HomeMy WebLinkAbout91255 Special Provisions
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
SINSHEIMER STADIUM STAIRS REPLACEMENT
Specification No. 91255
JANUARY 2015
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Sinsheimer Stadium Stairs Replacement
904 Southwood Drive, San Luis Obispo, CA
Specification No. 91255
Approval Date: January 26, 2015
01.26.15
01.26.15
NOTICE TO BIDDERS
i
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, California 93401, until
2:00 p.m. on February 26, 2015
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Sinsheimer Stadium Stairs Replacement, Specification No. 91255
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 on the basis of 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 the opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of
those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at:
http://www.slocity.org/publicworks/bids.asp
A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of:
1. $30.00 if picked up in person, or
2. $50.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
NOTICE TO BIDDERS
ii
Standard Specifications and Engineering Standards referenced in the Special Provisions may be
downloaded, free of charge, from the City’s website at:
http://www.slocity.org/publicworks/slostandards.asp
A printed copy may be obtained by paying a non-refundable of:
1. $16.00 if picked up in person, or
2. $21.00 if by mailing to the office of the City Engineer
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to
download at the City’s website listed above or at the office of the City Engineer.
Contact the project manager, Mike McGuire at (805) 783-7716 or Public Works Department at (805) 781-
7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list located on the
City’s website at: http://www.slocity.org/publicworks/bids.asp.
PROJECT INFORMATION
In general the project consists of demolition of an existing steel staircase and concrete landings,
installation of new cast-in-place concrete stairs and metal railings.
The project estimated construction cost is $110,000.
Contract time is established as 30 working 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 web site: www.dir.ca.gov/DLSR/PWD/. This project is subject
to compliance monitoring and enforcement by the Department of Industrial Relations.
There will be a mandatory walkthrough on February 19, 2015 at 10:00 AM and 2:00 PM. Bidders should
meet in the parking lot at the project site located at 904 Southwood Drive. Bidders not attending one of
these walkthroughs will be disqualified from bidding.
QUALIFICATIONS
You must possess a valid Class A or Class B Contractor's License at the time of the bid opening.
You and any subcontractors must be registered with the Department of Industrial Relations pursuant to
Section 1725.5.
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 be completed within the last five years from this project’s bid opening date.
One of the three reference projects must have been completed under contract with a City, County,
State or Federal Government agency as the prime contractor.
All referenced projects must be for Cast-in-Place Concrete Stairs.
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.
NOTICE TO BIDDERS
iii
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the
Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the
bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best
interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this
Notice to Bidders.
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.
In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records
available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the
total contract price are required in compliance with Section 3-1.05 of the Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with the provisions of
the Public Contract Code, Section 10263.
NOTICE TO BIDDERS
iv
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at
(805) 781-7200. Telecommunications Device for the Deaf (805) 781-7107. Requests should be made as
soon as possible to allow time for accommodation.
BID FORMS
A
All bid forms must be completed and submitted with your bid. Failure to submit these forms and required
bid bond will be cause to reject the bid as nonresponsive. Staple all bid forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR Sinsheimer Stadium Stairs Replacement, Specification No. 91255
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 99 Site Work LS 1
2 99 Concrete LS 1
3 99 Metal Railing Installation LF 70
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
BID FORMS
B
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 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
Address and Phone
Number of Office, Mill or
Shop Specific Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
C
(Rev 9-07)
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 states under penalty of perjury, that no
more than one final unappealable finding of contempt of court by a federal court has been issued against
you within the immediately preceding two-year period because of your failure to comply with an order of a
federal court which orders you to comply with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back wages or
related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a
court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any
judgment, order, or determination that is under appeal is excluded, provided that the contractor has
secured the payment of any amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing
for the debarment of contractors from public works.
Yes No
Attach documentation of registration with the Department of Industrial Relations and date of registration
per Labor Code Section 1725.5(a)(1).
NOTE: The above Statement 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
D
NONCOLLUSION 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
E
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)
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
F
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)
Is this similar to the project being bid or
did this project include concrete stairs?
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)
Is this similar to the project being bid or
did this project include concrete stairs?
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)
Is this similar to the project being bid or
did this project include concrete stairs?
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 □
BID FORMS
G
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
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. Sinsheimer Stadium Stairs Replacement Special Provisions
2. City of San Luis Obispo Engineering Standards and Standard Specifications – 2014 edition
3. State of California, Department of Transportation Standard Specifications and Standard Plans –
2010 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 6 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
2 BIDDING
Replace Section 2-1.33A with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be
signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
Replace 1st and 2nd paragraph in Section 3-1.18 with (for accelerated work)
Upon notification of project award, return:
1. executed contract
2. insurance
3. contract bonds
within five working days after the bidder receives the contract.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description
Comply with the provisions of Section 99 for general, material, construction, and payment specifics.
Add Section 4-1.03A Project Specific Signage
Maintain Measure Y signage in work area. Return Measure Y signs at the end of the project or upon the
Engineer’s request.
SPECIAL PROVISIONS
2
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Adjustments to working hours may be imposed due to public traffic impacts in compliance with section 7-
1.03B.
Work hours are restricted to 7:00 a.m. to 4:00 p.m.
Add to Section 5-1.13A Sub-Contracting General
A representative of the prime contractor must be on site when any subcontractor is performing contract
work. Contract work will not be allowed to continue until prime contractor’s representative is on site.
Add to Section 5-1.31 Job Site Appearance
All debris, trash, and other waste materials must be removed and discarded off site on a daily basis. As
work proceeds, immediately collect empty containers, rags, waste material, and debris and remove from
the site each day. The site will be maintained free of unnecessary accumulations of tools, equipment,
surplus materials, and debris.
Add to Section 5-1.36D Nonhighway Facilities
Existing third party (non City-owned) utilities are shown on project plans for information purposes only. It
is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of
excavation or sawcutting. The City of San Luis Obispo is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in
4216.7.(c) of California Government Code.
Add to Section 5-1.43A Potential Claims and Dispute Resolution General
Potential claim forms are located on the City’s website:
http://www.slocity.org/publicworks/slostandards.asp
6 CONTROL OF MATERIALS
Add to Section 6-2.03 Department Furnished Materials
The Engineer will furnish Measure Y signs mounted to moveable barricades. Maintain Measure Y signage
in work area. Return Measure Y signs at the end of the project or upon the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.02K(1) General
The project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Add to Section 7-1.02K(6)(a) General
Public restrooms are available on-site. Restrooms will not be used for washing tools or other construction-
related activities.
Replace Section 7-1.06 with:
7-1.06A General
Procure and maintain for the duration of the contract, insurance against claims for:
1. injuries to persons
SPECIAL PROVISIONS
3
2. damages to property
which may arise from or in connection with the performance of the work by your:
1. agents
2. representatives
3. employees
4. subcontractor
Provide:
1. Commercial General Liability Insurance
2. Commercial General Liability Insurance Endorsement
3. Automotive Liability Insurance
4. Automotive Liability Insurance Endorsement
5. Workers’ Compensation Insurance
7-1.06B Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage:
a. CG 20 10 Prior to 1993
b. CG 20 10 07 04 with CG 20 37 10 01
2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
7-1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1. General Liability:
a. $1,000,000 per occurrence for bodily injury, personal injury and property damage.
b. If Commercial General Liability or other form with a general aggregate limit is used, either the
c. general aggregate limit must apply separately to this project/location
d. the general aggregate limit must be twice the required occurrence limit.
2. Automobile Liability:
a. $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability:
a. $1,000,000 per accident for bodily injury or disease.
7-1.06D Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of
the City, either:
1. the insurer must reduce or eliminate the deductibles
2. procure a bond guaranteeing payment of:
a. losses and related investigations
b. claim administration and defense expenses.
7-1.06E Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
a. liability arising out of activities performed by or on behalf of you
b. your products and completed operations
c. premises owned, occupied or used by you
d. automobiles owned, leased, hired or borrowed by you
2. The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a. officers
b. officials
SPECIAL PROVISIONS
4
c. employees
d. agents
e. volunteers
3. For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers.
4. Any insurance or self-insurance maintained by the City is in excess to your insurance and will not
contribute to it.
5. Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its
a. officers
b. officials
c. employees
d. agents
e. volunteers
6. Your insurance must apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
7. Each insurance policy required must be endorsed to state that coverage will not be:
a. Suspended
b. Voided
c. canceled by either party
d. reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested has
been given to the City.
8. Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code.
7-1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
7-1.06 G Verification of Coverage
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
7-1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and endorsements
for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as
the prime contractor.
8 PROSECUTION AND PROGRESS
Section 8-1.02A Schedule
Provide a Level 1 schedule for this work.
Add to Section 8-1.03 Pre-Construction Conference
All listed subcontractors performing contract work must attend the preconstruction meeting.
At a minimum, provide the following submittals at the preconstruction meeting:
1. emergency contact list
2. representative at the site of work authorized to sign extra work tickets
SPECIAL PROVISIONS
5
3. representative authorized to sign change orders
4. Caltrans equipment rental rates for equipment used to complete work
5. work schedule
6. water pollution control plan
7. concrete mix design
8. all material submittals
Add to 8-1.04B (for accelerated start)
Contract time will start on the first Monday after preconstruction meeting.
9 PAYMENT
Add to Section 9-1.23 City Billing
After given the opportunity, you fail to complete any of the following:
1. maintain the project site,
2. complete project work,
3. any other cause which requires City staff to complete work at the project site
you must reimburse the City in compliance with section 9-1.23.
DIVISION II GENERAL CONSTRUCTION
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A
A minor WPCP plan form may be obtained on the City’s website:
http://www.slocity.org/publicworks/slostandards.asp
DIVISION III GRADING
Replace Section 19-1.03B with:
Notify the Engineer prior to removal of unsuitable material. Excavate unsuitable material. Ensure that
unsuitable material is separated from other suitable construction materials or removed from the work
area.
Removal of unsuitable material, including rock, within contract work area and limits will be paid as
described on the Bid Item List. Removal of unsuitable material outside contract work area and limits, as
directed by the Engineer, will be paid by force account.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
Add to Section 77-1.01
77-1.01B Incorporated by Reference
Earthwork must comply with Section 19.
DIVISION XI BUILDING CONSTRUCTION
99 BUILDING CONSTRUCTION
Section 99-1.01 General
You must comply with Sections 16,17,19,20,51,52,73,77 & 83.
Comply with the requirements of the 2013 California Building Code, the San Luis Obispo Municipal Code and
any local ordinances which may apply.
Furnish all materials and equipment required to complete the work. All materials must be new and
manufactured, handled and used in a workmanlike manner.
SPECIAL PROVISIONS
6
All incidental materials and/or parts which are not indicated on the plans or included in the Standard
Specifications and in these Special Provisions, but which are necessary to complete the installation of the
stairs, must be furnished and installed as if such parts are shown on the plans or specified herein.
Warranty Inspection: The City may provide for inspection of any or all of the work completed under this
contract during the one year following the date of completion or placement into service or such longer period
of time as may be prescribed by laws, regulations of all work required by this section. If any work is found to
be defective, as determined by the City, its employees or consultants, the Contractor will promptly correct the
defective work at no cost to the City. All defective work must be repaired in accordance with the
manufacturer's recommendation and the satisfaction of the City in order to bring the defects up to the quality
level of the original work required by this specification.
If the Contractor does not complete corrective work promptly, the City may complete the work itself or hire
others to complete it for them. The original Contractor and its Surety will be liable to the City for all direct
and indirect costs.
You may use the electrical service at the project site.
You may use water sources at the site for work requiring potable water or provide your own water source.
Non-potable water must be used for dust control and furnished by the Contractor. Non-potable water is
available at the City Corporation Yard, 25 Prado Road.
Section 99-1.02 Construction
(CSI Specifications Format)
Division 2 Site Work
1.0 GENERAL
1.1 See CBC Chapter 33 for additional requirements.
1.2 Grading Quantities: The Contractor must calculate the amounts of cut and fill. The Contractor is
bidding a lump sum for all grading operations.
1.3 Soils Report: The Contractor must follow the recommendations of the soils report provided by
Earth Systems Pacific dated September 24, 2013 and the revised addendum dated October 27,
2014.
1.4 If any questionable soils or other conditions arise during excavations, drilling or grading
operations, the Contractor must stop work and notify the Engineer.
1.5 Shoring and Bracing: The Contractor must shore and brace any excavations greater than 5 feet
deep as required to fully protect all adjacent properties and persons from damage or injury
according to all applicable sections of CAL OSHA and CBC requirements.
1.6 Utilities: Notify all companies and agencies prior to commencing any grading operation so that
they can mark the locations of their utilities, etc. The Contractor is responsible for all repair to
damaged utilities by his operations.
1.7 Submittals: Submit copies of all Compaction Reports to the City within one week after testing.
1.8 Testing: The City will provide Soils Testing as required by the Soils Report and/or as noted in the
Special Provisions. Coordination with inspection scheduling and cancellations will be the
responsibility of the Contractor. Fees for late cancellations or excessive wait times due to work
not being ready for testing will be the responsibility of the Contractor.
2.0 EARTHWORK
SPECIAL PROVISIONS
7
2.1 All earthwork will be limited to the subject property and areas of work indicated within the Special
Provisions.
2.2 Demolition: Review all procedures to be used in demolition work with the City prior to
commencing demolition work.
2.3 All debris, vegetation and other objectionable materials, including broken concrete, must be
removed from the property and not incorporated in the back fill.
2.4 Construction Staking: The Contractor at their expense must layout and stake all site work to
conform with the Special Provisions and current codes. Obtain the City’s approval prior to
commencement of grading. See Section 5-1.26A of the City Standards.
2.5 Perform all grading required to bring ground to established finish grades. Grades must be
uniform levels of slope between established elevation points, or between such points and existing
finished grades. All abrupt changes in slope must be rounded and feathered.
2.6 Cut and fill slopes must not exceed 2:1 for clayey soils and 3:1 for sandy soils or as specified in
the Soils Report.
2.7 Excavations: Excavations must be to the slopes and depths noted in the Special Provisions. Cut
and fill slopes must be groomed as required to be satisfactory for landscaping operations.
2.8 Footing excavations must be to the minimum depths noted on the plans. The bottom of all
footings must be level. Stepping the footings is allowed on sloping sites. All footing excavations
must be inspected by the Soils Engineer prior to placing rebar and concrete.
2.9 Surface/landscaping must be restored where disturbed. Plant material must survive under
current irrigation.
3.0 TRENCH BACKFILL
3.1 Dust Control: The Contractor must provide dust control during all phases of the work and for all
days of the week.
3.2 Erosion Control: The Contractor must install erosion control to ensure that no construction silt
and debris will flow down slope beyond the limits of the work area. All silt and debris must be
removed from all devices within 24 hours after each rain event. All fill slopes and disturbed areas
must be hydromulched with a grass mixture approved by the City or a tight layer of biodegradable
mesh placed and anchored to the slopes and disturbed areas to minimize erosion after
construction is complete.
4.0 STORM DRAINAGE
4.1 Provide positive drainage away from all equipment areas and for the whole site via slopes,
swales, drop inlets and drainage pipes to an approved point of disposal.
4.2 No concentrated water will be directed toward adjacent properties.
4.3 Concentrated drainage must not be directed over cut or fill slopes except as designed by the
Architect or Engineer.
Division 3 Concrete
1.0 GENERAL
1.1 See Division 2 – Site Work and CBC Chapter 19 for additional requirements.
SPECIAL PROVISIONS
8
1.2 A Pre-Construction Meeting will be required on site prior to any grading work taking place, with
the minimum attendees being: The City, Architect, Structural Engineer, Geotechnical Engineer,
Contractor, Concrete Sub-Contractor and Grading/Earthwork Sub-Contractor.
1.3 Staking: The Contractor must stake out the site.
1.4 All excavations must be free of water and debris prior to pouring concrete.
1.5 Expansive Soils: Under the upper flatwork area install a minimum of 18 inches of non-expansive
material that has been compacted to 95% over a sub-grade that has been scarified, moisture
adjusted and compacted to 95%. Under the lower flatwork and stairs areas install a minimum of
18 inches of non-expansive material that has been compacted to 90% over a sub-grade that has
been scarified, moisture adjusted and compacted to 90%. All compacted material must be tested
by the Geotechnical Engineer of record.
1.6 The Contractor must furnish all concrete, reinforcing steel, rock, sand, mesh, membrane, form
materials and expansion joints. The Contractor must promptly remove any anchor bolts or other
steel inadvertently misplaced in or at openings and must patch any damage caused by the
removal thereof to the approval of the City.
1.7 Submittals
A. Concrete mix design, admixtures, historical test data etc.
B. Weigh Masters Certificates for each truckload.
C. Curing Products, Hardeners etc.
1.8 The Contractor must review the project soils report, revised addendum and recommendations.
The Contractor must provide the batch plant with a copy of the recommendations and must
identify the site specific acid content.
1.9 All excavations must be inspected by the Geotechnical Engineer prior to placing rebar or
concrete.
1.10 All forming, rebar placement, concrete placement and concrete curing must be per the latest
requirements of the ACI Code or the local building code, whichever is more stringent.
2.0 FORMWORK
2.1 Where stakes will penetrate the concrete footings use only round steel stakes.
2.2 Forms must be tight enough to prevent leaking and must be level, plumb and straight to within 1/8
inch under a 10 foot straight edge and square within ¼ inch when overall diagonals are
measured.
2.3 The Contractor will be responsible for engineering, construction, maintenance and safety of all
formwork.
2.4 Coat all forms with form release compounds prior to pouring concrete. Protect rebar from release
compounds.
2.5 The Contractor must coordinate with project surveyor to provide construction staking and verify
foundation formwork prior to placing concrete. See Section 5-1.26A of the City Standards.
3.0 REINFORCEMENT
3.1 All concrete must be reinforced.
SPECIAL PROVISIONS
9
3.2 Reinforcement bars must be ASTM A-615 (Grade 60). See ACI 318 Chapter 7 for additional
requirements.
3.3 Reinforcing steel must be properly anchored and tied in place, or held up in slabs with proper
accessories. Hooking of bars while placing concrete is not allowed.
3.4 Bending of reinforcement must comply with ACI 318 Chapter 7 and must be bent only once.
Reinforcement must NOT be straightened once bent.
3.5 Provide proper safety devices for reinforcing extending beyond face of concrete pour and
formwork.
4.0 CONCRETE
4.1 Concrete must be “ready-mix” concrete per ASTM C 94 / C94M-07.
4.2 The minimum mix design must comply with the following:
A. ¾ inch aggregate.
B. Compressive strength – minimum 3,000 psi at 28 days (5-½ sacks of cement per yard
minimum).
C. Water – cement ratio at time of placement must be a maximum 0.45.
D. Slump at time of placement must be a maximum of 4” +/- 1”.
E. Air entrainment admixtures may be added to provide maximum 3-½% entrained air at the
point of placement.
F. Add surface hardener for flatwork concrete.
G. Fibers for crack control shall be provided a rate of 2.5 lbs/cy
H. Grace Products Eclipse 4500 (or approved equivalent) shall be included at a rate of 0.5 gal/cy
4.3 Concrete finishes must be as follows:
A. Exterior slabs – broom or as indicated on the plans.
B. Flatwork – control joints tooled at 4’-0” on center each way.
4.4 Break off all form ties below the concrete prior to commencing framing, patch all through wall tie
holes as required.
4.5 All embedded items must be accurately and firmly tied into place prior to inspection of concrete.
4.6 Special Inspection must be provided for all concrete work. Coordination with inspection
scheduling and cancellations will be the responsibility of the Contractor. Fees for late
cancellations or excessive wait times due to work not being ready for testing/inspection will be the
responsibility of the Contractor.
Division 5 Metals
1.0 GENERAL
1.1 See Division 1 General Requirements CBC Chapters 20 & 22, and American Welding Society
51.1 for additional requirements.
1.2 Submittal:
A. Shop Drawings.
B. Special Inspection Reports.
2.0 MATERIALS
2.1 Materials must comply with the following:
A. Rolled steel: ASTM A36.
SPECIAL PROVISIONS
10
B. Steel pipe: ASTM A53, Type E or S, Grade B.
C. Bolts: ASTM A307 unless otherwise noted.
D. Electrodes: ASTM A233 E-70XX.
E. Plates and bars: ASTM A36.
F. Zinc rich paint: Galvalloy or Devcon Z.
G. Non-metallic-shrink grout: Sika Grout 212.
2.2 All exposed metal, hardware and bolts must be double hot dipped galvanized. At welded
connections for handrails, joints shall be cold galvanized and such locations will be identified on
the submitted shop drawings.
3.0 FABRICATION
3.1 All fabrications must be done in accordance with AISC requirements.
3.2 Bolt holes must be oversized as follows:
Less than 5/8 inch 1/16 inch
5/8 inch – 7/8 inch 1/8 inch
1 inch & larger 3/16 inch
3.3 All shop welding must be done in the shop of an “approved fabricator” as accepted by the City.
3.4 All welding must be by certified welders and inspected by an AWS CWI as provided by the City.
Coordination with inspection scheduling and cancellations will be the responsibility of the
Contractor. Fees for late cancellations or excessive wait times due to work not being ready for
testing/inspection will be the responsibility of the Contractor.
3.5 Bolt holes in angles, channels and beams must be placed at the gage distances noted by AISC.
4.0 ASSEMBLY
4.1 Set structural frames accurately to the lines and elevations indicated. Align and adjust the
various members forming a part of a complete frame or structure before fastening permanently.
4.2 Clean the bearing surfaces and other surfaces which will have permanent contact before
assembly.
4.3 Level and plumb individual members of the structure within specified AISC tolerances.
4.4 The Contractor must provide any and all temporary shoring required to ensure safe and accurate
installation of steel framework.
4.5 Special Inspection must be provided for all structural welding not done in the shop of an approved
fabricator and when A325 bolts are used. See 2013 CBC Section 1701. The Contractor must
verify with the City that the Special Inspector is an approved Special Inspector for the work being
done.
4.6 Field touch-up: Coat all damaged areas with (2) coats of zinc rich paint.
4.7 Bolts must be tightened using the “turn of the nut tightening” method as follows:
A. Tighten all bolts in sequence until all bolts are “snug tight” which is defined as the full effort of
a man using an ordinary spud wrench.
B. After all bolts are ”snug tight” rotate the nut (making sure the bolt doesn’t rotate) ½ turn for
bolts not exceeding 8 diameters or 8 inches long, or 2/3 turn for bolts exceeding 8 diameters or 8
inches long.
4.8 All bolts must be installed with a washer under the bolt head and nut.
APPENDICES
11
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, 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.
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, Engineering Standards, Special Provisions, and any Addenda.
2. Accepted Bid.
4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5. Noncollusion Declaration.
6. Plans.
7. List of Subcontractors.
APPENDICES
12
8. Agreement and Bonds.
9. Insurance Requirements and Forms.
ARTICLE IV. 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
Katie Lichtig, City Manager
APPROVED AS TO FORM CONTRACTOR
Christine Dietrick
City Attorney
NAME OF COMPANY
NAME OF CAO/PRESIDENT
Rev. 12-28-09