Loading...
HomeMy WebLinkAbout03-21-2017 Council Reading File - 91388 Special ProvisionsSPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO LAGUNA LAKE ADA TRAIL Specification No. 91388 MARCH 2017 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Laguna Lake ADA Trail Specification No. 91388 City Council Approval Date: March 21, 2017 TABLE OF CONTENTS Bid Submission ………………........................………………………………………………………….… 1 Bid Documents ………………………………………………………………………………………………. 1 Project Information …………….………………………………………………………………………….... 2 Qualifications ………………………………………………………………………………………………… 2 Award …………………………......………………………………………………………………………….. 3 Accommodation………………….………………………………………………………………………….. 4 Bid Item List …………………….……………………………………………………………………………. 5 List of Subcontractors …………...………………………………………………………………………… 7 Code Section Statements ……..…………………………………………………………………………… 8 Non-Collusion Declaration …..…………………………………………………………………………….. 9 Bidder Acknowledgements ….…………………………………………………………………………….. 10 Qualifications Form …………...…………………………………………………………………………….. 11 Bidder’s Bond ………………….…………………………………………………………………………….. 12 Special Provisions …………….…………………………………………………………………………….. 13 Form of Agreement………………………………………………………………………………………… 20 NOTICE TO BIDDERS 1 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 April 20, 2017 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Laguna Lake ADA Trail, Specification No. 91388 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. $15.00 if picked up in person, or 2. $25.00 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 2 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 fee 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 consists of providing an accessible trail through the Laguna Lake Open Space. The project estimated construction cost and contract time established for the project is as follows: Base Bid: $125,000 25 working days Additive Alternate 1: $75,000 10 working days Additive Alternate 2: $75,000 10 working days Additive Alternate 3: $75,000 10 working days Total Project: $350,000 55 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. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Each of the referenced projects must have included installation of hot mix asphalt or resin aggregate flexible paving. NOTICE TO BIDDERS 3 Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BASE 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 4 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 5 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 Laguna Lake ADA Trail, Specification No. 91388 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) BASE BID: (STA 0+00 to 2+70 & 30+00 to 37+33) 1 19 ROADWAY EXCAVATION CY 325 2 19 SCARIFY & COMPACT SUBGRADE LS 1 3 19 TRIAXIAL GEOGRID SQFT 6,513 4 40 CONCRETE MOW CURB LF 2,004 5 26 CLASS 2 AGGREGATE BASE CY 223 6 20 RESIN AGGREGATE FLEXIBLE PAVING SQFT 6,000 7 21 HYDROSEEDING LS 1 Base Bid Total $ ADDITIVE ALTERNATE A: (STA 2+70 to 10+00) 1A 19 ROADWAY EXCAVATION CY 236 2A 19 SCARIFY & COMPACT SUBGRADE LS 1 3A 19 TRIAXIAL GEOGRID SQFT 5,110 4A 40 CONCRETE MOW CURB LF 1,460 5A 26 CLASS 2 AGGREGATE BASE CY 162 6A 20 RESIN AGGREGATE FLEXIBLE PAVING SQFT 4,380 7A 21 HYDROSEEDING LS 1 Additive Alternate A Total $ BID FORMS 6 ADDITIVE ALTERNATE B: (STA 10+00 to 17+00) 1B 19 ROADWAY EXCAVATION CY 227 2B 19 SCARIFY & COMPACT SUBGRADE LS 1 3B 19 TRIAXIAL GEOGRID SQFT 4,900 4B 40 CONCRETE MOW CURB LF 1,400 5B 26 CLASS 2 AGGREGATE BASE CY 156 6B 20 RESIN AGGREGATE FLEXIBLE PAVING SQFT 4,200 7B 21 HYDROSEEDING LS 1 8B 40 CONCRETE UNDERDRAIN EA 2 Additive Alternate B Total $ ADDITIVE ALTERNATE C: (STA 17+00 to 23+98) 1C 19 ROADWAY EXCAVATION CY 226 2C 19 SCARIFY & COMPACT SUBGRADE LS 1 3C 19 TRIAXIAL GEOGRID SQFT 4,886 4C 40 CONCRETE MOW CURB LF 1,396 5C 26 CLASS 2 AGGREGATE BASE CY 155 6C 20 RESIN AGGREGATE FLEXIBLE PAVING SQFT 4,188 7C 21 HYDROSEEDING LS 1 8C 40 CONCRETE UNDERDRAIN EA 1 Additive Alternate C Total $ Total Project Bid (Base Bid + Additive Alternates A, B & C) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS 7 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. (Rev 9-07) BID FORMS 8 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 9 NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS 10 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 11 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: □ Prime Contractor □ Subcontractor Did this project include installation of HMA or resin aggregate paving? 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: □ Prime Contractor □ Subcontractor Did this project include installation of HMA or resin aggregate paving? 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: □ Prime Contractor □ Subcontractor Did this project include installation of HMA or resin aggregate paving? 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 12 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 13 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. Laguna Lake ADA Trail Special Provisions 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 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 Sections 19, 20, 21, 26, 40, 57 & 77 for general, material, construction, and payment specifics. Add Section 4-1.03A Project Specific Signage {Include for Measure Y & G projects} Maintain Revenue Enhancement Funding signage in work area. Return Revenue Enhancement Funding 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 Adjustments to working hours may be imposed, in compliance with section 7-1.03B, because of public traffic impacts. 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. SPECIAL PROVISIONS 14 Add to Section 5-1.36A General Repair to damage must comply with the associated sections of the specifications, standards, and plans. Add to Section 5-1.36D Non-highway Facilities Existing third party (non City-owned) utilities are shown on project plans for information purposes only. It is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of excavation or sawcutting. The City of San Luis Obispo is not responsible for any: 1. damages 2. costs 3. delay 4. expenses resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in 4216.7.(c) of California Government Code. Add to Section 5-1.43A Potential Claims and Dispute Resolution General Potential claim forms are located on the City’s website: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents 6 CONTROL OF MATERIALS Add to Section 6-2.03 Department Furnished Materials The Engineer will 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. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.02K(1) General The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Add to Section 7-1.03B Traffic Control Plan Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence in order to restore free flowing of traffic. Replace Section 7-1.06 with: 7-1.06A General Procure and maintain for the duration of the contract, insurance against claims for: 1. injuries to persons 2. damages to property which may arise from or in connection with the performance of the work by your: 1. agents 2. representatives 3. employees 4. subcontractor Provide: 1. Commercial General Liability Insurance 2. Commercial General Liability Insurance Endorsement SPECIAL PROVISIONS 15 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: 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 SPECIAL PROVISIONS 16 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 signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 7-1.06H Subcontractors Include all subcontractors as insured under its policies or provide separate certificates and endorsements for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as the prime contractor. 8 PROSECUTION AND PROGRESS Section 8-1.02A Schedule Provide a Level 1 schedule for this work. Add to Section 8-1.03 Pre-Construction Conference All listed subcontractors performing contract work must attend the preconstruction meeting. At a minimum, provide the following submittals at the preconstruction meeting: 1. emergency contact list 2. representative at the site of work authorized to sign extra work tickets 3. representative authorized to sign change orders 4. Caltrans equipment rental rates for equipment used to complete work SPECIAL PROVISIONS 17 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 9 PAYMENT Add to Section 9-1.23 City Billing After given the opportunity, you fail to complete any of the following: 1. maintain the project site, 2. complete project work, 3. any other cause which requires City staff to complete work at the project site you must reimburse the City in compliance with section 9-1.23. DIVISION II GENERAL CONSTRUCTION 13 WATER POLLUTION CONTROL Add to 2nd paragraph in Section 13-1.01A A minor WPCP plan form may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents DIVISION V SURFACING AND PAVEMENTS 19 EARTHWORK Add to section 19-2.03A General SITE PREPARATION Earthwork Earthwork must comply with Section 19, “Earthwork”, of the Standard Specifications and these special provisions Excavate areas to receive resin-aggregate flexible paving (RAFP) and concrete mow curb. Where RAFP is to be placed, excavate so that the finished elevations will maintain planned flow lines, slope gradient and contours of the project site. After excavation, scarify a minimum of two feet beneath the structural section, grade excavated areas to a smooth uniform surface and compact to a minimum of 90 percent relative compaction. 20 LANDSCAPE Add to Section 20: 20-16 RESIN AGGREGATE FLEXIBLE PAVING SPECIAL PROVISIONS 18 20-16.01 GENERAL 20-16.01A Summary Section 20-16 includes specifications for placing and resin aggregate flexible paving (RAFP) as shown. 20-16.01B Submittals Submit the following: 1. Product data including the manufacturer's product sheet together with the instructions for handling and installing the Resin Pavement (RP), Resin pavement Mixture (RPM), Resin Pavement Binder Emulsion, (RPBE), and geogrid. 2. Certificates of compliance for the following items at least 5 business days before delivery of the materials to the job site: 1. RPBE 2. RPM 3. Reference information and contacts for public agency projects where the RPM manufacturer’s paving mix material has been installed and in service for a period of not less than five years, and which has a proven wear resistance surface without the continuing generation of fine particle material from the full surface of the pavement installation and does not need ongoing or regular application of additional seal coat treatments in order to preserve the integrity of the pavement. 20-16.01C Quality Control and Assurance 20-16.01C(1) RPM Material RPM must be sampled for testing at time of delivery to RPM installer, prior to installation of the RPM material by the installer. RPM sample must be compacted to appropriate dimensions with specified compactive effort in laboratory Marmust Test molds while placed on top of solid metal base. Marmust Test for stability of the finished RPM mixture to be conducted in laboratory controlled conditions after a minimum of thirty (30) days curing and two hours of heating in air bath at 140°F temperature in accordance with ASTM D 1559 test requirements by an independent pavement materials testing laboratory. These laboratory test specimens must meet the following requirements: Stability Minimum (lbs.): 8,000 20-16.01C(2) Test Plot Construct a full width test plot at least 12 feet long at the beginning of the trail at Stationi 0+00. Notify the Engineer a minimum of 7 days before constructing the test plot. Construct the test plot with the same base materials, tools, equipment, and methods to be used in the final placement of the RPM. The test plot must be constructed as specified in this specification. Obtain approval of the test plot before placing the remainder of the RPM. Use the authorized test plot as the minimum standard for comparison in determining acceptability of the RPM. Upon the Engineer’s acceptance of the test plot, the remainder of the project work may resume. 20-16.01C(3) Field Quality Control Test pavement continuously following initial compaction for smoothness and correct profile by laying a 5-foot straightedge on the paving finished surface parallel and perpendicular to road or path centerline. Surface shall not vary more than ⅜-inch (.375”), except at intersections, grade breaks, and tie-in points to SPECIAL PROVISIONS 19 adjacent pavements. Correct areas not meeting specified surface tolerance immediately after initial compaction. 20-16.01C(4) Field Quality Control Replacement of deficient or damaged RAFP Replace full depth of RP thickness if RPM is contaminated or if paving work is defective. Sawcut edges of RP to be removed so that sides are vertical and oriented perpendicular and parallel to direction of traffic. Spray edges of RP with a tack coat of RPTC. After applying tack coat, place RPM in areas where paving was removed in sufficient quantity that will allow finished surface to conform to elevation and tolerance requirements after final compaction. 20-16.02 MATERIALS 20-16.02A General Reserved 20-16.02B Soil Sterilant Soil sterilant must be oxadiazon granular preemergent and must comply with section 20-1.02B. 20-16.02C Edging Concrete flush curbs as shown on the drawings. 20-16.02D Aggregate Base Aggregate base must comply with the 3/4-inch maximum, aggregate grading under section 26-1.02B. 20-16.02E Geogrid The geogrid must be manufactured from a punched polypropylene sheet, which is then oriented in three substantially equilateral directions so that the resulting ribs must have a high degree of molecular orientation, which continues at least in part through the mass of the integral node. Index Properties of the Geogrid: Longitudinal Diagonal Transverse General Rib pitch, (in) 1.60 1.60 Mid-rib depth, mm (in) - 0.05 0.05 Mid-rib width, mm (in) - 0.04 0.04 Rib shape rectangular Aperture shape triangular One product that meets these specifications is Tensar TriAx TX140 Geogrid 20-16.02F Fasteners Reserved 20-16.02G Aggregate Aggregate for the RPM shall be clean crushed or naturally angular granite or decomposed granite. Provide a submittal of the aggregate mix to the engineer for approval. SPECIAL PROVISIONS 20 20-16.02H RPBE: Resin Pavement Binder Emulsion The RPBE must be a non-toxic emulsion specifically manufactured for the purpose to harden aggregate for pedestrian trail and vehicular path purposes. The supplier of the RPBE must also be the supplier of the RPM, RPTC, and RPFS. 20-16.02I RPM: Resin Pavement Mixture The RPM must be a pre-mixed RPBE and aggregate material. The RPM must be cold-manufactured, cold-applied, display the natural coloration and texture of the aggregate material used in the mix formulation, and be suitable for vehicular and pedestrian traffic RPBE Performance Record: The resin pavement manufacturer must have a record of finished mixtures where TSRST test results demonstrated all of the low temperature performance criteria down to a temperature of -18.4°F (-28°C), where Marmust Stability test results exceeded 10,000 pound stabilities when tested at 140°F (60°C) temperature, where Resilient Modulus test results demonstrate layer equivalency equal or better than conventional hot mix asphalt, where Dynamic Modulus test results presented in Dynamic Modulus Master Curve format demonstrate that the resin pavement product exceeds the performance of typical hot mix asphalt mixes in response to the full range of loading frequencies and in testing temperatures ranging from 28.4°F (-2°C) up to 130°F (54.4°C). Reports of Falling Weight Deflectometer (FWD) test results must be available from the manufacturer to confirm that resin pavement constructed with the resin pavement mix product have achieved Moduli values comparable or better than typical hot mix asphalt pavement of similar layer thickness when evaluated in engineering field studies of completed projects. RP material must have been tested and found resistant to damage by diesel fuel, jet fuel and gasoline spills. The Americans with Disabilities Act (ADA) Affirmation: The RPM must have a record of performing as well or better than hot mix asphalt pavement in both wet and dry Rotational Penetrometer test evaluation of Firmness and Stability for use as an accessible outdoor surface. The resin pavement manufacturer must have a record of at least three finished pavement placements where pedestrian slip resistance has been tested as similar to that of hot mix asphalt pavement in accordance to ASTM E 303 Pendulum Test method and shown to have a minimum Pendulum Test Value (PTV) of 50 or higher in wet testing and 60 or higher in dry testing, and tested in accordance to ASTM C 1028-7 Static Coefficient of Friction Test and shown to have a test value of 0.80 or higher. The color of the finished product must be a natural light brown or tan. One product that meets these requirements is NaturalPAVE® XL Resin Pavement™ as manufactured by Soil Stabilization Products Company, Inc., (SSPCo), Merced, CA. (209) 383-3296 or (800) 523-9992 20-16.02J RPTC: Resin Pavement Tack Coat Same as NaturalPAVE XL Resin Pavement Binder Emulsion for RPM. Uniformly mix 1 part RPTC with 1 part water. 20-16.02K RPFS: Resin Pavement Fog Seal Same as NaturalPAVE XL Resin Pavement Binder Emulsion for RPM. Uniformly mix 1 part RPTC with 4 parts water. DIVISION VI SUBBASES AND BASES Add to Section 26-1.02A: Aggregate Base Aggregate for aggregate base must conform to the provisions specified for ¾-inch maximum, aggregate grading in Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications. APPENDICES 21 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. 3. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda. 4. Plans. 5. Caltrans Standard Specifications and Standard Plans 2010 6. Accepted Bid. 7. List of Subcontractors. APPENDICES 22 8. Public Contract Code Sections 10285.1 Statement. 9. Public Contract Code Section 10162 Questionnaire. 10. Public Contract Code Section 10232 Statement. 11. Labor Code Section 1725.5 Statements. 12. Bidder Acknowledgements. 13. Qualifications. 14. Attach Bidders Bond to Accompany Bid. 15. Non-collusion Declaration. 16. Agreement and Bonds. 17. Insurance Requirements and Forms. ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. In the event of conflict with any other indemnification or hold harmless provisions of this Agreement, the provision that provides the most protection to the City shall apply. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ 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 Rev. 2 5/12/16 DMA