. Spills of Reportable Quantities shall be reported to all appropriate local, state and federal agencies in the time allowed. 4. Document – be sure to document your efforts to effectively manage all spills.  Employee ownership is critical to effective spill management.  STORM DRAIN INLET PROTECTION: For all sites the project applicant and contractor will determine the location of all storm drains within 150’ of the site. In addition, the following BMP’s shall be incorporated into the project WPCP at all times:  Curb Drains: All storm drains within 50’ down gradient of the work site shall be protected with approved curb drain inlet protection devices which shall include, but not limited to: o The installation of filter fabric or a drain eel, and o The installation of Gravel bags and storm wattles around each drain inlet. o These temporary protection devices shall be routinely inspected (i.e. weekly and before and during storm events), maintained, cleaned and replaced as necessary. o Always be cognizant of the fact that these temporary BMP’s must not cause flooding during a rain event.  Drain Inlets: All drain inlets within 50’ down gradient of the work site shall be protected with approved drain inlet protection devices which shall include, but not limited to: o The installation of filter fabric or drain inlet sock or some other approved BMP, and o The installation of Gravel bags and storm wattles around each drain inlet,  Typically gravel bags should be placed slightly up gradient of the drain inlet in an “L” pattern. Never completely surround a drain inlet with gravel bags.  Gravel bags should be inspected weekly and replaced immediately if torn. o These temporary protection devices shall be routinely inspected (i.e. weekly and before and during storm events), maintained, cleaned and replaced as necessary. o Always be cognizant of the fact that these temporary BMP’s must not cause flooding during a rain event. Attachment C5 - 39 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)  Grate Street Level Drains – All grate or street level drains within 50’ down gradient of the work site shall be protected with approved grate or street inlet protection devices which shall include, but not limited to: o The installation of filter fabric or grate inlet sock or some other approved BMP, and o These temporary protection devices shall be routinely inspected (i.e. weekly and before and during storm events), maintained, cleaned and replaced as necessary. o Always be cognizant of the fact that these temporary BMP’s must not cause flooding during a rain event.  STREET: For all construction sites the street shall be swept at a minimum weekly or more as needed. The discharge or track out of any sediment, dirt, rock or other debris into the public right of way (i.e. street) is a violation of the clean water act and local municipal code and a citable violation.  TEMPORARY CONSTRUCTION ENTRANCES OVER A CURB - For all sites wherein a temporary construction entrance over a curb will be employed then the following BMP’s shall be incorporated into the project WPCP at all times:  A stabilized construction entrance may be required. Please refer to City personnel for details.  A curb drain must be installed to protect the designed flow of water. o Temporary curb drain flow must include a 3” drain pipe to maintain curb flow covered with asphalt.  TEMPORARY MATERIAL STORAGE: For all sites wherein construction materials; such as dirt, sediment, sand, rock, wood chips, sand, lumber, concrete blocks, etcetera shall be temporarily stockpiled the following BMP’s shall be incorporated into the project WPCP at all times:  All temporarily stockpiled materials for and on the project shall conform to the following: o Stockpiled or stored materials (i.e. dirt, sand, road base) shall not be placed within 50’ of a drainage inlet or a creek. o Stockpiled or stored materials (i.e. dirt, sand, road base) if placed within the roadway shall not interfere with the designed curb flow. A 3” drain pipe shall be placed at the base of the gutter that shall extend at a minimum distance 2’ further than the diameter of the stockpiled materials. o The stockpiled materials shall be surrounded by some form of approved containment BMP, such as, straw wattles. o The stockpiled materials shall be covered with plastic or a tarp at all times which shall be held down with gravel bags or sand filled bags.  TOOL WASHOUT LOCATIONS: The standards for a typical concrete washout shall apply for all tool washout locations.  Never wash tools in the street, storm drain, and creek or where the residue may flow into the street, storm drain or creek. Attachment C5 - 40 City of San Luis Obispo Public Works Department Stormwater - (805) 781-7530 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev. 7/4/10)  WEEKLY: For all construction sites the project owner and / or contractor must routinely inspect, clean, maintain and repair as necessary all temporary BMP’s for effectiveness.  Inspections: Routine inspections typically occur on a weekly basis and before and after each rain event. Additional inspections may be required, such as, during the first rain event.  Cleanings: The site should be maintained following good housekeeping principles. All affected impervious surfaces both on and off the site (i.e. sidewalks, gutters and streets) typically need to be swept weekly, but more frequent cleanings may be necessary. In addition, the site must be kept clean of loose solid waste materials at all times.  Maintenance: Temporary BMP’s must be maintained weekly.  Repairs as Necessary: During routine inspections, cleaning and maintenance activities dilapidated, torn or broken temporary BMP’s may be discovered and should be repaired immediately.  Documentation: Document your efforts and stormwater pollution prevention activities. Your best demonstration of compliance is documentation. Attachment C5 - 41 Attachment C5 - 42 Attachment C5 - 43 Attachment C5 - 44 At t a c h m e n t C5 - 45 At t a c h m e n t C5 - 46 At t a c h m e n t C5 - 47 At t a c h m e n t C5 - 48