Loading...
HomeMy WebLinkAboutItem 5e. Authorization to Advertise Johnson Waterline Replacement - Iris to Bishop (Spec. No. 2000578) Item 5e Department: Public Works Cost Center: 5005 For Agenda of: 8/15/2023 Placement: Consent Estimated Time: N/A FROM: Aaron Floyd, Utilities Director Prepared By: Nathan Garcia Nava, Engineer I SUBJECT: AUTHORIZATION TO ADVERTISE JOHNSON WATERLINE REPLACEMENT – IRIS TO BISHOP, SPECIFICATION NO. 2000578 RECOMMENDATION 1. Approve the project plans and special provisions for Johnson Waterline Replacement – Iris to Bishop, Specification Number 2000578; and 2. Authorize staff to advertise for bids; and 3. Authorize the City Manager to award the construction contract for the bid total if the lowest responsible bid is within the Engineer’s Estimate of $4,160,000; and 4. Approve the transfer of $165,000 from the Storm Drain Annual Asset Maintenance Account (2090742) to the project account (2000578); and 5. Approve the transfer of $1,061,031 from the Recycled Water Broad Street – Tank Farm to Aerovista project (2000528) to the project account (2000578) and defer the 2000528 project to the next Financial Plan; and 6. Appropriate $483,969 from Water Fund Unreserved Working Capital and reduce the 2024-25 allocation for Water Storage Tank Maintenance (2000034) by $483,969; and 7. Authorize the City Engineer to approve Contract Change Orders up to the available project budget; and 8. Find the Project categorically exempt from the California Environmental Quality Act pursuant to State CEQA Guidelines Sections 15302 and 15303; and 9. Adopt a Draft Resolution entitled, “Resolution of City Council of the City of San Luis Obispo, California, authorizing use of the Water Fund Unreserved Working Capital Fund to support the Johnson Waterline Replacement – Iris to Bishop, Specification Number 2000578” REPORT-IN-BRIEF City staff recommends the advertisement of the Johnson Waterline Replacement project to replace the critical 16-inch water transmission main serving local healthcare facilities, residents, and businesses along Johnson Avenue. The new pipeline will provide resiliency to the distribution network and will safeguard against variations in pressure that often damage older pipelines. The project will involve the abandonment and removal of existing waterline infrastructure, and removal and replacement of existing infrastructure within existing streets including Johnson Avenue (between Iris and Bishop Streets), Ella Street (between Johnson Avenue and Binns Court), and Bishop Street (between Johnson Avenue and Augusta Court). The project also involves the replacement of existing storm drains along Johnson Avenue at the intersection s of Ella and Bishop Street. Page 103 of 261 Item 5e As discussed in this report, the total project budget for the Johnson Waterline Replacement Project is $3,480,000 as identified in the City’s Financial Plans. Based on the current engineer’s estimate, the estimated total cost of construction, including contingency and construction support services, is $5,010,000 while the project has a current balance of $3,300,000. In order to fully support the construction of the project, an additional $1,710,000 is needed and staff recommends closing the funding gap through three separate actions. POLICY CONTEXT On May 17, 2022, Council approved a Purchasing Policy Update to the Financial Management Manual that required Council approval for Public Projects that cost over $200,000. The Project is consistent with the City adopted General Plan because the replacement of a critical water transmission main serving local healthcare facilities and residents would ensure continued provision of water services to the community. The new pipeline will meet American Water Works Association standards and provide resiliency in the water distribution networks against unexpected failure. DISCUSSION Background The objective of the Johnson Waterline Replacement – Iris to Bishop (Project) is to replace a critical 16-inch water transmission main serving local healthcare facilities, residents, and businesses along Johnson Avenue. The City’s water distribution system has over 180 miles of water mains, 16,500 service lines, and other various assets that are designed to provide continuous drinking water and fire suppression to the commun ity. Many of the pipes were initially installed in the 1950s-1970s and have a life expectancy of 50 years. The City selects certain waterlines each year for replacement that have become vulnerable to failure or do not meet modern fire flow requirements. Th e water transmission main along Johnson Avenue from Iris to Bishop Street was originally recommended for replacement in 2015 but this recommendation was not implemented due to results from the Potable Water Distribution System Operations Plan, which indicated that the capacity of the Johnson waterline could be carried by other mains, and therefore the section of the Johnson line from Iris to Bishop was not needed. Through further modeling it was later determined that this section of pipeline provided necessary resiliency and would need to be replaced in order to maintain this resiliency against unexpected failure as described in more detail below. These modeling efforts also identified additional sections of pipeline on Ella Street and Bishop Street that could cost- effectively be replaced with this project to ensure resiliency to adjacent neighborhoods. These additions have been added to the scope of this project and have resulted in increases to the estimated cost of this project. This Project was identified as a high priority project in the Capital Improvement Plan because the existing cast iron waterline has been subject to repeated failure, including a failure in 2021 that resulted in over 200 customers being delivered a boil water advisory notice due to a loss in water pressure resulting from a catastrophic mainline failure. The new pipeline will provide resiliency to the distribution network and will safeguard against Page 104 of 261 Item 5e variations in pressure that often damage older pipelines. The Project also includes the replacement of existing storm drains on Johnson Avenue at its intersections with Ella and Bishop Street. The City contracted MNS Engineers in December 2022 to prepare construction plans (Attachment A) and Special Provisions (Attachment B), and address design changes since the original project was suspended in 2015. Design changes are largely focused on ensuring that old sections of cast iron pipeline along Ella Street and Bishop Street are also removed, which will reduce the likelihood of failure in these areas. Other changes include removal of a section of aging cast iron pipe from Johnson Avenue to the Bishop Pump station. This pump station provides water to the Bishop Tank, which supplies water to neighborhoods adjacent to Johnson Avenue. The timing fo r delivery of this pipeline is critical as these sections of pipeline need to be removed prior to the replacement of the Reservoir 2 cover, which is scheduled for the Spring of 2024. Previous Council or Advisory Body Action In June 2022, City Council adopted the 2022-23 Budget Supplement that allocated $180,000 in design funds for this project. On June 6, 2023 Council adopted its 2023-25 Financial Plan, which included the Project with an estimated cost of $3.3 million . Public Engagement This capital project was included in the 2023-25 Financial Plan which had extensive community outreach and afforded opportunities for the public to review and comment on all capital projects. CONCURRENCE There is concurrence from the Public Works Department and Utilities Department on the need for this project and the scope of the project. ENVIRONMENTAL REVIEW The Project qualifies for an Exemption to the California Environmental Quality Act pursuant to State CEQA Guidelines Sections 15302 (Replacement or Reconstruction) and 15303 (New Construction of Small Structures) because the Project would replace an existing water main, and consists of the construction and installation of approximately 4,000 linear feet of new waterline and associated facilities, abandonment and removal of existing waterline infrastructure, and removal and replacement of existing infrastructure within existing streets including Johnson Avenue (between Iris and Bishop Street), Ella Street (between Johnson Avenue and Binns Court), and Bishop Street (between Johnson Avenue and Augusta Court). The Project also includes replacement of existing storm drains at the intersection of Johnson and Ella, and Johnson and Bishop. The project will provide additional resiliency and will maintain the same purpose and capacity of the existing infrastructure. Page 105 of 261 Item 5e 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 Cost1 General Fund $0 $0 $0 $0 State $0 $0 $0 $0 Federal $0 $0 $0 $0 Fees $0 $0 $0 $0 Water Fund - Johnson Waterline Replacement (2000578) $3,300,000 $0 $0 $0 Water Fund - Recycled Water Broad Street – Tank Farm to Aerovista (2000528) $1,061,031 $1,061,031 $0 $0 Unreserved Working Capital2 $10,172,837 $483,969 $9,688,878 $0 Capital Outlay Fund LRM - Storm Drain Annual Asset Account (2090742) $350,894 $165,000 $185,894 $0 Total $14,884,762 $1,710,000 $9,874,762 $0 1 Ongoing maintenance costs included in the Utilities Operational Budget 2 Staff recommends reducing the FY 2024-25 Water Storage Tank Maintenance budget by $483,969 to offset this request. The Project was identified in the 2022-23 Supplemental Budget (page 98) where it was allocated $180,000 for design services that has been expended. There was an additional allocation of $3,300,000 for construction services in the 2023-25 Financial Plan that was appropriated at the start of the 2023-2024 Fiscal Year on July 1, 2023. There is a current balance of $3,300,000 in the project account (2000578) for construction. Page 106 of 261 Item 5e As summarized above, the scope of the project has been modified to include additional elements that will further reduce the likelihood of failure. While these additional elements increase the cost of the project (compared to the budget identified in the Financial Plan), the City will ultimately benefit from fiscal savings in the areas of mobilization and materials costs compared to implementing these improvements under a sepa rate project in the future. In addition, the cost of supplies and materials has escalated due to inflation, which is reflected in the current cost estimate. Staff has identified a 20% contingency to cover potential cost increases that may occur during construction of the project. As shown in the table on the following page, the estimated cost of construction is $5,010,000; therefore, an additional $1,710,000 is needed to fully fund construction of the project. Staff recommends closing the funding gap through three separate actions: 1. Transfer $165,000 from the Storm Drain Annual Asset Maintenance Account (2090742) to the project account (2000578) for the storm drain replacement component of the project; and 2. Transfer $1,061,031 from the Recycled Water Broad Street – Tank Farm to Aerovista project (2000528) and defer this project to the next Financial Plan; and 3. Appropriate $483,969 from the Water Fund Unreserved Working Capital and reduce the 2024-25 allocation for Water Storage Tank Maintenance (2000034) by $483,969. Project Account (2000578) Recycled Water Broad Street - Tank Farm to Aerovista (2000528) Water Fund Unreserved Working Capital Storm Drain Annual Asset Maintenance Account (2090742) Water fund Water fund Water fund Capital Outlay Fund LRM Engineer's Estimate $3,300,000 $724,000 $0 $136,000 $4,160,000.00 Contingency (20%)$0 $337,031 $467,769 $27,000 $831,800.00 Total Construction Estimate $3,300,000 $1,061,031 $467,769 $163,000 $4,991,800.00 Material Testing $0 $0 $1,200 $1,000 $2,200.00 Design Support - MNS $0 $0 $15,000 $0 $15,000.00 Printing $0 $0 $0 $1,000 $1,000.00 Total Project Estimate $3,300,000 $1,061,031 $483,969 $165,000 $5,010,000.00 Current Project Balance $3,300,001 $1,061,031 $10,172,837 $940,894 Available Balance $3,300,001 $1,061,031 $10,172,837 $350,894 Requested Funding $0 $1,061,031 $483,969 $165,000 Remaining Balance $0 $0 $9,688,868 $185,894 Johnson Waterline Replacement - Iris to Bishop, Specification No. 2000578 Project Total Cost Storm Drain Replacement Funding Staff is recommending a transfer of $165,000 from the Storm Drain Annual Asset Maintenance Account (2090742) to fund the cost associated with the replacement of the storm drains at the intersection of Johnson and Ella, and Johnson and Bishop. The storm drain account has a balance of $940,894 with concurrent request being made for 3 separate City projects to fund construction cost. There will an available balance of Page 107 of 261 Item 5e $350,894 that this project will be pulling from. The account will have a remaining unallocated balance of $185,894 to be used in the future to support the completion of various City projects. Deferral and Reallocation of the Recycled Water Project Staff is recommending a transfer of $1,061,031 from the Recycled Water Broad Street – Tank Farm to Aerovista project, Specification No. 2000528. The total allocated project budget is $1,085,000. As part of the 2021-23 Financial Plan, $45,000 was allocated for design services in 2021-22 and $1,040,000 was allocated for construction in 2022 -23. Approximately $24,000 was expended for site survey work. Staff recommends that this project be deferred based on the Johnson Waterline Project having a higher priority and community benefit than this project. The completion of the Johnson Waterline Project is necessary to ensure the stability of the water distribution system, protect the system from potential contamination resulting from repeated mainline failures, and protect the community from potential service disruptions and boil water notices. The impacts of mainline failures on the Johnson Avenue line are also expensive to repair and deplete funding that would otherwise go toward high-value water fund projects. While implementation of the Broad Street recycled water project is important for expanding the City’s recycled water use and allowing potable supplies to be used for potable needs as opposed to irrigation, the delivery timeline of the recycled water project can be flexible with minimal impact to overall water availability. Unreserved Capital and Reduction of Water Storage Tank Maintenance Budget Staff is recommending a transfer of $483,969 from the Water Fund’s Unreserved Working Capital account. Staff recommends reducing the 2024-25 allocation to the Water Storage Tank Maintenance budget to offset this unanticipated draw against unreserved working capital. In 2024-25, the Water Storage Tank Maintenance budget was projected to be $1,000,000. Reducing the 2024-25 Water Storage Tank Maintenance budget as recommended would result in a 2024-25 allocation of $516,031. This funding allocation was planned to be used for internal and external coating of the Edna Saddle Water Tank. If funding is reduced, staff plan to complete external coating repairs with the remaining funding, and defer internal coating repairs until the 2025-27 Financial Plan. Staff do not believe that deferral of this project will result in substantial further deterioration of the tank’s interior coating, and external recoating can take place with the tank left in service, allowing for this work to be done alongside other critical water system work. Importance of Maintaining Unreserved Working Capital Funds Staff is not recommending drawing from Water Fund Unreserved Working Capital to cover the total amount of the $1,710,000 funding gap estimated to deliver the Project. Rather, staff is recommending deferral of two projects that have flexible delivery timelines that will not impact health and safety or regulatory compliance. Maintaining a healthy unreserved working capital balance in the Water Fund provides the necessary flexibility for capital project reprioritizations that are driven by regulatory changes or to resolve unanticipated equipment failures. This funding also helps the Water Fund to absorb unanticipated capital project price increases and inflationary increases Page 108 of 261 Item 5e that have been prevalent in recent years. Without this funding, the Water Fund may also be subject to higher year-to-year rate increases than traditionally experienced. In addition, maintaining a healthy reserve facilitates a favorable standing with creditors, which qualifies the City for more favorable financing options for capital projects, provides a cashflow buffer when making payments on financed projects, and allows the City to leverage dollars and enable pursuit of grant funding. ALTERNATIVES 1. Deny the approval to advertise the project. City Council could choose to deny the authorization to advertise this project. Staff does not recommend this alternative as the existing pipeline has experienced multiple catastrophic failures, with the most recent failure resulting in a boil water notice being issued to over 200 customers in this neighborhood, including local medical facilities. 2. Deny the use of additional funds for construction. City Council could choose to deny the use of additional funding to support the construction cost. City staff does not recommend this option as the cost estimate is higher than the current available balance and all elements of this project must be completed to reduce the vulnerability of this section of aging pipeline that acts as a critical eleme nt of the City’s water distribution system. 3. Direct staff to use unreserved working capital to cover the identified funding gap ($1,710,000) and maintain the existing Capital Improvement Plan budget including delivery of the Recycled Water Broad Street – Tanks Farm to Aerovista Project and Edna Saddle Water Tanks (internal coating). Staff does not recommend drawing from Water Fund Unreserved Working Capital to cover the total amount of the $1,7010,000 funding gap because it would reduce the availability of reserves that currently provide the necessary resiliency and flexibility for capital project prioritization adjustments. Reduction of the reserve by an additional $1,710,000 may reduce the City’s ability to handle unanticipated capital and expenditures and regulatory, health, and safety requirements, and deliver high priority capital projects in the face of inflated costs. Further reduction of the reserve may affect the City’s favorable standing with creditors, would reduce the City’s cashflow buffer, and may affect the City’s good standing when pursuing grant funding. ATTACHMENTS A - Johnson Waterline Replacement – Iris to Bishop Plans B - Johnson Waterline Replacement – Iris to Bishop Special Provision C - Resolution authorizing use of Water Fund Unreserved Working Capital fund to support the Johnson Waterline Replacement – Iris to Bishop, Specification Number 2000578 Page 109 of 261 Page 110 of 261 RIGHT-OF-WAYCURBGUTTERNEW WATER LINEEXISTING WATER LINEEXISTING WATER LINE (ABANDONED)EXISTING WATER LINE (TO BE ABANDONED)EXISTING SANITARY SEWER AND LATERALEXISTING STORM DRAINEXISTING GASEXISTING UNDERGROUND ELECTRICEXISTING OVERHEAD UTILITYEXISTING FIBER OPTIC LINEEXISTING TELECOMMEXISTING CENTERLINEEXISTING UTILITY POLEEXISTING WATER METEREXISTING WATER VALVEEXISTING SEWER MANHOLEEXISTING STORM DRAIN MANHOLEEXISTING MONUMENTEXISTING FIRE HYDRANTEXISTING GAS VALVEEXISTING WATER VAULTNEW AIR RELEASE VALVE (PLAN)NEW AIR RELEASE VALVE (PROFILE)NEW BUTTERFLY VALVENEW GATE VALVEBENCHMARKNEW CONCRETE EXISTING PIPE CAPNEW PIPE CAP 1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO CONTACT "UNDERGROUNDSERVICE ALERT U.S.A." TOLL FREE AT 1-800-227-2600 AT LEAST FORTY-EIGHT (48) HOURSPRIOR TO START OF CONSTRUCTION, FOR LOCATION OF POWER, TELEPHONE, OIL ANDNATURAL GAS, AND OTHER UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEESHALL ALSO CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V.,WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES.2. THE CONTRACTOR SHALL POSSESS A CLASS "A" OR A CLASS "C34" LICENSE AT THE TIMEOF THE BID OPENING.3. CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL CROSSING UTILITIES PRIORTO LAYING PIPE SO THAT PIPE ALIGNMENT AND GRADE CAN BE ADJUSTED AS NEEDED.4. LOCATION AND DEPTH OF EXISTING UTILITIES ARE APPROXIMATE AND BASED ONAVAILABLE INFORMATION PROVIDED BY THE CITY OF SAN LUIS OBISPO AND UTILITYCOMPANIES.5. CONTRACTOR SHALL VERIFY DEPTH, LOCATION, SIZE, AND MATERIAL OF PIPE AT ALLTIE-INS.6. OVERHEAD UTILITIES ARE NOT SHOWN IN ALL INSTANCES AND ARE NOT SHOWN ONPROFILES. CONTRACTOR SHALL USE DUE CARE WHEN WORKING NEAR OR UNDERTHESE UTILITIES AND SHALL PROTECT THEM IN PLACE.7. MAST ARMS LOCATIONS ARE NOT SHOWN ON PLANS. CONTRACTOR SHALL USE DUECARE WHEN WORKING NEAR OR UNDER THESE STRUCTURES AND SHALL PROTECTTHEM IN PLACE.8. THE CONTRACTOR SHALL NOT INTERRUPT THE UTILITY SERVICE FUNCTION, DISTURBTHE SUPPORT BASE, OR MODIFY ANY FACILITY WITH OUT AUTHORITY FROM THE UTILITYOWNER.9. EXISTING PIPELINES AND UTILITIES THAT CROSS NEW PIPING OR SIMILAR EXCAVATIONSREQUIRED TO CONSTRUCT THE PIPING, SHALL BE PROTECTED IN PLACE, UNLESSOTHERWISE NOTED.10. ALL EXISTING PIPELINES AND UTILITIES SHALL BE SUPPORTED ACROSS THEEXCAVATION DURING CONSTRUCTION. IN ORDER TO PREVENT SETTLEMENT OF THEUTILITY AFTER INSTALLATION OF THE NEW SYSTEM, THE CONTRACTOR SHALL PLACE1-SACK SLURRY BETWEEN THE COMPACTED PIPE ZONE MATERIAL AND THE UTILITY.11. THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY OF ANY UTILITY THATWAS OMITTED FROM THE PLANS, INCORRECTLY SHOWN, OR NOT PROPERLY MARKED. IFA UTILITY COMPANY DOES NOT PROVIDE LOCATION INFORMATION OR MARKINGSERVICES IN THE FIELD, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER.FAILURE OF THE CONTRACTOR TO NOTIFY THE ENGINEER PER SECTION 4-1.03D OF THECITY STANDARDS SHALL PROHIBIT THE CONTRACTOR FROM CLAIMING EXTRA WORKASSOCIATED WITH SAID UTILITY.12. THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE UTILITY OWNER IF ANY UTILITY ISDISTURBED OR DAMAGED DURING THE COURSE OF THE WORK. THE CONTRACTORSHALL BEAR THE COSTS OF REPAIR OR REPLACEMENT OF ANY MARKED UTILITY WHEREDAMAGE WAS CAUSED BY THE CONTRACTOR'S ACTIVITIES.13. INTERFERING PORTIONS OF ABANDONED UTILITIES SHALL BE REMOVED AND DISPOSEDOF BY THE CONTRACTOR IN ACCORDANCE WITH THE SPECIFICATIONS. CUT ENDS OFEXISTING ABANDONED UTILITIES SHALL BE PLUGGED WITH MINIMUM 18 INCH CONCRETEPLUGS. THE CONTRACTOR SHALL VERIFY THAT THE UTILITY IS TRULY ABANDONEDPRIOR TO CUTTING OR ABANDONMENT.14. SEWER LATERALS EXIST WHICH ARE NOT SHOWN ON THESE PLANS, CONTRACTOR TOPROCEED WITH CAUTION WHEN TRENCHING AND HAVE ALL NECESSARY MATERIALS ONHAND TO REPAIR LATERALS IF DAMAGED AND TO ADJUST PROFILE OF LATERALS CLEAROF PROPOSED WATERLINE PROFILE.15. TIE OUT CENTERLINE MONUMENTS WITHIN 2' OF PROJECT EXCAVATION AND CITYBENCHMARKS BEFORE WORK AND REPLACE IF DISTURBED IN ACCORDANCE WITH THECITY OF SAN LUIS OBISPO STANDARD DETAIL 9020 AND PROFESSIONAL LANDSURVEYORS ACT.16. THE CONTRACTOR SHALL REPLACE ALL CURB PAINTING, PAVEMENT STRIPES,MARKINGS, AND MARKERS DISTURBED DURING CONSTRUCTION. ALL STRIPING IS PERSTATE STANDARD PLANS. CURB PAINTING, PAVEMENT STRIPES, MARKINGS, ANDMARKERS ARE NOT SHOWN ON THESE PLANS.AIR RELEASE VALVE ARVASPHALT CONCRETE ACASSESSOR'S PARCEL NUMBER APNBACK FLOW REGULATOR BFRBEGIN CURVE BCCABLE TV VAULT CVLTCAST IRON C.I.COMMUNICATION COMMDIAMETER ØDROP INLET DIDUCTILE IRON D.I.ELECTRICAL METER EMTELECTRICAL PANEL EPNLELECTRICAL PULL BOX ELPBELECTRICAL VAULT EVLTEXISTING EXIST.FACE OF CURB F.O.C.FIRE HYDRANT FHFLANGE FLGGAS METER GMGUY WIRE GUYHIGH PRESSURE HPINVERT INVIRRIGATION CONTROL BOX ICBLEFT LTMAXIMUM MAX.MINIMUM MIN.MECHANICAL JOINT MJOVERHEAD WIRE OHWOCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION OSHAPOLYVINAL CHLORIDE PVCPORTLAND CEMENT CONCRETE PCCRIGHT RTSLOPE SSEWER CLEANOUT SCOSEWER MANHOLE SMHSIGN SNSIDEWALK DRAIN SWK DRNSTORM DRAIN MANHOLE SDMHTELEPHONE MANHOLE TMHTRAFFIC SIGNAL BOX TSBTRAFFIC SIGNAL STANDARD TSGTYPICAL TYPUTILITY VAULT UVLTWATER METER WMWATER VALVE WVWATER VAULT WVLTPPWMWVSMHSDMHFHGVPROJECT AREA MAPWVLTARVHORIZONTAL CONTROL POINT 8058 (PIN IN CONCRETE IN MONUMENT WELL AT THECENTERLINE INTERSECTION OF JOHNSON AND BISHOP) AS PUBLISHED IN THE CITY OF SANLUIS OBISPO 2007 HORIZONTAL CONTROL NETWORK. CITY NETWORK IS BASED ON THENORTH AMERICAN DATUM OF 1983 (NAD83) EPOCH DATE 1991.35, ZONE 5 CALIFORNIA.VERTICAL CONTROL BENCHMARK 61 (L&T AT THE BCR AT THE SOUTHWEST CORNER OFJOHNSON AND BISHOP) AS PUBLISHED IN THE CITY OF SAN LUIS OBISPO 2007 BENCHMARKSYSTEM. CITY'S BENCHMARK SYSTEM IS BASED ON THE NORTH AMERICA VERTICAL DATUMOF 1988 (NAVD88).BISHOPSTREETPUMPSTATIONCONTROL POINT 8058BENCHMARK 61general notes:legend:datum:abbreviations:index to planssheet no. descriptionAPPROVED BYSPECIFICATION NO. DATEofSHEETsan luis obispo county, californiaBrian A. Nelson, City Engineer R.C.E. C79870 Approved Date1507-03-20232000578JOHNSON WATERLINEREPLACEMENT - IRIS TO BISHOP1FILE NO./LOCATION[MO DAY, YEAR]No. C 79870CISLO.220498ATTENTION:811 El Capitan Way, Suite 130San Luis Obispo, CA 93401805-787-0326 | www.mnsengineers.com100% DESIGN - NOT FOR CONSTRUCTIONPage 111 of 261 SIERRA WAYJOHNSON AVENUE BISHOP STREETAUGUSTA C OURT CECELIAKENDRA COURTBINNS COU R T KRISTY COURTFIXLII NI S T R E E T IRIS STREETSKYLARK LANEWILDING LANE ELLA STREET2GENERAL SITE CONDITIONSSHEET 3ALIGNMENT ASHEET 4ALIGNMENT ASHEET 5ALIGNMENT ASHEET 6ALIGNMENT ASHEET 7ALIGNMENT ASHEET 8ALIGNMENT ASHEET 9ALIGNMENT BSHEET 10ALIGNMENT CGENERAL PIPELINE CONDITIONSWATER MAIN INSTALLATION NOTESSHEET LAYOUT PLANCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONNOTES AND SHEET LAYOUT PLAN1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498ATTENTION:811 El Capitan Way, Suite 130San Luis Obispo, CA 93401805-787-0326 | www.mnsengineers.comSHEET 11ALIGNMENT D100% DESIGN - NOT FOR CONSTRUCTIONSHEET 12ALIGNMENT DPage 112 of 261 NO U TURNSDMHBFRDI60.4'ELLA STREETPLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'10+00 11+00 12+00 13+0031032033030031032033030014+00 14+50CONSTRUCTION NOTESIRIS STREETCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION31507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPALIGNMENT A STA. 10+00 TO 14+50 JOHNSON AVENUE2000578CISLO.220498XXXXXXXXXXXXXXXXELLA STREET100% DESIGN - NOT FOR CONSTRUCTIONPage 113 of 261 62.3'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'15+00 16+00 17+0032033034031032033034031018+0019+0014+50FIXLINI STREETCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION41507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPALIGNMENT A STA. 14+50 TO 19+00 JOHNSON AVENUE2000578CISLO.220498CONSTRUCTION NOTESXXXXXXXX100% DESIGN - NOT FOR CONSTRUCTIONPage 114 of 261 62.9'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'19+00 20+00 21+00 22+0034035036033036037038035023+0023+50FIXLINI STREETCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION51507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPALIGNMENT A STA. 19+00 TO 23+50 JOHNSON AVENUE2000578CISLO.220498XXXXXXXX100% DESIGN - NOT FOR CONSTRUCTIONCONSTRUCTION NOTESPage 115 of 261 301390.57MONF BC PNCH62.4'4.1'27.9'2.7'29.3'1PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'24+0025+00 26+00 27+0037038039037038039028+0023+50BISHOP STREETBISHOP STREETCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONMATCH LINE STA.28+20(SEE SHEET 7)28+2061507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPALIGNMENT A STA. 23+50 TO 28+20 JOHNSON AVENUE2000578CISLO.220498XXXXXXXXXXXCONSTRUCTION NOTES100% DESIGN - NOT FOR CONSTRUCTIONPage 116 of 261 16034363.06MONF 1/8 NL IN MW16035363.82MON WELL LIDGUYPPEVLTPPEVLTUVLTPP40.1'0.6'20.2'20.2'20.2'15.7'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'28+20 29+00 30+00 31+0036037038035036037038035032+0032+50JOHNSON AVENUEJOHNSON AVENUECITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION7ALIGNMENT A STA. 28+20 TO 32+50 BISHOP STREET1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498XXXXXXXCONSTRUCTION NOTES100% DESIGN - NOT FOR CONSTRUCTIONPage 117 of 261 SMHSDMHPP 120398805TRENCHTRENCHFOVLTFOPB38.3'20.6'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'33+00 34+0036037038035036037038035032+50STA 34+17.04 RT 6.65N. 2296175.56E. 5771350.93CITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONSTA 34+12.48 RT 1.28N. 2296174.43E. 5771357.898ALIGNMENT A STA. 32+50 TO 34+17 BISHOP STREET1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498XXXXXXXXCONSTRUCTION NOTES100% DESIGN - NOT FOR CONSTRUCTIONCONDUIT INSTALLATION DETAILPage 118 of 261 50+0037038039051+00 51+933703803903603603MO301390.57MONF BC PNCHPPTFMR64.0'16.4'15.7'16.0'16.0'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'BISHOP STREETBISHOP STREETCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONPLAN VIEW - INTERSECTION DETAIL0'0'10' 10'HORIZ: 1"=10'BISHOP STREET9ALIGNMENT B STA. 50+00 TO 51+92 JOHNSON AVENUE1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498XXXXXXXXXXXXXCONSTRUCTION NOTES100% DESIGN - NOT FOR CONSTRUCTIONPage 119 of 261 ICBPPTVLTTELECOM PBTFMR64.0' 16.0'SHEET NO.PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PROFILE VIEW0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'60+00 61+00 62+00 63+0039040038039040041064+00 64+43CONNECTION POINTINV ELEV 412.00N. 2296626.62E. 5772284.67JOHNSON AVENUECITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONSTA 64+07.73N. 2296597.61E. 5772304.37STA 60+00N. 2296365.26E. 5771969.3337038010ALIGNMENT C STA. 60+00 TO 64+43 PUMP STATION EASEMENT1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498XXXXXXXXXXXXXXXXXCONSTRUCTION NOTES100% DESIGN - NOT FOR CONSTRUCTIONPage 120 of 261 NO PARKINGPASSENGER LOADINGSL 25EVLTDI TG=297.12INV=295.30'PP 120398432AD TG=303.77INV=303.27'PP 120843444NO U TURNCVLTRT LN TRN RTPP 120398430SDMHSWKSWKSWKSWKSWKSWKBFRUVLTDIDI60.4'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'CITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION11 1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPALIGNMENT D STA. 75+00 TO 80+00 ELLA STREET2000578CISLO.22049875+00 76+0031032030029077+00 78+0031032030029079+00PROFILE VIEW330330285285100% DESIGN - NOT FOR CONSTRUCTIONCONSTRUCTION NOTES373285159XX636465XXXXSTA 78+98.66N. 2297435.99E. 5770769.50JOHNSON AVENUEJOHNSON AVENUESIERRA WAY80+00Page 121 of 261 SHEET NO.CITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION12ALIGNMENT D STA. 80+00 TO 82+73 ELLA STREET1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498100% DESIGN - NOT FOR CONSTRUCTIONPLAN VIEW0'0'20' 20'HORIZ: 1"=20'0'0'20' 20'HORIZ: 1"=20'VERT: 1"=5'80+00 81+0029030028027082+00 83+0029030028027084+00PROFILE VIEW310310265265CONSTRUCTION NOTES35165BINNS COURTSTA 82+72.93N. 2297222.49E. 5770459.39Page 122 of 261 URNSDMHBFRDI60.4'62.3'301390.57MONF BC PNCHELPB216.4'15.7'CITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION13 1507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOPSTORM DRAIN REPLACEMENT2000578CISLO.220498100% DESIGN - NOT FOR CONSTRUCTIONCONSTRUCTION NOTESXXFIXLINI STREETJOHNSON AVENUEBISHOP STREETELLA STREETBISHOP STREETJOHNSON AVENUEJOHNSON AVENUEJOHNSON AVENUEJOHNSON AVENUEJOHNSON AVENUEPLAN VIEW0'0'20' 20'HORIZ: 1"=20'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'PLAN VIEW0'0'20' 20'HORIZ: 1"=20'Page 123 of 261 16"Ø D.I. WATERLINEEXISTING 16"Ø PIPE CAP16"Ø D.I. MECHANICALJOINT PIPE CAPEXISTING 16"ØD.I. WATERLINEEXISTING ABANDONED16"Ø C.I. WATERLINEEXISTING 16"Ø 45° FITTINGAND THRUST BLOCK (TYP OF 2)EXISTING RESTRAINEDMECHANICAL JOINT7.1' ±16"Ø D.I. WATERLINE16"Ø D.I. PIPE CAP 16"Ø D.I. 45° FITTINGEXISTING 16"Ø PVCWATERLINE16"Ø D.I.WATERLINEREMOVE EXISTING 16"Ø D.I.WATERLINE TO APPROXIMATELIMITS SHOWN 16"Ø D.I. 45° FITTINGTHRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 8610 (TYP OF 2)2.0'10.3'6.0'5.0'3.0'THRUST BLOCK PERCITY OF SAN LUISOBISPO STANDARDDETAIL 8610THRUST BLOCK PER CITYOF SAN LUIS OBISPOSTANDARD DETAIL 861016"Ø D.I. WATER LINE16"Ø BUTTERFLY VALVE (FLG X MJ)(TYP OF 2)8"Ø RESILIENT WEDGE GATE VALVE (FLG X MJ)16"Ø D.I. WATER LINE8"Ø D.I. WATER LINE16"Ø X 16"Ø X 8"Ø TEE (FLG)16" RESTRAINEDMECHANICAL JOINT (TYP OF 2)8" RESTRAINEDMECHANICAL JOINT (TYP OF 2)8"Ø 45° FLG X MJ ELBOW4"Ø 45° ELBOW (MJ)4"Ø D.I. WATER LINEINSTALL BLIND FLANGE ON EXISTING12" X 8" D.I. TEE4"Ø RESTRAINEDTRANSITION COUPLINGEXISTING 4" C.I.WATER MAIN8"Ø X 4"Ø FLG X MJ REDUCER4" RESTRAINEDMECHANICAL JOINT (TYP OF 3)THRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 8610THRUST BLOCK PER CITY OF SANLUIS OBISPO STANDARD DETAIL 8610(TYP OF 2)DEMOLISH AND REMOVE EXISTING 8" X 4"REDUCER, 4" GATE VALVE, AND 4"ØWATERLINE TO APPROXIMATE LIMITS SHOWNTHRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 8610CAP EXISTING 4"Ø STEEL PIPEEXISTING 4"Ø STEEL PIPEREMOVE ANDDISPOSE EXISTING10" GATE VALVE16"Ø D.I. WATER LINE16"Ø D.I. WATER LINE16"Ø BUTTERFLY VALVE(FLG X MJ)16"Ø MECHANICAL JOINTRESTRAINT (TYP OF 4)16" X 10" REDUCER(FLG)10"Ø GATE VALVE(FLG X MJ)10"Ø MECHANICAL JOINTRESTRAINT (TYP OF 5)10"Ø GATE VALVE (FLG X MJ)(TYP OF 3)16"Ø TEE (FLG)12"Ø GATE VALVE(FLG X MJ)12" X 10" CROSS (FLG)PROVIDE THRUST BLOCK PERCITY OF SAN LUIS OBISPOSTANDARD DETAIL 861012"Ø MECHANICAL JOINTRESTRAINT (TYP OF 2)12"Ø GATE VALVE(FLG X MJ)(TYP OF 3)12"Ø D.I. WATER LINEEXISTING 12" D.I. WATERLINE10"Ø RESTRAINEDFLANGE COUPLINGADAPTER, ROMACFLCA OR EQUAL10"Ø GATE VALVE(FLG X MJ)10"Ø RESTRAINEDTRANSITIONCOUPLINGNEW 10" D.I. WATER LINEEXISTING 10" PVCWATER LINE10"Ø D.I. WATER LINE10"ØRESTRAINEDTRANSITIONCOUPLINGEXISTING 10"Ø PVCWATER LINE12"Ø RESTRAINEDTRANSITION COUPLING16"Ø TEE (FLG)16"Ø BUTTERFLY VALVE(FLG X MJ)16"Ø D.I. WATER LINE16"Ø RESTRAINEDFLANGE COUPLINGADAPTER, ROMACFLCA OR EQUAL6'8'THRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 8610THRUST BLOCK PER CITYOF SAN LUIS OBISPOSTANDARD DETAIL 8610THRUST BLOCK PER CITY OFSAN LUIS OBISPOSTANDARD DETAIL 861016"Ø D.I. WATER LINE16"Ø BUTTERFLY VALVE (FLG X MJ)(TYP OF 2)16"Ø D.I. WATER LINE16"Ø X 10"Ø TEE (FLG)10"Ø RESILIENT WEDGE GATE VALVE (FLG X MJ)10"Ø D.I. WATER LINE16" RESTRAINEDMECHANICAL JOINT(TYP OF 2)10" RESTRAINEDMECHANICAL JOINTREMOVE AND DISPOSE EXISTING 10"TAPPING GATE VALVE10"Ø D.I. WATER LINEEXISTING 16"Ø D.I. WATERLINE TO BE ABANDONEDEXISTING 16"Ø D.I. WATERLINE TO BE ABANDONED16"Ø CAP MJ16"Ø CAP MJREMOVE EXISTING 16" TAPPINGGATE VALVE AND PROVIDE TO CITYDEMOLISH AND REMOVE EXISTING16" C.I. WATER MAIN, TAPPINGSLEEVE, AND THRUST BLOCKEXISTING 10"Ø PVCWATER LINE10" RESTRAINED TRANSITION COUPLINGTHRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 861016"Ø D.I. WATER LINE16"Ø BUTTERFLY VALVE (FLG X MJ) (TYP OF 2)10"Ø RESILIENT WEDGE GATE VALVE (FLG X MJ)16"Ø D.I. WATER LINE10"Ø D.I. WATER LINE16"Ø X 10"Ø CROSS (FLG)PROVIDE THRUST BLOCK PERCITY OF SAN LUIS OBISPOSTANDARD DETAIL 861010"Ø TEE (FLG)10"Ø RESILIENT WEDGE GATE VALVE (FLG X MJ)(TYP OF 2)10"Ø D.I. WATER LINE8.3'10"X8" CONCENTRICREDUCER (FLG)8"Ø D.I. WATER LINE8"Ø 90°ELBOW (MJ)16" RESTRAINEDMECHANICAL JOINT (TYP OF 2)10" RESTRAINEDMECHANICAL JOINT (TYP OF 8)8"Ø RESTRAINED TRANSITION COUPLING8"Ø WATER CONTRACTOR TO VERIFYMATERIAL10" RESTRAINED TRANSITION COUPLINGEXISTING 10" WATER LINE3' ±10"Ø 45° ELBOW (MJ)10"Ø 45° RESTRAINEDELBOW (MJ)8" RESTRAINED MECHANICAL JOINT (TYP OF 3)10"Ø D.I. WATER LINETHRUST BLOCK PER CITY OF SANLUIS OBISPO STANDARD DETAIL8610 (TYP OF 2)THRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 8610 (TYP OF 2)8" RESILIENT WEDGEGATE VALVE (FLG X MJ)16"Ø D.I. MECHANICALJOINT PIPE CAP (TYP OF 2)EXISTING 16"Ø PVCWATERLINEEXISTING 8"Ø C.I.WATERLINE16"Ø D.I. WATERLINEEXISTING 10"ØPVC WATERLINETO BISHOP PUMP STATIONEXISTING 10"Ø TEE (MJ)CAP EXISTING 12"ØTAPPING TEE WITHBLIND FLANGE16"Ø D.I. 90° FITTING(MJ)DEMOLISH AND REMOVE EXISTING10" GATE VALVE, 10"Ø WATERLINE,THRUST BLOCK, AND FITTING TOAPPROXIMATE LIMITS SHOWNCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION16"Ø D.I. WATERLINE12"Ø D.I. WATERLINEEXISTING 16"Ø C.I. WATERLINE TO BEABANDONED IN PLACE PER CITY OFSAN LUIS OBISPO STANDARD DETAIL6050CONNECT TO EXISTING 16"Ø D.I.WATERLINE WITH 16"ØRESTRAINED TRANSITIONCOUPLINGJOHNSON AVE AND IRIS ST CONNECTION DETAIL STA 10+001N.T.S.BISHOP STREET AND AUGUSTA COURT CONNECTION DETAIL STA 33+536N.T.S.JOHNSON AVE AND PUMP STATION EASEMENT CONNECTION DETAIL STA 51+917N.T.S.16"Ø RESTRAINEDMECHANICAL JOINT(TYP OF 2)16"Ø RESTRAINED MECHANICAL JOINT(EBAA SERIES 1100)(TYP OF 3)CUT EXISTING 16"Ø PVC WATERLINE ANDCONNECT TO CUT END WITH 16"Ø RESTRAINEDTRANSITION COUPLING (ROMAC ALPHACOUPLING OR APPROVED EQUAL)EXISTING 16"Ø C.I. WATERLINE TOBE ABANDONED IN PLACE PERCITY OF SAN LUIS OBISPOSTANDARD DETAIL 6050EXISTING 12"Ø C.I. WATERLINETO BE ABANDONED IN PLACEPER CITY OF SAN LUIS OBISPOSTANDARD DETAIL 6050REMOVE EXISTING 16"Ø D.I.WATERLINE AND APPURTENANCES TOAPPROXIMATE LIMITS SHOWNPROVIDE JOINT RESTRAINTS ONEXISTING 16"Ø PVC WATERLINE WITHIN20' OF NEW 45° FITTINGEXISTING 12"Ø 90°FITTING14DETAILS 11507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498JOHNSON AVE AND IRIS ST CONNECTION DETAIL STA 10+272N.T.S.JOHNSON AVE AND BISHOP STREET CONNECTION DETAIL STA 27+844N.T.S.BISHOP STREET AND SIERRA WAY CONNECTION DETAIL STA 31+435N.T.S.JOHNSON AVE AND ELLA STREET CONNECTION DETAIL STA 14+113N.T.S.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION. CAP ANY OPENPIPE ENDS OF WATER MAINS TO REMAINWITH MECHANICAL JOINT CAP.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION. CAP ANY OPENPIPE ENDS OF WATER MAINS TO REMAINWITH MECHANICAL JOINT CAP.10" FOSTER ADAPTER ANDRESTRAINED CAP (MJ)16"Ø D.I. WATERLINENOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION.100% DESIGN - NOT FOR CONSTRUCTIONCONNECT ELBOW TO EXISTING 16" BUTTERFLYVALVE AND 2' OF 16"Ø D.I. PIPE TO EXISTINGMECHANICAL JOINTPage 124 of 261 10"Ø RESTRAINEDTRANSITION COUPLING10"Ø RESILIENT WEDGEGATE VALVE (FLG X MJ)10" RESTRAINED MECHANICALJOINT (TYP OF 2)EXISTING 10" PVC WATER LINE10"Ø D.I.WATER LINE10"Ø TEE (FLG)THRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 861010"Ø RESTRAINED FLANGECOUPLING ADAPTER, ROMACFLCA OR EQUAL8"Ø PVC C900 DR 18WATER LINEEXISTING 10"Ø PVCWATER LINEEXISTING 10"Ø PVCWATER LINEINSTALL 8"Ø BLIND FLANGECUT AND CAP 8"Ø PVC WATER MAINREMOVE 12" MIN. OF 8"PVC C900 WATER MAINREMOVE EXISTING 12"Ø D.I. PIPE AND12" 45° FLG X MJ D.I. FITTING, ANDINSTALL NEW PIPING PER DETAIL 10,THIS SHEETCONNECT TO EXISTING12"Ø D.I. FLANGEDPRESSURE RELIEF VALVEFENCE TO BE REMOVEDAS NEEDED ANDREPLACED IN KINDAPPLY COATING TOABOVE GRADE PIPINGPER SPECIFICATIONSEXISTING FITTINGSTO REMAIN5.0'30.2'±THRUST BLOCK PER CITYOF SAN LUIS OBISPOSTANDARD DETAIL 86108"Ø PVC C900 DR 18WATER LINEEXISTING 6"Ø PVC WATERLINEREMOVE AND DISPOSEEXISTING 6"Ø GATE VALVEINSTALL 6"Ø BLIND FLANGEON EXISTING 8" X 6" TEEINSTALL 6"Ø CAP ON 6"ØPVC WATER LINE10"Ø RESTRAINED COUPLING10"Ø TEE (FLG)10"Ø RESILIENT WEDGEGATE VALVE (FLG X MJ)(TYP OF 3)10" RESTRAINED MECHANICALJOINT (TYP OF 2)EXISTING 10" PVC WATER LINE10" X 8" REDUCER10"Ø D.I. WATER LINETHRUST BLOCK PER CITY OF SAN LUISOBISPO STANDARD DETAIL 86108"Ø RESTRAINED COUPLING8"Ø D.I. WATER LINE8" RESTRAINEDMECHANICAL JOINTCITY SPECIFICATION NO.DATE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATION15DETAILS 21507-03-2023AS NOTEDNEPTNHJADNEPJOHNSON WATERLINE REPLACEMENT -IRIS TO BISHOP2000578CISLO.220498ELLA STREET AND SIERRA WAY CONNECTION DETAIL STA 78+9811N.T.S.JOHNSON AVE 8" ABANDONMENT DETAIL13N.T.S.EXISTING 12"Ø PRESSURE RELIEFVALVE (FLG)REMOVE EXISTING 12"Ø C.I.WATERLINE AND APPURTENANCES TOAPPROXIMATE LIMITS SHOWNTO BISHOPPUMP STATION12"Ø D.I. SPOOL (FLG)BISHOP PUMP STATION CONNECTION DETAIL STA 64+089N.T.S.NOTE: SEE DETAIL 9, THIS SHEET FORADDITIONAL CONNECTIONPOINT INFORMATION.EXISTING 12"Ø C.I. WATERLINEEXISTING 12"Ø 90° FITTINGBLIND FLANGE16"x12" CONCENTRIC REDUCER (FLG)12"Ø D.I. GATE VALVE (FLG)12"Ø RESTRAINED FLANGEADAPTER (ROMAC RFCA, OR EQUAL)EXISTING THRUST BLOCKBISHOP PUMP STATION CONNECTION DETAIL STA 64+0810N.T.S.2" MANUAL AIR RELEASEASSEMBLY, TO MATCH EXISTINGDOUBLE STRAPSERVICE SADDLE PERCITY STANDARDS12"Ø D.I. SPOOL (FLG)12"Ø D.I. 45° FITTING (FLG)16"Ø RESTRAINED FLANGE ADAPTER(ROMAC RFCA, OR EQUAL)16"Ø D.I. WATERLINE12"Ø D.I. PIPE CAP (MJ)NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION. CAP ANY OPENPIPE ENDS OF WATER MAINS TO REMAINWITH MECHANICAL JOINT CAP.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION.EASEMENT 6" ABANDONMENT DETAIL 14N.T.S.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION.EXISTING BISHOPSTREET PUMP STATION100% DESIGN - NOT FOR CONSTRUCTION12"Ø D.I. TEE (FLG)12"Ø D.I. GATE VALVE (FLG)12"Ø D.I. BLIND FLANGE10"Ø D.I. WATERLINE10"Ø D.I. WATERLINEELLA STREET AND BINNS COURT CONNECTION DETAIL STA 82+7312N.T.S.NOTE: DEMOLISH AND REMOVE EXISTINGWATER INFRASTRUCTURE IN CONFLICTWITH NEW CONSTRUCTION. CAP ANY OPENPIPE ENDS OF WATER MAINS TO REMAINWITH MECHANICAL JOINT CAP.Page 125 of 261 Page 126 of 261 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Johnson Waterline Replacement - Iris to Bishop Specification No. 2000578 July 2023 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 127 of 261 Johnson Waterline Replacement – Iris to Bishop Phase 1 Specification No. 200578 Approval Date: July 18,2023 <<Signature Date>> July 6, 2023 Page 128 of 261 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 JOHNSON WATERLINE REPLACEMENT – IRIS TO BISHOP, SPECIFICATION NO. 2000578 ............................................................................................................................................. 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 .................................................................. E LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E 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 ................................................................................................... 3 9 PAYMENT ........................................................................................................................................... 8 DIVISION II GENERAL CONSTRUCTION ............................................................................................. 10 12 TEMPORARY TRAFFIC CONTROL .............................................................................................. 10 77 LOCAL INFRASTRUCTURE .......................................................................................................... 11 DIVISION IX TRAFFIC CONTROL DEVICES ......................................................................................... 15 84 MARKINGS ..................................................................................................................................... 15 DIVISION XIII APPENDICES .................................................................................................................. 15 APPENDIX A - FORM OF AGREEMENT ....................................................................... 0 APPENDIX B – SHUT DOWN MAPS .............................................................................. 3 Page 129 of 261 Page 130 of 261 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 August XX, 2023 at which time they will be publicly opened and read aloud. Public bid opening may be viewed via Microsoft Teams video conference call. In person attendance will be permitted. Use the following link: or join by phone with this number: 1 ( with Conference ID: Submit bid in a sealed envelope plainly marked: Johnson Waterline Replacement – Iris to Bishop, Specification No. 2000578 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the Page 131 of 261 NOTICE TO BIDDERS NOTICE TO BIDDERS ii 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, Nathan Garcia Nava at (805) 783-7865 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. PROJECT INFORMATION In general, the project includes the construction of approximately 4,000 linear feet of 10- inch, and 16-inch waterline and associated facilities. Contractor’s bid shall include work as depicted on the Project Plans and in conformance with these special provisions, and City of San Luis Obispo, Department of Public Works, Standard Specifications and Engineering Standards August 2020 Edition. The project estimated construction cost is $4,000,000 Contract time is established as 120 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. Page 132 of 261 NOTICE TO BIDDERS NOTICE TO BIDDERS iii 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 Class C34 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. All of the referenced projects must be for potable waterline construction of a minimum 1,000 linear feet of potable waterline installed within public roadways, with the majority of the pipeline having a diameter of 8 inches or greater. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. Page 133 of 261 NOTICE TO BIDDERS NOTICE TO BIDDERS iv 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 TOTAL PROJECT BID. 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 134 of 261 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 135 of 261 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 JOHNSON WATERLINE REPLACEMENT – IRIS TO BISHOP, SPECIFICATION NO. 2000578 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 77 POTHOLING LS 1 2 77 16-INCH RESTRAINED JOINT D.I. CL 250 WATERLINE LF 3150 3 77 10-INCH PVC D.I. CL 350 WATERLINE LF 850 4 77 4-INCH HDPE DR17 DIPS TEMPORARY BYPASS WATERLINE LF 715 5 77 TIE-IN ON JOHNSON AVE. (STA 10+00) LS 1 6 77 TIE-IN AT JOHNSON AVE. AND IRIS ST. (STA 10+31) LS 1 7 77 TIE-IN AT JOHNSON AVE. AND ELLA ST. WEST OF JOHNSON (STA 14+11) LS 1 8 77 TIE-IN AT JOHNSON AVE. AND BISHOP ST. (STA 27+84) LS 1 9 77 TIE-IN AT BISHOP ST. AND SIERRA WAY (STA 31+43) LS 1 10 77 TIE-IN AT BISHOP ST. AND AUGUST ST. (STA 34+17) LS 1 11 77 CONNECTION AT JOHNSON AVE. AND PUMP STATION EASEMENT (STA 51+91) LS 1 Page 136 of 261 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 12 77 TIE-IN AT BISHOP ST. PUMP STATION (STA 64+08) LS 1 13 77 TIE-IN AT ELLA STREET AND SIERRA WAY (STA 78+99) LS 1 14 77 TIE-IN AT ELLA STREET AND BINNS COURT (STA 82+73) LS 1 15 77 COATING AT BISHOP ST. PUMP STATION LS 1 16 77 ABANDON EXISTING WATER FACILITIES LS 1 17 77 REMOVE EXISTING WATER MAIN LF 1500 18 64 12-INCH STORM DRAIN REPLACEMENT AT JOHNSON AVENEUE AND ELLA STREET LF 90 19 64 48-INCH STORM DRAIN REPLACEMENT AT JOHNSON AVENEUE AND FIXLINI STREET LF 35 20 64 18-INCH STORM DRAIN REPLACEMENT AT JOHNSON AVENEUE AND BISHOP STREET LF 130 21 86 CONDUIT IN WATERLINE TRENCH TWO-2” CONDUITS LF 3150 22 77 REPLACE WATER SERVICE LATERALS (TYPE I – SHORT) EA 6 23 77 REPLACE WATER SERVICE LATERALS (TYPE II – LONG) EA 14 24 77 REPLACE WATER SERVICE LATERALS (TYPE III – COMPLETE) EA 15 25 77 INSTALL FIRE HYDRANT, BURY, LATERAL, AND GATE VALVE EA 2 26 77 RECONNECT 4” FIRE SERVICE LATERAL EA 1 27 77 AIR RELEASE VALVE EA 1 28 77 RECONNECT WATER SAMPLING STATION EA 1 29 84 PAVEMENT MARKINGS AND TRAFFIC STRIPING LS 1 30 78 TIE-IN CENTERLINE MONUMENT EA 3 31 78 RESET CENTERLINE MONUMENT EA 3 32 20 RESTORE LANDSCAPING AND LANDSCAPE IRRIGATION LS 1 33 12 TRAFFIC CONTROL LS 1 34 12 TWO CHANGEABLE MESSAGE SIGNS LS 1 Page 137 of 261 BID FORMS BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 35 14 OSHA COMPLIANCE INCLUDING SHORING AND BRACING LS 1 36 19 HARD ROCK EXCAVATION CY 400 Bid Total (or Base Bid) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. 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 Page 138 of 261 BID FORMS BID FORMS D Attach additional sheets as needed. 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 Page 139 of 261 BID FORMS BID FORMS E 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 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 140 of 261 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 141 of 261 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 142 of 261 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 install a minimum of 1,000 LF of waterline within public roadways? 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 install a minimum of 1,000 LF of waterline within public roadways? 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 install a minimum of 1,000 LF of waterline within public roadways? 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 143 of 261 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 144 of 261 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. Johnson Avenue 16 Inch Waterline Replacement Project Phase 1 Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2020 edition and as amended in these special provisions 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: 4. Sections 5 through 8 of the Standard Specifications 5. Section 12 through 15 of the Standard Specifications 6. Section 77-1 of the Standard Specifications 7. Section 81 of the Standard Specifications 8. authorized working hours 9. OSHA compliance 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section(s) 12, 77, and 84 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 Page 145 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 All work except required nighttime waterline tie-ins shall be completed during normal working hours. Normal working hours within public streets and rights-of- way are limited as follows: When San Luis Coastal Unified School District (SLCUSD) is not in session, working hours shall be between 7:00 a.m. and 4:00 p.m. SLCUSD is not in session from June 9, 2023 through August 16, 2023, and from December 21, 2023 through January 5, 2024. When SLOUSD is in session, working hours shall be Mondays from 9:30 a.m. to 2:00 p.m., and Tuesdays through Fridays from 9:00 a.m. to 2:00 p.m. Waterline tie-ins required to be completed as night work shall be constructed between 7:00 p.m. and 3:00 a.m. and set up and clean up times for the night work shall be between 6:00 p.m. and 4:00 a.m. NIGHT WORK Night work is permitted separately. Night work shall comply with the restrictions set forth in the permit by the City of San Luis Obispo Community Development. Night work is defined as work between the hours of 7:00 P.M. and 7:00 A.M (Sunday through Wednesday). Night work will not be allowed on Thursday, Friday, and Saturday. Prior to commencing the project, the contractor must notify businesses and residences within 300 feet of the worksite about proposed night work. Any portable or fixed equipment that produces noise (such as generators, concrete saws, jack hammers, etc.) must be equipped with sound blankets, temporary sound barriers, or other attenuating devices so as to limit impacts to adjoining properties. When not in use, equipment must be kept in its lowest (quietest) idling state or switched off to limit noise impacts. Any portable lighting must be shielded and/or directed away from adjacent properties. Loudspeakers or other similar forms of communication is prohibited. Contractor will provide lighting for all operations, no exceptions are to be made. Any contractor personnel working outside the lights will be directed to return to a lighted area or the operation must be stopped. All contractor work vehicles, including heavy equipment, backhoes, trenching machines must have two working headlights and taillights. Vehicles without Page 146 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 appropriate lighting will be kept from working until they are brought to compliance. Illumination level of 10-foot candles is required for all nighttime operations, which will normally be achieved with light plants or balloon lights. All lighting fixtures must be mounted and directed in manner precluding glare to approaching traffic. For any work between 7:00 p.m. and 7:00 a.m., the Contractor shall obtain a night work permit from the City of San Luis Obispo Community Development Department Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Add Section 8-1.02B(5) SCHEDULE, Level 1 Critical Path Method Schedule – Order of Work: The City reserves the right to direct the order of work in the interest of maintaining water service to the City's customers. No direction from the City regarding the order of work will entitle the Contractor to additional compensation or adjustment of the contract time. The delineated Order of Work does not preclude concurrent work activities. The Contractor's schedule of work shall be reviewed and accepted by the City. In general, the following summarizes the recommended sequence of major waterline work activities to be accomplished: 1. Prepare and submit a construction schedule and all applicable material submittals. Obtain necessary permits. Page 147 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 2. Prepare and distribute Notifications to businesses and adjacent residences affected by the waterline construction as required in these Contract Documents and the Standard Specifications. The Contractor shall also provide "hand- delivered" Notifications a minimum of three working days prior to construction activities that affect water service to City customers. 3. Pothole to ascertain the size, quantity, materials, and horizontal and vertical locations of all existing utilities shown on the plans or as identified by USA markings, including but not limited to connection points, waterlines, sewer lines, storm drains, gas lines, telephone lines, electrical lines, and other such utilities where there are utility crossings or potential conflicts between proposed facilities and existing facilities. Determine existing materials and fittings required to tie into existing water mains. 4. Install temporary bypass pipeline on Ella Court, pressure test and disinfect. Shutdown No. 1 – Ella/Bins Shutdown: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 5. Install a tee and fittings at the intersection of Binns Court and Ella Street (STA 82+73). Connect Tee to Binns Court and to PRV. Valve to Binns Court to remain closed until waterline in Ella Street is installed and tested. 6. Install reducer and connect to bypass pipeline on Ella Street. 7. Install cap on existing 10” cast iron water main in Ella Street at Binns Court east of tee. End Shutdown No. 1 8. Tie over services in Ella from the existing cast iron main to the temporary bypass pipeline. Shutdown No. 2 – Sierra/Ella Shutdown: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 9. Install 10” tee at Ella Street and Sierra Way (STA 78+99) with new valves. Valve to Sierra Way to remain closed until waterline in Ella Street is installed and tested. End Shutdown No. 2 10. City will close valve on Johnson Avenue. Contractor to install cap on existing 10” cast iron waterline at the intersection of Johnson Avenue and Ella Street (STA 14+11). Page 148 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 11. Install 10” waterline on Ella Street from the intersection of Johnson Avenue and Ella Street (STA 75+00) to the intersection of Ella Street and Sierra way (STA 78+99). 12. Install 10” waterline on Ella Street from the intersection of Ella Street and Sierra Way (STA 78+99) to the intersection of Ella Street and Binns Court (Approx. STA 82+70). 13. Install 16” waterline on Johnson Avenue from Ella Street (STA 14+11) to existing DI connection point (STA 10+00). 14. Successfully flush, disinfect and pressure test the new 16” DI waterline on Johnson Avenue from STA 10+00 to the intersection of Johnson Avenue and Ella Street (STA 14+11) and 10” DI waterline on Ella Street from the intersection of Johnson Avenue and Ella Street (STA 75+00) to Binns Court (STA 82+70). Flush and pass both the bacteria and pressure testing requirements. Disinfection water shall be dechlorinated prior to discharge or disposal. Shutdown No. 3 – Johnson/Iris High Pressure Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. This tie in shall be completed as night work. 15. Tie in new 16” DI waterline to existing DI connection point at STA 10+00. 16. Cut and cap the existing 16” cast iron waterline on the southwest side of the Ella Street and Johnson Avenue intersection (STA 14+15). End Shutdown No. 3 17. Abandon existing 16” cast iron waterline on Johnson Avenue from STA 10+00 to STA 14+15. 18. Tie over services on Ella Street from bypass pipeline to new 10” waterline. Shutdown No. 4 – Ella Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 19. Connect 10” waterline on Ella Street to tee at the intersection of Ella Street and Binns Court (STA 78+99). End Shutdown No. 4 20. Abandon or remove temporary bypass pipeline on Ella Street. Shutdown No. 5 – Iris Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. Page 149 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 21. Install tie in from existing 4” cast iron waterline on Iris Street to new 16” waterline (STA 10+31). Install 8” blind flange on 12” waterline in Johnson Avenue. End Shutdown No. 5 22. Install tie in from new 16” waterline to Ella Street east of Johnson Avenue (STA 14+11. 23. Install 16” waterline from the intersection of Johnson Avenue and Ella Street (STA 14+11) to the intersection of Johnson Avenue and Bishop Street (STA 27+84). 24. Successfully flush, disinfect and pressure test the new 16” waterline from the intersection of Johnson Avenue and Ella Street (STA 14+11 to the intersection of Johnson Avenue and Bishop Street (STA 27+84). Flush and pass both the bacteria and pressure testing requirements. Disinfection water shall be dechlorinated prior to discharge or disposal. 25. Install 16” waterline from the intersection of Johnson Avenue and Bishop Street (STA 27+84) to the intersection of Bishop Street and Augusta Street (STA 34+17). 26. Successfully flush, disinfect and pressure test the new 16” waterline from the intersection of Johnson Avenue and Bishop Street (STA 27+84) to near the intersection of Bishop Street and Augusta Street (STA 34+17). Flush and pass both the bacteria and pressure testing requirements. Disinfection water shall be dechlorinated prior to discharge or disposal. Shutdown No. 6 – Bishop/Sierra Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 27. Install tie in to existing 10” PVC waterline on Sierra Way to new 16” waterline (STA 31+43). End Shutdown No. 6 Shutdown No. 7 – Bishop/Agusta Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 28. Install tie in to existing 16” DI waterline on Bishop Street at Agusta Street to new 16” waterline (STA 34+17). End Shutdown No. 7 Page 150 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 7 29. Abandon existing 16” cast iron waterline from the intersection of Johnson Avenue and Ella Street (STA 14+11) to the intersection of Johnson Avenue and Bishop Street (STA 27+84) and on Bishop Street from the intersection of Johnson Avenue and Bishop Street (STA 27+84) to the intersection of Bishop Street and Augusta Street (STA 34+17). Shutdown No. 8 – Johnson/Bishop Tie-in: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 30. Install tie ins to existing 10” and 12” waterlines at the intersection of Johnson Avenue and Bishop Street (STA 27+84). End Shutdown No. 8 31. Install 16” waterline from the intersection of Johnson Avenue and Bishop Street (STA 27+84) to near the Bishop Pump Station (Approx. STA 64+05). Shutdown No. 9 – Bishop Pump Station Easement 6” Abandonment: Coordinate with the City to complete shutdown. See Shutdown Maps, Appendix B. 32. Abandon existing 6” cast iron and 8” PVC C900 pipeline within the Bishop Street Pump Station Easement (Approx. STA 60+11 to Approx STA 62+59). 33. Modify existing 10” PVC and 12” DI connection on Johnson Avenue at STA 51+91. End Shutdown No. 9 34. Successfully flush, disinfect and pressure test the new 16” waterline from the intersection of Johnson Avenue and Bishop Street (STA 27+84) to near the Bishop Pump Station (Approx. STA 64+05). Flush and pass both the bacteria and pressure testing requirements. Disinfection water shall be dechlorinated prior to discharge or disposal. 35. Install tie in to the Bishop Pump Station (Approx. STA 64+43). 36. Install coatings at the Bishop Pump Station connection (STA 64+43), Tie In Notes: 1. To verify the necessary fittings required to tie into the existing water main and to prepare the site for the connection, the Contractor shall excavate the tie-in locations in the presence of the Engineer at least 48-hours prior to performing the connection work. Verification shall include identification of pipe type, location, elevation, alignment, and outer diameter of pipes where connection will be required. Page 151 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 8 2. All materials required to construct connections to the existing system and the Bishop Pump Station shall be delivered to the project site at least 24-hours in advance of any system shutdown. The Contractor shall distribute shutdown notices to affected property owners a minimum of 48 hours prior to shutdown. Shutdown of existing waterlines shall not exceed 8 hours. Shutdown maps for customers impacted by shutdowns are included in Appendix B. Full compensation for conforming to the requirements of this section shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. 9 PAYMENT Add to Section 9-1.01 GENERAL with: Work as specified in these specifications and as shown on the Plans for which no separate payment is provided in for in the Bid Item List will be considered a subsidiary obligation of the Contractor and the cost thereof shall be included in the applicable Contract prices for the item to which the work applies. The following additional Bid Item descriptions are included for those atypical bid items not fully covered in the Standard Specifications: BID ITEM 5 4-Inch HDPE DR17 DIPS Temporary Bypass Waterline: Payment for this bid item is paid per linear foot of temporary bypass waterline installed. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work, including temporary connections to existing services. This bid item also includes the work to remove or abandon the temporary bypass waterline. BID ITEM 15 Coating at Bishop St. Pump Station: Payment for this bid item is on a lump sum basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to install coatings on above grade piping at the Bishop Pump Station including surface preparation, coating application, curing, and touch-up. BID ITEM 17 Abandon Existing Water Facilities: Payment for this bid item is on a lump sum basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to abandon existing water facilities as required by Section 77-2.03H(1) of the Standard Specifications. BID ITEM 17 Remove Existing Water Main: Payment for this bid item is paid per linear foot of existing water main removed to install new facilities, regardless of size of existing waterline, not including laterals. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work. BID ITEM 21 Conduit in Waterline Trench - Two 2” Conduits: Payment for this bid item is paid per linear foot of dual conduits installed within a waterline trench. This bid item shall Page 152 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 9 include all the necessary labor, tools, materials, and equipment required to do the work above the costs necessary to install the associated waterline. BID ITEM 26 Reconnect 4” Fire Service Lateral: Payment for this bid item is paid a per each basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to connect the new waterline to the existing water meter for 1325-1375 Ella Street. BID ITEM 29 Reconnect Water Sampling Station: Payment for this bid item is paid a per each basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to replace the water service lateral from the new waterline to an existing water sampling station. BID ITEM 29 Pavement Marking and Traffic Striping: Payment for this bid item is on a lump sum basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to provide temporary pavement delineation per Section 12-6.01 of the Standard Specifications and permeant restoration of pavement marking and striping disturbed by the project. BID ITEM 30 Tie-In Centerline Monument: Payment for this bid item is paid a per each basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to tie-out existing monuments in accordance with Section 5-1.26A of the Standard Specifications, and filing corner records with the City. BID ITEM 31 Reset Centerline Monument: Payment for this bid item is paid a per each basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to replace monuments disturbed as part of the work in accordance with Section 5-1.36E of the Standard Specifications. BID ITEM 32 Restore Landscaping and Landscape Irrigation: Payment for this bid item is on a lump sum basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to restore landscaping and landscape irrigation damaged as a result of construction. BID ITEM 33 Hard Rock Excavation: Payment for this bid item is on a per cubic yard basis. This bid item shall include all the necessary labor, tools, materials, and equipment required to do the work to excavate hard rock encountered within required excavations in excess of the work required to remove materials not meeting the specified definition of hard bedrock. Additional hard bedrock removed for the Contractor’s convenience and not required to complete the work will not be compensated. Add to Section 9-1.02A MEASUREMENT, General with: Contractor must submit a schedule of values for all lump sum bid items of work. The schedule of values must be submitted at the preconstruction conference. The schedule of values for each lump sum item must equal the total bid price for the item. Page 153 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 10 Add to Section 9-1.06A CHANGED QUANTITY PAYMENT ADJUSTMENTS, General: Unit price adjustments specified per Section 9-1.06B, “Increases of More Than 25 Percent” and Section 9-1.06C, “Decrease of More Than 25 Percent,” of the Standard Specifications will not apply to the following bid items: No. 38, Hard Rock Excavation Payment for increased or decreased quantities shall be made at the bid item price. DIVISION II GENERAL CONSTRUCTION 12 TEMPORARY TRAFFIC CONTROL Add to Section 12-1.01 General: Prior to the start of the construction, and for the duration of construction, the Contractor shall provide notification to the public regarding construction. A total of two Portable Changeable Message Signs (PCMS) shall be provided for a minimum of four (4) weeks prior to the start of work, within the project area, one facing each direction along Johnson Avenue at the limits of the project area. During construction, two PCMS shall be maintained within the work area, in locations determined by the City. The Contractor shall coordinate with the City on information to be provided on the PCMS. Add to Section 12-6.01 General: Prior to the end of each work day, and prior to any work area being opened to public traffic, the Contractor shall furnish temporary pavement markings. Temporary pavement markings shall be new 4-inch wide removable tape with a pre-coated pressure-sensitive adhesive. Use tape that has demonstrated good performance in 6-month National Transportation Product Evaluation Program (NTPEP) tests for retroreflectivity, appearance, durability, removability, and residue. Provide reflectorized tape in all locations where existing pavement markings are removed. Temporary pavement marking color shall match the color of removed markings. “Pavement Markings and Traffic Stripes” shall comply with the provisions in Section 84, “TRAFFIC STRIPES AND PAVEMENT MARKINGS” of the Standard Specifications and these specifications. All pavement markings and traffic stripes shall be replaced in kind. All final striping and traffic markings shall be installed within 5 calendar days of final course of asphalt concrete. If any portion of an existing traffic marking is disturbed, they shall be replaced in their entirety, including stop lines, channelizing lines, turning arrows, crosswalks, words, symbols, etc. Page 154 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 11 “Pavement Markers” shall comply with the provisions in Section 85, “PAVEMENT MARKERS” of the Standard Specifications and these specifications. All pavement markers shall be replaced in kind. 77 LOCAL INFRASTRUCTURE Add to Section 77-1.03A(1)(b) Sewerlines: Repair or replacement of any sewer lateral damaged by the Contractor shall be the responsibility of the Contractor and at no additional cost to the City. Add Section 77-1.03A(1)(c) Irrigation Lines: Irrigation piping exits within the project area. Known irrigation lines that may be impacted exist between Johnson Avenue, and the parking lot near the Bishop Street Pump Station. The Contractor shall coordinate with the irrigation owner to turn off irrigation systems prior to impacting existing irrigation lines. The Contractor shall coordinate with the County of San Luis Obispo Parks & Recreation Department with respect to the known irrigation lines. The Contractor shall remove and replace any existing irrigation lines and controls that are disrupted during construction. All irrigation shall be replaced in kind. Add to Section 77-2.02B(1) Ductile Iron Pipe: 8. All ductile iron fittings buried underground shall be protected from corrosion with plastic film wrap containing a biocide (V-Bio) in accordance with ANSI A21.5 and AWWA C105. 9. All ductile iron piping joints shall be fully restrained. Ductile iron pipe shall use TR FLEX joints by McWayne Ductile, U.S Pipe, or approved equal by American Pipe. Replace Section 77-2.02B(1)4 with: 4. Have a pressure class 250 for 16-inch potable water systems and have a pressure class 350 for 12-inch and 10-inch potable water systems. Add to Section 77-2.02C Joints and Fittings: All ductile iron fittings shall be mechanical joints and conform to ANSI/AWWA C110/A21.10 unless otherwise noted. All ductile iron fittings shall be rated for a working pressure of no less than 350 psi. Add Section 77-2.02H Thrust Restraint: Thrust restraint on new ductile iron piping shall be accomplished with the integral bell and spigot joint restraint system of the specified pipe material type. For new ductile iron pipe where field modification is required, and for PVC pipe, joint Page 155 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 12 restraint shall be achieved by the use of restrained couplings as shown on the plans and as described herein, or if not shown, through installation of external joint restraints, 1700 Megalug harness, or approved equal. Thrust restraints on existing steel or cast iron piping shall be accomplished with the installation of joint restraints, Series 1100 HD Megalug Restraints by EBAA Iron, Inc., or approved equal. Provide thrust blocks to all fittings greater than 11.25 degrees in addition to other required joint restraints. Mechanical joint fittings shall be fully restrained by the use of mechanical joint restraints. Mechanical joint restraints for PVC C900 pipe shall be 2000PV Megalug restraints by EBAA Iron, Inc., or approved equal. Mechanical joint restraints for ductile iron pipe shall be 1000 Megalug restraints by EBAA Iron, Inc., or approved equal. Field closure connections for restrained joints: Pipe cut in the field where necessary and when favorably reviewed by the Engineer shall be connected by one of the following methods: • Series 3800 Mega-Coupling by EBAA Iron, Inc. • Series 2100 restrained flange adapter by EBAA Iron, Inc. • Mechanical joint sleeve complying with the Standard Specifications with two Series 1100 Megalug Restraints by EBAA Iron, Inc. • JCM Industries 219 coupling, or approved equal. • Romac 400RG restrained transition coupling, or approved equal. • Romac Alpha restrained coupling, or approved equal. Add Section 77-2.02I Coatings: Where standards of surface preparation are described by citing SSPC specification numbers, reference is made to the current edition of the “Steel Structures Painting Manual” Volume 2 published by the Steel Structures Painting Council. Prior to ordering material, submit a complete schedule of materials to be used. Include manufacturer's brand name, product name, and designation number for each coat of each system to be used. Provide Material Safety Data Sheets (MSDSs) for all products. Coatings used in each system to be the product of one manufacturer. All work, material, procedures, and practices under this Section shall conform with requirements of the local Air Resources Board or Air Quality Management District having jurisdiction. Prime or finish coat painting done in locations other than the project site shall be in accordance with air quality regulations in effect at the place the coating is applied. Products specified herein are, to the best of the Engineer's knowledge, in compliance with the applicable volatile organic compounds (VOC) levels allowable at the date these Specifications were issued for bid. If the Contractor applies coatings that have been modified or thinned Page 156 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 13 other than as recommended by manufacturer, the Contractor will be responsible for any fines, costs, remedies or legal actions that may result. Deliver all coating materials in unopened containers with manufacturer's label, which must include name, batch number and date and VOC content. Store in an assigned area onsite with concurrence from the coating manufacturer. Maintain storage area clean and fire safe. Dispose of used rags, thinner and buckets daily. Store solvents in closed approved storage containers. Submerge solvent soaked rags in water. Protect all surfaces adjacent to, or downwind of Work area from overspray. Contractor shall be responsible for any damages resulting from overspray. Protect working parts of mechanical and electrical equipment from damage. Colors are to be factory mixed, using light-fast colorants proportioned by accurate measurement into proper type base. All coatings must be formulated to perform in the climate and environment to which they will be exposed. Prepare surfaces to be coated as follows: • Previously coated and installed surfaces: SSPC-SP2, "Hand Tool Cleaning." • Newly installed ductile iron surfaces: SSPC-SP3, "Power Tool Cleaning." Exterior above grade piping shown on the plans to be coated shall be coated with a high solids epoxy coating, minimum of 12 mils dry film thickness, followed by an aliphatic polyurethane, minimum 2 mils dry film thickness. High Solids Epoxy shall be Amerlock 400, Tnemec Series 135, or approved equal. Aliphatic Polyurethane shall be Amercoat 450 H, Tnemec Endura-Sheild Series 72, or approved equal. Provide color samples to City for review and approval. Colors shall match existing coatings on the pipe on the exterior of the Bishop Street Pump Station. Apply all material in strict accordance with manufacturer's instructions. Apply first coat immediately after surface preparation. Keep all paints at a consistency and applied in accordance with the printed directions of the manufacturer. The painting shall be done by hand, spray or roller as approved by the Engineer in conformance to individual paint manufacturer's recommendations. All painted surfaces are to be free from drips, ridges and brush marks. Thinning permitted only when recommended by the manufacturer and only with thinner recommended for use with the particular product. The use of additives to improve working characteristics or to lengthen or shorten set time is prohibited. Apply each coat to a uniform, even coating; lay material on in one direction and finish at Page 157 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 14 right angles. Allow material to thoroughly dry between coats. Scuff, sand and remove all runs, sags, overspray, surface roughness and other defects between each coat. Dust and wipe surface clean before applying next coat. Redo any imperfect work. Apply not less than the number of coats or dry film thickness specified. Apply additional coats if required for uniform coverage, full hiding, and to achieve film continuity. Finished work to be uniform in color, full coverage, smooth and free of sags and brush marks. Apply the last finish coat on all work after all major construction is complete and the work areas have been cleaned up and are dust free. Add to Section 77-2.03H Existing Waterlines: If, at any point during the project, a trench is excavated such that an existing active waterline is within 5 feet of the wall of the trench, the Contractor shall provide shoring as necessary to prevent movement of existing waterlines. Any material, including soil, pavement, aggregate, existing trench bedding, or existing backfill material, that falls into the pipeline trench from the surrounding area, as well as the restoration, repair, backfill, pavement or other work related to the location of existing utilities shall be the responsibility of the Contractor, and no additional payment will be made. The Contractor shall submit a tie-in plan, which shall be reviewed and accepted by the Engineer prior to any shutdown of existing waterlines. The plan shall detail the Contractor’s staffing levels, tie-in materials, equipment to be on site during tie-in procedures, and step-by-step plan for completing all tie-ins within the allotted times. The Contractor shall coordinate with the City to shut down waterlines. Contractor shall notify the Engineer a minimum of 5 working days prior to any waterline being taken out of service. The Contractor should assume that a complete shutdown of the existing water system cannot be completed, and all tie-in work will be completed in wet conditions. The Contractor shall ensure necessary labor, materials, and equipment including pumps to complete this work are on-site. Tie-ins shall be completed within eight (8) hours from the time water is turned off until water supplies are restored. The Contractor will be assessed liquidated damages in the amount set forth in this section for each hour or portion thereof for which the reinstatement of water supplies is delayed beyond 8 hours. Tie-In Liquidated Damages: The fixed liquidated damages amount is hereby established as $500 per hour for each hour in excess of 8 hours that the existing 12” waterline or 16” waterline is not in service during the first and second phases of tie-ins. The City will notify the Contractor when the 8 hour period begins and ends. Page 158 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 15 Add to Section 77-2.03H(1) Abandonment of Waterlines: All abandoned waterlines encountered entirely or partially within the trench section for the new waterline shall be removed and disposed of in compliance with all federal, state, and local regulations. The active/abandoned status of all waterlines have been shown on the plans to the best of the City’s knowledge. The Contractor shall notify the City immediately if any waterline shown as abandoned is found to be active. Any increase in excavation, pavement, markings, striping, or other work necessitated by the removal of existing abandoned waterline partially within the trench section shall be the responsibility of the Contractor, and shall be at no additional cost to the City. Add to Section 77-2.03J(3) Testing: Water used for filling, testing, and disinfecting the waterline shall be obtained from a potable water fire hydrant. No meter is required for City water obtained from a hydrant. Contractor shall coordinate with City Water Distribution staff for potable water hydrant use. Add to Section 77-2.04 Payment: Payment for COMPLY WITH OSHA shall include full compensation for furnishing all labor, materials, tools, equipment, personnel, medical screening and incidentals, including shoring and all trench stabilization, and for doing all the work involved to comply with all OSHA regulations pertinent to the types of work to be done under this contract, including preparation of worker protection plan required by Sections 6705 and 6707 of the Labor Code, and no additional compensation shall be allowed therefor. DIVISION IX TRAFFIC CONTROL DEVICES 84 MARKINGS Add to Section 84-2.03C Application of Stripes and Markings: Preformed thermoplastic is only allowed with the approval of the Engineer. Replace Section 84-2.04 Full compensation for work specified in Section 84 and applicable Engineering Standards is by lump sum payment. The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in surface preparation, coating application, testing, complete and in place, as shown on the plans, and as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. DIVISION XIII APPENDICES Page 159 of 261 SPECIAL PROVISIONS SPECIAL PROVISIONS 16 Page 160 of 261 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 Johnson Avenue 16 Inch Waterline Replacement Project Phase 1, 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. 4. 5. 6. 7. 8. 9. 10. 11. Page 161 of 261 APPENDIX APPENDIX 1 12. 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. 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 Page 162 of 261 APPENDIX APPENDIX 2 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 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 163 of 261 APPENDIX APPENDIX 3 APPENDIX B – SHUT DOWN MAPS Page 164 of 261 Shutdown No. 1 – Ella/Binns Shutdown Overview Map Page 165 of 261 Shutdown No. 1 – Ella/Binns Shutdown Map 1 Shutdown No. 1 – Ella – Binns Shutdown Map 2 Page 166 of 261 Shutdown No. 2 – Sierra/Ella Shutdown Map Page 167 of 261 Shutdown No. 3 – Johnson – Iris High Pressure Tie-in Map 1 Note: City will provide temporary highline to surgery center at French Hospital during Johnson to Iris Shutdown. Shutdown No. 3 – Johnson – Iris High Pressure Tie-in Map 2 Page 168 of 261 Shutdown No. 3 – Johnson – Iris High Pressure Tie-in Map 3 Page 169 of 261 Shutdown No. 4 – Ella Tie-in Shutdown Map 1 Shutdown No. 4 – Ella Tie-in Shutdown Map 2 Page 170 of 261 Shutdown No. 5 – Iris Tie-in Shutdown Overview Map Page 171 of 261 Shutdown No. 5 – Iris Tie-in Shutdown Map 1 Shutdown No. 5 – Iris Tie-in Shutdown Map 2 Page 172 of 261 Shutdown No. 6 - Bishop/Sierra Tie-In Shutdown Map Page 173 of 261 Shutdown No. 7 - Bishop – Agusta Shutdown Map 1 Shutdown No. 7 - Bishop – Agusta Tie-in Shutdown Map 2 Page 174 of 261 Shutdown No. 8 – Bishop – Johnson Tie-in Overall Map Page 175 of 261 Shutdown No. 8 – Bishop – Johnson Tie-In 1 Shutdown No. 8 – Bishop – Johnson Tie-in 2 Page 176 of 261 Shutdown No. 9 - 6” in Bishop Pump StaƟon Easement 6” Abandonment Shutdown Map Page 177 of 261 Page 178 of 261 R ______ RESOLUTION NO. _____ (2023 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING USE OF THE WATER FUND UNRESERVED WORKING CAPITAL FUND TO SUPPORT THE JOHNSON WATERLINE REPLACEMENT – IRIS TO BISHOP, SPECIFICATION NUMBER 2000578 WHEREAS, in June of 2022, City Council approved the 2022-23 Budget Supplement Plan, which identified the Johnson Waterline Replacement – Iris to Bishop (Project) with a budget of $180,000 for design efforts; and WHEREAS, in June of 2023, City Council approved the 2023-25 Financial Plan and appropriated $3,300,000 in the 2023-24 budget to support construction efforts of the Johnson Waterline Replacement – Iris to Bishop project (2000578); and WHEREAS, the Project’s total construction cost is estimated to be $5,010,000; therefore, an additional $1,710,000 is needed to fund the construction contract; and WHEREAS, the Project involves the replacement of corrugated metal pipe totaling a cost of $165,000 that will be funded through a transfer from the Storm Drain Annual Asset Maintenance Account’s (2090742) available balance of $350,894; and WHEREAS, to partially fund the additional Project costs, $1,061,031 will be transferred in from the Recycled Water Broad Street – Tank Farm to Aerovista project (2000528); and WHEREAS, to cover the remaining budget needed to support the construction contract, staff recommend that City Council appropriate $483,969 from the Water Fund Unreserved Working Capital Balance to Project 2000578; and WHEREAS, the Water Fund has an Unreserved Working Capital balance of $10,172,837. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: Page 179 of 261 Resolution No. _____ (2023 Series) Page 2 R ______ SECTION 1. The City Council appropriates $483,969 from the Water Fund Unreserved W orking Capital Balance to the Johnson W aterline Replacement – Iris to Bishop project account 2000578. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2023. ___________________________ Mayor Erica A. Stewart ATTEST: __________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: __________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 180 of 261