Loading...
HomeMy WebLinkAboutItem 14 - Council Reading File - 91421 Sewer Lining Project 2016 Specials SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Sewer Lining Project 2016 Specification No. 91421 May 2018 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Sewer Lining Project 2016 Specification No. 91421 Approval Date: TABLE OF CONTENTS Bid Submission ………………........................………………………………………………………….… 1 Bid Documents ………………………………………………………………………………………………. 1 Project Information …………….………………………………………………………………………….... 2 Qualifications ………………………………………………………………………………………………… 2 Award …………………………......…………………………………………………………………………... 4 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 Agreement ……………………………………………………………………………………………………. 25 Appendix B……………………………………………………………………………………………………. 27 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 June 28, 2018 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Sewer Lining Project 2016, Specification No. 91421 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids-proposals A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of: 1. $20.00 if picked up in person, or 2. $30.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 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, Violeta Esparza-Reniere at 805-781-7202, or the 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 installing cured in place pipe (CIPP) sewer liner into existing 6-inch sewer lines, and reconnecting existing sewer laterals. The project estimated construction cost and contract time established for the project is as follows: BASE BID: $233,700 30 working days ADDITIVE ALTERNATIVE “A”: $184,300 15 working days ADDITIVE ALTERNATIVE “B”: $188,500 15 working days TOTAL PROJECT BID (BASE BID + ADD ALT. “A” + ADD ALT. “B”): $606,500 Base Bid Contract time is established as 30 working days. Award of each additive alternative will add working days to the contract length, for a total possible contract length of 60 days, as shown above. 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. There will be a mandatory pre-bid walkthrough on Tuesday, June 19, and Thursday, June 21, 2018. Bidders must meet at 10:00 a.m. at the intersection of Meinecke Ave and Benton Way in San Luis Obispo. Bids will not be accepted from any Contractor who does not attend this walk-through. QUALIFICATIONS You must possess a valid Class A or C-34 Contractor's License at the time of the bid opening. You must be knowledgeable in the placement of CIPP, and must have successfully installed CIPP utilizing an electric current flow liner acceptance test within the last five (5) years. 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. NOTICE TO BIDDERS 3 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 have been completed within the last five years from this project’s bid opening date. 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. One of the referenced projects must be for rehabilitation of sewer systems using cured in place pipe (CIPP) installation method utilizing an electric current flow liner acceptance test. 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. NOTICE TO BIDDERS 4 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 in compliance with Public Contract Code Section 20103.8(c) with the Publicly Disclosed Funding Amount of $606,600 using either:  TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” + Add Alt. “B” is less than $606,500; or  BASE BID + ADD. ALT. “A”, if bid for Base Bid + Add. Alt. “A” is less than $606,500 and Total Project Bid is greater than $606,500; or  BASE BID, if Base Bid is less than $606,500 and Base Bid + Add. Alt. “A” is greater than $606,500. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact 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 Sewer Lining Project 2016, Specification 91421 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 77 Furnish (N) CIPP (Cure-In-Place Pipe) Liner and Install for (E) 6" Sewer Pipe LF 1683 2 77 Remove and Repair Tap Break- in Wyes EA 10 3 84 Replace Pavement Marking Parking Tee (Per City Std. 7410) EA 1 4 77 Clean (E) Sewer Line LS 1 5 12 Traffic Control LS 1 6 77 Electric Current Scanning Test LF 1683 7 14 Furnish and Implement Health & Safety Plan (HSP) LS 1 8 14 Comply with APCD and Air Monitoring LS 1 9 7 Comply with OSHA LS 1 Base Bid $ ADDITIVE ALTERNATE A 10 77 Furnish (N) CIPP (Cure-In-Place Pipe) Liner and Install for (E) 6" Sewer Pipe LF 1296 11 77 Remove and Replace Tap Break-in Wyes EA 7 12 77 Furnish and Install 6” HDPE SDR 17 Sewer LF 50 13 19 Rock Excavation CY 10 14 84 Replace Traffic Stripes (Per Std. A20A Detail 22) LF 70 15 77 Clean (E) Sewer Line LS 1 BID FORMS 6 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 16 12 Traffic Control LS 1 17 77 Electric Current Scanning Test LF 1296 Additive Alternate A Total $ ADDITIVE ALTERNATE B (Mill Street) 18 77 Furnish (N) CIPP (Cure-In-Place Pipe) Liner and Install for (E) 6" Sewer Pipe LF 1367 19 77 Remove and Replace Tap Break-in Wyes EA 5 20 77 Furnish and Install 6” HDPE SDR 17 Sewer LF 50 21 84 4” White Pavement Stripe LF 52 22 84 12” White Pavement Stripe LF 8 23 84 Replace Pavement Marking Parking Tee (Per City Std. 7410) EA 2 24 77 Clean (E) Sewer Line LS 1 25 12 Traffic Control LS 1 26 77 Electric Current Scanning Test LF 1367 Additive Alternate B Total $ Total Project Bid = (Base Bid + Additive Alternates A, B) $ 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 DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS 8 (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 state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is 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) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date 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 (Site Address): Is this similar to the project being bid or did this project include CIPP sewer-lining activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include CIPP sewer-lining activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include CIPP sewer-lining activity? 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. Sewer Lining Project 2016 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 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 with Upon notification of project award, return: 1. executed contract 2. insurance 3. contract bonds within five working days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 Work Description Comply with the provisions of Sections 7, 12, 13, 14, 19, 77, and 84 for general, material, construction, testing, and payment specifics. 5 CONTROL OF WORK SPECIAL PROVISIONS 14 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. Project access point for the Broad and Benton easement from Murray Street to Meinecke Avenue and the Benton and Chorro easement from Meinecke Avenue to Murray Street shall be coordinated with the project inspector to unlock the easement access gates. 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 5-1.36A General Repair to damage must comply with the associated sections of the specifications, standards, and plans. The Contractor must protect public and private property within and adjacent to the work and exercise due caution to avoid damage to such property. The Contractor is responsible for repairing and / or replacing existing improvements on private property and within right-of-way and City easement areas which are not designated for removal, or which are damaged or removed as a result of construction operations. Repairs and replacements must be restored to pre-construction condition. The Contractor must replace and re- install any existing walls, fences, sewer laterals that are temporarily removed as part of the construction. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to protect and restore private property is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Add to Section 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 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 7-1.03 Public Convenience All work within private property will be cleaned up and secured at the end of each construction day. SPECIAL PROVISIONS 15 Add to Section 7-1.03B Traffic Control Plan Contractor is advised that he will need to submit a traffic control and staging plan that is reactive to traffic conditions. It may be required to stage work in different areas on the same work shift to allow free flow of traffic. Adhere to the time restrictions listed below “Work Hour Restrictions”. No full width street closures will be permitted. The Contractor shall have a minimum of one lane open traveling in each direction at all times, unless otherwise approved by the Engineer. The Contractor shall be responsible for notification of all adjacent property owners/ occupants, businesses and for the posting of all streets for no parking on the days work is to be scheduled. Contact (verification of contact) shall also be made with the management of each business or adjacent property. Notifications shall only be delivered during business hours 10am to 5pm. The Contractor shall be responsible for the purchase and placement of “NO PARKING/TOW AWAY” signs at least 72 hours before the “NO PARKING” is in effect. If the Contractor’s schedule changes such that work will not require “NO PARKING” on a street, the Contractor may change the dates of “NO PARKING” on the signs, provided this change is done so at least 30 hours in advance of the effective time of the “NO PARKING”. The Contractor shall pay to the City of San Luis Obispo the sum of $250 per day, for each and every calendar day in which “NO PARKING” signs prohibit parking on a street in which work that requires “NO PARKING” was not performed. Contractor must maintain pedestrian access on the sidewalk and crosswalks at all times. No staging of equipment in the public right of way. Keep driveways, pedestrian entrances, and bus loading zones clear and available to the City, City employees and emergency vehicles at all times. WORK HOUR RESTRICTIONS Work within private property, the Broad and Benton easement from Murray Street to Meinecke Avenue and the Benton and Chorro easement from Meinecke Avenue to Murray Street, are restricted to the working hours of Monday through Friday from 8:00 a.m. to 4:00 p.m. Work at the intersection of Mill Street and Santa Rosa shall be limited to the working hours of Sunday through Thursday between 7:00 p.m. and 7:00 a.m. All other work can be completed during normal construction working hours of Monday through Friday 7:00 a.m. to 4:00 p.m. Coordinate with the City’s project inspector to give transit a one-week notice of impacts to bus routes on Mill Street. NIGHT WORK & WEEKEND (DAY) WORK Night work is defined as work between the hours of 7:00 pm and 7:00 am. Night work is permitted separately. If night work is permitted by the City of San Luis Obispo Community Development Department, the work shall comply with the restrictions set forth in the permit. At Contractor’s request and approval of the Engineer, Saturday day work may occur subject to restrictions set for above for day work. Sunday day work is subject to City noise ordinance approval similar to nightwork. 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 SPECIAL PROVISIONS 16 Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence in order to restore free flowing of traffic. Replace Section 7-1.06 with: 7-1.06A General Procure and maintain for the duration of the contract, insurance against claims for: 1. injuries to persons 2. damages to property which may arise from or in connection with the performance of the work by your: 1. agents 2. representatives 3. employees 4. subcontractor Provide: 1. Commercial General Liability Insurance 2. Commercial General Liability Insurance Endorsement 3. Automotive Liability Insurance 4. Automotive Liability Insurance Endorsement 5. Workers’ Compensation Insurance 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. SPECIAL PROVISIONS 17 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 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. SPECIAL PROVISIONS 18 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 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 14. Material Safety Data Sheet 15. Chemical information for proposed CIPP method 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: SPECIAL PROVISIONS 19 www.slocity.org/government/department-directory/public-works/documents-online/construction- documents 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02A 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/government/department-directory/public-works/documents-online/construction- documents 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 When steam cured CIPP method is utilized, or chemicals are injected into the waste water system, or when VOCs are encountered, you are responsible to: 1. monitor 2. record 3. report PID (photoionization detectors) readings taken every hour during work in the contamination zone or as directed by the Engineer. Use the appropriate correction factor and set alarm level for the PID; Cal OSHA Permissible Exposure Level is 50 ppmv (8-hour TWA, Time Weighted Average) for workers. Cal EPA Office of Environmental Health Hazard Assessment’s acute reference exposure level for residential and building occupants is 4.9 ppmv, utilizing the Cal OSHA air monitoring methods specified. Work should cease if PID or FID ( flame ionization detector) reading exceeds permissible exposure levels. Work may commence once FID readings are within acceptable limits as verified by the Engineer. The material SDSs (material safety data sheet) list some, but not all, the chemicals you could be exposed to while working. Ensure safety data sheets and the chemical information for the CIPP method utilized is readily available for the duration of the project. Appropriate Personal Protective Equipment (PPE) must be used. Gloves with chemical resistance should be used and the product supplier should be consulted. Review the CIPP material SDS for appropriate PPEs and handling. Contractor must install a ventilator in the downstream manhole at the end of the line. Contractor is responsible to conduct air monitoring in sewer laterals when chemical emission plumes are detected. Contractor must prepare a Health & Safety Plan (HSP) in accordance with the city’s standard specifications Section 14-11.01B. Absence of an odor does not mean chemicals were not released; chemicals may be present that are odorless. Report all interactions with residents who complain about odors or illness to the health department immediately. If a building becomes or is suspected to have been contaminated, contact the city’s fire department and San Luis Obispo county health department. Inform the project’s city inspector of any complains from residents or the public. Provide residents nearby health department contact information to report problems. Direct any persons that contact you about odors or health complaints to the health department. Add to Section 14-9.02D 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. SPECIAL PROVISIONS 20 Add to Section 14-11.02F The Contractor must prepare a Health and Safety Plan (HSP) in accordance with Section 14-11.01B of the Standard Specifications. Upon approval of the HSP by the City Engineer, the Contractor’s is responsible with implementing the HSP, complying with APCD permit, and performing air monitoring. Full compensation for the preparation and implementation of the HSP, work area air monitoring, and compliance with applicable engineering standards and environmental regulations is included in the payment under “Furnish and Implement Health & Safety Plan (HSP)” and “Comply with APCD and Air Monitoring” under the base bid list schedule. DIVISION III GRADING Add to Section 19-1.03B Notify the Engineer if hard bedrock is encountered prior to repairing break-in laterals. Backfill and compaction per the City Standard Specifications Section 77-1. Removal of bedrock within contract work area will be paid as described on the Bid Item List. DIVISION VIII MISCELLANEOUS CONSTRUCTION Add to Section 77-3.01 General The Contractor must furnish and install Cured-in-Place-Pipe (CIPP) in (E) 6-inch sewer. The Contractor must clean the sewer main prior to the installation of the liner and is responsible to make any repairs necessary for placement of the liner. Videos of the existing pipe conditions are available at http://www.slocity.org/government/department-directory/public-works/sewerlining2016/ Contractor must remove segments of the existing 6-inch vitrified clay pipe sewer line as shown on the project plans and replace with 6-inch HDPE SDR 17 pipe prior to installing the cured in place pipe liner. Full compensation for furnishing all labor, materials, tools and equipment necessary to replace the segments of damaged 6-inch vitrified clay pipe sewer line with 6-inch HDPE SDR 17 to be paid per Bid Item, “Furnish and Install 6” HDPE SDR 17 Sewer”. Add Section 77-3.02A(6) Cured In Place Pipe Cured in place pipe (CIPP) material, CIPP, resin and tube must conform to ASTM F1216, ASTM F1743, ASTM F2599 and ASTM F2550-13 for material and testing. The resin must be corrosion resistant polyester system including all required catalysts, initiators or hardeners. The resin used for tube installation must be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin during installation through cracks and irregularities in the original pipe wall. The minimum wall thickness at any point must not be less than 87.5% of the minimum design wall thickness as stated in these Special Provisions in Appendix B. The CIPP must be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. It must have a uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design thickness as stated in the appendix of these Special Provisions. The tube must tightly fit the internal circumference and length of the host pipe. The Contractor is responsible for verifying that the pipe dimensions on the project plans are accurate prior to start of construction; all lining must extend from one manhole to the next manhole in a continuous length. SPECIAL PROVISIONS 21 The required wall thickness of the CIPP must be designed in accordance with the formula for “Fully Deteriorated” pipe given in ASTM F1216, Appendix X1, Design Considerations using the given design parameters. The CIPP tube must meet the chemical resistance requirements of ASTM F1216, Appendix X2, Chemical- Resistance Tests (with and without plastic coating). Visual inspection of the CIPP must be in accordance with ASTM F1743, Section 8. Prior to construction, the manufacturer must perform long-term testing for flexural creep of the CIPP material installed. Testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short-term test results must not be applied unless substantiated by qualified third-party test data to the Engineers satisfaction. The Contractor must submit the following prior to construction: A. Testing data on proposed resin and fabric tube in accordance with ASTM F1216 and ASTM F1743. B. 10,000 hour third party Long Term Flexural Modulus test data. C. The Pipe Thickness for all CIPP that’s part of this project. Manhole to manhole segments only. D. Flow calculations that support that the finished CIPP shall have at least 95% of the full flow capacity of the original pipe before rehabilitation. Flow capacity calculations must be based on Manning’s Formula using the following coefficients for Manning’s “n” existing pipe = 0.013 and new CIPP = 0.010. E. Cure schedule from the resin manufacturer. F. Material Data Safety Sheets (MSDS) for all materials used to line the existing sewer system. G. Health and Safety Plan. H. Any other submittals listed elsewhere in these Special Provisions. Add to Section 77-3.03A(4) Cured In Place Installation Installation of the CIPP must conform to ASTM F1216, ASTM F1743, and ASTM F2599. Before any work is done, the Contractor is responsible for verifying accurate locations and depths of sewer lines, laterals, and manholes. At the completion of work, the Contractor must furnish a video recording of the entire project showing “before and after” the lining has been completed at each location. The recording must be from manhole to manhole with each manhole labeled using the City manhole numbering system measured from center of manhole. The DVD and written report of the inspection must clearly indicate the locations of each live and dead sewer laterals. The Contractor must furnish all materials, tools and equipment necessary to provide for installation of cured- in-place pipe (CIPP) liner for the existing 6-inch sanitary sewer as shown on the plans. All materials and procedures used in the cured-in-place pipe rehabilitation process must or exceed the manufacturer's standards. Contractor must determine the minimum tube length necessary to effectively span the designated run between manholes, unless otherwise specified. Contractor must field verify the lengths in the field prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of run. The tube must either be inverted into the pipeline by using hydrostatic head (water pressure), compressed air pressure or some other approved inversion method, or pulled into the pipeline from manhole to manhole using mechanical equipment (winch). The liner must extend the full length of the original sewer, and provide SPECIAL PROVISIONS 22 a structurally sound, jointless, tight-fitting, watertight pipe within a pipe. Contractor must comply with Standard Specifications Section 77 for excavation and restoration. The tube must be installed through the existing manholes, in accordance with the manufacturer's recommendations and procedures. A sealing material compatible with the liner must be installed at the entrance to each manhole between the tube and the existing pipe to provide a watertight seal. The resin used must be compatible with the rehabilitation process used and designed for a wastewater environment. During the curing process, the Contractor shall keep logs, charts and/or graphs of the liner temperatures at the upstream and downstream manholes to ensure that proper temperatures and cure times have been achieved. These documents may be required by the Engineer at any time during and after the curing process. The Contractor must submit for approval by the Engineer the following information: A. Certification from the installer that all lining materials and resins furnished under this specification were manufactured, sampled, tested, and inspected in accordance with ASTM F 1216, ASTM F1743, ASTM F2599, and ASTM F2550-13, latest editions. B. A detailed plan of construction including the installation procedures, equipment set-up, and the locations of the proposed access points for approval C. Manufacturer's recommendations for the installation of the CIPP including resin application, curing process details (including temperature control), storage procedures, service connection methods, trimming and finishing, and quality control measures to be used for cured-in-place pipe lining of mainlines and services. D. Certification from the manufacturer(s) that the installer is licensed to perform the work. E. Independent test laboratory results of field samples taken at locations specified by the Engineer. F. Air test service connection for water tightness after the main has been installed. Contractor must chemical grout non-air tight service connections. Full compensation for furnishing all labor, materials, tools and equipment necessary to provide for the preparation of the existing sanitary sewer and installation of cured-in-place pipe (CIPP) liner, in those segments of the existing sanitary sewer depicted on the plans, will be measured and payment made for each linear foot of CIPP liner installed. Payment for re-establishing the live sanitary sewer laterals within CIPP sections is included in the unit price for this item. Add to Section 77-3.03E Sewer Laterals The Contractor must repair all existing break-in sewer laterals and any other conditions that may prevent proper installation of the CIPP in compliance with 77-3.03 F(3). Sewer laterals must be connected to new (N) or existing (E) sanitary sewer in compliance with Engineering Standard 6810 and Standard Specification Section 77. Excavation restoration for the break-in sewer lateral repair per Engineering Standards 6020/6025/6030. The Contractor must locate all existing sewer laterals and re-establish all live sewer lateral connections. All sewer lateral connections must be identified and located prior to pipe insertion. The Contractor must provide the Engineer a report showing the locations, size and status (live or dead) of all sewer laterals connected to the main. Contractor must test all laterals using dye testing to confirm which laterals are in service (active) and which are dead. Dead or unused sewer laterals must not be reconnected to the newly lined sewer line. Notify the Engineer immediately upon discovering any lateral not shown, or any lateral that appears to be dry and out of service. The Contractor must provide portable restrooms, one per lateral closed unless an agreement is reached between the Contractor and affected resident or business that a portable restroom is not necessary. All agreements must be in writing and a copy given to the Engineer prior to the installation of the liner. Portable restrooms must be placed at a location preferred by the affected resident or business, and they must be sanitized and cleaned as directed by the Engineer. All portable restrooms must be removed from the public right away or private property at the end of each working day. The Contractor must immediately notify residents SPECIAL PROVISIONS 23 after their active sewer laterals are opened. The Contractor must notify affected residents and businesses a minimum of 7 calendar days prior to installation and give a 24-hour reminder prior to installation. The Contractor must state in the notification that the owner must not use the sewer system, they must give the length of time the sewer will be unavailable, the contact person, and that a portable restroom with a hand washing station will be provided for their use during the lining. The notification must state that an ADA accessible restroom will be provided upon request. Before the installation of the liner, all affected laterals must be plugged at existing clean outs to prevent any resin fumes, vapor migration, and contaminated discharge water from traveling upstream through the lateral. At locations with no existing clean-out, Contractor must install a new clean-out per city engineering standard detail 6810. Residents and businesses must not be without sewer services for longer than ten hours. If after twelve hours the lateral is not open, the Contractor must provide by-pass pumping for the lateral at no additional cost to the City and the homeowner. Clean (E) sewer prior to CIPP installation in compliance with 77-3.03H cleaning. The sewer line must be cleaned as to render the sewer line to 95% of its original capacity and allow passage of inspections, testing and sealing equipment. The Contractor must utilize a remotely controlled cutting device to reopen active lateral connections without excavation; they must have two complete and functional remotely controlled cutting devices on site. Immediately after the liner has been cured and drained, the Contractor must cut the portions of the liner that interfere with the active laterals from the inside of lined pipe. Each hole cut from the liner must be at least 95% of the original area and no more than 100%. The Contractor must brush the lateral and assure that the lateral opening is free of any hanging liner material, irregular edges or burrs. If excavation is required to reopen a lateral service, no additional payment will be made. Abandoned inactive sewer laterals must remain connected to the host pipe; the Contractor must not reopen abandoned inactive sewer laterals. Approximate locations of active and inactive laterals are shown on the plans, they are for reference only. The Contractor is responsible for determining the exact locations of active laterals. Payment for all work necessary to repair existing break-in sewer laterals paid per Bid Item “Remove and Replace Tap Break-in Wyes.” Add to Section 77-3G Testing After CIPP lining is complete and the services have been reinstated, the liner pipe must be cleaned, and video inspected in accordance with the Project Specifications. The Contractor must repair all defects at no additional cost to the City. Wrinkles in the finished liner pipe which exceed 5% of the pipe diameter are unacceptable. Contractor must remove either the liner or the wrinkled segments which exceed 5% of the pipe diameter. Additionally, any wrinkles that traverse the invert and impede flow must be removed and repaired as approved by the Engineer. The finished liner must be continuous over the entire length of run between two manholes and must be free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination. In addition to CCTV inspections, the CIPP must be surveyed for defective leaks utilizing electric current scanning inspection in compliance with ASTM F2550-13. Acceptance testing and certification of all repairs and relining must be performed using electric scanning inspection and must be performed by an experienced contractor knowledgeable with the electro scanning technology. SPECIAL PROVISIONS 24 The Contractor must provide to the City a warranty to be in force and effect for a period of two (2) years from the date of acceptance by the City. The Contractor is responsible for the repair or removal and replacement of the liner should failure result from faulty materials or installation. Correction of failed liner or liner deemed unacceptable, as a result of the post video inspection, electro scanning tests, test reports for structural values, thickness, and /or chemical resistance is the responsibility of the Contractor, at no extra cost to the City. Method of correction/repair must be approved by the Engineer. APPENDICES 25 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. Plans. 4. Caltrans Standard Specifications and Standard Plans 2010 5. Accepted Bid. 6. List of Subcontractors. APPENDICES 26 7. Public Contract Code Sections 10285.1 Statement. 8. Public Contract Code Section 10162 Questionnaire. 9. Public Contract Code Section 10232 Statement. 10. Labor Code Section 1725.5 Statements. 11. Bidder Acknowledgements. 12. Qualifications. 13. Attach Bidders Bond to Accompany Bid. 14. Non-collusion Declaration. 15. Agreement and Bonds. 16. 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 __________________________________ Derek Johnson, 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 APPENDICES 27 APPENDIX B – PHYSICAL PROPERTIES Flexural Modulus of Elasticity: 300,000 psi Flexural Strength: 5,500 psi Safety Factor: 2 Paisson's Ratio: 0.3 Soil Density: 120 pcf Soil Modulus: 1,000 psi