HomeMy WebLinkAbout06-14-2016 Item 13 Council Reading File - 90650 Special ProvisionsREV 1, DMA 7-3-15
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
SINSHEIMER PARK PLAYGROUND RENOVATION
Specification No. 90650
MAY 2016
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Sinsheimer Park Playground Renovation
Specification No. 90650
Approval Date: June 14, 2016
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 21, 2016
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Sinsheimer Park Playground, Specification No. 90650
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. $50.00 if picked up in person, or
2. $80.00 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:
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, Dan Van Beveren at (805) 783-7715 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 a complete renovation of the existing Sinsheimer Park playground area.
The project involves removing and disposing of play equipment, foundations, sand, concrete flatwork and
curbs, asphalt walks, trees and landscaping, rubberized surfacing and concrete bases, embankments,
grading and compacting, installation of city-furnished play equipment, installation of drainage system, gravel,
filter fabric, and wood fiber surfacing, concrete curbs, walkways, flatwork, retaining walls and access ramps,
picnic tables, benches, trash receptacles, installation of irrigation system, landscaping, erosion control and
other improvements as shown on the plans.
The project estimated construction cost is $529,700.
Contract time is established as 80 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 at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
QUALIFICATIONS
You must possess a valid Class A Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered with the
Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.
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.
At least one of the three referenced projects must have been completed under contract with a city,
county, state or federal government agency as the prime contractor. At least two of the referenced
projects must include construction of public parks or public playgrounds. If a subcontractor is to
be used to install the playground equipment, provide evidence that the subcontractor has
experience installing play equipment of similar size and scope on at least three projects
completed within the last five years.
NOTICE TO BIDDERS
iii
Failure to provide reference projects as specified in this section and as required on the qualification forms
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 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.
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 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be
made as early as possible in the bidding process to allow time for accommodation.
BID FORMS
A
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 Park Playground Renovation, Specification No. 90650
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
Miscellaneous
1 13 Water Pollution Control LS 1
2 7 Construction Fencing LS 1
3 77 Play Equipment Handling &
Storage LS 1
Demolition
4 15 Demolition LS 1
5 15 Salvage Lion Head Fountain LS 1
6 15 Relocate Volleyball Posts LS 1
7 15 Relocate/Reset BBQ Grill EA 3
8 16 Clear & Grub LS 1
Earthwork
9 19 Remove Play Sand LS 1
10 19 Earthwork LS 1
11 19 Import Borrow (Fill) CY 60
12 19 Rock Excavation CY 80
Concrete Work
13 73 Concrete Containment Curb LF 530
14 73 Concrete Access Ramp SQFT 150
15 73 Concrete Retaining Curb LF 180
16 73 Concrete Header LF 85
17 73 Concrete Volleyball Curb LF 125
18 73 Concrete Flatwork/Walkways -
4" reinforced SQFT 4,160
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
19 73 Concrete Flatwork/Vehicular - 5"
reinforced SQFT 2,520
20 51 Concrete Wall & Foundation -
Elevated Playground Entry LF 30
21 73 Concrete Steps with Cheek Wall SQFT 110
Metal
22 83 Stair Way Handrails - pipe metal
galvanized LS 1
Drainage
23 68 (F) Crushed Gravel - Play Area CY 155
24 68 Solid PVC Drain LF 121
Playground Features
25 77-5 (S) Install 2-5 Play Structure
(City Furnished) LS 1
26 77-5 (S) Install Animal/Magic Ball
Play Panels (City Furnished) LS 1
27 77-5 (S) Install Tot Swing
(City Furnished) LS 1
28 77-5
(S) Install Ski Slide Tot
Embankment Slide
(City Furnished)
LS 1
29 77-5
(S) Install 5-12 Play Structure-
Mega Tower & Attached Play
Components (City Furnished)
LS 1
30 77-5 (S) Install Free Rider
(City Furnished) LS 1
31 77-5 (S) Install Mantis Zipline
(City Furnished) LS 1
32 77-5 (S) Install 14’ Embankment
Slides (City Furnished) EA 2
33 77-5 Engineered Wood Fiber (EWF) SQFT 8,410
34 77-5 Wear Mats EA 8
35 77-5 (S) Poured-in-Place Rubber
Surfacing (4’ fall height min) SQFT 565
36 77-5 (S) Poured-in-Place Rubber
Surfacing (8’ fall height min) SQFT 930
37 77-5 (S) Synthetic Grass SQFT 1,155
Site Furnishings
38 77-5 Bench EA 6
39 77-5 Trash Receptacle EA 6
40 77-5 ADA Picnic Table EA 5
41 77-5 Picnic Table (non-ADA) EA 1
Landscaping
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
42 20 (S) Irrigation LS 1
43 20 (S)Trees - 36" Box EA 13
44 20 (S) Shrubs - 5 Gallon EA 158
45 20 (S) Shrubs – 1 Gallon EA 17
46 20 (S) Sod LS 1
47 21 (S) Erosion Control Seed Mix LS 1
48 20 Mulch - Planted Areas SQFT 6,760
49 20 Mulch – Redwood Area (City
Furnished) SQFT 4,450
50 20 Landscape Boulders - Size A EA 4
51 20 Landscape Boulders - Size B EA 9
52 20 90 Day Maintenance MONTH 3
Bid Total$
Company Name:
(1) Refers to section in the Standard Specifications, with modifications in the Special Provisions that describe
required work.
BID FORMS
D
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard
specifications, the Bidder is required to furnish the following information for each Subcontractor
performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for
the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as
allowed in section 5-1.13 of the standard specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth
of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered
with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
Address and Phone
Number of Office, Mill or
Shop Specific Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
E
(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
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
BID FORMS
F
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
G
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
H
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 and Project Site Address:
Is this similar to the project being bid or
did this project include a public
playground?
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 and Project Site Address:
Is this similar to the project being bid or
did this project include a public
playground?
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 and Project Site Address:
Is this similar to the project being bid or
did this project include a public
playground?
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
I
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. Special Provisions for the Sinsheimer Park Playground Renovation; Specification No. 90650
2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2016 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
Add to Section 1-1.07B Definitions Glossary
References to owner or City will mean Engineer as defined in Section 1-1.07B Glossary
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. 13 Water Pollution Control
2. 14 Environmental Stewardship
3. 15 Existing Facilities
4. 16 Clearing and Grubbing
5. 19 Earthwork
6. 20 Landscape and Irrigation
7. 21 Erosion Control
8. 51 Concrete Structures
9. 59 Painting
10. 68 Subsurface Drains
11. 73 Concrete Curbs and Sidewalks
12. 77 Local Infrastructure
13. 83 Railings and Barriers
SPECIAL PROVISIONS
2
Add Section 4-1.03A Project Specific Signage
Maintain Sales Tax Revenue signage in the work area. Return Sales Tax signs at the end of the project or
upon the Engineer’s request.
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Coordination with Park Events/Activities. Sinsheimer Park is a highly used public facility. You will be required to
coordinate and schedule your work around any authorized park events and daily activities and ensure that your
operations do not interfere with these events and activities. You must ensure that the work site, staging areas,
public walkways and streets are cleaned and swept or otherwise protected from the public. Your equipment and
vehicles may not be left in the park over any weekend without authorization from the Engineer.
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.
This playground renovation project and contractor’s work shall comply with
1. Department of Justice, ADA Standards (2010) and State 2013 California Building Code requirements
as it pertains to accessible routes and public play areas.
2. California Playground Safety Act (Health and Safety Code section 115725-115735) which requires
conformance with the current additions of playground-related national technical standards set by the
American Society on Testing and Materials (ASTM) and The Public Playground Safety
Handbook: Publication #325 published by the U.S. Consumer Product Safety Commission (CPSC).
The project plans have been approved by the Building Division of the Community Development Department for
a building permit. Contractor must obtain a no-fee encroachment permit and the no-fee building permit for this
work. Prior to issuance of permits, Contractor must submit for approval:
1. Construction & Demolition Recycling Plan. Refer to Section 4-10.01 “Solid Waste Disposal and
Recycling” of these Special Provisions
2. Water Pollution Control Plan. Refer to Section 13.
3. Traffic Control application and plan, if needed. Refer to Section 7-1.03B
Add to Section 5-1.32 Areas of Use:
You are expected to use the volley ball and adjacent lawn areas within the worksite for staging of equipment and
materials. You may have use of 10 parking spaces within the Sinsheimer Park parking lot during work hours mid-
week with approval of the Engineer. Coordinate location of these spaces with the Engineer and Parks and
Recreation Department. Staging areas must be fenced and secured or within the fenced and secured work site as
required per Section 7-1.04 Public Safety of these Special Provisions
Access to stadium, ball fields, tennis courts and other park facilities must be maintained clear, open and safe at all
times and will require phasing of the pathway demolition and installation of new walkways as specified in Section
10-1.02 “Work Sequencing, “ of these Special Provisions.
Add to Section 5-1.36A Property and Facility Preservation, General:
Repairs to damaged property and facilities must comply with the associated sections of the specifications,
standards, and plans.
Contractor shall access the project site from the Sinsheimer Park parking lot as shown on the plans. Any damage
to access routes caused by you, including but not limited to, turf, trees, walkways, asphalt, striping, irrigation and
other underground utilities, must be repaired to current city standards at no additional cost.
SPECIAL PROVISIONS
3
Add to Section 5-1.36D Property and Facility Preservation, 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
Sales Tax Signs. The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain Sales
Tax signage in work area. Return Sales Tax signs at the end of the project or upon the Engineer’s request.
Play Equipment. The Engineer will furnish play equipment for this project. Refer to Section 77-5.03 for more
information. Play Equipment will be shipped to Sinsheimer Park. Contractor is responsible to coordinate and
provide appropriate equipment for offloading of the play equipment and to provide secure storage at the job
site until installed.
BBQ posts. The Engineer will furnish the posts to reset the existing BBQ grills. Arrange to pick up the posts at
the City Corporation yard at 25 Prado Road
Green Waste Mulch. The Engineer will furnish the green waste mulch for spreading under the redwood trees
as shown on the plans. Arrange to pick up and load mulch at the City Corporation yard at 25 Prado Road.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.02K(1) Labor Code, General
The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
Add to Section 7-1.03B Public Convenience, Traffic Control Plan
If traffic control is needed for this project, provide a 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.
Add to Section 7-1.04 Public Safety:
You understand that the work to be done under this contract is located in a highly used public park and
playground. You will make every effort and will be responsible to protect the park users from the construction
site including staging areas and access route from the parking lot.
You must provide a rigid 6’ minimum high chain-link or other rigid work site fence surrounding the work site
(including any staging and storage areas) and provide other such safe guards and facilities to keep park users
SPECIAL PROVISIONS
4
from entering the construction area. You must leave work site clean and free from hazards at the end of each
day and on weekends. Walkways must be swept daily. All tools, forms, stakes, hardware, paint cans, building
materials and/or any other items that could be a potential hazard to children and park users must be removed
from the work site at the end of each day. Coordinate work-site fence with staging and phasing as identified on
the plans and as specified in Section 5-1.32, “Areas of Use,” of the Special Provisions.
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
The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines or
mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of any local,
state or federal regulation, as well as all attorney fees, costs and expenses of any kind which directly or
indirectly arise out of or are in any way associated with enforcing this indemnity provision against the
Contractor.
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:
SPECIAL PROVISIONS
5
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
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.
7-1.06G 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
SPECIAL PROVISIONS
6
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.
Replace the 2nd sentence of the 2nd paragraph of 8-1.03 Preconstruction Conference with:
The preconstruction conference will be scheduled a minimum five (5) days prior to the contractor’s designated
“work start date” as determined in Section 8-1.04B.
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
Replace 1st and 2nd paragraph of Section 8-1.04B Start of Job Site Activities, Standard Start with:
After award and execution of the contract, the City will place the orders for the city-furnished play equipment. It is
estimated that procurement will take 6-12 weeks. The City will provide the contractor with a tentative delivery date
for the play equipment. Within 10 days of receiving the tentative delivery date, the Contractor must provide a work
schedule based on this delivery date of the equipment. Work schedule must indicate the “work start date” and the
critical path based on the tentative delivery dates of the play equipment. Schedule must show work continuing to
completion without interruption.
Said work shall be diligently prosecuted to completion before the expiration of the contract time stated in the Notice
to Bidders, beginning on the “work start date” stated in the contractor’s schedule.
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.
SPECIAL PROVISIONS
7
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
Add to Section 10-1.02 Work Sequencing:
In order to minimize impacts to the tennis court access from the Sinsheimer Park parking lot, work to remove
the asphalt walkway through the redwood trees must be done after the new walkway is completed and placed
in service.
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A
A simplified or minor WPCP plan form for construction projects less than 1 acre of disturbance along with BMP
fact sheets and handbooks may be obtained on the City’s website:
http://www.slocity.org/home/showdocument?id=7147
14 ENVIRONMENTAL STEWARDSHIP
Add to Section 14-9.02A Air Pollution Control, General:
The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The
annual APCD permit and construction log files are located on the City’s website:
http://www.slocity.org/publicworks/slostandards.asp
You are required to comply with the APCD permit including all notification and construction logs using the
appropriate equipment. Provide training to all workers in the construction area.
You must comply with section 77-1 of the standard specifications.
Add to Section 14-9.02C Air Pollution Control, Construction:
Where contamination is encountered, you are responsible to:
1. monitor
2. record
3. report
H2S and Hydrocarbon FID readings taken every hour during work in the contamination zone or as directed by
the Engineer.
Appropriate Personal Protective Equipment (PPE) must be used.
Add to Section 14-9.02D Air Pollution Control, Payment
Full compensation for APCD compliance and applicable engineering standards is included in the payment for
other bid items unless a bid item of work is shown on the bid list item.
Add to Section 14-9.03A Dust Control, General:
Construction vehicle speed at the work site must be limited to 15 miles per hour.
Prior to any ground disturbance, sufficient water must be applied to the area to be disturbed to prevent visible
emissions from crossing the property line;
Areas to be graded or excavated must be kept adequately wetted to prevent visible emissions from crossing
the property line;
Equipment must be washed down before moving from the property onto a paved public road;
SPECIAL PROVISIONS
8
Visible track-out on the paved public road must be cleaned before end of work day using wet sweeping or a
HEPA filter equipped vacuum device.
Use of non-potable water is required in all construction and dust control work.
Add to Section 4-10.01 Solid Waste Disposal and Recycling, General
This project is subject to the City’s Construction and Demolition Debris Recycling Ordinance. Prior to issuance
of the project building permit, you must complete, and submit for approval, a Construction & Demolition
Recycling Plan and Disposal Report form. A copy of this form can be found at the end of these Special
Provisions. Form must be submitted for approval to the City’s Utilities Conservation Office at 879 Morro Street,
San Luis Obispo.
Information about the City’s Recycling Ordinance and instructions for filling out the form can be found at the
following link: http://www.slocity.org/home/showdocument?id=4388.
Replace Section 14-10.02 Solid Waste Disposal and Recycling Report, General
Contractor is responsible to submit weight tickets and complete the “After Construction” section 3 of the
Construction & Demolition Recycling Plan and Disposal Report before project is accepted for completion.
15 EXISTING FACILITIES
Add to Section 15-1.04 General, Payment
Payment for removing concrete, asphalt, play equipment, play sand, rubber surfacing foundations, picnic
tables, irrigation facilities and other items called for removal are included in the Lump Sum bid item for
“Demolition” unless another bid item for the work is given.
Add to Section 15-2.02A Remove, General:
Properly recycle or dispose of Items called for removal.
Prior to removing play area sand, place a portion of the clean play sand from the play area in the volley ball
court as directed by the Engineer. Any remaining unused sand from the play area must be removed and
recycled or disposed of offsite.
Add to 15-2.02L Remove Irrigation Facilities.
Removing irrigation lines within the demolition area as called for on the plans. The remaining irrigation lines
must be capped outside of the demolition area to allow the irrigation system to remain in service during
construction.
Add to Section 15-2.02B (1) Remove Pavement, General
To minimize impact to tree roots, removal of the asphalt pathway under redwood trees where shown on the
plans will consist of removing only the asphalt concrete layer and header boards where they exist. Base
materials will remain in place. Backfill depressions with native soil from project excavation. Top with a 3 inch
layer of City-furnished green waste mulch.
Add to Section 15-2.03A Salvage General:
Salvage the Lion Head drinking fountain and associated brass plaque and deliver to City Corporation Yard at
25 Prado Road.
Add to Section 15-2.08A Reset General and 15-2.09A Relocate, General:
Items called to be relocated or reset must be protected from damage until reinstalled. You must store these
items. Items to be reinstalled that are damaged by you must be replaced in-kind by you at no cost to the City.
SPECIAL PROVISIONS
9
In lieu of relocating or resetting existing items, contractor may, as an option, dispose of the existing item and
provide new items in-kind. New items must be approved by the Engineer before disposing of the existing
items.
Add to Section 15-3.03 Concrete Removal, Construction:
Existing play equipment footings and foundations must be removed entirely. Excavations must be backfilled
with native or Class 2 aggregate base and compacted to 90% to new subgrade elevations.
Replace Section 15-3.04 Concrete Removal, Payment with:
Payment for removing, disposing and/or recycling of all concrete items, reinforcement steel, and base
materials is included in the lump sum bid item for “Demolition.”
DIVISION III GRADING
17 WATERING
Replace section 17-1.01A with:
Use of potable water from City water mains and fire hydrants is not allowed. Construction water must be
recycled water, which you can obtain through the City’s Utilities Department. A no-fee permit will be issued
which will allow for the use of recycled water. Call (805) 781-7215 for more information regarding the City’s
recycled water permit program.
19 EARTHWORK
Add to Section 19-1.01A General, Summary:
For the purposes of this project, all references to “roadway” or “highway” found in section 19 is defined as
“project site,” or “project improvements.” For example, Roadway Excavation means Project Site Excavation.
Earthwork will be done in accordance with the plans, these special provisions, the standard specifications and
the project soils report prepared by Earth Systems Pacific, dated May 8, 2015 (Soils Report), and subsequent
addendums (Refer to Appendix B). In instances where conflicts exist the more stringent will apply unless
approved otherwise by the Engineer.
Earthwork must comply with Section 77-1 Excavation and Restoration.
Add to Section 19-1.01B:
hard bedrock: Firm, hard bedrock which when tested under ASTM D1586, yields a blow count of 50 blows per
3 inches or less of penetration.
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.
Add section 19-1.03F Rock Excavation:
Notify the Engineer if hard bedrock is encountered during excavation. To receive payment for rock excavation,
coordinate the testing by a Cal-trans certified materials testing company equipment with a drill rig capable of
testing per ASTM D1586 to perform testing of the encountered bedrock. If ASTM D1586 testing yields a blow
count of 50 blows per three inches or less of penetration, you will be paid the contract unit price for “Rock
Excavation” for the removal of the hard bedrock, and will be reimbursed for the cost for the testing. If the tests
SPECIAL PROVISIONS
10
show fewer than 50 blows per three inches, then the testing will be at Contractor’s expense and no additional
payment will be provided. A separate test must be performed for each increment of 50 cubic yards of hard
bedrock removed, or as determined by the Engineer to be eligible for payment under the “Rock Excavation”
pay item.
Add to Section 19-1.04 General, Payment:
Payment for all earthwork associated with this project, including excavation and embankment and excluding
rock excavation, is included in the Lump Sum bid item for “Earthwork” unless another bid item is given.
Add to Section 19-2.03C Roadway Excavation, Deficiency Material:
Local borrow is not available for use on this project.
Replace section 19-2.03E Blasting with:
Blasting is not allowed on this project.
Add to section 19-5.03A Compaction, Construction, General:
Obtain a relative compaction of at least 90 percent unless indicated otherwise on the plans or in the Soils
Report.
Add to 19-6.01 Embankment Construction, General:
North play area embankment will be constructed in accordance with the grading recommendations for “Slope
Reconstruction Area” of the Soils Report and the “Section through North Play Slope” found in Addendum No. 1
to the Soils Report including the requirements for benching and providing back drains.
20 LANDSCAPING
Add to 20-1.01A Summary
You are cautioned that existing irrigation lines within the park are shallow and can be easily be damaged by
heavy equipment driving over the surface.
You must repair damages to turf, landscaping, and irrigation caused by your access to the project site and your
operations in accordance with Section 20 Landscaping and applicable current engineering standards.
Damages to irrigation system must be repaired within (2) days.
All irrigation laterals and heads within the project site must be removed unless shown otherwise on the plans.
Cap laterals outside of the project site to allow existing irrigation system to remain operational to surrounding
planted and turf areas during construction.
Add to 20-1.01C(2) Notification
7. At least working 10 days prior to start of construction, request the City to:
a. Trim trees that interfere with access to site,
b. Assist in locating all irrigation lines and sprinkler heads, and other service lines, in the proximity of
the project and in the areas of access to the site.
Add to 20-1.03C Watering:
Recycled water is available to you to supplement on-site water from the irrigation system for the purpose of
plant establishment in the event mandatory irrigation restrictions are in effect during this project and
subsequent plant establishment period. Refer to Section 17 for information on the use of recycled water. You
are responsible to deliver and apply water to the new landscaping.
Replace 20-3.04 Irrigation, Payment with:
Payment for all irrigation work shown on the plans and described in this section 20-3 is included in the lump
sum bid item for ”Irrigation.”
SPECIAL PROVISIONS
11
Add to Section 20-7.02D(6)(a) Mulch, General.
Where shown on the plans for disturbed areas under the redwood trees, green waste mulch will be provided.
Replace 20-7.04 Highway Planting, Payment with:
Payment for all planting work shown on the plans and described in this section 20-7 is included in the various
plant material bid items.
Replace 1st sentence of 2nd paragraph of Section 20-9.01 Plant Establishment Work, General with:
Establish and continually maintain all newly planted areas for 90 days following the date of project acceptance.
Replace 1st sentence of 2nd paragraph of Section 20-9.04 Plant Establishment Work, Payment with:
After final project acceptance, continually maintain planted areas during the 90 day maintenance period which
begins the day of final project acceptance.
21 EROSION CONTROL
Add to Section 21-1.01A General, Summary:
Erosion control measures will be applied to areas shown on the plans to receive erosion control seed mix and
other areas of ground disturbance created by the contractor which is not called out to receive plantings or turf.
Erosion Control seed mix will be in compliance with Section 21-1.02L, Hydraulically Applied Erosion Control
Products, and will use the seed mix called out on the plans.
DIVISION IV SUBBASES AND BASES
26 AGGREGATE BASES
Replace 2nd paragraph of Section 26-1.02A with :
Class 2R Aggregate Base (Recycled) will not be used on this project.
Replace section 26-1.04 Payment with the following:
Payment of AB is included in other items of work.
DIVISION VI STRUCTURES
51 CONCRETE STRUCTURES
Add to Section 51-1.01A General, Summary:
Elevated Playground Entry retaining wall and foundations must comply with the recommendations contained in
the Soils Report, Section 51-7 Minor Structures, and the plans.
Add to Section 51-7.01B Minor Structures, General, Materials
Concrete will be Class 3/Minor concrete in compliance with Section 90.
Add to Section 51-7.01D Minor Structures, General, Payment
The Elevated Playground Entry retaining wall and footings will be measured by the linear foot of wall placed.
Payment for the Elevated Playground Entry retaining wall and footings includes full compensation for work
specified in Section 51 including reinforcing steel, structure excavation, and structure backfill.
59 PAINTING
Add to Section 59-7.01 Acid Staining Concrete General
SPECIAL PROVISIONS
12
Provide “Lithochrome Chemstain Classic” by L.M. Scofield or approved equal.
Color: Dark Gray or as approved by the Engineer. Submit sample of color for approval.
Add to 59-8.04 Payment
Payment for acid staining concrete and compliance with section 59 is included in the payment for the
structure(s) to which it is applied.
DIVISION VII DRAINAGE
68 SUBSURFACE DRAINS
Add to Section 68-1.01 General:
Crushed gravel for the drainage course below Engineered Wood Fiber must be a Class 1 Type B free-draining
crushed stone in compliance with 68-2.02F Permeable Material.
Filter Fabric must comply with Section 88-1.02B Filter Fabric.
Add to Section 68-1.03 B Construction Filter Fabric.
Adjoining filter fabric shall be overlapped a least 18” at its ends and along the length of its edges.
Install filter fabric over the subgrade before the gravel course is installed and on top of the gravel course before
the Engineered Wood Fiber is placed.
Add Section 68-1.04 General Payment:
Crushed gravel is measured and paid by the cubic yard. The bid item quantity is a final pay item in
accordance with Section 9-1.02C.
Payment for furnishing and installing the filter fabric above and below the gravel layer is included in the cost of
the crushed gravel.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to 73-1.01A Summary:
Concrete walkways, thickened edges, stairs, containment curbs, retaining curbs, headers, volley ball court
curbs, access ramps, picnic table pads, equipment footings and miscellaneous flatwork must comply with
Section 73.
You must ensure that access ramps, walkways and stairs are built to comply with the Americans with
Disabilities Act as well as State building codes.
Add to 73-1.02A Materials General:
Concrete must comply with Section 90 and be of the strength or Class as specified on the plans, engineering
standards, or as recommended by the equipment manufacturers. If no strength or class is specified then
concrete must be Class 3/Minor in compliance with Section 90.
Aggregate base must comply with Section 26 and be of the class as called for on the plans or as specified. If
no class of aggregate base is called out then the aggregate base may be Class 2 aggregate base or Class 3
aggregate base.
Concrete stain for stair tread scored warning strip must comply with Section 59-7 Acid Staining Concrete and
as called for on the plans.
SPECIAL PROVISIONS
13
Handrails for stairs must comply with Section 83 Railings and Barriers and sub section 83-1.02G Metal
Railings.
Add to 73-1.03E Expansion and Contraction Joints:
See plans for locations of expansion and contraction joints.
Use dowels where called for on the plan and between new and existing surfaces intended for pedestrian or
vehicular traffic such as walkways, flatwork and stairs.
Add to Section 73-1.04 Payment
Quantities of walkways, stairs, containment curbs, retaining curbs, headers, volley ball court curbs, access
ramps, picnic table pads and miscellaneous flatwork will be measured and paid for as indicated in the bid item
list.
Payment for thickened edges is included in the square foot costs for the walkways and flatwork to which it is a
part of.
Payment for equipment footings is included in the cost for installing the play equipment.
The access ramps will be measured and paid for by the horizontal square foot area as viewed in plan view
In cases where items are monolithic, such as portions of the walkways and the containment curb, or the
walkways and the retaining curb, the boundaries of the pay items are clarified in the details.
The lump sum payment for stairs is measured between the upper and lower expansion joints and includes the
side cheek walls as shown on the details
77 LOCAL INFRASTRUCTURE
Add to Section 77-1.01 Excavation and Restoration, General
Excavation and restoration includes removal of concrete.
Earthwork must comply with Section 19.
Add to Section 77-1.03A(2)(a) Tree Protection, Protection Fences
The work site fence called for under Section 7-1.04 may be used as tree protection fence in cases where the
work site fence is placed along the dripline of the trees and the trees fall outside of the work area. Trees inside
of the work site must be protected with a protection fence.
Add to Section 77-1.03A(2)(g) Tree Protection, Excavation, Grading, Trenching and Boring:
Roots encountered over 1” diameter during excavation must be protected. You must schedule the Engineer
and City Arborist to review and give direction.
Add to Section 77:
Section 77-5 Miscellaneous Facilities
Section 77-5.01 General
Section 77-5 includes general specifications for miscellaneous City facilities, including park and playground
equipment, surfacing and amenities. You must furnish and install specified materials except where indicated as
city-furnished in which case you will be responsible to install the city-furnished materials.
Section 77-5.02 Site Furnishings
Section 77-5.02A General
SPECIAL PROVISIONS
14
This section includes general specifications for picnic tables, benches, trash receptacles and barbeque grills.
Section 77-5.02B Materials
Provide and install the following items, or approved equal, in the quantities shown on the plans:
1. Picnic table – ADA Compliant:
a. Manufacturer: Victor Stanley,
b. Model: GreenSites, Model CM-565 (ADA) with 8 ft table and 6’ benches; 2 x 4 recycled plastic
slats; powder coated steel frame
c. Color: To be selected by City from manufacturer’s standard color choices.
d. Mounting: Surface
2. Picnic table- standard
a. Manufacturer: Victor Stanley,
b. Model: GreenSites, Model CM-565 with 8’ table and 8’ benches; 2 x 4 recycled plastic slats;
powder coated steel frame
c. Color: To be selected by City from manufacturer’s standard color choices.
d. Mounting: Surface
3. Bench with back,
a. Manufacturer: Victor Stanely
b. Model: GreenSites, Model CM-50; contoured, 6’ long, 2 x 4 recycled plastic slates, powder
coated steel frame
c. Color: To be selected by City from manufacturer’s standard color choices.
d. Mounting: Surface or direct bury dependent on location installed
4. Trash Receptacles:.
a. Manufacturer Victor Stanely
b. Model GreenSites, Model RH-324, 36-Gallon, recycled plastic slates, powder coated steel
components, tapered formed lid:
c. Color: To be selected by City from manufacturer’s standard color choices
d. Mounting: Inground
Submit product data and color choices to Engineer in accordance with Section 5-1.23 Submittals.
Provide mounting hardware as needed to anchor.
Reinstall BBQ grills on city-provided posts. Set post in minimum 12 inch diameter by 24 inch deep footing.
Section 77-5.02C Construction
Installation must comply with the plans and manufacturer’s recommendations. Provide vandal resistant
hardware as needed for surface mounting. Provide concrete foundations for in ground mounts.
Install level, plumb, square and correctly located as indicted on the plans.
Section 77-5.02D Payment
The unit cost payment for the various site furnishings includes furnishing, assembling and installing per
manufacturers recommendations and includes furnishing of foundation and anchoring fasteners.
Section 77-5.03 Playgrounds, Play Equipment and Accessories
Section 77-5.03A General
(1) Summary
This section includes specifications for installation of playground equipment and related accessories such as
age appropriate signs and wear mats.
Public playgrounds must comply with:
1. Department of Justice, ADA Standards (2010) Chapter 10, Section 1008, Play Areas
2. State California Building Code (2013) Chapter 11B various sections including 11B-240 Play Areas..
3. California Playground Safety Act (Health and Safety Code section 115725-115735) which requires
conformance with the current additions of:
SPECIAL PROVISIONS
15
a. Playground-related national technical standards set by the American Society on Testing and
Materials (ASTM)
i. ASTM F1487-11 Standard Consumer Safety performance Specification for Playground
Equipment for Public Use
ii. ASTM 1292 Specification for Impact Attenuation of Surfacing Materials within the Use
Zone of Playground Equipment.
iii. ASTM 1591 Specification for Determination of Accessibility of Surface Systems Under and
Around Playground Equipment
b. Playground related guidelines published by the U.S. Consumer Product Safety Commission
(CPSC)
i. Public Playground Safety Handbook; CPSC Publication #325.
Unless noted otherwise, the play equipment will be furnished by the City and provided to you for installation.
Play Equipment provided by the City for this project is generally called out on the plans and includes the
following major components:
5-12 Play Area:
Miracle Recreation Tower Structure and attached components consisting of:
Heptagon Mega Tower - 2 level (6’ deck and enclosed 12’ deck) with roof and cupola top
Tube Slides
Custom 18’ Tube Slide
DNA Climber
Wide Burma Bridge
Play Bridge with connecting fence panels and integral observation deck,
Hexagon post and deck structure with roof, entry stairs and transfer station
Buttress rope climber
Linkz Butterfly
Physics Isotope
Flux Capacitor
Wavy Wedge Wall Walker
Braided climber
Twisted Vine climber
Fossil bluff climber
Look out ladder
Standalone Components
Miracle Recreation
Free rider
Mantis Cableway Zipline
Loop Bike Stands
Columbia Cascade/Timberform:
14’ Embankment Slide Model No.1650-141-EMB Qty 2
2-5 Play Area
Miracle Recreation Play Structure and attached components consisting of:
Hexagon post and deck structure with roof, transfer station and entry stairs
Pod Hopper
Canyon Climber
Vertical ladder
L slide
Bumper Ladder
Post and deck structure
Sloped climbing wall
Typhoon II slide 360
Standalone components
SPECIAL PROVISIONS
16
Miracle Recreation
Bunny Hill slide
Electronic Animal Panel
Magic Ball Popper Panel
Arch Tot Swing with enclosed seats
A detailed listing of the City-furnished Miracle Recreation components is available upon request.
Wear Mats will be furnished and installed by you.
(2) Definitions
Use Zone – as defined in ASTM 1487
CPSI – Certified Playground Safety Inspector certified by the National Parks and Recreation Association.
Critical Fall Height – as defined in ASTM F1292
(3) Submittals
In accordance with Section 5-1.23 Submittals, provide for the wear mats:
1. Manufactures data and installation instructions
2. Certifications/compliance with ASTM 1292 and 1591
3. Critical Fall Height rating.
(4) Quality Control and Assurance
Play Equipment Installers. Play Equipment must be installed by an installer meeting the requirements as stated
in the Notice to Bidders..
CPSI Inspection. A certified playground safety inspector (CPSI) provided by the City will inspect play area and
equipment installation for conformance to California Playground regulations. Prior to acceptance by the City,
non-compliant installations will be corrected.
Manufacturer Inspection. A representative of the manufacturer may review final installation for conformance
with manufacturer’s recommendations. Prior to acceptance by the City, non-compliant installations will be
corrected.
(5) Play Equipment Delivery and Inspection.
Refer to Section 8-1.04B Start of Work regarding your requirement to schedule your work around the delivery
of the city-supplied play equipment.
The play equipment will be delivered to the job site. You will be responsible to coordinate delivery and off-
loading of the play equipment and to provide secure storage of the play equipment at the job site until installed.
Provide appropriate equipment for offloading of the play equipment.
Upon delivery of the play equipment, the City and the play equipment installer shall inspect the equipment for
completeness and damage. Installation of equipment will not begin until all hardware and components
necessary for the installation are received and accounted for unless otherwise approved by the Engineer.
You are responsible for the condition of the play equipment and components once delivered to the job site.
Section 77-5.03B Materials
Unless noted otherwise, concrete for equipment footings will be Minor/Class 3 in accordance with Section 90.
Wear mats must be 3’ x 6’ minimum resilient rubber mats to prevent displacement of EWF at the kick out
areas of swings, slide exits and other areas shown on the plans. Provide “SpectraPour Mat” SPM 3608A by
SpectraTurf (www.spectraturf.com) or approved equal. Wear Mat must be certified for a fall height of 8’ unless
approved otherwise.
SPECIAL PROVISIONS
17
Section 77-5.03C Construction
Play equipment and signs must be installed in accordance with the manufacturer’s recommendations, the
plans and these special provisions.
Proper layout of the play equipment, adjacent curbs, walkways and hardscape – both vertically and
horizontally – is critical for this project. Make adjustments as needed to ensure that path of travel, clearances
and all “use zones” required for the playground equipment have been met and that installation conforms to
current California Playground Regulations and California Building Codes.
You will be responsible to repair and/or touch-up any damage to play equipment caused by you as well as any
minor damage that may have occurred during shipping.
Wear mats will be installed such that the top of the mat is slightly below (1/2”) the compacted EWF surface per
the manufacturer’s recommendations.
Section 77-5.03D Payment
Payment for installation of City-furnished and contractor furnished play equipment and accessories includes
costs for laying out the play equipment and use zone, adjusting layout to meet ASTM standards and for
providing concrete foundations and fasteners.
Section 77-5.04 Playground Protective Surfacing
Section 77-5.04A General
(1) Summary
This section includes specifications for the following playground protective surfacings:
1. Poured-in-Place (PIP) Rubber Surfacing
2. Engineered Wood Fiber (EWF)
Playground protective surfacing must comply with:
1. Department of Justice, ADA Standards (2010) Chapter 10, Section 1008, Play Areas
2. State of California Building Code (2013) Chapter 11B various sections including 11B-240 Play Areas..
3. California Playground Safety Act (Health and Safety Code section 115725-115735) which requires
conformance with the current additions of:
a. Playground-related national technical standards set by the American Society on Testing and
Materials (ASTM)
i. ASTM F1487-11 Standard Consumer Safety performance Specification for Playground
Equipment for Public Use
ii. ASTM 1292-13 Specification for Impact Attenuation of Surfacing Materials within the Use
Zone of Playground Equipment.
iii. ASTM 1591-14 Specification for Determination of Accessibility of Surface Systems Under
and Around Playground Equipment
iv. ASTM 2075-15 Standard Specification for Engineered Wood Fiber for Use as a
Playground Safety Surface Under and Around Playground Equipment
v. ASTM F2223-10 Standard Guide for ASTM Standards on Playground Surfacing
b. Playground related guidelines published by the U.S. Consumer Product Safety Commission
(CPSC)
i. Public Playground Safety Handbook; CPSC Publication #325.
(2) Definitions
1. Protective surfacing - as defined in ASTM 1487
2. Use Zone - as defined in ASTM 1487
3. Fall height - as defined in ASTM 1487
4. Critical Fall Height - as defined in ASTM 1292
(3) Submittals
In accordance with Section 5-1.23 Submittals, provide:
1. Manufacturer’s data, installation instructions, color samples
SPECIAL PROVISIONS
18
2. Manufacturer’s product warranty
3. Manufacturer’s certification or approval of the surfacing installer
4. Certified Third party test results showing:
a. Compliance with ASTM 1292, 1591 for all protective surfacing
b. Compliance with ASTM 2075 for EWF
c. Critical fall height ratings for all protective surfacing
(4) Quality Control and Assurance
Playground protective surfacing installers must be certified/approved by the playground surfacing
manufacturers.
At closeout, provide a written warranty from the manufacturer against defects in materials and workmanship as
follows:
1. PIP Surfacing: 10 year
2. EWF Surfacing 10 year
Section 77-5.04B PIP Rubber Surfacing
(1) General
PIP rubber surfacing will be a 2 layer rubber-urethane playground surfacing system with aliphatic urethane for
the top surface such as Playbound Poured-in-Place Playground Surfacing System Extreme-10 by Surface
America with a 10-year warranty which is to be placed over a concrete sub-slab. Surfacing must be designed,
manufactured and installed to meet the following criteria:
1. Shock Attenuation (ASTM F1292):
a. Gmax: Less than 200.
b. Head Injury Criteria: Less than 1000.
2. Flammability (ASTM D2859): Pass.
3. Tensile Strength (ASTM D412): 60 psi (413 kPa).
4. Tear Resistance (ASTM D624): 140%.
5. Water Permeability: 0.4 gal/yd2/second.
6. Accessibility: Comply with requirements of ASTM F1951.
(2) Materials:
1. Primer:
a. . Material: Urethane.
2. Basemat:
a. Material: Blend of 100% recycled SBR (styrene butadiene rubber) and urethane.
b. Basemat Thickness:
Critical Fall Height Basemat Thickness
4’ 1 1/4"
5’ 1 1/2"
6’ 2"
7’ 2 1/2"
8’ 3"
9’ 1/2"
10’ 4"
12’ 5"
c. Formulation Components: Blend of strand and granular material.
3. Top Surface:
a. Material: Blend of recycled EPDM (ethylene propylene diene monomer) rubber and aliphatic
urethane binder.
b. Thickness: Nominal 1/2", minimum 3/8", maximum 5/8".
c. Color: From manufacturers standard color palette and may include a blend of up to three colors plus
black.
d. Dry Static Coefficient of Friction (ASTM D2047): 1.0.
SPECIAL PROVISIONS
19
e. Wet Static Coefficient of Friction (ASTM D2047): 0.9.
f. Dry Skid Resistance (ASTM E303): 89.
g. Wet Skid Resistance (ASTM E303): 57.
4. Required mix proportions by weight:
a. Basemat: 16+% urethane (as ratio: 14% urethane divided by 86% rubber). 14% urethane, 86%
rubber (based on entire rubber & urethane mix).
b. Top Surface: 22% urethane (ratio: 18% urethane divided by 82% rubber). 18% urethane, 82%
rubber (based on entire rubber & urethane mix).
5. Sub-Slab
a. Concrete for sub-slab will be Class 3/Minor concrete in compliance with Section 90
b. Aggregate base below slab will be Class 2 AB in compliance with Section 26.
(3) Construction
1. General.
Installation must comply with the surfacing manufactures recommendations, the plans and playground
regulations.
Provide surfacing that complies with following minimum critical fall heights:
Area Min. Critical Fall Height
Embankment Slide Entry Use Zones 4’
(both play areas)
Sloped Hillside below Mega tower
Slides & Elevated Entry 8’
Looped Bike Rack Slope 4’
Thickness requirements of surfacing may vary if other than “Playbound” is used. You will be responsible to
submit critical height ratings and verify thickness requirements for the surfacing used and adjust grades of
subgrade and sub-slab layers as needed.
Do not proceed with rubber surfacing installation until all applicable site work, including subgrade and sub-slab
preparation, playground equipment installation and other relevant work, has been completed.
2. Subgrade Preparation.
Correct subgrade irregularities to ensure that required depth of protective surfacing can be installed, and
subgrade elevation is in accordance with manufacturer's requirements for the required thickness of surfacing.
Inside Use Zones remove all obstructions that would extend into the rubber protective surfacing.
Remove rocks, debris, and other similar items.
Compact sub grade to the relative compaction shown on the plans.
3. Sub-slab
Place and compact aggregate base to the thicknesses and relative compaction shown on the plans
Install concrete sub-slab to the thicknesses shown on the plans.
Top surface of sub-slab must be no higher than not more than 1/4 inch lower the grades indicated on the plans
minus the required total thickness of rubber surfacing required for meeting the critical fall height requirements.
Install in true, even plane, sloped to provide positive drainage.
Flatness Tolerance: 1/4 inch in 10 feet, maximum
Concrete sub-slab must be fully cured up to 7 days before placing rubberized surfacing.
4. Rubber Basemat and Top Surface Installation:
SPECIAL PROVISIONS
20
In accordance with manufacturer’s recommendations:
a. Apply primer to sub-slab perimeter, basemat perimeter and vertical barriers such as play equipment posts,
curbs or walkways.
b. Using screeds and hand trowels, install the basemat to the specified thickness as required for fall height
requirements.
c. Do not allow foot traffic or use of the basemat surface until it is sufficiently cured.
d. Hand trowel top surface to nominal thickness of 1/2" (minimum 3/8", maximum 5/8")
e. Allow top surface to cure for a minimum of 48 hours.
f. Do not allow foot traffic or use of the surface until it is sufficiently cured.
g. Protect the installed playground surface from damage resulting from subsequent construction activity on
the site.
(4) Payment
Measurement of PIP rubber surfacing for the purpose of payment is based on the surface area of the top
surface including the surface area of the sloping transition. Payment for square foot of PIP Rubber Surfacing
includes preparation and installation of the subgrade, aggregate base, concrete sub-slab and rubber basemat
and rubber top surface .
Section 77-5.04C Engineered Wood Fiber (EWF)
(1) General
Provide manufacturer’s recommendations for installation and compaction in order to achieve ASTM F1951
compliance.
Refer to Section 77-5.04A(3). Provide third party certifications/test reports indicating that a 12 inch compacted
thickness of EWF meets a minimum critical fall height of at least 11 feet.
(2) Materials
The EWF must be a loose-fill mix of random-sized, engineered wood fibers containing no chemicals, artificial
ingredients, waste wood or pallet wood, such as “Readyplay” by My Bark Company, Inc, “GTImpax Fiber” from
GameTime, or “Fibar” from Fibar Group. Standard landscaping wood chips or bark mulch is not acceptable.
(3) Construction
EWF shall be installed in accordance with manufacturer’s recommendations, the plans and these special
provisions.
Before placing EWF, place a layer of filter fabric on top of gravel drainage course layer. Refer to Section 68,
Subsurface Drains for filter fabric and gravel requirements.
Install EWF in layers, 6 to 8" at a time. Rake, level and wet the surface before compacting with a mechanical
compactor after each layer is installed. Change direction 90 degrees between each layer. Repeat these steps
until the required surface thickness is achieved.
(4) Payment
Measurement of EWF for the purpose of payment is by the square foot of surface area.
Section 77-5.05 Artificial Grass (Synthetic Turf)
Section 77-5.05A General
(1) Summary
This section includes specifications for Artificial Grass. Artificial Grass may also be referred to as Synthetic
Turf. Artificial grass surfacing will be comprised of a complete synthetic turf system including subbase
materials, lawn pad, geotextiles, synthetic turf, adhesives and infill materials. Synthetic turf must be
appropriate for use in a public playground environment such as SoftLawn EZ Play (PL929) by Synthetic Turf
International with an 8-year warranty. Artificial grass surfacing must comply with the following ATSM Standard
Test Methods:
1. D1577 – Standard Test Method for Linear Density of Textile Fiber
2. D5848 – Standard Test Method for Mass Per Unit Area of Pile Yarn Floor Covering
SPECIAL PROVISIONS
21
3. D418 – Standard Test Method for Testing Pile Yarn Floor Covering Construction
4. D1338 – Standard Test Method for Tuft Bind of Pile Yarn Floor Coverings
5. D1682 – Standard Method of Test for Breaking Load and Elongation of Textile Fabrics
6. D5034 – Standard Test Method of Breaking Strength and Elongation of Textile Fabrics (Grab Test)
7. F1551 – Standard Test Methods for Water Permeability
8. D2859 – Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials
9. F355 – Standard Test Method for Shock-Absorbing Properties of Playing Surfaces
10. D1557 – Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.
(2) Submittals
In accordance with Section 5-1.23 Submittals, provide:
1. Manufacturer’s data, installation instructions, color samples
2. Manufacturer’s product warranty
3. Evidence of installer’s qualifications as required below
(3) Quality Control and Assurance
Artificial Turf surfacing installer must be approved by the turf manufacturer or must provide evidence of having
successfully installed synthetic turf in a minimum of five public playground projects.
At closeout, provide a written warranty from:
1. Manufacturer: 8 years against defects in materials and workmanship including fading, degradation or
excessive wear of fibers.
2. Installer: 2 year warranty on all glued seams.
Section 77-5.05B Materials
(1) Turf. Provide a UV resistant polypropylene synthetic turf fabric with the following characteristics:
a. Color: Primary color is Forest with Olive colored thatch
b. Finished Pile Height 1.25"
c. Product Weight (total) 87 oz./yd2
d. Primary backing - polypropylene
e. Primary Backing Weight 7.4 oz./yd2
f. Secondary Backing – heat activated polyurethane coating that saturates the primary backing
and locks the fiber tufts in place.
g. Secondary coating Weight** 20 oz./yd2
h. Fabric Width 15'
i. Tuft Gauge 3/8"
j. Grab Tear Strength 200-1b-F
k. Tuft Bind >10-1b-F
l. Infill (Sand) 2 lbs Silica Sand
m. Infill (Rubber) Not Used
n. Weather resistant, mildew and fungus resistant, non-allergenic and non-toxic
(2) Infill: Silica sand, 2 lbs per square yard as recommended by turf manufacturer. Use clean washed
sand such as Gordon Sand with particles of uniform size. Do not use plaster sand.
(3) Lawn Pad: Polyethylene foam pad of the size indicated on the plans such as Green Foam Lawn Pad
by PolyGreen Foam.
(4) Geotextile -Provide a monofilament geotextile such as RG700W by Reed and Graham.
(5) Adhesives – As recommended by turf manufacturer such as Turf Claw Synthetic Turf Adhesive
(6) Concrete Keyway - Concrete for keyway will be Class 3/Minor concrete in compliance with Section 90
(7) Aggregate base will be Class 2 AB in compliance with Section 26 minor concrete
Section 77-5.05C Construction
Installation must comply with the synthetic turf manufacturer’s recommendations and the plans.
Aggregate base must be compacted to 95% compaction. AB surface most not vary more than ¼” in 10.”
SPECIAL PROVISIONS
22
Minimize cuts and seams to the greatest extent possible. Stagger seams .Layout fabric so that grain matches
and nap is directed uphill to maximize sand infill entrapment. Ripples, buckling and visible creases and gaps
are not acceptable. Lawn pad seams should not be visible.
Provide City with remnants for future repairs.
(4) Payment
Measurement of Artificial Grass for the purpose of payment is by the square foot measured parallel to the
sloping surface. Payment includes aggregate base, concrete keyway, geotextile fabric, lawn pad, turf fabric,
sand infill, and all fasteners and adhesives.
83 RAILINGS AND BARRIERS
Add to Section 83-1.02A Materials and Construction, General:
Handrails for stairways must comply with Section 83-1.02G(3) Pipe Handrailing.
Handrailing must meet 2013 California Building Codes.
Provide shop drawings in accordance with Section 5-1.23 Submitals.
Add to Section 83-1.02G(3) Pipe Handrailing:
Handrails will be supported by steel posts. Steel posts will be installed in compliance with the plans. Contractor
may use a sleeve in lieu of coring the concrete.
APPENDICES
23
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.
3. Accepted Bid.
4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5. Noncollusion Declaration.
6. Plans.
APPENDICES
24
7. List of Subcontractors.
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
APPENDICES
25
APPENDIX B – Geotechnical Engineering Report and Addendum
APPENDICES
26
APPENDIX C – Construction and Demolition Recycling Plan and Disposal Report
CO
N
S
T
R
U
C
T
I
O
N
&
D
E
M
O
L
I
T
I
O
N
R
E
C
Y
C
L
I
N
G
P
L
A
N
a
n
d
D
I
S
P
O
S
A
L
R
E
P
O
R
T
Ci
t
y
o
f
S
a
n
L
u
i
s
O
b
i
s
p
o
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
,
8
7
9
M
o
r
r
o
S
t
r
e
e
t
,
S
a
n
L
u
i
s
O
b
i
s
p
o
,
C
A
9
3
4
0
1
●
8
0
5
-
7
8
1
-
7
2
1
3
Se
c
t
i
o
n
1
:
To
b
e
c
o
m
p
l
e
t
e
d
b
y
B
u
i
l
d
i
n
g
P
e
r
m
i
t
A
p
p
l
i
c
a
n
t
s
f
o
r
p
r
o
j
e
c
t
s
o
v
e
r
1
,
0
0
0
s
q
u
a
r
e
f
e
e
t
o
r
$
5
0
,
0
0
0
.
Ap
p
l
i
c
a
t
i
o
n
N
u
m
b
e
r
:
Si
t
e
A
d
d
r
e
s
s
:
Ty
p
e
o
f
P
r
o
j
e
c
t
:
Ow
n
e
r
’
s
N
a
m
e
:
Co
n
t
r
a
c
t
o
r
’
s
N
a
m
e
:
Sq
u
a
r
e
F
o
o
t
a
g
e
:
Ow
n
e
r
’
s
P
h
o
n
e
:
Co
n
t
r
a
c
t
o
r
’
s
P
h
o
n
e
:
Es
t
i
m
a
t
e
d
P
r
o
j
e
c
t
C
o
s
t
:
Us
i
n
g
a
C
e
r
t
i
f
i
e
d
R
e
c
y
c
l
i
n
g
C
o
m
p
a
n
y
ex
c
l
u
s
i
v
e
l
y
?
Wh
i
c
h
o
n
e
?
(
s
e
e
r
e
v
e
r
s
e
)
Se
l
f
-
H
a
u
l
i
n
g
?
PR
O
V
I
D
E
A
L
L
R
E
C
E
I
P
T
S
Es
t
i
m
a
t
e
d
P
r
o
j
e
c
t
D
u
r
a
t
i
o
n
:
Ap
p
l
i
c
a
n
t
’
s
N
a
m
e
:
(
P
r
i
n
t
e
d
)
(
S
i
gn
e
d
)
D
a
t
e
:
•
AL
L
D
I
S
P
O
S
A
L
&
R
E
C
Y
C
L
I
N
G
R
E
C
E
I
P
T
S
M
U
S
T
B
E
T
U
R
N
E
D
I
N
P
R
I
O
R
T
O
B
L
U
E
C
A
R
D
S
I
G
N
-
O
F
F
•
FA
I
L
U
R
E
T
O
R
E
C
Y
C
L
E
A
T
L
E
A
S
T
5
0
%
O
F
M
A
T
E
R
I
A
L
S
C
A
N
R
E
S
U
L
T
I
N
A
P
E
N
A
L
T
Y
O
F
2%
O
F
P
R
O
J
E
C
T
V
A
L
U
A
T
I
O
N
•
RE
C
Y
C
L
A
B
L
E
C
&
D
M
A
T
E
R
I
A
L
S
I
N
C
L
U
D
E
C
O
N
C
R
E
T
E
,
VE
G
E
T
A
T
I
O
N
,
A
S
P
H
A
L
T
,
W
O
O
D
,
D
R
Y
W
A
L
L
,
M
E
T
A
LS
,
C
A
R
D
B
O
A
R
D
a
n
d
M
A
N
Y
M
I
S
C
.
&
C
O
M
P
O
S
I
T
E
S
RE
V
E
R
S
E
S
I
D
E
O
F
T
H
I
S
P
L
A
N
M
U
S
T
B
E
C
O
M
P
L
E
T
E
D
AL
L
M
A
T
E
R
I
A
L
S
L
E
A
V
I
N
G
T
H
E
S
I
T
E
M
U
S
T
B
E
A
C
C
O
U
N
T
E
D
F
O
R
Se
c
t
i
o
n
2
:
Fi
l
l
o
u
t
u
n
l
e
s
s
u
s
i
n
g
a
C
e
r
t
i
f
i
e
d
R
e
c
y
c
l
i
n
g
C
o
m
p
a
n
y
ex
c
l
u
s
i
v
e
l
y
.
Se
c
t
i
o
n
3
:
Fi
l
l
o
u
t
u
p
o
n
c
o
m
p
l
e
t
i
o
n
o
f
a
l
l
p
r
o
j
e
c
t
s
.
BE
F
O
R
E
C
O
N
S
T
R
U
C
T
I
O
N
TO
N
S
AF
T
E
R
C
O
N
S
T
R
U
C
T
I
O
N
(A
c
t
u
a
l
T
o
n
s
–
A
L
L
R
E
C
E
I
P
T
S
A
R
E
R
E
Q
U
I
R
E
D
)
Es
t
i
m
a
t
e
d
T
o
t
a
l
C
o
n
s
t
r
u
c
t
i
o
n
W
a
s
t
e
(
r
e
c
y
c
l
e
d
&
d
i
s
p
o
s
e
d
)
Of
f
-
S
i
t
e
R
e
c
y
c
l
e
(s
e
e
c
h
a
r
t
o
n
b
a
c
k
o
f
t
h
i
s
f
o
r
m
f
o
r
c
a
l
c
u
l
a
t
i
o
n
)
-
-
-
-
-
On
-
S
i
t
e
R
e
u
s
e
Es
t
i
m
a
t
e
d
T
o
n
s
t
o
b
e
R
e
c
y
c
l
e
d
&
R
e
u
s
e
d
(
a
t
l
e
a
s
t
5
0
%
)
Tr
a
s
h
/
L
a
n
d
f
i
l
l
Es
t
i
m
a
t
e
d
T
o
n
s
o
f
D
i
s
p
o
s
e
d
W
a
s
t
e
t
o
L
a
n
d
f
i
l
l
Ot
h
e
r
TO
T
A
L
:
Pe
r
c
e
n
t
a
g
e
o
f
M
a
t
e
r
i
a
l
s
R
e
c
y
c
l
e
d
&
R
e
u
s
e
d
:
%
In
c
l
u
d
e
a
c
o
p
y
o
f
t
h
i
s
c
o
m
p
l
e
t
e
d
f
o
r
m
w
i
t
h
y
o
u
r
b
u
i
l
d
i
n
g
p
l
a
n
s
u
b
m
i
t
t
a
l
.
Se
c
t
i
o
n
4
:
Fo
r
U
t
i
l
i
t
i
e
s
O
f
f
i
c
e
U
s
e
Pl
a
n
A
p
p
r
o
v
e
d
:
Re
v
i
e
w
e
d
/
A
p
p
r
o
v
e
d
b
y
:
Go
a
l
A
c
h
i
e
v
e
d
:
Pe
n
a
l
t
y
P
a
i
d
:
Pr
o
j
e
c
t
E
x
e
m
p
t
:
Su
b
s
t
a
n
t
i
a
l
C
o
m
p
l
i
a
n
c
e
:
Re
v
i
e
w
e
d
/
A
p
p
r
o
v
e
d
b
y
:
Pl
a
n
D
e
n
i
e
d
:
Da
t
e
:
Go
a
l
N
o
t
A
c
h
i
e
v
e
d
:
Da
t
e
:
IW
M
A
C
e
r
t
i
f
i
e
d
C
&
D
R
e
c
y
c
l
i
n
g
C
o
l
l
e
c
t
i
o
n
C
o
m
p
a
n
i
e
s
Co
l
d
C
a
n
y
o
n
R
e
s
o
u
r
c
e
R
e
c
o
v
e
r
y
P
a
r
k
S
a
n
L
u
i
s
O
b
i
s
p
o
-
8
0
5
-
5
4
9
-
8
3
3
2
No
r
t
h
C
o
u
n
t
y
R
e
c
y
c
l
i
n
g
T
e
m
p
l
e
t
o
n
-
8
0
5
-
4
3
4
-
0
0
4
3
AP
I
R
o
l
l
-
O
f
f
S
e
r
v
i
c
e
s
S
a
n
t
a
M
a
r
i
a
-
8
0
5
-
9
2
8
-
8
6
8
9
Be
d
f
o
r
d
E
n
t
e
r
p
r
i
s
e
s
S
a
n
t
a
M
a
r
i
a
-
8
0
5
-
9
2
2
-
4
9
7
7
Co
a
s
t
a
l
R
o
l
l
-
O
f
f
S
a
n
L
u
i
s
O
b
i
s
p
o
-
8
0
5
-
5
4
3
-
0
4
7
3
Ha
v
e
B
i
n
s
(
W
M
I
)
A
t
a
s
c
a
d
e
r
o
-
8
0
5
-
4
6
6
-
3
6
3
6
Mi
d
-
S
t
a
t
e
S
o
l
i
d
W
a
s
t
e
&
R
e
c
y
c
l
i
n
g
T
e
m
p
l
e
t
o
n
-
8
0
5
-
4
3
4
-
9
1
1
2
R
&
R
R
o
l
l
-
O
f
f
N
i
p
o
m
o
-
8
0
5
-
9
2
9
-
8
0
0
0
Se
l
f
-
H
a
u
l
C
o
n
s
t
r
u
c
t
i
o
n
W
a
s
t
e
E
s
t
i
m
a
t
i
o
n
(r
e
c
y
c
l
i
n
g
+
t
r
a
s
h
c
o
m
b
i
n
e
d
)
Ty
p
e
o
f
P
r
o
j
e
c
t
A
p
p
r
o
x
.
W
a
s
t
e
G
e
n
e
r
a
t
e
d
(D
i
v
i
d
e
b
y
2
0
0
0
t
o
c
o
n
v
e
r
t
l
b
s
t
o
t
o
n
s
)
Co
m
m
e
r
c
i
a
l
A
d
d
i
t
i
o
n
4
9
.
0
0
l
b
s
p
e
r
s
q
f
t
D
e
m
o
l
i
t
i
o
n
6
3
.
7
9
l
b
s
p
e
r
s
q
f
t
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
8
.
2
6
l
b
s
p
e
r
s
q
f
t
T
e
n
a
n
t
I
m
p
r
o
v
e
m
e
n
t
1
0
.
7
2
l
b
s
p
e
r
s
q
f
t
Mu
l
t
i
-
F
a
m
i
l
y
R
e
s
i
d
e
n
t
i
a
l
A
d
d
i
t
i
o
n
2
2
.
1
3
l
b
s
p
e
r
s
q
f
t
D
e
m
o
l
i
t
i
o
n
5
1
.
0
0
l
b
s
p
e
r
s
q
f
t
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
1
7
.
0
9
l
b
s
p
e
r
s
q
f
t
R
e
m
o
d
e
l
2
3
.
2
5
l
b
s
p
e
r
s
q
f
t
Si
n
g
l
e
F
a
m
i
l
y
R
e
s
i
d
e
n
t
i
a
l
A
d
d
i
t
i
o
n
3
7
.
0
0
l
b
s
p
e
r
s
q
f
t
D
e
m
o
l
i
t
i
o
n
5
1
.
0
3
l
b
s
p
e
r
s
q
f
t
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
8
.
7
3
l
b
s
p
e
r
s
q
f
t
R
e
m
o
d
e
l
4
6
.
6
1
l
b
s
p
e
r
s
q
f
t
Ex
a
m
p
l
e
:
Sq
.
f
o
o
t
a
g
e
o
f
p
r
o
j
e
c
t
x
l
b
s
/
s
q
f
t
÷
2
0
0
0
=
E
s
t
i
m
a
t
e
d
T
o
n
s
Pr
e
-
P
e
r
m
i
t
C
h
e
c
k
l
i
s
t
In
i
t
i
a
l
e
a
c
h
b
o
x
t
o
s
i
g
n
i
f
y
t
h
a
t
y
o
u
h
a
v
e
r
e
a
d
a
n
d
u
n
d
e
r
s
t
a
n
d
t
h
e
re
q
u
i
r
e
m
e
n
t
s
o
f
t
h
i
s
p
r
o
g
r
a
m
.
T
h
e
g
o
a
l
i
s
t
o
c
l
e
a
r
l
y
d
o
c
u
m
e
n
t
t
h
a
t
y
o
u
ha
v
e
r
e
c
y
c
l
e
d
a
m
i
n
i
m
u
m
o
f
5
0
%
o
f
p
o
s
t
-
c
o
n
s
t
r
u
c
t
i
o
n
m
a
t
e
r
i
a
l
s
.
ST
E
P
1
:
F
i
l
l
o
u
t
S
e
c
t
i
o
n
1
o
n
t
h
e
r
e
v
e
r
s
e
s
i
d
e
w
i
t
h
c
o
m
p
l
e
t
e
p
r
o
j
e
c
t
in
f
o
r
m
a
t
i
o
n
.
ST
E
P
2
:
C
h
e
c
k
w
h
i
c
h
o
f
t
h
e
f
o
l
l
o
w
i
n
g
a
p
p
l
i
e
s
:
__
_
_
T
h
i
s
p
r
o
j
e
c
t
w
i
l
l
u
s
e
a
n
I
W
M
A
C
e
r
t
i
f
i
e
d
R
e
c
y
c
l
i
n
g
C
o
l
l
e
c
t
i
o
n
Co
m
p
a
n
y
ex
c
l
u
s
i
v
e
l
y
.
(
W
i
t
h
t
h
i
s
c
h
o
i
c
e
,
y
o
u
d
o
n
o
t
n
e
e
d
t
o
c
o
m
p
l
e
t
e
Se
c
t
i
o
n
2
o
n
t
h
e
r
e
v
e
r
s
e
s
i
d
e
.
)
__
_
_
A
l
l
m
a
t
e
r
i
a
l
s
w
i
l
l
b
e
s
e
l
f
-
h
a
u
l
e
d
f
r
o
m
t
h
i
s
s
i
t
e
.
U
s
e
t
h
e
c
h
a
r
t
b
e
l
o
w
to
e
s
t
i
m
a
t
e
w
a
s
t
e
g
e
n
e
r
a
t
e
d
f
r
o
m
y
o
u
r
p
r
o
j
e
c
t
a
n
d
f
i
l
l
i
n
S
e
c
t
i
o
n
2
o
n
t
h
e
re
v
e
r
s
e
s
i
d
e
,
o
r
e
s
t
i
m
a
t
e
q
u
a
n
t
i
t
i
e
s
b
a
s
e
d
o
n
y
o
u
r
e
x
p
e
r
i
e
n
c
e
.
__
_
_
T
h
i
s
p
r
o
j
e
c
t
w
i
l
l
u
s
e
a
c
o
m
b
i
n
a
t
i
o
n
o
f
a
C
e
r
t
i
f
i
e
d
R
e
c
y
c
l
i
n
g
Co
l
l
e
c
t
i
o
n
C
o
m
p
a
n
y
a
n
d
s
e
l
f
-
h
a
u
l
i
n
g
.
F
i
l
l
i
n
S
e
c
t
i
o
n
2
o
n
r
e
v
e
r
s
e
s
i
d
e
.
If
a
n
y
c
h
a
n
g
e
s
a
r
e
m
a
d
e
t
o
t
h
i
s
p
l
a
n
a
f
t
e
r
i
t
h
a
s
b
e
e
n
a
p
p
r
o
v
e
d
,
I
w
i
l
l
no
t
i
f
y
t
h
e
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
a
t
(
8
0
5
)
7
8
1
-
7
2
1
3
a
t
t
h
e
t
i
m
e
t
h
e
p
l
a
n
i
s
ch
a
n
g
e
d
.
I
u
n
d
e
r
s
t
a
n
d
t
h
a
t
I
m
u
s
t
p
r
o
d
u
c
e
r
ec
e
i
p
t
s
f
o
r
a
l
l
m
a
t
e
r
i
a
l
s
l
e
a
v
i
n
g
t
h
e
pr
o
j
e
c
t
s
i
t
e
,
r
e
g
a
r
d
l
e
s
s
o
f
d
e
s
t
i
n
a
t
i
o
n
o
r
m
e
t
h
o
d
o
f
r
e
m
o
v
a
l
.
(Si
g
n
a
n
d
d
a
t
e
)
I
c
e
r
t
i
f
y
t
h
a
t
I
w
i
l
l
c
o
m
m
u
n
i
c
a
t
e
t
h
e
s
e
p
l
a
n
s
a
n
d
r
e
q
u
i
r
e
m
e
n
t
s
t
o
a
l
l
co
n
t
r
a
c
t
o
r
s
a
n
d
o
t
h
e
r
p
e
r
s
o
n
n
e
l
w
h
o
m
a
y
b
e
i
n
v
o
l
v
e
d
i
n
d
i
s
p
o
s
a
l
o
f
ma
t
e
r
i
a
l
s
f
r
o
m
t
h
i
s
p
r
o
j
e
c
t
s
o
t
h
e
y
c
a
n
p
r
o
v
i
d
e
r
e
c
e
i
p
t
s
f
o
r
r
e
c
y
c
l
i
n
g
a
n
d
tr
a
s
h
d
i
s
p
o
s
a
l
.
I
a
c
k
n
o
w
l
e
d
g
e
t
h
a
t
i
t
i
s
u
l
t
i
m
a
t
e
l
y
m
y
r
e
s
p
o
n
s
i
b
i
l
i
t
y
t
o
p
r
o
d
u
c
e
a
l
l
d
i
s
p
o
s
a
l
an
d
r
e
c
y
c
l
i
n
g
r
e
c
e
i
p
t
s
f
o
r
t
h
i
s
p
r
o
j
e
c
t
i
n
o
r
d
e
r
t
o
o
b
t
a
in
B
l
u
e
C
a
r
d
s
i
g
n
-
o
f
f
.
(Si
g
n
a
n
d
d
a
t
e
)
Pr
o
j
e
c
t
C
o
m
p
l
e
t
i
o
n
–
B
l
u
e
C
a
r
d
S
i
g
n
-
O
f
f
1.
G
a
t
h
e
r
r
e
c
e
i
p
t
s
f
o
r
a
l
l
m
a
t
e
r
i
a
l
s
t
h
a
t
l
e
f
t
t
h
e
p
r
o
j
e
c
t
s
i
t
e
.
2.
F
i
l
l
o
u
t
S
e
c
t
i
o
n
3
o
n
r
e
v
e
r
s
e
s
i
d
e
.
3.
B
r
i
n
g
r
e
c
e
i
p
t
s
a
n
d
c
o
m
p
l
e
t
e
d
f
o
rm
t
o
8
7
9
M
o
r
r
o
fo
r
s
i
g
n
-
o
f
f
.