HomeMy WebLinkAboutItem 5g. Authorization to Advertise Bids for Foothill-Santa Rosa Sewer Pipeline Replacement (Spec. 2000096) Item 5g
Department: Utilities
Cost Center: 6102
For Agenda of: 2/4/2025
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Utilities Director
Prepared By: Miguel Barcenas, Deputy Director Engineering and Planning
Nico Gurney, Engineering Technician
SUBJECT: AUTHORIZATION TO ADVERTISE FOR BIDS FOR THE FOOTHILL-
SANTA ROSA SEWER PIPELINE REPLACEMENT PROJECT,
SPECIFICATION NO. 2000096
RECOMMENDATION
1. Approve the project plans and specifications for Foothill -Santa Rosa Sewer Pipeline
Replacement, Specification Number 2000096; and
2. Authorize $212,000 in additional funding from the Sewer Fund - Undesignated Capital
Account; and
3. Authorize staff to advertise for bids; and
4. Authorize the City Manager to award the Construction Contract pursuant to Section
3.24.190 of the Municipal Code if the lowest responsible bid is within the Engineer’s
Estimate of $562,000; and
5. Authorize the City Engineer to approve Contract Change Orders up to the available
project budget and any amended budget subsequently approved by the City Manager
up to $200,000; and
6. Find the project categorically exempt from the California Environmental Quality Act.
POLICY CONTEXT
The action is consistent with General Plan Water and Wastewater Element Goal B 4.1 to
collect and convey all wastewater under safe and sanitary conditions to the Water
Resource Recovery Facility.
On May 17, 2022, Council approved a Purchasing Policy Update to the Financial
Management Manual that requires Council approval for Public Projects that cost
$200,000 or more.
DISCUSSION
Page 369 of 603
Item 5g
Background
The City Utilities and Public Works Departments have been coordinating with the
California Department of Transportation (Caltrans) regarding a City sewer line (originally
constructed in 1965) that punctured and damaged an existing Caltrans storm drain within
the Santa Rosa/Foothill Boulevard intersection. The sewer line runs approximately
perpendicular to the storm drain. Based on the date of construction, the cause of the
damage is unknown, but the location of the storm drain puncture was verified through
video inspections of the pipe’s interior. The proposed plan to mitigate the conflict involves
reconstructing approximately 464 linear feet of the sewer main within Foothill Boulevard
to lower its elevation below the storm drain, improving vertical clearance between the
utilities by one foot or more. This effort will resolve the existing utility conflict, enhance the
functionality of both systems and ensure long-term reliability. The project will also result
in a reduction of maintenance activities and inflow and infiltration that have previously
been recorded in this catchment area, and it will replace an existing deteriorated
maintenance hole. Caltrans is proposing a separate project to replace approximately 20
feet of the existing storm drain culvert within Santa Rosa/State Route 1 in the summer of
2025 at no cost to the City.
The Project
The project plans (Attachment A) and specifications (Attachment B) propose to replace
464 linear feet of sewer main within Foothill Boulevard through the Santa Rosa/Foothill
Boulevard intersection.
The sewer reconstruction will extend approximately 269 feet north and 181 feet south of
the above-described conflict area. The existing six-inch clay sewer pipe will be replaced
with an eight-inch, high-density polyethylene (HDPE) pipe for increased durability and
performance, and consistency with the City’s Standard Specifications and Engineering
Standards (August 2020). If authorized, the City would complete the sewer pipe
replacement in the spring of 2025.
Previous Council or Advisory Body Action
This Project was identified in the 2023-25 Financial Plan Supplement (Fiscal Year 2024-
25 Supplemental Budget) that was approved by Council on June 4, 2024, with a budget
of $350,000.
Public Engagement
The project was identified in the 2023-25 Financial Plan Supplement (Fiscal Year 2024-
25 Supplemental Budget), which was adopted by the City Council at a public meeting
held on June 4, 2024. Public comment was open prior to and during the Council Meeting
when the 2024-25 Supplemental Budget was approved.
Page 370 of 603
Item 5g
CONCURRENCE
The City, including the Utilities and Public Works Departments, have been coordinating
with Caltrans regarding the proposed resolution to the utility conflict between the Caltrans
storm drain and the City’s sewer main. Caltrans concurs with the City’s proposed plans,
and the City will receive an encroachment permit from Caltrans prior to construction of
the project. The project also has the concurrence of the Public Works Department.
ENVIRONMENTAL REVIEW
The project is categorically exempt from environmental review under California
Environmental Quality Act (CEQA) Guidelines Sections 15303 (New Construction or
Conversion of Small Structures) and 15304 (Minor Alterations of Land) because the
project consists of the replacement of a portion of an existing sewer main including
trenching, backfilling, and restoration of the existing streets. No tree removal is proposed.
A Notice of Exemption will be filed through the Community Development Department.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2024-25
Funding Identified: Yes
Fiscal Analysis:
Funding Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund
State
Federal
Fees
Sewer Project Fund:
Foothill and Santa
Rosa Caltrans
Pipeline Replacement
(2000096)
$350,000 $350,000 $0 N/A
Sewer Undesignated
Capital Account (602-
9501-71501)
$391,330 $212,000 $173,330
Total $741,330 $562,000 $173,330 N/A
Page 371 of 603
Item 5g
Foothill-Santa Rosa Sewer Replacement (2000096)
Construction Estimate $475,300
Contingencies $71,295
Material Testing $9,605
Permitting $5,000
Printing $800
Total Cost of Project $562,000
Total Available Funding $350,000
Additional Funding $212,000
Remaining Balance $0
Sewer line improvements identified in this project are described in the 2023-25 Financial
Plan Supplement (Fiscal Year 2024-25 Supplemental Budget) (see Sewer Fund, Foothill
and Santa Rosa Caltrans Pipeline Replacement). Funding for this project has a current
balance of $350,000, and staff is recommending an additional reallocation of $212,000
from the Sewer Fund Undesignated Capital Account to provide sufficient funding for
construction of this project. The budget increase will cover the construction requirements
for a standard sewer pipeline construction within Caltrans right of way for anticipated
costs of traffic management, night work, and paving repairs to a state highway.
ALTERNATIVES
Deny approval to advertise. The City Council may choose to deny the approval to
advertise this project. Staff does not recommend this option, as the existing 1965 sewer
main conflicts with the Caltrans storm drain and needs to be relocated below the storm to
alleviate the perpendicular conflict both under current conditions and prior to the Caltrans
storm drain culvert replacement project. In addition, the existing sewer main is not in
compliance with City Standard Specifications and Engineering Standards, and denial of
the project would inhibit the City’s ability to improve maintenance accessibility, address
degradation of the existing maintenance hole, and minimize inflow and infiltration into the
affected wastewater collection system.
ATTACHMENTS
A - Foothill Santa Rosa Sewer Pipeline Plans (Spec. No. 2000096)
B - Foothill Santa Rosa Sewer Pipeline Special Provisions (Spec. 2000096)
Page 372 of 603
(E)(E)(E)(E)(E)(E)UNDERGROUND ELECTRICAL LINE
(GAS)(GAS)(GAS)(GAS)(GAS)GAS LINE
OIL LINE
(SD)(SD)(SD)(SD)(SD)STORM DRAIN LINE
(SS)(SS)(SS)(SS)(SS)SANITARY SEWER LINE
(COMM)(COMM)(COMM)(COMM)(COMM)UNDERGROUND COMMUNICATION LINE
(W)(W)(W)(W)(W)WATER LINE
(FO)(FO)(FO)(FO)(FO)UNDERGROUND FIBER OPTIC LINE
CENTER LINE
RIGHT OF WAY LINE
ELECTRICAL MANHOLE
STORM DRAIN MANHOLE
SANITARY SEWER MANHOLE
TELECOMMUNICATIONS MANHOLE
ELECTRICAL BOX
GAS BOX
STREET LIGHT BOX
TELECOMMUNICATIONS BOX
TELECOMMUNICATIONS PEDESTAL
GAS METER
ELECTRIC METER
WATER METER
GAS VALVE
IRRIGATION CONTROL VALVE
WATER VALVE
GV
ICV
WV
D
S
TRAFFIC SIGNAL BOX
E
RWV RECLAIMED WATER VALVE
ELEC
GAS
SLB
EM
GM
WM
TSB
ELEC ELECTRICAL PEDESTAL FIRE WATER VALVEFWV
ARV AIR RELEASE VALVE
EVLT ELECTRICAL VAULT
VLT UNKNOWN UTILITY VAULT
?UNKNOWN MANHOLE
TVLT TELECOMMUNICATIONS VAULTWWATER MANHOLE
TCOM
T
TCOM
UM
UV
UNKNOWN METER
UNKNOWN VALVE
(TV)(TV)(TV)(TV)(TV)TELEVISION LINE
UTILITYUTL
ASPHALTIC CONCRETEAC
AC BERMACB
BENCHMARKBM
CATCH BASINCB
CURB FACECF
CAST IRON PIPECIP
CORRUGATED METAL PIPECMP
CONCRETECONC
CULVERTCULV
DIAMETERDIA
DROP MANHOLEDMH
DRIVEDR
ELEVATIONELEV
EASEMENTESMT
FIRE HYDRANTFH
LEAD, TACK AND TAGLT&T
MANHOLEMH
MONUMENTMON
NAIL AND TINN&T
OUTSIDE DIAMETEROD
POWER POLEPP
ROADRD
STORM DRAINSD
SANITARY SEWERSS
STREETST
CALTRANSCT
METRICm
TRAFFIC SIGNALTSLIGHT BOXLB
LANDSCAPELS
AT&T PHONE/CABLEATT
LIGHT POLELP
ELECTRICELE
DRAINAGE INLETDI
WATER LINEWL
STREET LIGHTSL
DRIVEWAYDW
CURB DRAIN HOLECDH
EXISTING(EX)
TRAFFIC LOOPTFC
FIBER OPTICFO
NATURAL GASGAS
TRAFFIC SIGNAL BOXTSB
LATERALLAT
NEW(N)
Project Location
(E) Survey Monument - Replace if damaged or destroyed.
Sheet Number
Detail Number##
Reference Documents:
City Standard Specifications - August 2020 Edition
City Engineering Standards - August 2020 Edition
index to plans
sheet no.description
san luis obispo county, california
PROJECT NO. DATE SHEET
2000096 FILE NO./LOCATION
1
2
3
4
COVER SHEET
SANTA ROSA ALIGNMENT 10+00 to 15+00
FOOTHILL ALIGNMENT 19+50 to 20+50
DETAILS
(E) Survey Monument - Protect in place
4of1
CALTRANS - FOOTHILL
SANTA ROSA SEWER
PIPE REPLACEMENT
JANUARY 2025
1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT
"UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48)
HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER, TELEPHONE, OIL AND
NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO CONTACT THE
APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER, DRAINAGE OR
UNDERGROUND FACILITIES.
2. THE CONTRACTOR SHALL POSSESS A CLASS "A" LICENSE AT THE TIME OF BID OPENING.
3. CONTRACTOR SHALL VERIFY DEPTH, LOCATION, SIZE AND MATERIAL OF PIPE AT ALL TIE-INS AND
CROSSINGS PRIOR TO LAYING PIPE. ALIGNMENTS AND GRADES SHALL BE ADJUSTED AS NEEDED
BASED ON THE FINDINGS. CONTRACTOR SHALL PROVIDE ALL THE NECESSARY PIPE, FITTINGS, AND
ADAPTERS AS NEEDED TO ACCOMPLISH THE PIPE RUNS.
4. CONTRACTOR TO PROCEED WITH CAUTION WHEN TRENCHING AND SHALL HAVE ALL NECESSARY
MATERIALS ON HAND TO REPAIR EXISTING UTILITY LINES IF DAMAGED. CONTRACTOR SHALL FIELD
VERIFY DEPTHS OF PROPOSED PIPE RUNS TO AVOID CROSSING CONFLICTS.
5. THE CONTRACTOR MUST PROVIDE SHORING AS NECESSARY TO PREVENT MOVEMENT OF THE
EXISTING UTILITIES. ANY MATERIAL THAT FALLS INTO THE TRENCH FROM THE SURROUNDING AREA
SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE.
4. TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED IN ACCORDANCE
WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACE MONUMENT AND WELL PER ENG.
STD. 9020.
5. THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERS
DISTURBED DURING CONSTRUCTION. ALL PAVEMENT STRIPES AND MARKINGS WITHIN 5 FEET OF
THE DISTURBED AREA MUST BE REPLACED. ALL STRIPING IS PER STATE STANDARD PLANS AND PER
PER ENGINEERING STANDARD SPECIFICATION 84-1.01A.
6. PIPE MUST BE INSTALLED IN COMPLIANCE WITH ENG. STD. 6020. WITH THE APPROVAL OF THE
ENGINEER, PIPE MAY BE INSTALLED WITH LESS THAN 3 FEET OF COVER AND MUST BE INSTALLED
WITH SLURRY TRENCH BACKFILL IN COMPLIANCE WITH ENG. STD. 6020.
7. ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL
PIPE LENGTHS.
8. SEWER MAIN WITH LESS THAN 1% SLOPE MUST BE INSTALLED WITH FLOAT ROCK AS BEDDING
AND INITIAL BACKFILL. SEE ENG. STD. 6020, NOTE 10 FOR ADDITIONAL REQUIREMENTS.
9. ALL PVC AND HDPE PIPE CONNECTIONS MUST BE MADE WITH POLY-CAM SERIES 731 COUPLINGS
OR APPROVED EQUAL.
10. APPROXIMATE LOCATION OF LATERALS ARE SHOWN ON PLANS. LOCATING LATERALS IS THE
RESPONSIBILITY OF THE CONTRACTOR AND ANY DAMAGE TO A LATERAL MUST BE REPAIRED
IMMEDIATELY AND AT NO COST TO THE CITY.
11. NOT ALL IMPROVEMENTS WITHIN PRIVATE PROPERTIES ARE SHOWN. UPON COMPLETION OF
WORK WITHIN PRIVATE PROPERTIES, THE CONTRACTOR MUST RESTORE PRIVATE PROPERTY
IMPROVEMENTS TO THE SAME CONDITION BEFORE THE START OF CONSTRUCTION.
12 . ALL IMPROVEMENTS WITHIN CALTRANS RIGHT OF WAY MUST COMPLY WITHE REQUIREMENTS
OF THE ENCROACHMENT PERMITS SET IN PLACE FOR THESE PUBLIC IMPROVEMENTS.
2023803 - C001
APPROVED BY
Brian Nelson, City Engineer R.C.E. 79870 Approved Date
APPROVED
No. C 67700
MIGUEL A N G EL BA
R
C
E
N
A
S
CI V I L
Date
Page 373 of 603
360
361
363
255
25
0
DE
N
S
E
BR
U
S
H
DE
N
S
E
BR
U
S
H
DE
N
S
E
TR
E
E
S
DE
N
S
E
TR
E
E
S
DE
N
S
E
TR
E
E
S
DE
TR
WV
WV
MOMEL
E
C
WV
WMWM
TC
O
M
TC
O
M
WM
WM
TC
O
M
EL
E
C
EL
E
C
EL
E
C
SSEL
E
C
S
D
TS
B
TS
B
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(
S
S
)
(S
S
)
(
S
S
)
(S
S
)
(
S
S
)
(
S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
)(SS)
(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)
(SS)(SS)
(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)
(SS)(SS)
(SS)(SS)
(SS)(SS)(SS)(SS)(SS)(SS)(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(SS)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
D)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(
S
D
)
(
S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(W
)
(W
)
(W
)
(W)
(W
)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W)
(W
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(W
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
(C
O
M
M
)
MM)
L3
L4
C2
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
FC)(TFC)
(TF
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(TF
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(
T
F
C
)
(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(TFC)
(TFC)
(TFC)
(
T
F
C
)
(TFC)
(TFC)
(TFC)
(TFC)(TFC)
(TFC
)
(TFC)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(TFC)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(TFC)
(TFC)
(TFC
)
(TFC)
C)
(T
F
C
)
(T
F
C
)
(
T
F
C
)
(
T
F
C
)
(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(
T
F
C
)
(TF
C
)
C)
(TF
C
)
(TFC
)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(SD)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E
)
(E)
(
E
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(F
O
)
(G
A
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(GAS)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
GAS
)
(GAS)(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(GAS)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(T
V
)
(E
)
(E
)
(E)
(E)
(E)
(E
)
(E)
(GAS)
(GAS)
(GAS)
(GAS)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(S
D
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(
G
A
S
)
10" CAST
I
R
O
N
12
"
D
I
P
6" VCP
8" VCP
30
"
R
C
P
6"
V
C
P
36
"
R
C
P
36
"
R
C
P
12
+
0
0
13
+
0
0
2
23
1
10+00.00
11+00.00
12+00.00
13+00.0
0
14+00.0
0
14+57.5
9
4
4
5
5
4
(E) 36" SD
240.00
242.50
245.00
247.50
250.00
252.50
255.00
257.50
260.00
240.00
241.00
242.00
243.00
244.00
245.00
246.00
247.00
248.00
249.00
250.00
251.00
252.00
253.00
254.00
255.00
256.00
257.00
258.00
259.00
260.00
9+75.00 10+00.00
10+25.00 10+50.00 10+75.00
11+00.00
11+25.00 11+50.00 11+75.00
12+00.00
12+25.00 12+50.00 12+75.00
13+00.00
13+25.00 13+50.00 13+75.00
14+00.00
14+25.00 14+50.00 14+75.00
15+00.00
9+75.00 10+00.00
10+25.00 10+50.00 10+75.00 11+00.00 11+25.00 11+50.00 11+75.00 12+00.00 12+25.00 12+50.00 12+75.00 13+00.00 13+25.00 13+50.00 13+75.00 14+00.00 14+25.00 14+50.00 14+75.00 15+00.00
(E) 14" W
(E) 6" VCP
(N) 181' - 8" HDPE PIPE, S = 2.60%
(N) 269' - 8" HDPE PIPE, S = 0.35%
(E) SS LAT
(E) SS LAT
(E) 6" Ø PETROL
12" CASING
(E) FO
(E) 2" GAS2'
–
3
'
(E) TFC
(E) ELEC
(E) COMM
(E) TV
(E) 6" GAS
(N) SS 6" HDPE
(N) SEWER JUMPER
(E) TFC
(E) 6" Ø PETROL
12" CASING
12
"
C
L
E
A
R
(E) 8" VCP
(E) 1" GAS
(E) 1" GAS(E) 1" GAS
(E) GRADE OVER PIPE
Line Table
Line #
L3
L4
Length
285.503
177.897
Direction
N12° 05' 55.26"W
N24° 10' 18.10"W
Curve Table
Curve #
C2
Length
877.851
Radius
1973.206
Delta
025.4901
SCALE: 1" =20'
No. C 67700
MIGUEL A N G EL BA
R
C
E
N
A
S
CIV I L
SANTA RO
S
A
S
T
R
E
E
T
2
CITY PROJECT NO.
JANUARY 2025
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
MB
SCALE:
PLAN FILE NO. / LOCATION
2023803
MB
N. GURNEY
MB
AS NOTED
2000096
1
3
2
- C101
3
4
5
SCALE: 1" =20'
VERT
HORZ
6
of 4
Page 374 of 603
360
361
362
363
250
DENSE
BRUSH DENSE
TREES
WV
WV
COMTCOM
TCOMELECTCOMTCOMELEC
WV
TCOM
ELEC
ELEC
S
D TSB
TSB
TSB
SSMH
SDMH
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(S
S
)
(
S
S
)
(S
S
)
(
S
S
)
(S
S
)
(S
S
)
(S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(
S
S
)
(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)(SS)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(SD)
(SD)
(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)SD)
(
W
)
(
W
)
(
W
)
(W)
(
(
W
)
(
W
)
(
W
)
(
W
)
(
W
)
(
W
)
(
W
)
(
W
)
(W
)
(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)(W)
(W)(W)(W)(W)(W)
(SS)(SS)(SS)(SS)
(C(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)(COMM)
L4 (TFC)
(TFC)
(TFC)
(TFC)(TFC)
(TFC)(TFC)
(TFC)
(TFC)
(TFC)
(TFC)
(T
F
C
)
(
T
F
C
)
(
T
F
C
)
(TFC)
(TFC)
(TFC)
(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)
(TF
C
)
(TFC)
(TFC)(TFC)
(TFC)
(TFC)
(TFC
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(TFC)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(TFC)(TFC)(TFC)(TFC)(TFC)(TFC)
(T
F
C
)
(TFC)
(TFC)
(TFC)
(
T
F
C
)
(TFC)(TFC)(TFC)(TFC)
(T
F
C
)
(T
F
C
)
(T
F
C
)
(
T
F
C
)
(TFC)(TFC)(TFC)
(TFC
)
(TFC)
(
T
F
C
)
(
T
F
C
)
(
T
F
C
)
(T
F
C
)
TF
C)
F
C
)
(
T
F
C
)
(
T
F
C
)
(T
F
C
)
(T
F
C
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(
S
D
)
(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)(E)
(E)(E)
(FO(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)(FO)
(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)(GAS)
(G
(G
A
S
)
(
G
A
S
)
(G
A
S
)
(G
A
S
)
(G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
(
G
A
S
)
((TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)(TV)
(E)
(E)
(E)
(E)
(E)
(E)
(E
)
(
E
)
(
E
)
(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD)(SD
(G
A
S
)
(G
A
S
)
(G
A
S
)
1
0
"
C
A
S
T
I
R
O
N
12" DIP
12" DIP
30" RCP
6" VCP
36" RCP 36" RCP
12+00
13+00
14+00
4
5
1
2
+
0
0
.
0
0
1
3
+
0
0
.
0
0
(E) 2" GAS 2'
–
3
'
(E) 2X SS
VCP (6" N)
VCP (8" S)
VERIFY DEPTH
(E) 6" VCP
(E) 6" VCP
240.00
242.50
245.00
247.50
250.00
252.50
240.00
241.00
242.00
243.00
244.00
245.00
246.00
247.00
248.00
249.00
250.00
251.00
252.00
253.00
254.00
19+50.00 19+75.00 20+00.00 20+25.00 20+50.00
19+50.00 19+75.00 20+00.00 20+25.00 20+50.00
J06-36
RIM = 251.54'
INV (6" N) = 246.69'
INV (6" E) = 246.69'
INV (6" W) = 246.69'
INV (8" S) = 246.69'
SSMH#2
RIM = 251.82'
INV (8" N) = 242.00'
INV (6" E) = 246.50'
(OVERFLOW JUMPER) INV (6"W) = 246.58'
INV (8" S) = 242.00'
(N) 13' - 6" HDPE Pipe, S = 1.14%
(N) SS 6" HDPE
(E) GRADE
OVER PIPE
No. C 67700
MIGUEL A N G EL BA
R
C
E
N
A
S
CIV I L
3
CITY PROJECT NO.
JANUARY 2025
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
MB
SCALE:
PLAN FILE NO. / LOCATION
2023803
MB
N. GURNEY
MB
AS NOTED
2000096
4
5
- C102
FOOTHILL BLVD.
SCALE: 1" =20'
SCALE: 1" =20'
VERT
HORZ
6
of 4
Page 375 of 603
4
Know what's
R
1 J06-36 MANHOLE DETAIL NTS 2 SCALE: 1" = 1'
(N) SSMH PER CITY STD. 6620
No. C 67700
MIGUEL A N G EL BAR
C
E
N
A
S
CIV I L
CITY PROJECT NO.
JANUARY 2025
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
MB
SCALE:
PLAN FILE NO. / LOCATION
2023803
MB
N. GURNEY
MB
AS NOTED
2000096
- C201
REMOVE VCP PIPE AND REPAIR
CONCRETE PENETRATION
PER DETAIL 4
3 FOOTHILL ASPHALT SECTION AT STA 20+16 NTS
5 SANTA ROSA ASPHALT SECTION AT STA 13+50+00 NTS
4 NTS
AC (6")
CLASS 2 AB (12")
SELECT BACKFILL
BACKFILL WITH 2 SACK
SAND & CEMENT
CONCRETE
(EX) STORM 36" RCP
36" PVC REPAIR COVER
(FIELD VERIFY REPAIR AT
EXISTING PENETRATION)8" MIN
PVC REPAIR COVER DETAIL
CONCRETE PENETRATION
SEWER
SECURE A CIRCULAR PVC
FORM OVER EXISTING STORM
PIPE AND POUR 2-SACK
SAND-CEMENT CONCRETE
PLUG OVER THE EXISTING
STORM PIPE TO MINIMIZE
GROUNDWATER INFILTRATION
INTO THE STORM PIPE.
CUT AND CAP EXISTING
SEWER AT CONFLICT AREA
8" BEYOND (EX) STORM PIPE.
(EX) CITY 6" SEWER
MAIN
(EX) CALTRANS 36" STORM PIPE
(EX) CITY 6" SEWER MAIN,
ABANDON PER CITY
STANDARDS
(N) 8" HDPE SEWER MAIN
PCC (6")
STAINLESS STEEL
STRONG BACK COUPLING
ADAPTER OR APPROVED EQUAL.
ABANDON PER CITY
STANDARD 6050
of 4
SSMH #2
J06-36
Page 376 of 603
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Foothill-Santa Rosa Sewer Pipeline Replacement
Specification No. 2000096
February 2025
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Page 377 of 603
Foothill-Santa Rosa Sewer Pipeline Replacement
Specification No. 2000096
Approval Date: February 4, 2025
Brian Nelson
February 4, 2024
Miguel Barcenas
February 4, 2024
Page 378 of 603
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION ....................................................................................................................... III
QUALIFICATIONS .................................................................................................................................... III
AWARD .................................................................................................................................................... IV
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR FOOTHILL-SANTA ROSA SEWER PIPELINE REPLACEMENT, .......................... B
SPECIFICATION NO. 2000096 ................................................................................................................ B
LIST OF SUBCONTRACTORS ................................................................................................................ D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... E
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... E
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. E
LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E
NON-COLLUSION DECLARATION ......................................................................................................... G
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... H
QUALIFICATIONS ...................................................................................................................................... I
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. J
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 1
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 1
8 PROSECUTION AND PROGRESS ................................................................................................... 3
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 4
14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 4
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 4
39 ASPHALT CONCRETE .................................................................................................................... 4
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 4
77 LOCAL INFRASTRUCTURE ............................................................................................................ 4
DIVISION IX TRAFFIC CONTROL DEVICES ........................................................................................... 7
84 MARKINGS ....................................................................................................................................... 7
DIVISION XIII APPENDICES .................................................................................................................... 7
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
Page 379 of 603
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 March 6, 2025
at which time they will be publicly opened and read aloud. Public bid opening may be
accessed via Microsoft Teams video conference and conference call. In person
attendance will be permitted. Attendees are encouraged to wear face masks and practice
social distancing. Use the following link:
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_NzlkYmE3MTctNzY0ZC00ZjZjLTlhNWQtN2U3NmFmN2RhNTBi%4
0thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d -94e4-4507-a9a9-
330dcb148164%22%2c%22Oid%22%3a%2255684c81-fa0a-443f-b6a5-
1f55eacc1141%22%7d
or join by phone with this number: 1 (209) 645-4165 with Conference ID: 949 092 59#
Submit bid in a sealed envelope plainly marked:
Foothill-Santa Rosa Sewer Pipeline Replacement, Specification No. 2000096
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.
Page 380 of 603
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
All bids are to be compared based on the City Engineer's estimate of the quantities of
work to be done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions
of Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after th e
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
No printed copies are available for purchase at the City office.
Standard Specifications and Engineering Standards referenced in the Special Provisions
may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
All questions must be submitted through BidnetDirect (www.bidnetdirect.com) and if the
City determines that a response is required, the City will post an addendum on Bidnet
Direct.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
Page 381 of 603
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
PROJECT INFORMATION
In general, the project consists of the replacement of existing sewerlines by open
trenching and trenchless technologies.
The project estimated construction cost range is $525,000 to $575,000.
Contract time is established as 60 calendar days.
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
QUALIFICATIONS
You must possess a valid Class A 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.
Provide two referenced projects completed as the prime contractor and one
referenced project completed as either the prime or subcontractor. All referenced
projects must have been completed within the last SEVEN years from this project’s
bid opening date.
All referenced projects must have installed a minimum of 1,000-feet of sewerline
by open trenching including sewer lateral connections within Public Roadways
under contract with a City, County, State or Federal government agency.
One reference project must have installed a minimum of 300-feet sewer main using
trenchless technology.
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.
Page 382 of 603
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
The City reserves the right to reject a responsive bid based on the non -responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL
Page 383 of 603
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 Allie
Genard at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-
7107. Requests should be made as early as possible in the bidding process to allow time
for accommodation.
Page 384 of 603
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid
forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
Page 385 of 603
BID FORMS
BID FORMS
B
BID ITEM LIST FOR FOOTHILL-SANTA ROSA SEWER PIPELINE REPLACEMENT,
SPECIFICATION NO. 2000096
Item Item Unit of Estimated Item Price Total
No.SS(1)Description Measure Quantity (in figures)(in figures)
1 7 TRAFFIC CONTROL PLAN
AND IMPLEMENTATION LS 1
2 77 POTHOLING LS 1
3 84 REPLACE TRAFFIC
STRIPING & MARKERS LS 1
4 7
OBTAIN AND COMPLY
WITH NIGHT WORK
PERMIT
LS 1
5 1
WATER POLLUTION
CONTROL AND
EROSION/SEDIMENT
CONTROL PLAN
LS 1
6 SHEETING, SHORING,
AND BRACING LS 1
7 7 COMPLY WITH OSHA LS 1
8 7 PUBLIC NOTIFICATION LS 1
9 REPAIR TRAFFIC SIGNAL
LOOPS LS 1
10 77
ABANDON SEWERLINE,
MANHOLES AND
FACILITIES
LS 1
Page 386 of 603
BID FORMS
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No.SS(1)Description Measure Quantity (in figures)(in figures)
11 77 SEWER BYPASS
PUMPING LS 1
12*19 ROCK EXCAVATION CY 50
13 77
REMOVE EXISTING
SEWERLINE AND
INSTALL NEW 6" HDPE
SEWERLINE
LF 13
14 77
REMOVE EXISTING
SEWERLINE AND
INSTALL NEW 8" HDPE
SEWERLINE
LF 250
15 77
INSTALL NEW 8" HDPE
SEWERLINE
(TRENCHLESS METHOD)
LF 200
16 77 INSTALL NEW MANHOLE EA 3
17 77 INSTALL COATING ON
SEWER MANHOLE EA 3
18 77 REMOVE EXISTING
MANHOLE EA 1
19 77
CONNECT EXISTING
SEWER LATERAL TO
SEWER MAIN
EA 2
20 77 RE-GRADE AND EXTEND
SEWER LATERAL LF 20
21 73
REPLACE DRIVEWAY
RAMP PER ENG. STD.
2110 AND SIDEWALK TIE-
IN
EA 1
22
CURB AND GUTTER
REPAIRS AND
REPLACEMENTS
LS 1
23
CUT AND CAP EXISTING
SEWER AND REPAIR
STORM PIPE PER DETAIL
2 AND 4
LS 1
BASE BID $
Additive Alternative A
ADDITIVE ALTERNATIVE A $
TOTAL PROJECT BID = (BASE BID + ADDITIVE ALTERNATIVE A) $
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06B and 9-1.06C of the Standard Specifications. The unit price will not be adjusted
regardless of the final bid item quantity.
.
Page 387 of 603
BID FORMS
BID FORMS
D
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2 -1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
Page 388 of 603
BID FORMS
BID FORMS
E
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 beca use of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
Page 389 of 603
BID FORMS
BID FORMS
F
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
Page 390 of 603
BID FORMS
BID FORMS
G
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
Page 391 of 603
BID FORMS
BID FORMS
H
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
Page 392 of 603
BID FORMS
BID FORMS
I
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project install a minimum of
1,500 LF of sewerline by open
trenching within public roadways?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project install a minimum of
1,500 LF of sewerline by open
trenching within public roadways?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project install a minimum of
1,500 LF of sewerline by open
trenching within public roadways?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Page 393 of 603
BID FORMS
BID FORMS
J
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
Page 394 of 603
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of
the Standard Specifications. Each special provision begins with a revision clause that
describes or introduces a revision to the Standard Specifications. Any paragraph added
or deleted by a revision clause does not change the paragraph number of the Standard
Specifications for any other reference to a paragraph of the Standard Specifications .
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 GENERAL:
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1. Mill Street Sewer Replacement Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5 -
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 5, 7, 14, 15, 19, 39, 73, 77, 84 and 96 for general,
material, construction, and payment specifics.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace Section 7-1.03A PUBLIC CONVENIENCE, Public Notification with:
Supply and deliver notices of the work to all businesses or residents adjacent to and within
300 feet of the work area via Mailers, doorhangers, and email. The notice must include:
1. A brief description of the work
2. Date the work will start
3. Date the work will end
Page 395 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
4. Potential impacts on the adjacent property
5. Company representative’s name
6. Company representative’s phone number where they can be reached or a
message can be left.
Company representative must respond to all phone calls received within 18 hours of
receipt with the requested information. Provide notices at least 30 days in advance of the
work. The dates in the notice must represent only those dates when work is anticipated
at the specific address. The project duration must not be used as a substitute for actual
site dates. Hangers without proper dates must be reissued to adjacent property owners
at your expense. The Engineer must review and approve notice wording prior to
distribution. Do not place notices inside mailboxes. Notices must be hand delivered or
made up as a door hanger. This notice is in addition to notice required for water service
interruptions.
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
All other work must be completed during normal working hours of Monday through Friday
7:00 a.m. to 4:00 p.m.
No full width street closures will be permitted. Traffic control plans should consider any lane
closures based on the following list of priorities (in order of most desired to least desired
option):
1. Restrict parking on one or both sides as necessary in order to maintain two -way
traffic circulation with minimum 10’ travel lanes
2. Two-way circulation with flaggers and minimum 10’ travel lane
Night work permit will be necessary if above limitations are not feasible to perform aspects
of work. It is the contractor's responsibility to apply for the night work permit.
The contractor must not work two consecutive shifts, day and night, unless approved by
the Engineer.
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence to restore free flowing of traffic.
CHANGEABLE MESSAGE SIGNS
Page 396 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
Additionally, two (2) changeable message signs (CMS) must be installed and
operational 1 week prior to the start of construction and be maintained throughout the
duration of the project at locations approved by the Engineer upon review of the
submitted Traffic Control 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. It is the contractor’s
responsibility to keep track of the Night Work Permit expiration date. Requests to extend
the Night Work Permit must be submitted to the Building Department at least 2 weeks
prior to the permit expiration date.
Night work is defined as work between the hours of 7:00 P.M. and 7:00 A.M (Sunday
through Thursday).
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.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
Page 397 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
DIVISION II GENERAL CONSTRUCTION
14 ENVIRONMENTAL STEWARDSHIP
Add to Section 14-2.03A ARCHAEOLOGICAL RESOURCES, General
Archaeological monitoring will be required due to proximity to archaeological sensitive
areas. Monitoring will be performed by a consultant hired by the City. The contractor must
comply with the Project Mitigation Measures approved through ER 10 -07 and
Archaeological monitoring plan (Appendix B). If archaeological cultural resources are
identified during monitoring, the monitor will be empowered to halt construction. No
additional payment will be made to the contractor for right of way delays. Full
compensation for conforming to the requirements of this section shall be included in the
lump sum price and no additional compensation will be allowed, therefore.
DIVISION V SURFACINGS AND PAVEMENTS
39 ASPHALT CONCRETE
Add to Section 39-1.02B MATERIALS, Tack Coat
All vertical edges and surfaces 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 39-1.02F MATERIALS, Reclaimed Asphalt Pavement (RAP) with:
Asphalt concrete with 25% RAP may be used for paving operations.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
77 LOCAL INFRASTRUCTURE
Add to Section 77-1.03A(3) Groundwater
Float rock may be substituted for initial backfill when ground water is present per
Engineering Standard 6020. Full compensation for removing water or dewatering
excavations and backfilling with float rock is included in the payment for other bid items
unless a bid item of work is shown on the Bid Item List.
Add to Section 77-1.03B(1) TRENCH CONSTRUCTION, General
All abandoned waterlines encountered partially or entirely within the trench section for the
new waterline must be removed and disposed of. The active/abandoned status of all
waterlines has been shown on the plans. The Contractor must notify the City immediately if
any waterline shown as abandoned is found to be active.
If, at any point during the project, a trench is excavated within 5 feet of the wall of the trench,
of an active utility such as a waterline, or any other utility that could potentially break, the
Contractor must provide shoring as necessary to prevent movement of existing lines.
Add to Section 77-1.03D Surface Restoration
Page 398 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
Geotechnical borings and potholing of existing utilities indicate that the following streets
are paved with AC over PCC and must be repaired with AC/PCC per Engineering
Standard 4110 & 6020.
• Intersection of Santa Rosa and Foothill
Streets which contain a reinforcement fabric or grid must be “tee cut” with the width of the
AC cut extending one foot beyond each side of the trench. A new layer of pavement
reinforcing grid must be installed to match the existing pavement section.
Add to Section 77-3.02A(5) Sewer Lateral Pipe
Sewer lateral wyes must be fused HDPE by Faction Fusion or approved equal.
All HPDE and PVC pipe connections must be made with POLY-CAM Series 731 transition
couplings. All HDPE and VCP pipe connections must made with POLY-CAM Series 731
transition couplings and Strong Back RC couplings.
Add to Section 77-3.03A(3) HDPE Pipe Joint
HDPE pipes jointed by heat fusion welding must be internally debeaded prior to
installation. Pipe joint by electrofusion couplings will also be allowed.
Add to Section 77-3.03C Bypass Pumping
The Contractor must provide for the flow of sewage around the section or sections of pipe
designated for repair. The pump(s) and bypass line(s) must be of adequate capacity to
accommodate a sewage flow of 100,000 gallons per day. Contractor must submit bypass
plan for review prior to implementation.
Add Section 77-3.03D Manhole Coating
The existing manholes are coated and must be sand blasted and removed prior to the
application of the new coating system.
Coating manholes shall include the following activities:
• Cleaning the manhole and prepare the manhole for one of the approved coating
systems.
• Applying one of the approved coating systems, as specified herein.
• Testing the finished surface coating, as required herein.
• Other related activities, as noted herein.
Where designated in the plans, manholes must be coated with an approved corrosion
protective coating applied to their interior surfaces, as specified herein. The approved
coating system (as specified herein) shall be applied to all exposed brick, concrete, grout,
mortar, and cementitious surfaces within the manhole, including unlined concrete pipes
within the manhole, bench-to-pipe transitions, bench, risers, cones, adjusting rings, etc.
Coating of the metallic manhole frame and cover shall not be required.
Page 399 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
The Contractor shall coat all manholes marked on the plans with a high -build
polyurethane elastomer such as SANCON 100 or approved equal. The minimum
thickness of 80 mils of elastomeric polyurethane must be applied. The Contractor is
responsible for inspecting the existing manholes for leaks or concrete failures. The
Contractor shall repair manhole prior to coating by patch or chemical grouting in
accordance with coating manufacture recommendation and as directed by the Engineer.
Coating shall stop at the top of the cone or as directed by the Engineer. All pipe liner
installation shall be completed prior to commencing any coating of manholes.
The Contractor shall provide a smooth transition and tight seal without any annular gaps
between the completed manholes and the completed sewer pipe. The Contractor shall
Spark Test the new manhole per NACE RP0274 standards. Spark Test shall be
witnessed by the Engineer.
The Contractor shall terminate the coating at the spring line of the channel with a 1/4" cut
groove.
Materials shall be delivered to the site in factory sealed and labeled containers. Date of
manufacture shall appear on each container. Materials shall be handled and stored
according to the strictest requirements of the manufacturer and in accordance with all
local, state and federal laws and regulations.
At each manhole, the Engineer shall inspect and accept the work completed to -date at
the completion of each of milestones listed below before the Contractor shall commerce
work on the next milestone:
• Completion of the cleaning and surface preparation activities required by these
specifications.
• Completion of all void-filling activities and underlayment application, prior to
surface coating application.
• Completion of the surface coating installation prior to testing.
• Spark testing of the final surface coating as required by these specifications.
• Final clean-up and inspection.
The Contractor shall provide a written warranty to cover workmanship and materials for
each manhole coated with an approved corrosion protective coating for a period of not
less than five (5) years from the date of final acceptance of the project. The warranty shall
be delivered to the City prior to and as a condition of final acceptance for this project.
By executing this contract, the Contractor certifies and agrees that any testing performed
by the City during construction (e.g., spark testing, adhesion testing and/or other testing)
shall not in any way modify the warranty, nor relieve the Contractor for responding to
defects during the warranty period.
Replace Section 77-3.03E Sewer Laterals with:
Page 400 of 603
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
The Contractor must locate all existing sewer laterals and re-establish all live sewer lateral
connections. Contractor must test all laterals using dye testing to confirm which laterals are
in service (active) and which are dead. Dead or unused sewer laterals must be abandoned
per Engineering Standard 6050. No payment shall be made for laterals that are determined
to be out of service.
The Contractor must provide portable restrooms, one per lateral closed unless an
agreement is reached between the Contractor and affected resident or business that a
portable restroom is not necessary. All agreements must be in writing and a copy given to
the Engineer. Portable restrooms must be placed at a location preferred by the affected
resident or business, and they must be sanitized and cleaned as directed by the Engineer.
All portable restrooms must be removed from the public right away or private property at the
end of each working day. The Contractor must immediately notify residents after their active
sewer laterals are opened. Laterals must be put back into service the same day they are
taken out of service.
The Contractor must notify affected residents and businesses a minimum of 7 calendar days
prior to installation and give a 24-hour reminder prior to installation. The Contractor must
state in the notification that the owner must not use the sewer system, length of time the
sewer will be unavailable, the contact person, and that a portable restroom with a hand
washing station will be provided for their use during construction. The notification must state
that an ADA accessible restroom will be provided upon request.
Payment for all work necessary to reconnect live sewer laterals to the new sewer line
including re-grading of existing sewer laterals within 5 horizontal feet of point of connection
to new sewer line shall be included in the contract price per connection for bid item “Connect
Existing Sewer Lateral to Sewer Main.” The work necessary to re-grade existing sewer
laterals to align with the new wye, in excess of 5 horizontal feet from the point of connection
to the (N) sewer line, shall be paid by the lineal foot contract price for bid item “Re-grade
Sewer Lateral Beyond 5 Feet.”
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.03C Application of Stripes and Markings:
Preformed thermoplastic is not allowed.
DIVISION XIII APPENDICES
Add 100-1.01 Appendices
1. Appendix A - Form of Agreement
2. Appendix B – Project Mitigation Measures
3. Appendix C - Geotechnical Reports
Page 401 of 603
APPENDIX
APPENDIX
0
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
Page 402 of 603
APPENDIX
APPENDIX
1
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
Page 403 of 603
APPENDIX
APPENDIX
2
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Whitney McDonald, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
(2nd signature required if Corporation):
By:________________________________
Name of Corporate Officer
Its: ____________________
Page 404 of 603
APPENDIX
APPENDIX
3
Page 405 of 603
Page 406 of 603