HomeMy WebLinkAbout06-16-2015 C5 City Wayfinding Plans-Specs
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
CITY WAYFINDING SIGNS
PHASE 1
SPECIFICATION NO 90740C
MAY 2015
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
COUNCIL READING FILE 1
CITY WAYFINDING SIGNS
PHASE 1
Specification No. 90740
Approval Date: June 16, 2015
MAY X, 2015
MAY X 2015
COUNCIL READING FILE 1
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 July 16, 2015
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked:
City Wayfinding Signs, Specification No. 90740C
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:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of:
1. $20.00 if picked up in person, or
2. $30.00 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
COUNCIL READING FILE 1
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:
www.slocity.org/government/department-directory/public-works/documents-online/construction-documents
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, Bridget Fraser at (805) 781-7192 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:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals.
PROJECT INFORMATION
In general the project includes furnishing and installing custom roadway directional signs, poles,
foundations, removing and/or relocating existing roadway signs. Removing and replacing side walk,
patching sidewalk and all work as called for in the plans and specifications
The project estimated construction cost is Base Bid: $59,500; Total Project Bid (Base + Alts.): $89,600.
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.
QUALIFICATIONS
You must possess a valid Class A 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 of the Labor Code.
You must have experience constructing projects similar to the work specified for this project. Provide three
similar reference projects, on the forms provided, completed as either the prime or subcontractor. All
referenced projects must be completed within the last five (5) years from this project’s bid opening date.
At least 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.
The referenced projects include installation of roadway signs.
Your sign fabricator must have experience fabricating signs similar to this project. Provide a minimum of
three reference sign projects, on the forms provided, within the last 3 years where two of the projects
include fabrication of custom vehicular roadway signs that comply with California Manual of Uniform Traffic
Control Devices (MUTCD) 2012 edition. Provide photographs of completed signs for each referenced
project.
COUNCIL READING FILE 1
NOTICE TO BIDDERS
iii
Failure to provide reference projects as specified in this section and as required on the qualification form is
cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the
Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the
bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best
interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice
to Bidders.
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 TOTAL PROJECT BID.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the
total contract price are required in compliance with Section 3-1.05 of the Standard Specifications.
COUNCIL READING FILE 1
NOTICE TO BIDDERS
iv
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 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.
COUNCIL READING FILE 1
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: City Wayfinding Signs- Phase 1A, Specification No 90740C
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
Base Bid
1 56 Furnish & Install Sign Type 1A w/ wood posts EA 3
2 56 Furnish & Install Sign Type 1A w/ metal posts EA 3
3 56 Furnish & Install Sign Type 1A (Sign Panel Only)-ID 31 EA 1
4 56 Furnish & Install Sign Type 1B (Sign Panel Only)-ID 30 EA 1
5 56 Furnish & Install Sign Type 2A EA 3
6 56 Install City-furnished Sign Type 2B EA 9
7 56 Furnish & Install Sign Type 2D EA 1
8 15 Remove (E) Sign Panel & Post EA 6
9 15 Relocate (E) Sign Panel & Post EA 2
10 Remove (E) Sign Panel EA 4
11 Relocate (E) Sign Panel EA 1
12 73 Remove & Replace Sidewalk SQFT 50
13 73 Remove & Replace Mission Style sidewalk SQFT 100
Total Base Bid: $
Bid Alternates (Additive)
14 73 Furnish & Install Sign Type 1A w/ wood posts -ID 1 EA 1
15 73 Furnish & Install Sign Type 1A w/ wood posts -ID 3 EA 1
16 73 Furnish and Install Sign Type 1A w/ metal posts -ID 12 EA 1
17 73 Furnish and Install Sign Type 1A w/ metal posts -ID 13 EA 1
18 73 Furnish & Install Sign Type 1B-ID 10 EA 1
19 73 Furnish & Install Sign Type 2A-ID 2 EA 1
20 73 Furnish & Install Sign Type 2A-ID5 EA 1
21 73 Furnish & Install Sign Type 2D - ID 4 EA 1
22 73 Furnish & Install Sign Type 2D- ID 26 EA 1
Alternate Bid Total: $
Total Project Bid (Base Bid + Alternative Bid): $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work.
COUNCIL READING FILE 1
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
Bid Item
Number/Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
(Rev 9-07)
COUNCIL READING FILE 1
BID FORMS
C
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 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.
COUNCIL READING FILE 1
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 agen t 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:___________________________
COUNCIL READING FILE 1
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
COUNCIL READING FILE 1
BID FORMS
F
Qualifications - Contractor
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 roadway signs?
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 roadway signs?
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 roadway signs?
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 □
COUNCIL READING FILE 1
BID FORMS
G
Qualifications – Sign Fabricator
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. Attach photographs of installed signs for each reference project.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name & Site Address:
Does this project include fabrication of
custom roadway signs?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Do the signs fabricated for this project
comply with the Calif. MUTCD?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Does this project include fabrication of
custom roadway signs?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Do the signs fabricated for this project
comply with the Calif. MUTCD?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Does this project include fabrication of
custom roadway signs?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Do the signs fabricated for this project
comply with the Calif. MUTCD?
Yes □ No □
COUNCIL READING FILE 1
BID FORMS
H
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)
COUNCIL READING FILE 1
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. Plans and Special Provisions for City Wayfinding Signs-Phase 1A, Specification No. 90740C.
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.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description
Comply with the provisions of the following sections for general, material, construction, and payment
specifics:
1. 12 Temporary Traffic Control
2. 13 Water Pollution Control
3. 15 Existing Facilities
4. 56 Signs
5. 73 Concrete Curbs and Sidewalks
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Work hours in the Downtown core are to 7 A.M. to 11 A. M.
Adjustments to working hours may be imposed due to public traffic impacts in compliance with section 7-
1.03B.
COUNCIL READING FILE 1
SPECIAL PROVISIONS
2
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 5-1.20B(5) Comply with Local, State and Federal Regulations
A Caltrans encroachment permit is required for work within the State right-of-way. Comply with the
Caltrans encroachment permit issued for this project and attached as Appendix A. Full compensation for
compliance with the Caltrans Encroachment Permit is included in the lump sum pay item for Caltrans
Encroachment Permit.
Add to Section 5-1.36A General
Repair to damage must comply with the associated sections of the specifications, standards, and plans.
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:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
6 CONTROL OF MATERIALS
Add to Section 6-2.03 Department Furnished Materials
The Engineer will provide, for installation on the project, signs designated as Sign Type 2B consisting of
the following components:
1. built-up sign panel with bracing
2. bracket for attachment to pole (contractor provides banding)
3. 4” OD aluminum pole
4. Decorative base
5. Breakaway kit
You will be required to pick up signs at the City’s Corporation Yard, 25 Prado Rd., and deliver to work
site.
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 7-1.03B Traffic Control Plan
Work hours are restricted to 7:00 A.M. to 11:00 A.M. in the downtown core. Check with traffic on arterials
….Monterey, Santa Rosa (CT), Broad, Santa Barbara, Osos, Marsh….any restrictions? Does Caltrans
have any restrictions in State ROW?
COUNCIL READING FILE 1
SPECIAL PROVISIONS
3
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 in
order to restore free flowing of traffic.
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
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
COUNCIL READING FILE 1
SPECIAL PROVISIONS
4
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
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.
COUNCIL READING FILE 1
SPECIAL PROVISIONS
5
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
3. representative authorized to sign change orders
4. Caltrans equipment rental rates for equipment used to complete work
5. work schedule
6. traffic control application
7. traffic control plans
8. water pollution control plan
9. location of construction yard
10. location of disposal site
11. evidence construction yard is correctly permitted if construction yard is not your business address
12. evidence disposal yard is correctly permitted.
13. door hanger for notification of adjacent properties
Add to 8-1.04B Standard Start
Within 10 days of execution the contract, place order for signs and poles and provide to the Engineer
written evidence of the order(s) and the manufacturer’s/fabricators estimated date for delivery.
Contract time will commence 5 working days prior to confirmed delivery date of signs and/or poles.
Provide a work schedule based on the contract start time and delivery date of the products.
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:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents. Provide WPCP plan at the pre-construction conference.
COUNCIL READING FILE 1
SPECIAL PROVISIONS
6
15 EXISTING FACILITIES
Add to Section 15-2.02A Remove General:
Properly dispose of Items called for removal.
Add to Section 15-2.02J Remove Roadside Signs.
Remove and dispose of sign panels, posts, sleeves and/or foundations as called for on the plans or as
directed by the Engineer. Repair surface by
1. Sidewalk: Patching sidewalk to match existing sidewalk color.
2. Brick infill: Repairing brick infill in-kind.
3. Landscaped area: Backfilling hole with native
Add to Section 15-2.09A Relocate General:
Items called to be relocated must be protected from damage until reinstalled. You must store these items.
Items to be reinstalled that are damaged by you will be replaced in-kind by you at no cost to the City.
Add to Section 15-2.09C Relocate Roadside Signs:
Install relocated sign panels and posts in accordance with Engineering Standard 7210. Sleeves may be
reused if not damaged during removal.
Replace Section 15-3.04 Concrete Removal Payment with:
Payment for removing and disposal of concrete sidewalk, reinforcement steel, and base materials is
included in the various payments for replacing sidewalk.
DIVISION VI STRUCTURES
56 SIGNS
Add to Section 56-1 General:
The City wayfinding signs will comply with the details and specifications for the signs and poles found in
Attachment B, Section 56 and the plans.
Refer to Section 8-1.04 “Start of Job Site Activities” for requirements related to procurement of the signs
and poles for this project.
COUNCIL READING FILE 1
APPENDICES
7
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.
COUNCIL READING FILE 1
APPENDICES
8
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:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
Rev. 12-28-09
COUNCIL READING FILE 1
APPENDICES
9
Appendix B
City Wayfinding Sign Specification
COUNCIL READING FILE 1
APPENDICES
10
1-1 GENERAL
1-1.01 Summary.
This Section includes specifications for the City’s wayfinding signs including fabricating, furnishing and
installation of the sign panels and poles, complete and in place. The wayfinding signs must comply with:
1 Section 56, “Signs” of the City’s and state standard specifications
2 Applicable engineering standards
3 California MUTCD latest edition
4 AASHTO Standard Specifications for Highway Signs, Luminaries and Traffic Signals latest edition
5 Project plans
Concrete sidewalk removal and replacement will comply with Section 73.
Concrete for foundations is class 3/minor concrete in compliance with Section 90.
For reference, existing wayfinding signs can be found in the downtown. Call project manager for specific
locations.
1-1.02 Submittals
Submittals must comply with section 5-1.23 Submittals of the standard specifications.
Provide material specifications/manufacturer cut sheets for:
1 Aluminum sheeting
2 Retroreflective sheeting
3 Translucent Ink
4 Anti-graffiti films/coatings
5 Powdercoating process
6 Paint system
7 Steel Poles
8 Breakaway system
9 Sign bracing and brackets
Provide 4 x 4 color samples for sign paint and pole powdercoatings.
Provide 4 x 4 color samples of translucent ink applied to retroreflective sheeting.
Provide full size sample of digitally printed bronze colored vinyl seal.
Provide documentation of
1. FHWA compliant poles and breakaway systems
2. Pole manufacturer’s design specifications.
Provide shop drawings for sign panel fabrication details including:
1. Layout of sign graphics and legends
2. Sign panel bracing and attachment to sign panel
3. Pole to sign panel connections
1-1.03 Quality Control and Assurance.
1-1.03A Sign Fabricator Qualifications.
Signs must be fabricated by a qualified and experienced sign fabricator whose primary course of
business includes production of signs similar to the signs identified in this specification. Provide
references and documentation as called for in the Qualifications section of the Notice to Bidders
Zumar Industries, Inc is a pre-approved sign fabricator.
COUNCIL READING FILE 1
APPENDICES
11
1-2 MATERIALS
1-2.01 General
Comply with Section 56-2.01B Materials of the Standard Specifications, the plans and the exhibits.
Signs and posts shall be of high quality materials and workmanship.
Signs shall be free from blemishes that could affect serviceability and detract from the general sign color
and appearance when viewed during the daytime and nighttime.
The face of completed signs must be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel,
hard spots, streaks, extrusion marks, and air bubbles.
The front, back, and edges of sign panels must be free of router chatter marks, burns, sharp edges, loose
rivets, delaminated skins, excessive adhesive over-spray, and aluminum marks.
Signs and poles must not be chipped or bent.
Sign substrates/surfaces shall be properly prepared in accordance with manufacturers guidelines before
application of reflective sheeting/coatings, etc.
All sign materials, including substrates, retroreflective sheeting, films, inks, vinyl overlays, paints and
coatings shall be suitable for an outdoor environment.
City will provide digital graphic production files (Adobe Illustrator format) for each sign including emblem,
text, symbols and arrows.
Material samples and shop drawings must be approved before fabrication of signs begins. Any fabrication
started prior to obtaining approved material samples and shop drawings will be at fabricator’s risk.
1-2.02 Colors:
Text: white
Sign Background (including back, edges and brackets): Match PMS# 4625C Dark Brown
Borders/separators: Match PMS# 873C Gold Metallic
Metal Poles: RAL 6009 (or match PMS# 5605) Dark Forrest Green
Wood Posts: Stain to match “Sagebrush” semi-solid stain by Cabot or approved equal.
1-2.03 Signs Panels
Sign substrate must be 1/8” minimum thick aluminum alloy 6061-T6 sheeting complying with ASTM
B2099 unless approved otherwise. Aluminum sheet must be pretreated for corrosion resistance under
ASTM B449.
Sign panel bracing channels and brackets shall be from a single manufacturer such as Signfix by Band-it
IDEX, Inc. or Adjust-a-Sign by Xcessories Squared or approved equal. Bracing channels must be
aluminum alloy 6061-T6 extrusions attached to the sign panels using VHB tape, tack welded and
stainless steel countersunk rivets. Rivets must be concealed and must not penetrate the sign sheetings.
Channels must be painted or polyester powder coated to match sign background color (brown). Brackets,
banding, clips used to attach sign to pole must be stainless steel. Brackets, clips and banding to attach to
metal poles shall be painted or polyester powder coated to match pole (green). Brackets for wood posts
may be stainless steel finish.
City emblem must be a digitally printed vinyl bronze-colored graphic or approved equal. The City emblem
is not required to be retroreflective.
Sign background, text, arrows and symbols must be retroreflective and must meet California 2012
MUTCD requirements for Community Wayfinding Signs unless otherwise authorized by the City Engineer.
COUNCIL READING FILE 1
APPENDICES
12
Minimum luminance ratio of legend to background shall be 3:1. (per MUTCD Section 2D.50 18) with
minimum retro-reflectivity levels (cd/lx/m2) as follows: White ≥ 35; Brown ≥ 7.
Reflective sheeting must be 3M Diamond Grade or High Intensity Prismatic reflective sheeting or
approved equal that meets ASTM D4956-04 Type IV or better.
Prepare substrates and apply reflective sheeting in accordance with manufacturer’s instructions.
Sign information must be imprinted in 1/4-inch upper case letters and numerals. Locate this information
on the back, lower right of each sign panel so that it will not be blocked by a sign post or mounting frame.
Sign information must include the following:
1. Phrase "Property of the City of San Luis Obispo"
2. Sign fabricator's name
3. Month and year of fabrication
4. Type of retroreflective sheeting
5. Sheeting manufacturer's identification and lot number for the retroreflective sheeting
Sign font will be Holland Title.
Text and graphics for each sign will be provided by the City.
Signs will be created using a white retroreflective sheeting with a brown translucent ink overlay (text to be
reversed out with white reflective sheeting to show through), unless approved otherwise. Translucent ink
must be of a type recommended by the retroreflective sheeting manufacturer.
Symbols will be vinyl overlay as recommended by sheeting manufacturer.
Borders and rule lines will be painted or graphic film such as 3M Opaque Graphic Film.
Sign panels must have a non-sacrificial anti-graffiti protective film overlay such as 3M 1160 Series overlay
film. Film type shall be as recommended by the retroreflective sheeting manufacturer.
Back and edges of signs will be painted brown. Paint system shall be a polyurethane paint system by
Mathews Paint including primers, topcoats and clear coats specifically formulated for aluminum
substrates. Substrate preparation and coating shall be per manufacturer’s recommendations.
Hardware for connections and attachments shall be galvanized steel or stainless steel and shall be
concealed or vandal resistant.
Sign Tolerances. Signs shall be within 1/8” of dimensions shown or as approved. Flatness of finished sign
face shall be within ± 1/32 in/lf across the plane of the panel.
1-2.04 Poles/Posts
Sign pole and posts including anchorage and breakaway devices shall be FHWA breakaway compliant.
Submit evidence of FHWA approval and provide pole/bracket manufacture’s structural design information.
Metal poles, bases and breakaway (unless concealed by base) must be provided with a highly durable
UV and salt spray resistant polyester powder coating with a semi-gloss finish intended for exterior use..
Steel poles shall be welded or seamless steel pipe per ASTM A500 and shall be galvanized prior to
powder coating.
Wood posts will be 6 inches x 6 inches Douglas Fir or Hem-FIr and must comply with Section 56-4.02C of
the State Standard Specifications. Treated posts will be stained with a semi-solid wood stain for exterior
surfaces. Prepare and apply stain in accordance with paint manufacture’s recommendations
COUNCIL READING FILE 1
APPENDICES
13
Preapproved steel poles:
1. 4” OD smooth straight (non-tapered) steel pole, 11 gauge, with welded on baseplate, cap
matching powder coated base cover such as WJM Model No RS40011xx-CT/G-PC-BC. Provide
WJM Breakaway Support Coupling Model No. BSC-0.75 or Transpo Pole-Safe Model No 5075
with Type C Female Anchors.
Approved equal poles may be submitted for approval. Provide documentation that the poles, breakaway
system are properly sized for the intended use.
Concrete for foundations will be Class3/Minor (2500 psi) concrete per Section 90.
Anchors will be galvanized.
1-3 CONSTRUCTION
Refer to section 56-4.03 Roadside Signs Construction of the Standard Specifications.
Coring the concrete sidewalk surface is allowed except where the plans or the USA markings indicate the
requirement for hand digging. In areas requiring hand digging, a sidewalk panel must be removed and
replaced in compliance with Section 73.
1-4 PAYMENT
The unit price payment for the various types of wayfinding signs (except Sign Type 2B) includes full
payment for fabrication, furnishing, assembling, installing the sign panels, poles, bases, breakaway
assemblies, anchor bolts, coring concrete sidewalk, excavating materials, concrete foundations and
furnishing all hardware and brackets necessary for a complete sign installation.
The unit price payment for wayfinding Sign Type 2B includes full payment for loading and transporting the
City furnished signs (sign panels, poles, breakaway assemblies, ornamental base) from Corporation Yard
to worksite, assembling, installing the sign panels, poles, bases, breakaway assemblies, coring concrete
sidewalk, excavating materials, furnishing and installing concrete foundations, and furnishing all hardware
and brackets necessary for a complete sign installation.
COUNCIL READING FILE 1
APPENDICES
14
Appendix C
Cal Trans Encroachment Permit
COUNCIL READING FILE 1
CO
U
N
C
I
L
R
E
A
D
I
N
G
F
I
L
E
1
CO
U
N
C
I
L
R
E
A
D
I
N
G
F
I
L
E
1
CO
U
N
C
I
L
R
E
A
D
I
N
G
F
I
L
E
1
CO
U
N
C
I
L
R
E
A
D
I
N
G
F
I
L
E
1
CO
U
N
C
I
L
R
E
A
D
I
N
G
F
I
L
E
1