HomeMy WebLinkAbout_PRR25001 Irias Road Sealing Supplemental Documents
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Roadway Sealing 2024
Specification No. 2000615
MAY 2024
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Roadway Sealing 2024
Specification No. 2000615
Approval Date: May 21, 2024
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 ROADWAY SEALING 2024, SPECIFICATION NO. 2000615 ................................ A
LIST OF SUBCONTRACTORS ................................................................................................................ G
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. H
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... H
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. H
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... H
NON-COLLUSION DECLARATION .......................................................................................................... J
BIDDER ACKNOWLEDGEMENTS ........................................................................................................... K
QUALIFICATIONS ..................................................................................................................................... L
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. M
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 2
5 CONTROL OF WORK ........................................................................................................................ 2
6 CONTROL OF MATERIALS ............................................................................................................... 3
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 3
8 PROSECUTION AND PROGRESS ................................................................................................... 5
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 6
12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 6
13 WATER POLLUTION CONTROL ..................................................................................................... 6
15 EXISTING FACILITIES ..................................................................................................................... 7
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 7
37 BITUMINOUS SEALS ....................................................................................................................... 7
39 ASPHALT CONCRETE .................................................................................................................... 9
DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 9
84 MARKINGS ....................................................................................................................................... 9
DIVISION X ELECTRICAL WORK .......................................................................................................... 10
86 ELECTRICAL SYSTEMS ............................................................................................................... 10
ADD DIVISION XIII APPENDICES ......................................................................................................... 11
ADD SECTION 100 APPENDICES ..................................................................................................... 11
APPENDIX A - FORM OF AGREEMENT .........................................................................
APPENDIX B SCHOOL ZONES ....................................................................................
APPENDIX C - SEALMASTER SAFE RIDE DATA SHEET ..............................................
APPENDIX D STREET SEGEMENT LIST .....................................................................
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 June 20, 2024
at which time they will be publicly opened and read aloud. Public bid opening may also
be viewed via Microsoft Teams video conference and conference call. Use the following
link:
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_YTIyMGYyYWEtMTExYS00NTkxLWJlYWEtOTEwNGQxNzI3ODQ
w%40thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9-
330dcb148164%22%2c%22Oid%22%3a%22eec32d58-d6a8-4d68-8923-
9cce58e6b2a9%22%7d
or join by phone with this number: (209) 645-4165 with Conference I D: 950 007 038#
Submit bid in a sealed envelope plainly marked:
ROADWAY SEALING 2024, SPECIFICATION NO. 2000615
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
Bids will only be accepted from bidders that are licensed in compliance with the provisions
of Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after the
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
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
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
Engineer.
All questions must be submitted through Bidsync and if the City determines that a
response is required, the City will post an addendum on Bidsync. 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 consists of applying slurry seal, striping, pavement markings, and
signage to pavement areas 1 & 8 and various other streets and parking lots as identified
in the project plans.
The project estimated construction cost and contract time established for the project is as
follows:
BASE BID: $5,100,000 60 working days
$300,000 15 working days
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
$5,400,000
The fixed liquidated damages amount is established at $1,000 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
QUALIFICATIONS
You must possess a valid Class A or C-12 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
.
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 roadway maintenance by slurry sealing.
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
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
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.
bid submitted by a responsible bidder.
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 in compliance with Public Contract Code Section
20103.8(c) with the Publicly Disclosed Funding Amount of $5,400,000 using either:
$5,400,000 or
BASE BID, if Base Bid is less than $5,400 greater
than $5,400,000
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Ellen
Boyle (805) 781-7274 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.
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.
2.
3.
and propose to furnish all:
1.
2.
to complete all the required work satisfactorily in compliance with
3.
4.
5.
for the prices set forth in the bid item list:
BID ITEM LIST FOR ROADWAY SEALING 2024, SPECIFICATION NO. 2000615
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 37 TYPE II SLURRY SEAL SQYD 445,358
2 84
THERMOPLASTIC - 4" WHITE
/BLUE/YELLOW LF 8,361
3 84 THERMOPLASTIC - 6" WHITE LF 1,549
4 84
THERMOPLASTIC - 12"
YELLOW/WHITE LF 9,675
5 84
THERMOPLASTIC - 24"
YELLOW/WHITE LF 2,819
6 84 THERMOPLASTIC - DETAIL 2 LF 8,613
7 84 THERMOPLASTIC - DETAIL 9 LF 566
8 84 THERMOPLASTIC - DETAIL 22 LF 21,070
9 84 THERMOPLASTIC - DETAIL 24 LF 578
10 84 THERMOPLASTIC - DETAIL 27B LF 29,105
11 84 THERMOPLASTIC - DETAIL 29 LF 1,069
12 84 THERMOPLASTIC - DETAIL 32 LF 4,143
13 84 THERMOPLASTIC - DETAIL 38 LF 1,034
14 84 THERMOPLASTIC - DETAIL 39 LF 4,908
15 84 THERMOPLASTIC - DETAIL 39A LF 756
16 84 THERMOPLASTIC - DETAIL 40 LF 29
BID FORMS
BID FORMS
B
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
17 84 THERMOPLASTIC - DETAIL 41 LF 200
18 84
THERMOPLASTIC
DETAIL MUTCD CHAPTER 9
FIGURE 9C-2
LF 1,182
19 84 BOTS DOTS EA 68
20 82 FLEX POSTS EA 100
21 84
THERMOPLASTIC -
WHITE/BLUE PARKING L OR T EA 55
22 84
THERMOPLASTIC - ADA NO
PARKING EA 10
23 84
THERMOPLASTIC - ADA ISA
SYMBOL EA 20
24 84
BLUE/RED/YELLOW CURB
PAINT LF 5,068
25 39
TYPE F HMA DIKE PHILLIPS
LANE (SHEET S25) LF 172
26 15
REMOVE AND RE-INSTALL
EXISTING WHEEL STOP PER
ENG. STD 2260
EA 35
27 15 EDGE GRIND LF 2,116
28 77
INSTALL (N) WHEEL STOP PER
ENG. STD 2260 EA 16
29 15
REMOVE EXISTING WHEEL
STOP EA 8
30 73,
90 CONCRETE MEDIAN SQFT 842
31 84
GREEN BIKE LANE CASE 1
SEALMASTER SAFE RIDE LF 793
32 84
GREEN BIKE LANE CASE 2
SEALMASTER SAFE RIDE LF 876
33 84
GREEN BIKE LANE CASE 3
SEALMASTER SAFE RIDE LF 612
34 84 BIKE BUFFER LF 10,863
35 (S) 86
REINSTALL PUNCH POST WITH
RRFB SYSTEM - JOHNSON AVE
AND SYDNEY ST (SHEET S52)
LS 1 ---
36 (S) 86 RRFB SYSTEM - MARSH ST
AND TORO ST (SHEET S35) LS 1 ---
37 82
REMOVE (E) POST BY CORING
AND PATCHING EA 3
38 82 INSTALL (N) 12' PUNCH POST EA 67
39 82 INSTALL (N) 14' PUNCH POST EA 2
40 82 GREENWAY SIGN (ISLAY) EA 2
BID FORMS
BID FORMS
C
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
41 82 GREENWAY SIGN (MILL) EA 4
42 82 GREENWAY SIGN (TORO) EA 7
43 82 MODIFIED R61-36 SIGN EA 1
44 82 OM1-3 OBJECT MARKER EA 4
45 82
REMOVE AND REINSTALL (E)
R1-1 SIGN EA 5
46 82 R1-1 SIGN EA 15
47 82 R1-3P SIGN EA 10
48 82 R4-7 SIGN EA 3
49 82 R6-5 SIGN EA 2
50 82 R7-9 SIGN EA 2
51 82 R26 SIGN EA 3
52 82 R81(CA) SIGN EA 3
53 82 R81B (CA) SIGN EA 2
54 82 R99 & 99B SIGNS EA 2
55 82 W11-15 SIGN EA 3
56 82 W16-7P SIGN EA 3
57 82 W17-1 SIGN EA 4
58 82 W84(CA) SIGN EA 2
59 73
REMOVE (E) TRUNCATED
DOMES AND REPLACE WITH
NEW TRUNCATED DOMES
SQFT 29
60 39 CONSTUCT NEW SPEED HUMP EA 1
61 39
DECONSTRUCT AND
RECONSTRUCT SPEED HUMP EA 6
62 39
SPEED CUSHION (MILL
STREET) EA 2
63 82
RETROREFLECTIVE MARKER
TYPE D EA 10
64 84
BLUE HYDRANT MARKERS PER
CITY STD 7920 EA 298
65 84 GREENBACK SHARROW EA 45
66 84
THERMOPLASTIC
YELLOW/WHITE/BLUE
PAVEMENT
MARKING/LEGENDS (ARROWS,
WORDS, SYMBOLS, ETC)
SQFT 9,864
67 13
STREET SWEEPING IN SLURRY
AREAS (1 DAY) LS 1 ---
BID FORMS
BID FORMS
D
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
68 13
STREET SWEEPING IN SLURRY
AREAS (30 DAYS) LS 1 ---
69 7,
12
TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 ---
70 73 CONSTRUCTION SURVEY LS 1 ---
71 3,7
COMPLY WITH NIGHT WORK
PERMIT LS 1 ---
72 3
COMPLY WITH CALTRANS
ENCROACHMENT PERMIT LS 1 ---
73 20 TREE TRIMMING LS 1 ---
74 12
TEMPORARY STRIPING AND
PAVEMENT MARKINGS LS 1 ---
75 37,
39
RAILROAD SAFETY TRAIL
CRACK SEALING LS 1 ---
76 39
TYPE E HMA DIKE PHILLIPS
LANE (SHEET S25) LF 31
77 39
REMOVE EXISTING
DRIVEWAYS AND REPLACE
PHILLIPS LANE
(SHEET S25)
SQFT 285
Base Bid Total $
Item SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
78 84 TRAFFIC PAINT - 12"
WHITE/YELLOW LF 1,679
79 84 TRAFFIC PAINT - 24"
WHITE/YELLOW LF 1,269
80 84 TRAFFIC PAINT - DETAIL 9 LF 55
81 84 TRAFFIC PAINT - DETAIL 22 LF 864
82 84 TRAFFIC PAINT - DETAIL 24 LF 3,890
83 84 TRAFFIC PAINT - DETAIL 27B LF 100
84 84 TRAFFIC PAINT - DETAIL 29 LF 74
85 84 TRAFFIC PAINT - DETAIL 38 LF 273
86 84 TRAFFIC PAINT - DETAIL 38A LF 17
87 84 TRAFFIC PAINT - DETAIL 39 LF 1,117
88 84 TRAFFIC PAINT - DETAIL 39A LF 44
89 84 ZICLA ZEBRA CYCLE TRACK
LANE SEPARATORS EA 160
90 82 FLEX POSTS EA 124
91 84 RED CURB PAINT LF 1,072
BID FORMS
BID FORMS
E
Item SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
92 84 TRAFFIC PAINT - GREEN BIKE
LANE CASE 1 LF 714
93 84 TRAFFIC PAINT - GREEN BIKE
LANE CASE 2 LF 876
94 84 TRAFFIC PAINT - GREEN BIKE
LANE CASE 3 LF 849
95 84 BIKE BUFFER LF 6,611
96 (S) 86 RRFB SYSTEM - GRAND &
MCCOLLUM (SHEET G02) LS 1 ---
97 82 REMOVE (E) POST BY CORING
AND PATCHING EA 1
98 82 INSTALL (N) 12' PUNCH POST EA 16
99 82 OM2-1V OBJECT MARKER EA 1
100 82 R1-5 SIGN EA 1
101 82 R2-1 (35) SIGN EA 3
102 82 R3-7 SIGN EA 1
103 82 R4-1 SIGN EA 3
104 82 R4-4 SIGN EA 1
105 82 R6-1 R SIGN EA 1
106 82 R10-15 MOD EA 1
107 82 R26 SIGN EA 1
108 82 R61-5 SIGN EA 2
109 82 R81(CA) SIGN EA 1
110 82 R81A(CA) SIGN EA 1
111 82 SR4-1 SIGN EA 1
112 82 W4-2 SIGN EA 1
113 82 W9-1 SIGN EA 1
114 82 W11-2 SIGN EA 5
115 82 W16-9P SIGN EA 5
116 82 STREET NAME SIGNS EA 6
117 84 BLUE HYDRANT MARKERS PER
CITY STD 7920 EA 9
118 84 TRAFFIC PAINT - GREENBACK
SHARROW EA 3
119 84
TRAFFIC PAINT WHITE
PAVEMENT MARKINGS/
LEGENDS
SQFT 1,041
120 7,
12
TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 ---
BID FORMS
BID FORMS
F
Item SS Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
121 3,7
COMPLY WITH CALTRANS
ENCROACHMENT PERMIT LS 1 ---
122 12 TEMPORARY STRIPING AND
PAVEMENT MARKINGS LS 1 ---
123 73 INSTALL NEW TRUNCATED
DOMES SQFT 49
Additive Alternative Bid Total $
Base Bid Total $
Additive Alternative Total $
$
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
(S) Specialty item per Section 5-1.13A SUBCONTRACTING, General of the Standard Specifications.
BID FORMS
BID FORMS
G
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:
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
BID FORMS
H
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
BID FORMS
BID FORMS
I
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.
BID FORMS
BID FORMS
J
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:____________________
BID FORMS
BID FORMS
K
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-
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
BID FORMS
BID FORMS
L
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include roadway
maintenance by slurry sealing?
Yes
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
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include roadway
maintenance by slurry sealing?
Yes
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
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include roadway
maintenance by slurry sealing?
Yes
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
BID FORMS
BID FORMS
M
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)
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
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1.
2.
3.
In case of conflict between documents, governing ranking must comply with section 5-
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
3 CONTRACT AWARD AND EXECUTION
Upon notification of project award, return:
1. executed contract
2. insurance
3. contract bonds
within five business days after the bidder receives the contract.
Compliance with Caltrans Encroachment permit and traffic control shall conform to the
these Special Provisions.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
Measurement and Payment
The lump sum contract price paid to comply with Caltrans Encroachment Permit shall
include full compensation for furnishing all labor, materials, tools, equipment, personnel,
and for doing all the work involved to comply with all Caltrans encroachment permit
requirements.
The contractor must obtain a no-fee building permit from the Community Development
Department. All requirements of the building permit shall be applied to the project. The
contractor is responsible for coordinating inspection with the building division for the
project. Request for inspection must be scheduled 72 hours in advanced of the required
inspection.
Prior to project construction, the Contractor must completely fill out the Construction &
Demolition Recycling Program website to obtain a Building Permit. The Construction &
Demolition Recycling Plan and Disposal Report must be turned into Utilities Department
located at 879 Morro Street, San Luis Obispo, CA 93401 for review and approval.
Upon completion of the project, the Contractor must submit waste receipts and final
permit, see page 2 of the Construction & Demolition Recycling Plan and Disposal Report,
to 879 Morro for sign off.
4 SCOPE OF WORK
Comply with the provisions of Sections 3, 7, 12, 13, 15, 20, 37, 39, 73, 77, 82, 84, 86 and
90 for general, material, construction, and payment specifics.
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
The Engineer will furnish Sale Tax signs mounted to moveable Barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
is responsible to load and transport from City Corporation Yard to job site and return them
when the project is completed under direction of project inspector.
5 CONTROL OF WORK
Add to Section 5-1.20B(5) COORDINATION WITH ITHER ENTITIES, Permits,
Licenses, Agreements, and Certifications - Comply with Local, State and Federal
Regulations:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
The City applied for an encroachment permit from the State of California, Department of
Transportation for work within and affecting Caltrans public right of way. The Contractor
is required to obtain and pull the pending permit, comply with all conditions, and pay all
associated fees.
Parking Lots are to maintain 20% capacity at all times during the duration of work unless
previously discussed and approved by the Engineer. Contractor must post signage
informing the public about upcoming sealing work a minimum of 72 hours prior to the
sealing of any parking lot. Contractor must post signage informing the public about
upcoming sealing work. All signage must be submitted to the Engineer for review prior to
posting.
Add Section 5-1.48 ORDER OF WORK:
Contractor must crack seal the Roadway Safety Trail (RRST) prior to commencing any
sealing work on the RRST. The RRST must be sealed 8 weeks after crack sealing is
completed.
6 CONTROL OF MATERIALS
Add to Section 6-2.03A DEPARTMENT ACCEPTANCE, General:
The Engineer will furnish one (1) GREEN WAY SYMBOL stencil as detailed in the project
plans. Contractor can obtain additional stencil(s) at its own discretion and must be
approved by the Engineer prior to use for this project.
Water to be used in the slurry seal emulsion must be potable water. The City will provide
a hydrant location for the slurry mix. The Contractor will be responsible to pay for the
potable water.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
Unless stated otherwise below, work hours are restricted to 7:00 a.m. to 4:00 p.m.
(Monday through Friday) on all affected streets.
WORK IN CALTRANS RIGHT-OF-WAY
Unless otherwise approved by Caltrans and the Engineer, work within Caltrans Right of
Way must be performed between the hours of 9:00 a.m. to 3:00 p.m. (Monday through
Thursday) and 9:00 a.m. to 2:00 p.m. Friday.
SCHOOL ZONES
Excluding Grand Avenue, all work within local K-12 school zones (Appendix B) must be
completed as the first order of work. The Contractor must prioritize work in school zones
to finish the work before the start of the school year on August 15th, 2024. Contractor
must provide notification to San Luis Coastal Unified School District at least 7 days ahead
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
of any work within these zones to allow adequate opportunity to communicate
construction information to any summer school operators.
If these streets within school zones are not completed before school is back in session
on August 15th, 2024, these streets will not be allowed full closure. The Contractor will
be responsible to provide flaggers and maintain traffic for student drop off and pick up at
no additional cost to the City.
When school is in session, work hours within school zones are limited to 9:00 a.m. to 2:30
p.m. (Tuesday through Friday) and 9:30 a.m. to 2:30 p.m. on Mondays.
GRAND AVENUE
Unless otherwise approved by the Engineer, work on Grand Avenue (Additive Alternative
A) must not take place prior to October 2024, to avoid conflicts with the start of the
academic calendar and student move-in dates at California Polytechnic University (Cal
Poly). When Cal Poly is in session, work hours on Grand Avenue are limited to 9:00 a.m.
to 3:00 p.m. (Monday through Friday).
JOHNSON AVENUE
Working hours along Johnson Avenue when school is in session are 9:00 a.m. to 2:30
p.m. (Tuesday through Friday) and 9:30 a.m. to 2:30 p.m. on Mondays.
Changeable Message Signs
Contractor shall provide Changeable Message Signs (CMS) for the following locations:
One CMS for any US 101 off ramp closure. See Caltrans Encroachment Permit for
additional details and requirements.
Additionally, two (2) changeable message signs (CMS) must be installed and
operational 2 week prior to the start of construction and be maintained throughout
the duration of the project at locations approved by the Engineer upon review of
the submitted Traffic Control Plan. Changeable message sign shall be
programmed for two flashes with the messages to be approved by the Engineer.
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.
responsibility to keep track of night work expiration date. Request to extend the night work
permit must be submitted to the Engineer at least three weeks prior to permit expiration
date.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
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 Friday or 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 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.
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
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
Add to Section 8-1.01A GENERAL, Order of Work:
Below is the required sequence of work for installation of Rapid Rectangular Flashing
Beacon systems, signs and striping, unless otherwise approved by the Engineer.
1. Contractor shall install punch posts and signage prior to installation of beacon
system(s).
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
2. All new pedestrian/bicycle crossing signage shall remain covered until beacon
systems are installed and operational, and striping installation has been completed.
3. Unless otherwise approved by the Engineer, pavement striping, including crosswalks,
shall not be installed until beacon system(s) are installed and operational.
4. Contractor will furnish and install all equipment needed for intended operation of Rapid
Rectangular Flashing Beacon system. Contractor shall provide beacon system
equipment submittals for City review and approval prior to procurement.
5.
representative(s) as needed to provide intended operation of beacon systems.
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work. A one week look ahead schedule shall be
shall be completed in order to continue construction work.
Add to Section 8-1.04B START OF JOB SITE ACTIVITIES, Standard Start:
Contract time will start on the first Monday after preconstruction meeting.
DIVISION II GENERAL CONSTRUCTION
12 TEMPORARY TRAFFIC CONTROL
Add to Section 12-6.01 TEMPORARY PAVEMENT DELINEATION, General with:
You will be assessed Liquidated Damages in the amount of $500 per calendar day for
temporary striping and pavement markings.
Replace Section 12-6.04 PAYMENT with:
payment for the following:
Removal of traffic stripes and pavement markings
Temporary striping and pavement markings to match proposed lane configuration
after existing traffic stripes and pavement markings have been removed.
Temporary striping and pavement markings to match proposed lane configuration
after the application of slurry sealing.
13 WATER POLLUTION CONTROL
Add to Section 13-7.02C STREET SWEEPING, Construction with:
Street sweeping shall be performed 24 hours and 30 days after application of Type II
slurry seal. The Contractor must post streets for no parking in advance and during the 24
hour and 30-day street sweeping. The Contractor must submit a street sweeping
schedule for approval by the Engineer. Street sweeping must be done in a manner that
street parking is available within 600 ft from affected addresses, unless approved by the
Engineer.
Replace Section 13-7.02D STREET SWEEPING, Payment with:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
The lump sum item price for Street Sweeping shall include full compensation for
hangers, and incidentals, and for doing all the work involved with Street Sweeping and
no additional compensation therefor.
15 EXISTING FACILITIES
Add Section 15-1.03D OBLITERATE ROADS, DETOURS, AND SURFACING:
Micro-milling must be utilized for bike lane and at existing curb ramps edge grinds located
in slurry pavement treatment.
Micro-milling machines shall:
Be equipped with a micro-milling drum with tungsten-carbide-tipped cutting teeth spaced
no greater than ¼ inch apart on center. The configuration of the teeth shall be such that
the deviation in elevation between any 2 teeth does not exceed 1/16 inch. Be capable of
removing asphalt concrete pavement to a tolerance of +/- 1/8 inch. Be equipped with an
Micro-milling shall result in a grid-patterned textured pavement surface with longitudinal
ridges approximately the same distance apart as the cutting teeth. The ridges shall be
consistent in depth, width, and profile. The distance between the top of the ridge and the
adjacent valleys shall not exceed 1/8 inch.
Add Section 15-1.03D PAYMENT:
The linear feet price for Edge Grind shall include full compensation for furnishing all labor,
materials, tools, equipment, personnel, and incidentals, and for doing all the work involved
with edge grinds and no additional compensation therefor.
DIVISION V SURFACINGS AND PAVEMENTS
37 BITUMINOUS SEALS
Add to Section 37-3.02A MATERIALS, General with:
Slurry seal must be Type II. Use Polymer Modified Asphaltic Emulsion with 2% latex
additive.
Add to Section 37-3.03A CONSTRUCTION, General with:
Not all frames, covers, grates, or manholes are shown on the Plans. The Contractor is
responsible for examining the site of work. A submission of a bid is conclusive evidence
that the bidder has investigated the local conditions to be encountered.
Add to Section 37-3.03(D)(2)(a) CONSTRUCTION, Placing, Surface Preparation,
General with:
Roll all seal material with a pneumatic tire roller, a minimum of four (4) coverages, prior
to allowing traffic on the surfaced roads. Roll all seal material with a pneumatic tire roller,
a minimum of four (4) coverages, prior to allowing foot traffic on the surfaced pathways.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
8
After placement of seal material surfaced roads must be opened to traffic no later than 3
hours after the seal material has been placed and no later than 4:00 p.m. in the evening.
Quantities of seal placed daily must be adjusted to accommodate road-opening schedule.
A coverage must consist of the number of passes a roller needs to cover the width. A
pass must be 1 roller movement parallel to the slurry seal application in either direction.
Overlapping passes are part of the coverage being made and are not part of a subsequent
coverage. Do not start a coverage until completing the previous coverage.
Failure to roll any of the streets sealed for a given day, will result in a $1,000 Liquidated
Damage penalty for that day and will not be prorated.
Add to Section 37-3.03(D)(4)(b) CONSTRUCTION, Placing, Placement, Slurry Seal
with:
Thru-traffic lanes must be spread in full lane widths only. Slurry seal must be spread at a
rate within the ranges shown in the following table for pounds of dry aggregate per square
yard:
Slurry Seal Type Location Spread Rate
Type II1 Full Lane Width 14+/-1
Notes:
1. For slurry over asphalt concrete pavement
During slurry sealing operations, You are responsible for:
1. Verifying that the slurry seal emulsion being used will allow for rolling within the
specified time frame.
2. Adjusting the mixture for changes in weather conditions, as appropriate.
3. Sweeping the surface approximately 24 hours and 30 days after placement and
as directed by the Engineer. See section 13-7.02 Street Sweeping.
4. Sweeping in such a manner as to remove loosened or shed aggregate particles
without damaging the new surface.
Replace the 1st sentence of Section 37-5.01C GENERAL, Submittals with:
treatment material shall be Caltrans Type 2, Deery 200 as produced by Crafco Inc., or
City approved equal. Submit certificate of compliance that your selected crack treatment
material is on the Authorized Concrete Pavement Crack Treatment Material Authorized
Materials List. Link:
https://dot.ca.gov/-/media/dot-media/programs/engineering/documents/mets/asphalt-
concrete-pavement-crack-treatment-a11y.pdf
Replace the 1st paragraph of Section 37-5.03 CONSTRUCTION with:
its entire length. Cracks must be cleaned of all weeds and debris prior to crack sealing.
Do not rout or saw cut cracks.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
9
Replace the last paragraph of Section 37-5.03 CONSTRUCTION with:
material.
Replace the last paragraph of Section 37-5.04 PAYEMT with:
Payment for Crack Treatment will be in lump sum for all cracks greater than or equal to
-inch and no additional compensation will be allowed.
39 ASPHALT CONCRETE
Add Section 39-1.01A GENERAL, Summary:
Contractor must phase milling and pavement operations such that public traffic is not
directed to traverse milled surfaces, including remaining asphalt or base material.
Contractor must submit phasing plan for review and approval.
Replace Section 39-1.02B MATERIALS, Tack Coat with:
All vertical edges to be paved against shall be tack coated. These include, but are not
limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete
edges.
Replace Section 39-1.02C RECLAIMED ASPHALT PAVEMENT with:
Asphalt concrete with 25% RAP may be used for paving operations.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.01A GENERAL, Summary with:
New crosswalk markings shall not be installed until all crosswalk warning signage and
flashing beacon systems (if applicable) are installed first. Otherwise, temporary signage
Engineer.
Replace Section 84-2.03C CONSTRUCTION, Application of Stripes and Markings
with:
Final Stripes and Pavement Markings must not begin before 5 calendar days and
completed no later than 15 calendar days after placement of asphalt concrete or
bituminous seals. You must provide the Engineer a minimum two working day notice to
review, modify and approve striping layout prior placing the final striping. Unless prior
approval is obtained for the Engineer, you will be assessed Liquidated Damages in the
amount of $5
markings within this specified time.
For Grand Avenue (Additive Alternative A) you will be assessed Liquidated Damages in
the amount of $500 per calendar day for failure to begin permanent striping and pavement
markings within 5 days following removal of existing striping and marking
SPECIAL PROVISIONS
SPECIAL PROVISIONS
10
New stripes and markings must be protected from damage until completely dry. Curb
markings must be paint not thermoplastic.
Preformed thermoplastic may only be considered for green-backed shared lane markings
-traffic intersections and must have
prior approval from Engineer before implementation.
All striping requiring pavement markers (i.e. Detail 9, Detail 37B, etc.) on one-way streets
shall be Type C RED-CLEAR RETROREFLECTIVE per Caltrans Standard Plans 2015.
Add to Section 84-2.04 Payment with:
Bike lane buffer is measured along the linear foot and accounts for all striping and cross
hatching regardless of width of buffer.
Details containing white pavement markings and green pavement paint (left turn bike box,
greenback sharrow, greenback chevron, etc.) will be paid per detail and no additional
compensations will be allowed.
Green bike lane markings (Case 1, 2, & 3) paid by the linear foot include bike lane symbol,
green pavement coating, white markings and striping and no additional compensation will
be allowed.
Unless otherwise mentioned above, green bike lane coating is measured by the square
foot for the area applied.
Add Section 84-6 BIKE LANE MARKINGS
Add Section 84-6.01 Bike Lane Coatings:
Bike lane coating must be SealMaster Safe Ride (Appendix C) or approved equal at all
locations except for Grand Street (Sheets G01- G08) where green traffic-rated paint shall
be used. Prior to installation of green bike lane coating, the contractor shall submit a color
sample and manufacturer specifications to the City for approval. Per manufacturer's
specifications, SealMaster Safe Ride installation must include application of two coats
minimum, with three coats provided at high traffic/wear locations (at intersection conflict
areas).
DIVISION X ELECTRICAL WORK
86 ELECTRICAL SYSTEMS
Add Section 86-1.08 RRFB PAYMENT:
As shown on the bid item list, installation of the Rapid Rectangular Flashing Beacon
(RRFB) systems will be paid by Lump Sum per the limits shown on the plans at each
intersection. The lump sum unit price must include furnishing and installation of all
equipment needed for the operation of beacon system as shown on the plans and
specified in the Standard Specifications and these Special Provisions. Unless otherwise
indicated on plans, each beacon system includes, but is not limited to:
SPECIAL PROVISIONS
SPECIAL PROVISIONS
11
1. Solar engine kit
2. Beacon light bars
3. Battery system
4. Pushbuttons
5. Pushbutton frame and sign placards
6. Mounting hardware
7. Electrical conductors/wiring
Punch posts and signage to be installed at each beacon location are included as
individual bid items.
ADD DIVISION XIII APPENDICES
ADD SECTION 100 APPENDICES
Add Section 100-1.01 GENERAL:
Refer to APPENDIX A: Form of Agreement
Refer to APPENDIX B: School Zones
Refer to APPENDIX C: SealMaster Safe Ride Data Sheet
Refer to APPENDIX D: Street Segment List
APPENDIX
APPENDIX
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
APPENDIX
APPENDIX
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 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 legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees, and volunteers) with respect to claims determined by
a trier of fact to have been the result of the C 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
APPENDIX
APPENDIX
instances where the City is shown to have been actively negligent and where
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
__________________________________
Whitney McDonald, Interim 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: ____________________
APPENDIX
APPENDIX
APPENDIX B SCHOOL ZONES
APPENDIX
APPENDIX
APPENDIX C - SEALMASTER SAFE RIDE DATA SHEET
APPENDIX
APPENDIX
APPENDIX D STREET SEGEMENT LIST