Loading...
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