HomeMy WebLinkAboutItem 5k. Authorization to Advertise Ruth and Iris Streets' Culvert Replacement Project (Spec. No. 2090742-01) Item 5k
Department: Public Works
Cost Center: 5301
For Agenda of: 6/20/2023
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Anthony Ramos, Engineer III
SUBJECT: AUTHORIZATION TO ADVERTISE RUTH AND IRIS STREETS’
CULVERT REPLACEMENT, SPECIFICATION 2090742-01
RECOMMENDATION
1. Approve the project plans and specifications for Ruth and Iris Streets’ Culvert
Replacement, Specification Number 2090742-01; and
2. Authorize staff to advertise for bids; and
3. Authorize the City Manager to award the construction contract for the lowest
responsible bid if within the Engineer’s Estimate of $275,000; and
4. Authorize the City Engineer to approve Contract Change Orders up to the available
project budget.
POLICY CONTEXT
On May 17, 2022, Council approved a Purchasing Policy Update that requires Council
approval for Public Projects with a value of $200,000 or more.
On June 6, 2023, Council adopted the 2023-25 Financial Plan. Asset maintenance makes
up about 22% of the first year Financial Plan’s funds which serve to repair or replace
existing infrastructure that is attributed to the quality of life for residents.
DISCUSSION
Background
Replacement of Corrugated Metal Pipe (CMP) is a primary focus of the Storm Drain
System Replacement Annual Asset Maintenance project. CMP storm drains have a
service life span of approximately 30 years, and some sections of CMP storm drains have
been in service for 50 years or more. CMP storm drains fail primarily due to rust,
corrosion, and abrasion from sediment and debris flowing through the pipe. Once the
integrity of CMP has been compromised, the soil surrounding the pipe is susceptible to
failure, leading to sinkholes and roadway repairs.
Page 691 of 802
Item 5k
The CMP storm drain at the intersection of Ruth Street and Iris Street that crosses Iris
Street collapsed in October 2022 and there is a sinkhole in the area above the collapsed
pipe. The scope of this project includes replacing this section of failed CMP storm drain
and repairing the damaged street. It also includes replacing a drainage inlet and adding
storm drain infrastructure and asphalt curbing to capture street drainage from the nearby
areas.
Public Engagement
Beyond the required noticing for this item before Council at a public meeting, general
public engagement was not performed for this project as it resulted from an unanticipated
pipe failure; however, Staff have been in contact with adjacent property owners regarding
the plans for repair.
CONCURRENCE
The Public Works Department and Utilities Department concur with the recommendations
of this report.
ENVIRONMENTAL REVIEW
The project is categorically exempt from environmental review pursuant to State CEQA
Guidelines Sections 15302 (Replacement and Reconstruction) and 15303 (New
Construction or Conversion of Small Structures) because the project consists of
replacement of failed pipe and drainage inlet, repair of an existing street, and the
construction of new storm drain infrastructure. The improvements will have substantially
the same purpose and capacity as the infrastructure to be repaired and replaced.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2023-24
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $807,964.60* $333,500 $474,464.60 $
State
Federal
Fees
Other:
Total $807,964.60 $333,500 $474,464.50 $
*Assuming Council approval of staff’s recommended allocation of $800,000 to the Storm Drains Annual
Maintenance Account (2090742) in FY 2023-24 with adoption of the 2023-25 Financial Plan.
Page 692 of 802
Item 5k
ESTIMATED PROJECT COST BY FUNDING SOURCES
Ruth and Iris Culvert Replacement, Specification No. 2090742-01
Storm Drains
Annual
Maintenance
Account (2090742)
Project
Total Costs
General Fund
Engineer's Estimate $275,000 $275,000
Contingencies (20%) $55,000 $55,000
Total Construction Estimate $330,000 $330,000
Materials Testing: $3,000 $3,000
Printing: $500 500
Total Project Cost $333,500 $333,500
Current Storm Drain Annual
Asset Maintenance Balance
(2090742)
7,964.60
FY 2023-24 Additional Funding
on 7/1/2023 $1,875,000
Arterials 2023 paving project $1,000,000
Funding available for Ruth and
Iris Culvert Replacement
project
$875,000
Remaining Balance $549,464.60
Funding for this project is proposed to come from the Storm Drain s Annual Asset
Maintenance Account (2090742) which currently has a balance of $7,964.60. This project
includes additional funding of $1,875,000 in Fiscal year 2023-24 which is included in the
2023-25 Financial Plan. The Arterials 2023 paving project was approved by Council to
utilize up to $1,000,000 of the $1,875,000 requested funds from fiscal year 2023-24
reserved for storm drain maintenance work, leaving $875,000 remaining to support this
project as shown in the above table. These combined remaining funds will be adequate
to deliver this project.
ALTERNATIVES
Deny authorization to advertise. The City Council may choose not to authorize project
advertisement. Staff does not recommend this alternative as this is an emergency storm
drain project with failed roadway. Completion of construction is critical prior to the
beginning of the rainy season as additional CMP deterioration, roadway damage, and
flooding may be occur due to the CMP condition.
ATTACHMENTS
A - Project Plans (Spec. No. 2090742-01)
B - Project Specifications (Spec. No. 2090742-01)
Page 693 of 802
Page 694 of 802
Page 695 of 802
Page 696 of 802
Page 697 of 802
Page 698 of 802
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Ruth and Iris Storm Drain Repair
Specification No. 2090742-01
June 2023
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 699 of 802
Ruth and Iris Storm Drain Repair
Specification No. 2090742-01
Approval Date: June XX, 2023
Anthony Ramos
June XX, 2023
Brian Nelson
June XX, 2023
Page 700 of 802
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION ........................................................................................................................ II
QUALIFICATIONS .................................................................................................................................... III
AWARD .................................................................................................................................................... IV
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR WALNUT AND MORRO STORM DRAIN REPAIR, SPECIFICATION NO. 90742-
04 ............................................................................................................................................................... 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
4 SCOPE OF WORK ............................................................................................................................. 1
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 1
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 2
39 ASPHALT CONCRETE .................................................................................................................... 2
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 2
73 CONCRETE CURBS AND SIDEWALKS ........................... ERROR! BOOKMARK NOT DEFINED.
77 LOCAL INFRASTRUCTURE ............................................................................................................ 3
DIVISION XIII APPENDICES .................................................................................................................... 3
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Page 701 of 802
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works
Administration Office located at 919 Palm Street, San Luis Obispo California, 93401 until
11:00 a.m. on July XX, 2023
at which time they will be publicly opened and read aloud. Public bid opening may be
accessed via Microsoft Teams video conference and conference call. In person
attendance will be permitted. Attendees are encouraged to wear face masks and practice
social distancing. Use the following link:
Link
or join by phone with this number: XXXXXXXXX with Conference ID: XXXXXXXX
Submit bid in a sealed envelope plainly marked:
Ruth and Iris Storm Drain Repair, Specification No. 2090742-01
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 702 of 802
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after the
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
No printed copies are available for purchase at the City office.
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
Questions must be submitted through BidSync so that it is available to the public. Contact
the project manager, Anthony Ramos at 805-783-7875 or the Public Works Department
at (805) 781-7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project consists of storm drain replacement and curb ramp construction.
The project estimated construction cost is $275,000
Contract time is established as 25 working days.
Page 703 of 802
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
QUALIFICATIONS
You must possess a valid Class A or C-34 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 referenced projects must have been completed under contract
with a city, county, state or federal government agency as the prime contractor.
All referenced projects must be for installation of pipe 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 704 of 802
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
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 705 of 802
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact
Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
Page 706 of 802
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 RUTH AND IRIS STORM DRAIN REPAIR, SPECIFICATION NO.
2090742-01
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 7,12 TRAFFIC CONTROL LS 1 -------
2 17 CLEARING AND DEMOLITION LS 1 -------
3 77 POTHOLING LS 1 -------
4 72 RESET ROCK WALL LS 1 -------
5 37,77 6 INCH FULL DEPTH
REPLACEMENT
SQFT 920
6 39 TYPE "E" DIKE LF 170
7 20 4" MIN THICK D.G. @ 2% SLOPE SQFT 600
8 73 CURB RAMP: SE RUTH AND IRIS LS 1 -------
9 15 REMOVE (E) STORM DRAIN PIPE LF 50
10 15 REMOVE (E) DRAINAGE INLET EA 1
11 77 INSTALL 12" PVC (C900) DRAIN
PIPE
LF 205
12 77 INSTALL (N) CATCH BASIN PER
ENG. STD. 3355
EA 1
13 77 INSTALL (N) CATCH BASIN PER
ENG. STD. 3360
EA 1
14 77 INSTALL (N) MODIFIED CATCH
BASIN
EA 1
15 77 INSTALL (N) STORM DRAIN
MANHOLE PER ENG. STD. 3530
EA 2
Page 707 of 802
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
16 ADJUST/RESET WATER VALVE
OR METER TO GRADE
EA 5
17 51 12" CONCRETE FLARED END
SECTION
EA 1
18 73 CONCRETE CURB LF 15
19 72 PLACE RIP RAP (20 LB, CLASS I,
METHOD B)
CY 1.8
20* 73 ADDITIONAL CURB AND GUTTER
ALLOWANCE
LF 10
21* 73 ADDITIONAL SIDEWALK
ALLOWANCE
SQFT 50
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06B and 9-1.06C of the Standard Specifications. The unit price will not be adjusted
regardless of the final bid item quantity.
Page 708 of 802
BID FORMS
BID FORMS
C
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
Page 709 of 802
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 710 of 802
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 711 of 802
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 712 of 802
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 713 of 802
BID FORMS
BID FORMS
H
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include installation of
pipe within the public right of way?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include installation of
pipe within the public right of way?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include installation of
pipe within the public right of way?
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 714 of 802
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 715 of 802
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. Ruth and Iris Storm Drain Repair Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 7, 12, 15, 17, 20, 37, 39, 51, 52, 72, 73, and 77
for general, material, construction, and payment specifics.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Staging and storing of equipment and material at the project site is prohibited.
No full width street closures will be permitted. Traffic control plans should maintain two-
way circulation with flaggers and minimum 10’ travel lane.
Page 716 of 802
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence to restore free flowing of traffic.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
DIVISION V SURFACINGS AND PAVEMENTS
39 ASPHALT CONCRETE
Add to Section 39-1.02B MATERIALS, Tack Coat
All vertical edges to be paved against shall be tack coated. These include, but are not
limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete
edges.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
39 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.03 CONSTRUCTION
The contractor must meet with the Engineer before saw-cutting to agree on the limits of
demolition and removal and after formwork is set, to verify that grades meet those stated
on the Plans.
Full compensation for concrete spandrels is paid on a square footage basis as shown in
the bid item list and is identified as the portion of the concrete between curb returns.
Bid items 20 & 21 are additional items intended for field changes and additions to work
shown on the plans. The intent of the additional items is to provide additional payment to
conform specified work to existing field conditions on a per unit price basis. Sections 9 -
1.06B and 9-1.06C are waived for these bid items and you are advised that these bid
items may be increased, decreased or deleted in their entirety without any additional
compensation.
Page 717 of 802
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
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. Not all survey monuments and benchmarks are shown on
plans. The Contractor is responsible for examining the site of work. A submission of a bid
is conclusive evidence that the bidder has investigated the location of all survey
monuments and benchmarks to be encountered.
The contractor must take precaution during excavation and protect existing improvements
not marked for removal from damage. To minimize impact to private properties, skid steer,
bobtail dump truck and mini excavator must be used to complete pipe installation and
erosion control work. All other equipment to be used for work within private properties
must be approved by the engineer. Upon completion of work within private properties, the
contractor must restore private property improvements to the same condition before the
start of construction.
Add to Section 77-1.03B(1) TRENCH CONSTRUCTION, General
All abandoned waterlines encountered partially or entirely within the trench section for the
new storm drain must be removed and disposed of. The active/abandoned status of all
waterlines has been shown on the plans. The Contractor must notify the City immediately if
any waterline shown as abandoned is found to be active.
Add to Section 77-1.03D Surface Restoration
Repair trench paving on Ruth and Iris and at the intersection of Ruth and Iris must be
repaired with 6 inches of AC and will be paid for by Bid Item 14.
DIVISION XIII APPENDICES
Add 100-1.01
Appendix A: Form of Agreement
Appendix B: Right of Entry
Page 718 of 802
APPENDIX
APPENDIX
0
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
Page 719 of 802
APPENDIX
APPENDIX
1
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
Page 720 of 802
APPENDIX
APPENDIX
2
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
(2nd signature required if Corporation):
By:________________________________
Name of Corporate Officer
Its: ____________________
Page 721 of 802
Page 722 of 802