HomeMy WebLinkAboutItem 5f. Authorization to advertise Buchon Neighborhood Traffic Management Project, Specification No. 91612 Item 5f
Department: Public Works
Cost Center: 5010
For Agenda of: 4/4/2023
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Bryan Wheeler, Transportation Planner/ Engineer
SUBJECT: AUTHORIZATION TO ADVERTISE BUCHON NEIGHBORHOOD
TRAFFIC MANAGEMENT PROJECT, SPECIFICATION NO. 91612
RECOMMENDATION
1. Approve the project plans and specifications for the Buchon Street Neighborhood
Traffic Management Project, Specification Number 91612; and
2. Authorize staff to advertise for bids and the City Manager to award the construction
contract, if the lowest responsible bid is within the Engineer’s Estimate of $178,200.
POLICY CONTEXT
The City’s General Plan Circulation Element establishes neighborhood traffic volume and
speed thresholds for various types of street classifications. For example, Buchon Street,
which is classified as a Residential Collector (Minor), has a desired maximum speed of
25 mph and a desired maximum volume of 3,000 vehicles per day. The purpose of this
project is to install a neighborhood traffic circle at the Buchon Street/Toro Street
intersection to foster traffic levels on Buchon Street that meet those thresholds . The
Buchon Street Neighborhood Traffic Management (NTM) project has been in progress
for many years (and had many delays associated with COVID impacts to staff and
finances) and has involved close coordination between City staff and neighborhood
residents in the development of a plan of traffic calming strategies.
It should also be noted that the City’s Active Transportation Plan identifies Toro St reet as
a future neighborhood greenway: a low-stress, traffic-calmed neighborhood route that
prioritizes walking and bicycling. The proposed neighborhood traffic circle at Buchon/Toro
would serve to address neighborhood traffic concerns and improve crossing comfort for
cyclists and pedestrians along this future greenway route.
Page 413 of 1211
Item 5f
DISCUSSION
Background
In 2010, City staff and neighborhood residents developed an NTM project for the larger
Pismo Street and Buchon Street neighborhood area, where traffic speeds and/or volumes
exceeded the thresholds established in the Circulation Element. The recommendations
of the initial Pismo/Buchon NTM plan included installation of bulb-outs and speed humps
along both Pismo and Buchon Streets between Santa Rosa and Johnson Streets.
However, when put to a ballot, most of the proposed traffic calming measures along
Buchon did not receive sufficient neighborhood support as required per the NTM
Guidelines; thus, a series of speed humps were installed on Pismo Street in 2009, while
only a single raised crosswalk was installed on Buchon Street. As such, traffic speeds
and volumes on Pismo were reduced below the City’s established thresholds, while
speeds and volumes along Buchon Street remained high.
In 2016, Buchon Street residents returned to City staff to request revisiting potential traffic
calming options for Buchon Street. A draft action plan was developed, which included
installation of three speed humps between Johnson & Santa Rosa and a neighborhood
traffic circle at the Buchon/Toro intersection. A ballot was distributed to Buchon Street
neighbors to gauge support for the plan, which resulted in a 61% response rate and 88%
of responses supporting the proposed traffic calming action plan.
The City installed the proposed speed humps on Buchon Street in 2019, which resulted
in a decrease in prevailing (85th percentile) traffic speeds from 28 mph to 21 mph, now
within the City’s adopted thresholds. However, based on data from as recent as 2022,
traffic volumes on Buchon Street remain at approximately 3,150 vehicles/day, 5% above
the City’s adopted threshold of 3,000 vehicles/day for a Residential Collector (Minor)
street.
Staff required additional time to work through design details for the neighborhood traffic
circle to ensure that the designs would adequately accommodate drainage, ADA -
compliant pedestrian access, and vehicle circulation (including emergency vehicles).
Ultimately, design of the traffic circle incurred additional delays due to limited staffing
resources and impacts of the COVID-19 pandemic on City work plan priorities and
budgets in early 2020. Staff now has completed plans and specifications (Attachment A
and B) for the Buchon/Toro traffic circle and are requesting Council authorization to
advertise for construction.
It should be noted that at multiple times during the planning for the Buchon Street NTM
project, several neighbors have requested that the City consider strategies to physically
divert traffic off of Buchon Street, using diverters, retractable/removable bo llards, or other
strategies. Several neighbors remain focused on this as their desired solution to reduce
traffic volumes on Buchon Street. Unfortunately, a partial or full street closure is not a
strategy that staff is able to support.
Page 414 of 1211
Item 5f
Primarily, Buchon Street is designated as a primary response route for the San Luis
Obispo Fire Department, as one of the only direct east-west connections between the
Johnson Street neighborhoods and areas west of the Union Pacific Railroad tracks. Any
form of effective physical traffic diversion could also present concerns for increasing
delays for emergency response along this corridor. In addition, closure of Buchon Street
could simply shift the concerns with traffic volumes and speeds to other nearby residential
streets, increasing the need for much more comprehensive traffic analysis, neighborhood
outreach, and traffic calming installations within this vicinity.
The City currently has a wait list of at least 10 additional neighborhoods in the NTM
program queue waiting for staff to initiate plans for potential traffic calming projects—
continued planning for the Buchon Street neighborhood would further delay work on these
other pending projects. While the staff recommendation is to proceed with installation of
the traffic circle, the “Alternatives” discussion below outlines other options that the Council
may consider, including directing staff to revisit other traffic management solutions or
deferral/cancellation of further work on Buchon Street.
Previous Council or Advisory Body Action
A previous version of this project came before the council for approval in 2018 , which
included plans and specifications for three speed humps and initial designs for the
neighborhood traffic circle. However, as noted above, during final constructability review
of the traffic circle plans, City Staff determined that additional design refinements were
required for the traffic circle to ensure that the design would function well for all users .
The previous Council Agenda Report on this item is included as Attachment C for
reference.
Public Engagement
The Buchon Street NTM project has included extensive community outreach and
coordination with the Buchon Street neighborhood, including multiple in -person meetings
and ongoing communications between City staff and Buchon Street residents. As
discussed above, the final traffic calming plans were presented for a neighborhood vote
in 2018, with 88% of participating neighbors voting in support of the project . Buchon Street
neighbors who own property or reside on the segment of Buchon Street between Santa
Rosa and Johnson Streets were also directly notified ahead of this Council hearing to
ensure that interested parties had additional opportunity for public comment before the
traffic circle proceed to construction.
CONCURRENCE
The Fire Department reviewed the plans and has concurre d that the traffic circle will not
increase response times above acceptable thresholds.
ENVIRONMENTAL REVIEW
As a minor alteration to existing facilities this project is Categorically Exempt under CEQA
Section 15301.
Page 415 of 1211
Item 5f
FISCAL IMPACT
Budgeted: Yes/No Budget Year: 2022-23
Funding Identified: Yes/No
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing Cost
General Fund $24,442.00 $7,632.00 $16,810.00 $0.00
State
Federal
Fees
Other: LRM $211,708.96 $211,708.96 $0.00 $0.00
Total $236,150.96 $219,340.96 $16,810.00 $0.00
Total Project
Funding
Capital Outlay Local Sales Tax
Base Construction Estimate:178,200.00$ 178,200.00$
Contingency (20%):2,132.00$ 33,508.00$ 35,640.00$
Construction Total:2,132.00$ 211,708.00$ 213,840.00$
Materials Testing and Printing 5,500.00$ 5,500.00$
Total Project Costs:7,632.00$ 211,708.00$ 219,340.00$
Current Project Balance:24,442.00$ 211,708.96$ 236,150.96$
Post Project Remaining Balance:16,810.00$ 0.96$ 16,810.96$
ESTIMATED PROJECT COST BY FUNDING SOURCE
Buchon Neighborhood Traffic Management, Spec. 91612-3
Neighborhood Traffic Improvements
(91612)
The Neighborhood Traffic Management (NTM) account has a current balance of
$236,150. The project costs include $178,200 for construction, $32,400 in construction
contingencies, and $5,500 for materials testing and printing. This leaves $16,810 in the
NTM account balance, which will be utilized for the next series of NTM projects in the
queue.
Page 416 of 1211
Item 5f
ALTERNATIVES
1. The Council may choose to deny authorization to advertise for construction,
and instead direct staff to revisit other traffic management strategies in
coordination with Buchon Street neighborhood. Staff does not recommend this,
as the proposed project is estimated to be within the current balance of the
Neighborhood Traffic Calming budget and the project received support from the
majority of the neighborhood. Any further delays would also affect the ability for staff
to begin work on other NTM projects in the queue.
2. The Council may choose to deny authorization to advertise for construction,
and instead directing staff to focus staffing and funding resources on other NTM
projects waiting in the queue. Previous installations of speed humps lowered traffic
speeds on Buchon below the thresholds set in the General Plan Circ ulation Element.
Traffic volumes remain 5% over the maximum target established in the Circulation
Element for Buchon—while the addition of a traffic circle may make the route less
enticing for through traffic, it is unlikely to result in a significant redu ction in traffic
volumes. Approximately 4 to 5 smaller-scale NTM projects (i.e. speed humps only)
could be funded in other neighborhoods in the NTM queue using the funds proposed
for this project. However, staff does not recommend this alternative as the proposed
project is estimated to be within the current balance of the Neighborhood Traffic
Calming budget and the project received support from the majority of the
neighborhood.
ATTACHMENTS
A - Project Plans (Spec. 91612)
B - Project Specifications (Spec. 91612)
C - Council Agenda Report dated December 4, 2018
Page 417 of 1211
Page 418 of 1211
PROJECT LOCATION MAPSCALE: 1" = 1000'AC ASPHALT CONCRETEBDF BOARD FENCEBOC BACK OF CURBBW BACK OF WALKCHS CHISELED & CONTROL POINTFL FLOWLINEFS FINISH SURFACEGB GRADE BREAKGB BUMP DENOTES GRADE BREAK/LIMITS OF SPEED TABLE/BUMPGL GUTTER LIPMNCP MAG NAIL CONTROL POINTROW RIGHT OF WAYTC TOP OF CURBTCAP TOP OF CURB ANGLE POINTTCR TOP OF CURB AT BEGINNING/END OF RETURNPP POWER POLEWM WATER METERWV WATER VALVEPCC PORTLAND CONCRETE CEMENTDWS DETECTABLE WARNING SURFACEPROJECTSITEASPHALT REMOVALPCC REMOVALPROPOSED AC PAVEMENTPROPOSED PCCPROPOSED DETECTABLE WARNING SURFACEEXIST. DETECTABLE WARNING SURFACEEXIST. BRICKWVUTILITY POLESIGNWATER MAINWATER VALVEFIRE HYDRANTBUCHON ST.SANTA ROSA ST.PISMO ST.PACIFIC ST.PROJECT INDEX MAPSCALE: 1" = 200'ISLAY ST.TORO ST.PENNY LN.JOHNSON AVE.LOCAL ROADWAY IMPROVEMENTSVERTICAL CONTROL BENCHMARK NO. 57 WITH AN ELEVATION OF239.06' AS PUBLISHED IN THE CITY OF SAN LUIS OBISPO 2007BENCHMARK SYSTEM. CITY'S BENCHMARK SYSTEM IS BASED ONTHE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88).Reference Documents:City Standard Specifications - August 2020 EditionCity Engineering Standards - August 2020 Edition1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR ORPERMITTEE TO CONTACT "UNDERGROUND SERVICE ALERT OFNORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48)HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OFPOWER, TELEPHONE, OIL AND NATURAL GAS UNDERGROUNDFACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO CONTACTTHE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V.,WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES.2. THE CONTRACTOR SHALL POSSESS A CLASS A LICENSE AT THETIME OF BID OPENING.index to planssheet no. descriptiongeneral notes:datum:san luis obispo county, californiaBUCHON STREETTRAFFIC CALMINGAPPROVED BYSPECIFICATION NO. DATEofSHEETBRIAN A. NELSON, City Engineer R.C.E. C79870 Approved Date6DECEMBER 20221FILE NO./LOCATIONNo. C 79870legend:1345TITLE SHEETTYPICAL SECTION, GENERALNOTES, & DETAILSDEMOLITION PLANCURB LAYOUT & GRADINGDETAILSTRIPING LAYOUTALL BOUNDARY LINES SHOWN HEREON ARE BASED ON RECORDDATA PER 93-LS-52 ONLY, AND IS NOT THE RESULT OF AFIELD-MEASURED BOUNDARY SURVEY. A FIELD-MEASUREDBOUNDARY SURVEY MAY DISCLOSE LOT LINE LOCATIONSDIFFERING FROM WHAT ARE SHOWN ON THIS MAP.GHD1101 MONTEREY STREET, SUITE 120SAN LUIS OBISPO, CA 9340191612TIE OUT CENTERLINE MONUMENTS WITHIN 2' OF PROJECTEXCAVATION AND CITY BENCHMARKS BEFORE WORK ANDREPLACE IF DISTURBED IN ACCORDANCE WITH THE CITY OF SANLUIS OBISPO STANDARD DETAIL 9020, STANDARD SPECIFICATION5-1.36E AND PROFESSIONAL LAND SURVEYORS ACT.6CONSTRUCTION DETAILSPROPOSED STAMPED AND COLORED CONCRETECLEAR AND GRUBPROPOSED SLURRY SEAL2Page 419 of 1211
(4) OM1-3 ON SINGLE POST (SEE DETAIL 2 THIS SHEET)TYPE D MARKER2' WIDE CONCRETEMOUNTABLE CURB(SEE DETAIL 3 THIS SHEET)STAMPED AND COLORED CONCRETE(SEE DETAIL 4 THIS SHEET)22.5°PROTECT IN PLACEEXIST. SEWER LINESPROTECT IN PLACEEXIST. WATER LINES15'2'11'PROTECT IN PLACEEXIST. SEWER LINES4'21"18"18"26"(4) OM1-3 ON SINGLE POST. ONESIGN FACING EACH DIRECTION"d"24"CLASS II PCCR=1"VARIES ACSLOT PATCHSAW CUTAC OVERLAY REMOVALAND RE-CONSTRUCTION(2) #4 REBAREXIST. PCC ROADWAYSTAMPEDCONCRETE4"(2) #4 REBAR, HOOKED#4 REBAR EACH WAY @ 24" O.C.TOP OF EXISTING PCC ROADWAY4""D" 2" 6"(1) HORIZONTAL 12" x 18" SMOOTH DOWEL @ 24" O.C.MID DEPTH, GREASED OR SLEEVED AT ONE ENDSTAMPED CONCRETE NOTES:1. 6" THICK STAMPEDCONCRETE, COLOREDDAVIS COLORS SANDIEGO BUFF (#5237)2. RIVER ROCK PATTERN3. INSTALL PERMANUFACTURERRECOMMENDATIONSTRAFFIC CIRCLE CONSTRUCTION NOTESCLEAN, PREPARE AND ROUGHEN (14" AMPLITUDE MAX.) EXISTING PCC ROADWAY SURFACE BEFORE CONSTRUCTING NEW MOUNTABLE CONCRETE CURB. INSTALL #4 DOWELS, 18" OC WITH STD HOOK, EPOXIED WITH SIMPSON SET OR EQUAL, 5" EMBEDMENT INTO EXISTING PCC ROADWAYREMOVE AC OVERLAY AND CONSTRUCT NEW SLOT PATCH AC OVERLAY ON TOP OF EXISTING PCC ROADWAY SURFACE. DEPTH OF REMOVAL ANTICIPATEDUP TO 3" PCCALL REBAR IN CONCRETE MOUNTABLE CURB AND TRAFFIC CIRCLE SHALL BE #4 BAR, WITH 2" (MIN.) COVER AND 24" (MIN.) LAP SPLICE.DEPTH OF STAMPED CONCRETE AREA VARIES, 8-9" TYPICALALL SIGN POSTS SHALL BE INSTALLED PER CITY OF SAN LUIS OBISPO STD. PLAN 7210 WITH FHWA BREAKAWAY POSTS.ADJUST EXISTING MANHOLE TO FINISHED GRADE. INSTALL NEW COLLAR PER CITY STANDARD 6040 WITH SEPARATE POUR.SCORE 4 EXPANSION JOINTS ON MOUNTABLE CONCRETE CURBSTAMPED CONCRETE EXPANSION JOINT AND WEAKENED PLANE JOINTS PER CITY STD. 4110"SIGN DETAIL"STAMPED CONCRETE DETAIL422TYPICAL SECTION, GENERAL NOTES, & DETAILSTRAFFIC CIRCLENOTE:REFERENCE CONSTRUCTION NOTES 1-5 ON THIS SHEET FOR TRAFFIC CIRCLE CONSTRUCTION.NOT TO SCALENOT TO SCALENOT TO SCALEBUCHON STREET TRAFFIC CALMING IMPROVEMENTSCITY SPECIFICATION NO.OCTOBER 2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.6DESIGNED BY:DRAWN BY:CHECKED BY:JHAPPROVED BY:-SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12591985\Digital_Design\ACAD 2020\Sheets\12591985-GHD-0000-G-101.dwg 12/9/20222:42:21 PMJRCONTS"TRAFFIC CIRCLE"1NOT TO SCALEMOUNTABLE CONCRETE CURB & TRUCK APRON DETAIL3NOT TO SCALEPage 420 of 1211
WVWVWVWVXXXXXXXXXXXXXXXXXXXX UTILITY POLEMANHOLEMANHOLETORO STREETUTILITY POLEFIRE HYDRANTBUCHON STREETTORO STREETBUCHON STREETRETAINING CURB AND FENCEEXIST. C+GSIDEWALK, CURBAND GUTTERWATERVALVESIDEWALK10+789+009+209+409+609+8010+2010+4010+609+009+209+409+609+8010+2010+4010+6010+8011+0039'28'SIDEWALKSIDEWALKSIDEWALK, CURBAND GUTTER355127EXIST. TC711EXIST. BWEXIST. ROWEXIST. TCEXIST. BWEXIST. ROW881119991GRIND (E) "BUMP"MARKINGSGRIND (E) STOPLINE & MARKINGGRIND (E) & SLURRY SEAL"BUMP" MARKING4611177EXIST. BWEXIST. TCGRIND (E) PARKING LANE STRIPING ATTHIS POINT AS NEEDED TO CONSTRUCTIMPROVEMENTS (APPROX. 39').REMAINING PARKING LANE STRIPINGPROTECT IN PLACE.5953333910SAWCUTSAWCUTEXIST. TC111GRIND (E) PARKING LANE STRIPING ATTHIS POINT AS NEEDED TO CONSTRUCTIMPROVEMENTS (APPROX. 38').REMAINING PARKING LANE STRIPINGPROTECT IN PLACE.GRIND (E) PARKING LANE STRIPING ATTHIS POINT AS NEEDED TO CONSTRUCTIMPROVEMENTS (APPROX. 39').REMAINING PARKING LANE STRIPINGPROTECT IN PLACE.GRIND (E) PARKING LANE STRIPING ATTHIS POINT AS NEEDED TO CONSTRUCTIMPROVEMENTS (APPROX. 28').REMAINING PARKING LANE STRIPINGPROTECT IN PLACE.33SAWCUTGRIND (E) STOPLINE & MARKINGGRIND TO EXTENTS OF NEW TRIANGLEGRIND (E) CENTERLINE STRIPMONUMENT21FENCE9.0'18.0'18.0'1 DRIVEWAYxWATERVALVES6.5'33DEMOLITION KEYNOTES123456PROTECT IN PLACEADJUST TO FINISHED GRADE WITHIN PROPOSED TRAFFIC CIRCLE GREYPCC COLLAR PER CITY STANDARD PER SEPARATE POURREMOVE AC OVERLAY UP TO 3" DEPTH TO EXPOSE EXIST PCC ROADWAY.REMOVE PCC CROSS GUTTER.REMOVE PCC CURB AND GUTTER.REMOVE AC SPEED TABLE.REMOVE ENTIRE SIGN AND POST ASSEMBLY.REMOVE EXIST. CURB RAMP AND DWSREMOVE PCC SIDEWALKREMOVE GROUND/SOIL78N020'10'LEGENDCLEAR AND GRUBAC OVERLAY REMOVALPCC REMOVAL3DEMOLITION PLAN91. REFER TO SHEETS 4 AND 5 FOR PROPOSEDIMPROVEMENTS FORMORE INFORMATION REGARDINGSAWCUT LINE AND CURB LAYOUT.2. REFER TO CITY STD 4110 FOR AC REMOVALS AND 4910FOR CONCRETE CUTTING.3. CONTRACTOR TO VERIFY DEPTH OF AC OVERLAYPRIOR TO WORK.DEMOLITION SHEET NOTESBUCHON STREET TRAFFIC CALMING IMPROVEMENTSCITY SPECIFICATION NO.OCTOBER 2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.6DESIGNED BY:DRAWN BY:CHECKED BY:JHAPPROVED BY:-SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12591985\Digital_Design\ACAD 2020\Sheets\12591985-GHD-0000-C-101.dwg 12/9/20222:42:24 PMJRCO1" = 10'10Page 421 of 1211
WVWVWVWVXXXXXXXXXXXXXXXXXXXXBUCHON STREETTORO STREETTORO STREETBUCHON STREETNORTH CORNERWEST CORNEREAST CORNERSOUTH CORNER22855557384881666616'20'25'30'17'17'25'25'30'30'20'20'20'20'30'30'8'6'5'5'5'6'8'5'5'5'5'8'8'9995'5'5'5'1115'11'99N020'10'CONSTRUCTION KEYNOTESCONSTRUCT PCC CROSS GUTTER PER CITY OF SAN LUIS OBISPO STD PLAN 4310CONSTRUCT INTEGRAL SIDEWALK PER CITY OF SAN LUIS OBISPO STD PLAN 4110CONSTRUCT INTEGRAL SIDEWALK, CURB FACE VARIES TO MATCH EXISTING ELEVATIONSCONSTRUCT 2' WIDE MOUNTABLE CURB PER DETAILS 1 & 3 ON SHEET 2CONSTRUCT CURB RAMP PER CASE C ON CALTRANS STD PLAN RSP A88A AND CITY STANDARDSCONSTRUCT 5' LONG SIDEWALK TRANSITION PANEL TO MATCH EXISTING SIDEWALK CROSS-SLOPE AT END OF IMPROVEMENTS.PROTECT MONUMENT IN PLACE. ADJUST LID TO FINISHED GRADE. REFER TO ENG. STD. 9020CONSTRUCT 6" WIDE VERTICAL CURB TO MATCH DEPTH OF SIDEWALKCONSTRUCT AC CAP (MATCH EXISTING AC LAYER THICKNESS OVER PCC ROADWAY)CONSTRUCT STAMPED AND COLORED CONCRETE (PER DETAIL 4 ON SHEET 2)12345SHEET NOTES:1. FOR HORIZONTAL CONTROL OF ALL PROPOSED CURB ANDROUNDABOUT IMPROVEMENTS, REFER TO SHEETS 4 AND 5.6LEGENDPROPOSED PCC SIDEWALK, MOUNTABLE CURB AND CROSS-GUTTERPROPOSED STAMPED AND COLORED CONCRETEPROPOSED ASPHALT, NEW PAVEMENTPROPOSED DETECTABLE WARNING SURFACEPROPOSED MULCHED LANDSCAPE AREAPROPOSED HMA OVERLAY4CONSTRUCTION DETAILSPROTECT IN PLACE(FIRE HYDRANT AND UTILITY POLE)7SIGN POST CONSTRUCTIONALL NEW SIGN POSTS SHALL BE INSTALLED PER CITY OF SAN LUIS OBISPO STD. PLAN 721089PROTECT IN PLACE(UTILITY POLE)SCALE: 1" = 10'BUCHON STREET TRAFFIC CALMING IMPROVEMENTSCITY SPECIFICATION NO.OCTOBER 2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.6DESIGNED BY:DRAWN BY:CHECKED BY:JHAPPROVED BY:-SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12591985\Digital_Design\ACAD 2020\Sheets\12591985-GHD-0000-C-104.dwg 12/9/20222:42:26 PMJRCO1" = 10'11BID ITEM LIMITPROTECT IN PLACEEXISTING FENCEPage 422 of 1211
WEST CORNERSOUTH CORNEREAST CORNERNORTH CORNERN53°07'00"EN49°55'35"EN42°50'12"WN42°50'34"WWV WVWVWV
X X X X X X X X X X X X X
XXXXXXXXXXXXXXXXXXXXXBUCHON ST.STA: 9+47.61 OFF: 16.56L(232.75) TC(232.07) FLMATCH EXISTING7.68'7.19'TORO ST.STA: 10+44.57 OFF: 20.03L(233.13) TC(232.81) FLMATCH EXISTINGTORO ST.STA: 10+39.57 OFF: 20.05L233.16 TC232.66 FLTORO ST.STA: 10+26.46 OFF: 20.11L EC233.12 TC232.57 FLBUCHON ST.STA: 9+52.60 OFF: 16.55L232.72 TC232.14 FLBUCHON ST.STA: 9+59.61 OFF: 16.54L232.25 TC/FLBUCHON ST.STA: 9+93.08 OFF: 4.19LELEV (233.49)MATCH EXISTINGBUCHON ST.STA: 10+04.42 OFF: 4.77RELEV (233.70)MATCH EXISTINGBUCHON ST.STA: 9+94.53 OFF: 5.96RELEV (233.51)MATCH EXISTINGBUCHON ST.STA: 9+98.88 OFF: 0.16RCENTER OF CIRCLER5.25'R7.25'BUCHON ST.STA: 9+64.61 OFF: 16.54L232.81 TC232.31 FLBUCHON ST.STA: 9+70.28 OFF: 16.53L BC232.90 TC232.40 FLBUCHON ST.STA: 9+74.91 OFF: 18.27L233.00 TC232.50 FLTORO ST.STA: 10+32.57 OFF: 20.08L232.64 TC/FL233.27 TC/BOW(233.35) BOWMATCH EXISTING233.14 TC232.64 BOW233.14 TC232.64 BOW232.86 TC232.36 BOWBUCHON ST.STA: 9+47.62 OFF: 17.30R(232.47) TC(231.99) FLMATCH EXISTINGBUCHON ST.STA: 9+59.62 OFF: 17.31R232.35 TC/FLBUCHON ST.STA: 9+64.62 OFF: 17.31R232.40 TC/FLBUCHON ST.STA: 9+52.62 OFF: 17.30R232.64 TC232.14 FLBUCHON ST.STA: 9+71.62 OFF: 17.31R232.94 TC232.44 FLBUCHON ST.STA: 9+75.81 OFF: 17.31R232.98 TC232.48 FLBUCHON ST.STA: 9+83.20 OFF: 19.58R232.81 TC232.55 FLTORO ST.STA: 9+76.32 OFF: 16.38L EC232.67 TC232.61 FLTORO ST.STA: 9+74.60 OFF: 16.35L232.63 TC/FLHIGH POINTTORO ST.STA: 9+69.60 OFF: 16.28L232.58 TC/FLTORO ST.STA: 9+62.60 OFF: 16.18L233.05 TC232.43 FLTORO ST.STA: 9+57.60 OFF: 16.11L(232.91) TC(232.36) FLMATCH EXISTING4.20%7.71%4.78%1.50%1.50%6.71%
2.00%
2.80%
1.44%2.12%0.91%0.90%0.90%0.49%1.10%3.03%3.03%1.14%3.40%0.65%0.90%1.50'1.50'
1.5
0
'6.66%1.37%1.37%1.64%1.14%1.64%1.85%0.28%
7.86%
7.45%
1.59%3.94%1.50%1.90%6.68%0.67%0.80%1.50%1.27%1.96%2.16%BUCHON ST.STA: 10+03.54 OFF: 5.45LELEV (233.57)MATCH EXISTINGTORO ST.STA: 10+07.12 OFF: 0.00ELEV (233.46)MATCH EXISTINGTORO ST.STA: 9+92.79 OFF: 0.01LELEV (233.6)MATCH EXISTNGBUCHON ST.STA: 9+91.63 OFF: 0.00ELEV (233.56)MATCH EXISTINGBUCHON ST.STA: 10+06.12 OFF: 0.00ELEV (233.66)MATCH EXISTINGTORO ST.STA: 10+28.36 OFF: 16.97LSAWCUTTORO ST.STA: 10+30.03 OFF: 16.97RSAWCUTTORO ST.STA: 10+15.64 OFF: 16.76RSAWCUTBUCHON ST.STA: 9+47.60 OFF: 13.43LSAWCUTTORO ST.STA: 10+26.79 OFF: 18.43L232.7 LIPTORO ST.STA: 10+44.56 OFF: 16.91LSAWCUT1.50'1.50'BUCHON ST.STA: 9+70.98 OFF: 13.41LSAWCUTBUCHON ST.STA: 9+81.84 OFF: 14.92LSAWCUTBUCHON ST.STA: 9+47.62 OFF: 14.18RSAWCUTTORO ST.STA: 9+57.64 OFF: 12.99LSAWCUT5% MAX 5% MAX5% MAX
1.50%7.64%1.0%9+409+609+8010+2010+409+609+8010+2010+40TORO ST.STA: 10+27.57 OFF: 20.10L233.07 TC232.57 FL(233.01) FLMATCH EXISTINGFD PIN IN MONUMENT WELL10+00.00 TORO ST =10+00.00 BUCHON STBUCHON ST.STA: 9+77.23 OFF: 17.31R BC232.95 TC232.49 FL1.50'SAWCUT(0.28%)
TORO STREETTORO STREET
BUCHON STREETBUCHON STREET5CURB LAYOUT & GRADING DETAILN0 10'5'SCALE: 1" = 5'BUCHON STREET TRAFFIC CALMING IMPROVEMENTSCITY SPECIFICATION NO.OCTOBER 2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.6DESIGNED BY:DRAWN BY:CHECKED BY:JHAPPROVED BY:-SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12591985\Digital_Design\ACAD 2020\Sheets\12591985-GHD-0000-C-102_C-103.dwg12/9/2022 2:42:41 PMJRCO1" = 10'JBPage 423 of 1211
WVWVWVWVXXXXXXXXXXXXXXXXXXXX100' OR ON EXISTING POST100' OR ON EXISTING POSTTORO STREETBUCHON STREETTORO STREETBUCHON STREETWVWVWVWVXXXXXXXXXXXXXXXXXXXXXXXXXXXXXO STBXXXXXSTREET42 LF35 LF47 LF36 LF32 LF35 LF31 LF27 LF41 LF24 LF22 LF33 LF24 LF30 LF45 LF23 LF33 LF12 LF43 LF50 LF50 LF50 LF50 LF37 LF37 LF30LF34 LFNORTH CORNERWEST CORNEREAST CORNERSOUTH CORNERSTOPS
T
O
P 9+009+209+409+609+8010+2010+4010+6010+8011+009+009+209+409+609+8010+2010+4010+6011112222222244510510776888899111111111111111111111111121214151515151515151515333310104949151515131313131313131313131613 LF1313WVWVWVWVXXXXXXXXXXXXXXWVWVWVWVXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX10'10'10'10'11'7'3'4'3'4'11'11'1'11'11'11'11'11'4'4'4'4'STOPS
T
O
PR53R10'R12.5'R20'R10'R10'R20'R12.5'R10'R20'R20'R10'R17'R10'
R20'R10'R20'R19'R10'R20'BUCHON ST.STA: 976.10OFF: 1.65RTORO ST.STA: 1052.98OFF: 0.00RBUCHON ST.STA: 945.99OFF: 0.00RBUCHON ST.STA: 975.99OFF: 1.71RTORO ST.STA: 978.76OFF: 3.47RTORO ST.STA: 978.77OFF: 0.42RTORO ST.STA: 947.63OFF: 1.98RBUCHON ST.STA: 1024.20OFF: 1.49RBUCHON ST.STA: 1024.27OFF: 1.51RBUCHON ST.STA: 1056.05OFF: 0.00RTORO ST.STA: 1020.90OFF: 2.00RTORO ST.STA: 1020.90OFF: 1.89R9+409+609+8010+2010+4010+609+409+609+8010+2010+4010+606STRIPING LAYOUTN010'5'SCALE: 1" = 10'BUCHON STREET TRAFFIC CALMING IMPROVEMENTSCITY SPECIFICATION NO.OCTOBER 2022DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.6DESIGNED BY:DRAWN BY:CHECKED BY:JHAPPROVED BY:-SCALE:PLAN FILE NO. / LOCATION\\ghdnet\ghd\US\San Luis Obispo\Projects\561\12591985\Digital_Design\ACAD 2020\Sheets\12591985-GHD-0000-S-103.dwg 12/9/20222:42:59 PMJRCO1" = 10'DIMENSION DETAILSIGNING AND STRIPING KEYNOTESSIGNING AND STRIPING KEYNOTESINSTALL 6" YELLOW CENTERLINE STRIPE, DETAIL 22INSTALL 6" YELLOW STRIPEINSTALL HIGH VISIBILITY CROSSWALK PER CITY OF SAN LUIS OBISPO STD PLAN 7350INSTALL LIMIT LINE PER CALTRANS STD A24GINSTALL R1-1 STOP SIGN AND POST. ADD STREET NAME SIGNS ON TOP ONLY ON EAST CORNERINSTALL (4) OM1-3 ON ONE POST PER DETAIL 2 ON SHEET 2INSTALL W2-6 SIGN AND POST IN ADVANCE FOR STREET APPROACHESEXISTING 6" WHITE STRIPE TO REMAIN. SEE SHEET 3 (DEMOLITION PLAN) FOR LIMITS OF STRIPING REMOVALINSTALL "STOP" PAVEMENT MARKINGS PER MUTCD 3B-16 AND CALTRANS STD. PLAN A24DINSTALL (2) W11-2 AND (2) W16-7P (L OR R) AND POSTINSTALL 8" WHITE EDGE LINE AND CROSS HATCH STRIPESREPLACE HYDRANT REFLECTORS PER CITY OF SAN LUIS OBISPO STD PLAN 7920INSTALL NON-RETROREFLECTIVE WHITE RAISED PAVEMENT MARKER ON CROSS HATCH STRIPES. 2 ROWS OF 4"MARKERS ON EACH LINE SPACED 24" OC BEGINNING ON THE EDGE LINE WORKING TOWARD GUTTERINSTALL OM TYPE Q FLEX POST TO TOP OF CURB IN FRONT OF UTILITY POLECURBS SHALL BE PAINTED RED TO EXTENTS OF NEW STRIPED BULB-OUTS PER CITY STANDARDS4" YELLOW STRIPE 6" OFF FACE OF CURB1234567SIGN POST CONSTRUCTIONALL NEW SIGN POSTS SHALL BE INSTALLED PER CITY OF SAN LUIS OBISPO STD. PLAN 7210891011121314SHEET NOTES:1. ALL PAVEMENT MARKINGS SHALL BE THERMOPLASTIC ANDCOMPLY WITH LATEST VERSION OF CA MUTCD, CALTRANSAND CITY OF SAN LUIS OBISPO STANDARDS ANDSPECIFICATIONS.2. THERMOPLASTIC STRIPING PLACED ON CONCRETE REQUIRESA PRIMER COAT PRIOR TO APPLICATION.3. CITY APPROVAL REQUIRED PRIOR TO INSTALLATION OF ALLTRAFFIC SIGNS AND STRIPES15LEGENDFOG SEAL PRIOR TO STRIPING16Page 424 of 1211
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Buchon Street Traffic Calming
Specification No. 91612
March 2023
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 425 of 1211
Buchon Street Traffic Calming
Specification No. 91612
Approval Date: April 4, 2023
March 9, 2023
Page 426 of 1211
TABLE OF CONTENTS
NOTICE TO BIDDERS .................................................................................................... II
BID SUBMISSION ..................................................................................................................................... II
BID DOCUMENTS ................................................................................................................................... III
PROJECT INFORMATION ....................................................................................................................... III
QUALIFICATIONS .................................................................................................................................... IV
AWARD ..................................................................................................................................................... V
ACCOMMODATION ................................................................................................................................. VI
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR BUCHON STREET TRAFFIC CALMING, SPECIFICATION NO. 91612 ................ A
LIST OF SUBCONTRACTORS ................................................................................................................ C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D
NON-COLLUSION DECLARATION .......................................................................................................... F
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G
QUALIFICATIONS .................................................................................................................................... H
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 2
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
9 PAYMENT ........................................................................................................................................... 4
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 4
73 CONCRETE CURBS AND SIDEWALKS ............................................................................................. 4
77 LOCAL INFRASTRUCTURE ............................................................................................................ 6
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Page 427 of 1211
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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 May 4th, 2023
Public bid opening may be accessed via Microsoft Teams video conference and
conference call. In person attendance will be permitted. Attendees are encouraged to
wear face masks and practice social distancing. Use the following link:
LINK
or join by phone with this number: 1 (209) 645-4165 with Conference ID: 735 988 969#
Submit bid in a sealed envelope plainly marked:
Buchon Street Traffic Calming, Specification No. 91612
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.
Page 428 of 1211
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after the
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
No printed copies are available for purchase at the City office.
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
Contact the project manager, Bryan Wheeler at 805-781-7178 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project includes removing small sections of roadway and sidewalk to
construct a new neighborhood traffic circle at the intersection of Toro St and Buchon St.
The project includes construction of a new stamped concrete traffic circle, curb ramps,
sidewalk, and striped bulb-out areas with raised pavement markings.
The project estimated construction cost is $200,000
Page 429 of 1211
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
Contract time is established as 20 working days.
The fixed liquidated damages amount is established at $500 per day for failure t o
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enfo rcement by the Department of
Industrial Relations.
QUALIFICATIONS
You must possess a valid Class A Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered
with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
You must have experience constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
Two referenced projects must be for roadway paving and curb ramp construction
within the public right of way.
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.
Page 430 of 1211
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
Page 431 of 1211
NOTICE TO BIDDERS
NOTICE TO BIDDERS
vi
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact
Kathryn Stanley 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 432 of 1211
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 BUCHON STREET TRAFFIC CALMING, SPECIFICATION NO.
91612
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 9-1 Mobilization LS 1
2 7,12 Temporary Traffic Control and
Implementation LS 1
3 84 Remove & Dispose Striping and
Markings LS 1
4 19 Clear and Grub SF 4
5 82 Remove & Dispose Entire Sign
and Post Assembly EA 4
6 77,78 Adjust Monument Lid to Finished
Grade EA 1
7 77 Adjust SS Manhole to Finished
Grade EA 1
8 9 Speed Hump Removal LS 1
9 73 Curb Ramp 1 – Buchon St/Toro
St – West Corner LS 1
10 73 Curb Ramp 2 – Buchon St/Toro
St – South Corner LS 1
11 9,73 Cross Gutter Per Eng. Std. 4310 LS 1
12 9,73 Traffic Circle LS 1
*13 39,73 Concrete Base Repair
Allowance per Detail C, Sheet 6 SF 50
*14 73 Sidewalk Allowance SF 50
Page 433 of 1211
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
*15 73 Curb & Gutter Allowance LF 15
14 82 R1-1 Stop Sign EA 2
15 82 New Street Name Sign EA 2
16 82 W2-6 Sign EA 2
17 82 W11-2 Sign EA 8
18 82 W16-7P (L or R) EA 8
19 82 Punch Post (SLO Std Plan 7210) EA 6
20 84 Striping and Markings LS 1
21 84 Non-Retroreflective White
Raised Pavement Markers LS 1
22 82 OM Type Q Flex Post EA 1
23 84 Replace Hydrant Reflectors
(SLO Std Plan 7920) EA 2
24 84 Paint Curb - Red LF 190
Bid Total (or Base Bid) $
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless
Of the final bid item quantity.
Page 434 of 1211
BID FORMS
BID FORMS
C
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2 -1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not tot al 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 435 of 1211
BID FORMS
BID FORMS
D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
Page 436 of 1211
BID FORMS
BID FORMS
E
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
Page 437 of 1211
BID FORMS
BID FORMS
F
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Page 438 of 1211
BID FORMS
BID FORMS
G
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
Page 439 of 1211
BID FORMS
BID FORMS
H
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public
agency?
Yes □ No □
Page 440 of 1211
BID FORMS
BID FORMS
I
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
Page 441 of 1211
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. Buchon Street Traffic Calming Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2018 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: (for
accelerated work)
Upon notification of project award, return:
1. executed contract
Page 442 of 1211
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 latest versions of the City of San Luis Obispo Standard Plans and
Standard Specifications, Greenbook Standard Plans and Specifications and the latest
version of the MUTCD and WATCH manual for all Work Zone Traffic Devices and
installation of permanent traffic control devices. Comply with provisions of Section(s) 9,73,
and 77 for general, material, construction, and payment specifics.
Comply with the provisions of Sections 7, 12, 14, 15, 39, 56, 73, 77, 82, 84, 86 and 96 for
general, material, construction, and payment specifics.
Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage:
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
Enhancement Funding signs at the end of the project or upon the Engineer’s request.
6 CONTROL OF MATERIALS
Add to Section 6-2.03 DEPARTMENT ACCEPTANCE:
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Unless stated otherwise below, work hours are 9:00 a.m. to 4:00 p.m. (Monday through
Friday) at all the affected streets.
Unless otherwise approved by the City, no full width street closures will be permitted.
Traffic control plans should consider any lane closures based on the following list of
priorities (in order of most desired to least desired option):
1. Restrict parking on one or both sides as necessary in order to maintain two-way
traffic circulation with minimum 10’ travel lanes
2. Two-way circulation with flaggers and minimum 10’ travel lane
3. Closure of individual lanes with flaggers.
4. Closure of individual lanes with signed detour routes, pre-approved by the City.
Unless otherwise approved, pedestrian access must be maintained at three of the four
corners of the Buchon/Toro intersection during construction. Once a corner has
been demolished, it must be reconstructed within 3 days.
Page 443 of 1211
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
CHANGEABLE MESSAGE SIGNS
Two (2) changeable message signs (CMS) must be installed and operational 1 week prior
to the start of construction and be maintained throughout the duration of the project at
locations approved by the Engineer upon review of the submitted Traffic Control P lan.
Changeable message sign shall be programmed for two flashes with the messages to be
approved by the Engineer
NIGHT WORK
Night work shall not be permitted for this project.
Add to Section 8-1.01A GENERAL, Order of Work:
Phase 1 – The curb ramp work and cross gutter shall be the first orders of work.
Phase 2 – Once curb ramp work is completed, the traffic circle work shall commence.
Phase 3 – Once the traffic circle work is completed, paving and installation of permanent
striping and pavement markings shall be completed as the third phase of work.
Page 444 of 1211
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
9 PAYMENT
Add to Section 9-1.02A:
The lump sum price paid for each “Traffic Circle” include payment for the following:
• Saw-cutting
• AC overlay removal to PCC roadway
• Installation of Concrete Curb and Stamped Concrete
• OM1-3 signs and posts, Type D Markers
The lump sum price paid for each “Speed Hump Removal” include payment for the
following:
• Saw-cutting
• AC overlay removal to PCC roadway
The lump sum price paid for each “Cross Gutter” include payment for the following:
• Saw-cutting
• Demolition
• Installation of Concrete Cross Gutter per Eng. Std. 4310
Payment for varying widths of “paveouts” per plans are included in the applicable
lump sum prices. Remove and replace AC over PCC pavement per
Eng. Std. 4110 & 6020.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.03 Construction
You must meet with the Engineer for an average of 1.5 hours total per ramp to complete
the following coordination tasks:
1. Before saw-cutting to agree on the limits of demolition and removal.
2. After formwork is set, to verify that grades meet those stated on the Plans.
3. Upon completion of new curb ramp installation to verify finished grades.
Curb ramps have been designed to comply with the current Caltrans Standard Plan detail
RSP A88A and City Std. 4440. Field modifications to the design plans, if approved by the
Engineer, must meet the dimensional and slope requirements of Standard Plan RSP
A88A. When measuring the ADA facility’s dimensions and slopes, consider the required
dimension or slope to have been met if the recorded individual measurement s comply
with the following:
• Dimensional measurement does not exceed ½-inch from the dimension shown, i.e.
½-inch less than a minimum dimension, or ½-inch greater than a maximum dimension.
• Slope measurement does not exceed 0.2 percent from the slope s hown.
Page 445 of 1211
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
You must give the City a 24-hour notice for inspection of formwork before pouring the
concrete.
You must calibrate all levels used in construction at the beginning of each work day.
You must ensure that new ramp flowlines do not create any "ponding" areas.
You cannot saw-cut and demolish more than 2 corners at any given intersection in order
to allow pedestrian travel.
Curb ramp spandrel design may vary from Engineering Standards, as directed by the
Engineer, in order to accommodate ramp landing.
You are responsible for storing existing signs and boxes for reuse.
Add to Section 73-1.04 Payment
As shown on the bid item list, each new curb ramp will be paid in lump sum for all work
shown on the plans for the individual corner, unless included in a separate bid item on
the bid item list. The lump sum price includes all work shown on the Plans, as specified
in the Standard Specifications and these Special Provisions. It also includes work for:
1. public notices
2. layout
3. elevation control
4. saw-cutting
5. demolition
6. removal and disposal of demolished material
7. formwork
8. installation of ramps, sidewalk, curb and gutter.
9. furnishing and installation of new signs, post and sleeves
10. temporary cold mix
11. adjustment of existing utility boxes, vaults, etc.
12. protection of existing utilities and restoration of existing improvements
13. protection and restoration of existing benchmarks
14. cleanup
Payment for varying widths of “paveouts” per plans are included in the applicable curb
ramp replacement lump sum price. Remove and replace AC over PCC pavement per
Eng. Std. 4110 & 6020.
Bid items 13, 14 & 15 are additional items intended for field changes and additions to
work shown on the plans. The intent of the additional allowance ite ms is to provide
additional payment to conform specified work to existing field conditions on a per unit
price basis. Section 9 -1.06 is waived for these items and you are advised that items may
be increased, decreased or deleted in their entirety without any additional compensation.
Page 446 of 1211
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
Add to Section 73-4.03 TEXTURED CONCRETE AND COLORED CONCRETE
SURFACES, CONSTRUCTION;
Do not apply salt finish texture to concrete curb ramps spandrels and cross gutters. A
broom finish shall be applied at these locations.
77 LOCAL INFRASTRUCTURE
Add to Section 77-1.01 EXCAVATION AND RESTORATION, GENERAL;
Protection and restoration of survey monuments and benchmarks must comply with
Section 5-1.26 and 5-1.36.
Add to Section 77-1.03D Surface Restoration
Potholing indicates that the intersection of Buchon and Toro is paved with AC
over PCC. Depth of existing AC varies from 1/4" through 4”. Full depth of AC excavation
is included applicable bid items as necessary. No additional payment is to be made for
increased AC thickness.
PCC thickness is estimated to be 7” through 11”. No full-depth excavation of PCC is
expected for this project.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.01A Summary,
Traffic Striping to be applied shall be per Caltrans Revised Standard Plans 2015.
See Section 84-2.04 of the City Standard Specifications for payment of traffic striping.
DIVISION XIII APPENDICES
Add 100-1.01
Appendix A: Form of Agreement
Appendix B: Project Mitigation Measures
Page 447 of 1211
APPENDIX
APPENDIX
0
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between
the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo
County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called
the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .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 448 of 1211
APPENDIX
APPENDIX
1
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of AGENCY, provided such active negligence is
Page 449 of 1211
APPENDIX
APPENDIX
2
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where the City is shown to have been actively negligent and where
the City’s active negligence accounts for only a percentage of the liability involved, the
obligation of the Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
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 450 of 1211
Department Name: Public Works
Cost Center: 5010
For Agenda of: December 4, 2018
Placement: Consent
Estimated Time: N/A
FROM: Daryl Grigsby, Public Works Director
Prepared By: Bryan Wheeler, Transportation Planner/Engineer
Jake Hudson, Transportation Manager
SUBJECT: PLANS AND SPECIFICATIONS FOR BUCHON TRAFFIC CALMING
RECOMMENDATION
1.Approve Plans and Specifications for Buchon Traffic Calming Measures ; and
2.Authorize staff to advertise for bids and the City Manager to award the contract if the lowest
responsible bid is within the Engineer’s Estimate of $160,000; and
3.Authorize the use and transfer of $142,000 from the City’s Neighborhood Traffic Calming
budget and $18,000 from the City’s Traffic Safety & Operations Budget to the project
account.
DISCUSSION
Background
In 2010, City staff and neighborhood residents developed a Traffic Calming Plan for the larger
Pismo & Buchon neighborhood area. The draft plan included bulb -outs and speed humps along
both Pismo & Buchon, however when put to a vote most traffic calming measures along Buchon
did not receive the required level of support under the Neighborhood Traffic Calming program
and ultimately Buchon did not receive the same degree of traffic calming as Pismo.
In 2016, City staff and residents on Buchon began discussion of revisiting traffic calming options
on Buchon Street. A draft action plan was developed which included installation of three speed
humps between Johnson & Santa Rosa and a neighborhood traffic circle at Buchon and Toro as
depicted in Figure A below. The draft action plan was distributed to Buchon Street households
for a vote to support the plan, 61% responded to the ballot and of the 61% responding 88%
supported the action.
Plans and specifications for the traffic calming measur es have been completed and are now ready
for Council approval and construction advertising. (Attachment A)
Packet Pg. 65
Item 8
Page 451 of 1211
Figure A: Overview of Traffic Calming Measures
Packet Pg. 66
Item 8
Page 452 of 1211
Policy Context & Public Engagement
The City’s Circulation Element of the General Plan establishe s neighborhood traffic volume and
speed thresholds for various types of street classifications. The purpose of installing traffic
calming measures on Buchon street is to strive to achieve those adopted thresholds. The
Neighborhood Traffic Calming program involves close coordination of City staff and
neighborhood residents in the development of a plan of measures to reduce speeds and volumes.
Ultimately the draft plan developed was mailed to all property owners and residents, of those that
responded 88% supported the draft plan. A meeting was held on December 3, 2018 to go over
final details with neighbors on the proposed traffic calming measures. .
ENVIRONMENTAL REVIEW
As a minor alteration to existing facilities this project is Categorically Exempt under CEQA
Section 15301.
FISCAL IMPACT
Budgeted: Yes Budget Year: On-Going Program
Funding Identified: Yes
Fiscal Analysis:
Funding Sources
Current FY
Cost
Annualized
On-going
Cost
Total Project
Cost
Neighborhood Traffic Improvements $142,019 - $142,019
Traffic Safety and Operations
Improvements
17,981 $17,981
Total $160,000 - $160,000
The Engineers estimate for the project is $160,000. The project is proposed to be funded with
142,019 from the Neighborhood Traffic Improvements budget and $18,000 from the Traffic
Safety & Operations Budget. This will leave a balance of $0 in the Neighborhood Traffic
Calming Account and a balance of $41,983 in the Traffic Safety & Operation Account. Both the
Neighborhood Traffic Calming and Traffic Safety/Oper ations budgets are annual allocations,
whereby projects identified thru those programs are funded periodically over the course of the
financial plan.
ALTERNATIVE
The Council may choose to defer or deny authorization of the funding and/or approval the plans
and specifications at this time. However, staff does not recommend this as the proposed project
is estimated to be within the current balance of the Neighborhood Traffic Calming budget and
the project received overwhelming support from the neighborhood.
Packet Pg. 67
Item 8
Page 453 of 1211
Page intentionally left
blank.
Packet Pg. 68
Item 8
Page 454 of 1211