HomeMy WebLinkAboutAnholm Bikeway Phase 1A-Foothill CrossingCOORDINATES FOR THIS PROJECT ARE CALIFORNIACOORDINATE SYSTEM NAD83, CALIFORNIA ZONE 5, US SURVEYFEET, AS DETERMINED BY GPS OBSERVATIONS ON THE POINTS8026, AND 8201 "MONTEREY" AS SHOWN ON THE CITY OF SANLUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY2007).Reference Documents:City Standard Specifications - May 2018 EditionCity Engineering Standards - May 2018 Edition1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR ORPERMITTEE TO CONTACT "UNDERGROUND SERVICE ALERT OFNORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48)HOURS PRIOR TO START OF CONSTRUCTION FOR LOCATION OFPOWER, TELEPHONE, OIL AND NATURAL GAS UNDERGROUNDFACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO CONTACTTHE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V.,WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES.2. THE CONTRACTOR SHALL POSSESS A CLASS "A" LICENSE ATTHE TIME OF BID OPENING.index to planssheet no.descriptiongeneral notes:basis of bearings:san luis obispo county, californiaabreviations:ANHOLM BIKEWAY PHASE 1A -FOOTHILL CROSSING1 COVER2 FOOTHILL & FERRINI DEMOLITION PLAN3 FOOTHILL & FERRINI CURB RAMPIMPROVEMENTS4 FOOTHILL & FERRINI PEDESTRIANHYBRID BEACON5 SIGNING AND STRIPING PLAN6 CONSTRUCTION DETAILSAPPROVED BYSPECIFICATION NO.DATEofSHEETMatthew A. Horn, City Engineer R.C.E. C63611 Approved Date6JANUARY 2019916191FILE NO./LOCATIONTHE ELEVATIONS SHOWN HEREON ARE NAVD88 ASDETERMINED BY THE MEASUREMENTS ON POINT 194 AS SHOWNON THE CITY OF SAN LUIS OBISPO "BENCHMARK SYSTEM"(APRIL 2017) HAVING PUBLISHED ELEVATION OF 246.24'.benchmark:AB AGGREGATE BASEAC ASPHALT CONCRETEADA AMERICAN DISABILITIES ACTBEG BEGINBMP BEST MANAGEMENT PRACTICEBSW BACK OF SIDEWALKCL CENTERLINECONC. CONCRETEDI DRAINAGE INLETDIA. DIAMETERELEV ELEVATIONEP EDGE OF PAVEMENTExist EXISTING(E) EXISTINGEG EXISTING GROUNDFG FINISHED GROUNDFL FLOWLINEFP FINISHED PAVERSFS FINISHED SURFACEFT FOOT/FEETGR GRATEHMA HOT MIX ASPHALTINV INVERT ELEVATIONLF LINEAL FEETLT LEFTMAX MAXIMUMMIN MINIMUMNTS NOT TO SCALEO.D. OUTSIDE DIAMETERPCC PORTLAND CEMENT CONCRETEP/L PROPERTY LINEP.O.S. POINT OF SERVICERRADIUSRCP REINFORCED CONCRETE PIPERT RIGHTR/W RIGHT-OF-WAYSTD STANDARDSF SQFTSSCOSANITARY SEWER CLEAN OUTSW SIDEWALKTC TOP OF CURBTYP TYPICALVar. VARIESWB WESTBOUNDPROJECT LOCATION MAP1"=1000'PROJECT LOCATION100% SUBMITTAL NOT FOR CONSTRUCTION
FOOTHILL BLVD FERRINI RDSAWCUT LINE
(E) GUTTER
(E) FACE OF CURB
(E) CROSS GUTTER
(E) GUTTER
(E) SIDEWALK
2,304,030.84 N
5,763,833.35 E(E) FACE OF CURB
2,304,001.80 N
5,763,783.99 E
2,303,992.65 N
5,763,783.91 E
2,304,030.96 N
5,763,809.65 E
(E) SIDEWALK
(E) FACE OF CURB
SAWCUT LINE
2,304,019.13 N
5,763,857.48 E
2,303,999.11 N
5,763,876.88 E
(E) CONCRETE
WALKWAY
2,303,989.97 N
5,763,876.77 E
(E) UTILITY POLE
(E) FACE
OF CURB
(E) GUTTER LIP
SAWCUT LINE
(E) BIKE
LANE STRIPE
(E) BSW
HORIZONTAL CONTROL POINT
2,303,927.27 N
5,763,834.23 E
ELEV. = 245.38
2,303,937.37 N
5,763,786.49 E
2,303,925.67 N
5,763,786.22 E
2,303,923.94 N
5,763,850.17 E
2,303,935.62 N
5,763,850.49 E
2,303,918.58 N
5,763,827.05 E
2,303,919.42 N
5,763,795.05 E
(E) SIDEWALK
(E) ELECTRICAL
VAULT
(E) LANDSCAPED AREA
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONANHOLM BIKEWAY PHASE 1A - FOOTHILL CROSSINGLJS
LJS
91619
6
No. C 79837LUKEJ. S C HW
A
RTZC I V I LREGISTERED P R O F E SSIONA
L
E
NGINEERS
T
ATE OF C A L IF O R NIA2
CONSTRUCTION DEMOLITION NOTES:
LEGEND
REMOVE (E) SIDEWALK, CURB AND GUTTER, CROSS GUTTER,
ASPHALT CONCRETE AND LANDSCAPING PER CITY STD.
SPECIFICATIONS, SECTION 15.
REMOVE EXISTING SIGN AND POST. RELOCATE PER SIGNING AND STRIPING PLAN (SHEET 5).
REMOVE EXISTING STOP SIGN AND POST. INSTALL NEW SIGN ON NEW PUNCH POST PER SIGNING
AND STRIPING PLAN (SHEET 5).
REMOVE EXISTING DRY BARREL FIRE HYDRANT. INSTALL NEW WET BARREL HYDRANT PER CITY ENG. STD. 6310.
PROTECT IN PLACE EXISTING UTILITY POLE AND RESET GUY WIRE ANCHOR IN COORDINATION WITH PG&E.
POLE-MOUNTED LUMINAIRE TO BE REMOVED AND ELEVATION OF CABLE LINES TO BE RAISED BY OTHERS
PRIOR TO WORK.
REMOVE EXISTING SURVEY BENCHMARK AND RESET UPON COMPLETION OF WORK PER CITY
ENGINEERING SPECIFICATIONS, SECTION 5-1.26 AND 5-1.36.
EXISTING BENCHMARK #194 (ELEV. = 246.24')
RESET PER CITY STD. SPECIFICATIONS, SECTION 5-1.26
AND 5-1.36
1" = 5'
JANUARY 2019
100% SUBMITTAL
NOT FOR
CONSTRUCTION
PROTECT IN PLACE EXISTING STREET SIGN POST.FOOTHILL & FERRINI DEMOLITION PLANRESET UTILITY POLE GUY WIRE ANCHOR IN COORDINATION WITH PG&E.
PROTECT IN PLACE EXISTING UTILITY COVER AND COLLAR.
PROTECT IN PLACE EXISTING CONCRETE WALKWAY.
PROTECT IN PLACE EXISTING SIGN.
PROTECT IN PLACE (E) ELECTRICAL VAULT.
FOOTHILL BLVD FERRINI RD(N) 6" WIDE RETAINING CURB, TOP OF
CURB TO MATCH (E) BSW ELEVATION
245.23 FS
TC = MATCH (E) BSW ELEV.
245.15 FS
TC = MATCH (E) BSW ELEV.
FL/TC = 244.80
FL/TC = 244.74
244.70 FL
245.01 TC
CONFORM
244.62 FL
245.18 TC
(E) FACE OF CURB
244.88 FS
MATCH (E)
245.19 FS
MATCH (E)
CONFORM
244.55 FL
245.05 TC
MATCH (E)
245.27 FS
GRADE
BREAK
246.83 FS
MATCH (E)
244.88 FL
245.14 TC
244.95 FL
245.34 TC
245.18 FS
MATCH (E)
(E) CURB LINE
(R=20')
245.62 FL
246.16 TC
244.99 FL
(MATCH (E)
244.74 FL
MATCH (E)
FS = 245.17
FS = 245.09
(N) CURB LINE
(R=10')
245.21 FS
244.57 FL
245.12 TC
3' TRANSITION AREA
TO BE USED TO
TRANSITION TO (E)
CROSS SLOPE
244.86 FL
MATCH (E)
245.06 FS
2,304,009.37 N
5,763,821.52 E
2,304,029.37 N
5,763,821.94 E
244.93 FS
244.81 FS
247.18 FS
MATCH (E)
245.11 FS
245.48 FS
(N) 6" WIDE RETAINING CURB, TOP OF
CURB TO MATCH (E) BSW ELEVATION
(E) CONCRETE
WALKWAY
245.32 FS
TC = MATCH (E) BSW
245.36 FS
TC = MATCH (E) BSW
245.15 FL
245.93 TC
246.01 FS
MATCH (E)
245.03 FL
245.01 FL
245.11 FL
FL/TC = 245.24
FL/TC = 245.28
244.86 FS
MATCH (E)
246.03 FS
MATCH (E)
5' TRANSITION
PANEL TO BE
USED TO
TRANSITION TO
(E) CROSS SLOPE
245.19 FL
245.75 TC
MATCH (E)
246.95 FS
MATCH (E) BSW
245.36 FS
246.05 FL
246.86 TC
MATCH (E)
246.48 FS
MATCH (E)
CONFORM
246.66 FS
MATCH (E) BSW
246.24 FL
246.73 TC
MATCH (E)
(E) CROSS
GUTTER LIP
(N) CROSS
GUTTER LIP
(E) FACE OF CURB
(E) GUTTER LIP
CROSS
GUTTER
FLOW LINE
CONFORM
GRADE
BREAK
2,303,991.19 N
5,763,801.30 E
FL/TC = 244.63
FL = 244.81
TC = 245.29
FS = 245.09
FS = 245.24
2,303,930.74 N
5,763,825.29 E
FL/TC = 244.78
2,303,919.42 N
5,763,795.05 E
FS = 245.20
BIKE LANE
STRIPE (E)
CONFORM
FL = 244.59
TC = 245.04
FS = 245.33
FL = 244.53
TC = 244.98
3' TRANSITION AREA
TO BE USED TO
TRANSITION TO (E)
CROSS SLOPE
2,303,931.80 N
5,763,786.34 E
FL = 244.50
TC = 244.97
MATCH (E)
2,303,925.67 N
5,763,786.22 E
FS = 245.09
MATCH (E) BSW
FS = 245.07
2,303,921.03 N
5,763,847.09 E
FS = 245.51
FS = 245.46
2,303,923.94 N
5,763,850.17 E
FS = 245.53
MATCH (E) BSW
3' TRANSITION AREA
TO BE USED TO
TRANSITION TO (E)
CROSS SLOPE
CONFORM
2,303,930.13 N
5,763,850.34 E
FL = 244.93
TC = 245.40
MATCH (E)
FL = 244.91
TC = 245.37
2,303,918.58 N
5,763,827.05 E
FS = 245.36
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONANHOLM BIKEWAY PHASE 1A - FOOTHILL CROSSINGLJS
LJS
91619
6
No. C 79837LUKEJ. S C HW
A
RTZC I V I LREGISTERED P R O F E SSIONA
L
E
NGINEERS
T
ATE OF C A L IF O R NIA3
CONSTRUCTION NOTES:
INSTALL CONCRETE SIDEWALK PER CITY STANDARD 4110.
LEGEND
10" FULL DEPTH AC REPLACEMENT PER CITY STANDARD 4110.
CURB RAMP PER PLAN. RECONSTRUCT (E) 20' CORNER RADIUS WITH 10' CORNER
RADIUS. INSTALL TRUNCATED DOMES (3' DEPTH TYP) PER CITY STANDARD 4440.
EXISTING BENCHMARK #194 (ELEV. = 246.24')
RESET PER CITY STD. SPECIFICATIONS, SECTION 5-1.26 AND 5-1.36
1" = 5'
JANUARY 2019
CONSTRUCT RAISED CONCRETE MEDIAN PER DETAIL ON SHEET 6.
NEW CONCRETE PER PLAN
RECONSTRUCT CONCRETE CROSS GUTTER PER CITY STANDARD 4310,
MODIFIED AS SHOWN PER PLAN. MAINTAIN EXISTING FLOW LINE ELEVATIONS AS
SHOWN.
CONSTRUCT SIGNAL POLE FOUNDATION PER POLE SCHEDULE ON SIGNAL
INSTALLATION PLAN (SHEET 4). POLE FOUNDATION TO BE INSTALLED PER
CALTRANS STD. MAINTAIN 36" MIN. CLEAR BETWEEN (N) SIGNAL POLE BASE
PLATE AND (N) BSW. SEE SIGNAL PLANS FOR PULL BOX LOCATIONS.FOOTHILL & FERRINI CURB RAMP IMPROVEMENTSCURB RAMP PER PLAN. INSTALL TRUNCATED DOMES (3' DEPTH TYP) PER CITY
STANDARD 4440.
CONSTRUCT CONCRETE FOUNDATION FOR SERVICE PEDESTAL UPS SYSTEM
PER CITY STANDARD 7510.
ROLLED CURB ALONG RAMP FLARE.
CONSTRUCT CONCRETE FOUNDATION FOR SIGNAL CONTROLLER CABINET
PER CALTRANS STANDARD ES-3B (TYPE G CABINET FOUNDATION).
CONSTRUCT SIGNAL POLE FOUNDATION PER POLE SCHEDULE ON SIGNAL
INSTALLATION PLAN (SHEET 4). POLE FOUNDATION TO BE INSTALLED PER
CALTRANS STD. SEE SIGNAL PLANS FOR PULL BOX LOCATIONS.
100% SUBMITTAL
NOT FOR
CONSTRUCTION
FERRINI RDFOOTHILL BLVD
LDS CHURCH FIELD
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONANHOLM BIKEWAY PHASE 1A - FOOTHILL CROSSINGLJS
LJS
91619
6
No. C 79837LUKEJ. S C HW
A
RTZC I V I LREGISTERED P R O F E SSIONA
L
E
NGINEERS
T
ATE OF C A L IF O R NIAFOOTHILL & FERRINI PEDESTRIAN HYBRID BEACON4
1" = 10'
JANUARY 2019
1. ALL MATERIALS AND EQUIPMENT SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR, WITH THE
EXCEPTION OF THE SIGNAL POLES AND FOUNDATION HARDWARE, WHICH WILL BE FURNISHED BY THE
CITY AND AVAILABLE FOR PICK UP AT THE CITY CORPORATION YARD AT 25 PRADO ROAD.
2. ALL WORK IS TO BE DONE IN ACCORDANCE WITH CITY OF SAN LUIS OBISPO STANDARD SPECIFICATIONS &
ENGINEERING STANDARDS, CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, AND 2015
CALTRANS STANDARD PLANS AND SPECIFICATIONS, AS SHOWN HEREIN AND IN THE SPECIAL PROVISIONS.
3. ALL SIGNAL EQUIPMENT SHALL BE WIRED IN ACCORDANCE WITH THE PHASE DIAGRAM.
4. CONTROLLER CABINET, SERVICE PEDESTAL, AND POLE LOCATIONS SHOWN HEREIN ARE APPROXIMATE.
PRECISE LOCATIONS SHALL BE ESTABLISHED IN THE FIELD AND VERIFIED BY THE ENGINEER PRIOR TO
SAW CUTTING AND/OR INSTALLING NEW SIDEWALK.
5. ALL WIRING SHALL BE MARKED (TAGGED) WITHIN THE CONTROLLER CABINET AND ALL PULL BOXES FOR
PHASE/POLE IDENTIFICATION.
6. MINIMUM CONDUIT SIZE FOR RUNS BETWEEN PULL BOXES AND POLES SHALL BE 2".
7. ALL (N) INDICATORS SHALL BE 12" LED.
8. PULL BOXES SHALL NOT BE INSTALLED IN SIDEWALK RAMP.
9. THE CONDUCTOR SCHEDULE IS PROVIDED AS AN INSTALLATION GUIDELINE ONLY. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE THE APPROPRIATE NUMBER OF CONDUCTORS REQUIRED
FOR THE INTENDED OPERATION.
10. THE LOCATION OF EXISTING UTILITIES SHOWN ON THE PLAN ARE APPROXIMATE ONLY. THE CONTRACTOR
IS RESPONSIBLE FOR CONTACTING THE RESPECTIVE UTILITY COMPANIES AND AFFECTED AGENCIES FOR
VERIFICATION OF LOCATION AND DEPTHS OF EXISTING UTILITIES. THE CONTRACTOR SHALL NOTIFY
UNDERGROUND SERVICES ALERT (U.S.A) 48 HOURS PRIOR TO DOING ANY WORK. TELEPHONE NUMBER IS
800-624-2444.
11. IF DAMAGED, CONTRACTOR SHALL RESTORE ANY UTILITY PER CITY ENGINEER'S REQUIREMENT.
12. CONTRACTOR SHALL PROVIDE 10 WORKING DAYS NOTICE TO THE ENGINEER PRIOR TO SIGNAL TURN ON.
CONTRACTOR MUST TAKE THE CONTROLLER TO THE CITY TRAFFIC MAINTENANCE OFFICE AND PERMIT
AT LEAST 48 HOURS FOR SIGNAL TIMING DOWNLOAD AND TESTING OF THE CONTROLLER BY CITY STAFF.
TURN ON PROCEDURE SHALL FOLLOW SPECIAL PROVISIONS. CONTRACTOR SHALL BE RESPONSIBLE FOR
COORDINATING CITY STAFF, VENDORS, MANUFACTURERS. COORDINATE ALL SIGNAL WORK WITH CITY
SIGNAL TECH, KELLY LINDSAY.
13. THIS PLAN IS ACCURATE FOR SIGNAL WORK ONLY.
14. THE CONTRACTOR SHALL ARRANGE TO HAVE THE TRAFFIC CONTROLLER MANUFACTURER'S
REPRESENTATIVE FROM MCCAIN PRESENT AT THE TIME OF INSTALLATION.
GENERAL NOTES:
INSTALL (N) MCCAIN BACKPACK CABINET WITH PEDESTAL MOUNT AND FOUNDATION PER CALTRANS STANDARD (TYPE G CABINET FOUNDATION). ATTACH CABINET TO
PEDESTAL USING MCCAIN 4.5" CABINET SLIP FITTER ASSEMBLY (#M15323). INSTALL (N) MCCAIN FLeX CONTROLLER INTO CABINET, COMPLETE WITH MCCAIN OMNI Ex
PROGRAMMING, EVP DISCRIMINATORS, COMM. BLOCK FOR QUICKNET COMMUNICATION, AXIS P7214 VIDEO ENCODER (OR CITY APPROVED EQUAL), NETGEAR 5-PORT PoE
ETHERNET SWITCH (#GS305P OR APPROVED EQUAL), BELKIN F9D160-04 POWER STRIP, AND ALL APPURTENANCES REQUIRED TO PROVIDE THE INTENDED OPERATION. ALL
EQUIPMENT TO BE FURNISHED BY CONTRACTOR.
INSTALL (N) CALTRANS TYPE III 120V MEYERS POWERBACK 2000 (#GEUG35-PB-SL) SERVICE PEDESTAL UPS SYSTEM PER ENGINEERING STD. 7510. SYSTEM SHALL INCLUDE
MEYERS MP2000ER BATTERY BACKUP SYSTEM (BBS) WITH POWER TRANSFER SWITCH (PTS), MANUAL BYPASS SWITCH (MBPS), BATTERY CABLES, 30 AMP GENERATOR PLUG
KIT, INSTALLATION WIRES, FOUR (4) 79AH BATTERIES AND OTHER ASSOCIATED HARDWARE NECESSARY FOR A WORKING BBS SYSTEM OR AN APPROVED EQUAL SYSTEM.
TO PG&E SERVICE POINT. CONTRACTOR SHALL INSTALL (N) CONDUIT FROM PG&E SERVICE POINT TO SERVICE PEDESTAL. CONTRACTOR SHALL COORDINATE AND SCHEDULE
WORK WITH CITY AND PG&E.
INSTALL (N) BICYCLE SIGNAL HEAD. SEE DETAIL A THIS SHEET. INSTALL (N) R10-10B SIGN TO POLE ADJACENT TO BIKE SIGNAL HEAD (STRAP AND SADDLE BRACKET METHOD)
INSTALL (N) 3-SECTION PEDESTRIAN HYBRID BEACON SIGNAL HEAD. SEE DETAIL B THIS SHEET.
INSTALL (N) #5 PULL BOX. LOCATION OF PULL BOX FOR ELECTRICAL POINT OF SERVICE TO BE ESTABLISHED IN COORDINATION WITH PG&E.
INSTALL (N) CALTRANS STANDARD PUSH BUTTON ASSEMBLY POST PER STD. PLAN ES-7A, WITH MCCAIN 5"X7" PEDESTRIAN PUSH BUTTON ASSEMBLY, OR APPROVED EQUAL.
PUSH BUTTON TO INCLUDE BIKE FACE PLATE (MUTCD R10-26, 5"X7").
INSTALL POLE-MOUNTED POLARA APS PEDESTRIAN PUSH BUTTON ASSEMBLY, OR APPROVED EQUAL. INCLUDE PED FACE PLATE (MUTCD R10-3E).
INSTALL COUNTDOWN PEDESTRIAN SIGNAL MODULE PER CITY STANDARD SPECIFICATIONS.
INSTALL ACTIVATED BLANK-OUT SIGNS MOUNTED TO POLE B. SIGNS TO BE 30"X30" (WINDOW DIMENSIONS) LED MCCAIN OR APPROVED EQUAL. SIGNS TO BE TOP MOUNTED TO
SIGNAL POLE (TV-2-T) AND ORIENTED HORIZONTALLY SIDE-BY-SIDE PER MANUFACTURERS SPECIFICATIONS. SEE DETAIL C THIS SHEET.
INSTALL CUSTOM "NO TURNS WHEN ILLUMINATED" SIGN ON SIGNAL POLE BELOW BLANK OUT SIGNS (STRAP AND SADDLE BRACKET METHOD). SEE DETAIL E THIS SHEET.
INSTALL AXIS P3717-PLE CCTV CAMERA (OR APPROVED EQUAL) ON SIGNAL OR LUMINAIRE MAST ARM USING AXIS T94N01D PENDANT KIT AND T91B67 POLE MOUNT.
ORIENTATION OF CAMERA TO BE DETERMINED IN FIELD WITH THE ENGINEER AND PER MANUFACTURER RECOMMENDATION. INSTALL CAT 5 CABLE FROM CCTV CAMERA TO
NEW ETHERNET SWITCH IN SIGNAL CABINET AND COIL 10 FEET EXTRA CABLE TO BOTTOM OF CABINET.
INSTALL ENCOM 5.8 GHz RADIO (E-LITE SERIES WITH INTEGRATED ANTENNA) USING PELCO ASTRO-BRAC (#AB-0121-42) AS MOUNTING HARDWARE WITH MCCAIN ANTENNA
PIPEWORK (#M1046). INSTALL CAT 5 CABLE FROM RADIO TO AXIS VIDEO ENCODER AND COIL 10 FEET EXTRA CABLE TO BOTTOM OF CABINET. INSTALL RADIO ON POLE POINTED
TOWARD RELAY RADIO AT FOOTHILL/CHORRO INTERSECTION.
INSTALL EMERGENCY VEHICLE PRE-EMPTION DETECTOR PER DETAIL D THIS SHEET.
IF NEEDED, RAISE ELEVATION OF CABLE LINES TO MINIMIZE CONFLICT WITH SIGNAL POLE (CONTRACTOR RESPONSIBLE FOR COORDINATING WITH PG&E).
INSTALL R10-23 SIGN (24"X30") ON SIGNAL MAST ARM CENTERED BETWEEN SIGNAL HEADS. MOUNT SIGN ON MAST ARM TO MAINTAIN 17' MINIMUM CLEARANCE FROM PAVEMENT
TO BOTTOM OF SIGN.
INSTALL W11-15 SIGN (30"X30", FLUORESCENT YELLOW GREEN BACKGROUND) ON SIGNAL MAST ARM. MOUNT SIGN ON MAST ARM TO MAINTAIN 17' MINIMUM CLEARANCE FROM
PAVEMENT TO BOTTOM OF SIGN.
INSTALL POLE MOUNTED MCCAIN 5"X7" PEDESTRIAN PUSH BUTTON ASSEMBLY, OR APPROVED EQUAL. PUSH BUTTON TO INCLUDE BIKE FACE PLATE (MUTCD R10-26, 5"X7")
INSTALL (N) R10-23 SIGN ON SIGNAL POLE (STRAP AND SADDLE BRACKET METHOD)
INSTALL (N) R10-11 SIGN ON SIGNAL POLE (STRAP AND SADDLE BRACKET METHOD)
CONSTRUCTION NOTES:
DETAIL A - BIKE SIGNAL
NTS
12" RED
12" YELLOW
12" GREEN
DETAIL B - PEDESTRIAN
HYBRID BEACON
NTS
RED RED
YELLOW
Ø2
PHB
RADIO ANTENNA
SIGNAL CONDUIT
CONDUIT RUN
SIGNAL CONTROLLER
PULL BOX
SERVICE
LEGEND
X
PEDESTRIAN HYBRID BEACON
BICYCLE SIGNAL INDICATIONB
PEDESTRIAN SIGNAL
12" LED
INDICATORS
MAST ARM
STANDARDS
LUMINAIRESTYPE
A
B
NO.SIG.
MA.
LUM.
MA.ARROW
POLE AND EQUIPMENT SCHEDULE
PED SIGNALSSIGNALS
POLE MTG.Ø
PPB NOTES
C
ALL POLES AND ASSOCIATED EQUIPMENT ARE NEW (N)
19-4-100 25'101W LED 12'
DETAIL C - BLANK-OUT SIGNS
NTS
30"*
MUTCD R3-2 MUTCD R3-1
*OVERALL DIMENSIONS MAY VARY BY MANUFACTURER
30"*
BLANK-OUT SIGN
EVP DETECTOR
DETECTOR
(OPTICOM MODEL 722)MAST ARM MOUNTING CLAMP
(PELCO NO. AB-121)
* LOCATE EVP DETECTOR ON
LEVEL PART OF MAST ARM
DETAIL D - EVP DETECTOR
EMERGENCY VEHICLE PRE-EMPTION DETECTOR
TRAFFIC SIGNAL MAST ARM MOUNTING DETAIL
1
2
3
4
5
6
7
CCTV CAMERA
19-4-100
MAS
MAS
SV-2-T
30'101W LED 12' MAS
MAS
SV-2-T
SP-1-T
Ø4P
Ø4P
Ø4B
Ø4B
4
SP-1-T 4
1-A (10')4
D PPB POST 4
CONDUCTOR AND CONDUIT SCHEDULE
CONDUIT SIZE
INTERCONNECT
SERVICE
SIGNAL SERVICE
TOTAL #10
LUMINAIRES
SIGNAL COMMON
TOTAL #14
#2
#6
#10
3
CABLE
POLE A
OR
AWG POLE OR
CIRCUIT 1 2 5 634
OTHER7
ALL CONDUITS AND CONDUCTORS ARE NEW (N).
POLE B
POLE C
POLE D
CAT 5 (RADIO)
CAT 5 (CAMERA)
TV-2-T
PRE-EMPTION
PHB
C
O
N
D
U
C
T
O
R
C
O
N
D
U
C
T
O
R12
1 1 1 1 1 1
1 1
1 1 1 1 1 1 1 1
1 1 1 1 1
4 3 4 3 3 2 2 1 1
1 1 1 1 1
2 2 2 1
3 3 3 2 1
1
1
1
1
1
1
1
1
2 2 2 1
2" 2" 4" 4" 4" 2x3" 2"
BIKE
SIGNAL (Ø4)
PEDESTRIAN
SIGNAL (Ø4 PED)
1
2
3
4
5
6
BEACONS DARK
UNTIL ACTIVATED
RED
BLANK-OUT
SIGNS
HYBRID BEACON PHASE SEQUENCING DIAGRAM
REMARKS
1. SIGNAL TIMINGS TO BE PROGRAMMED IN CONTROLLER BY CITY PRIOR TO INSTALLATION.
2. IF THE PEDESTRIAN HYBRID BEACON GOES INTO FLASH, THE PEDESTRIAN INDICATIONS SHALL GO
DARK AND THE VEHICLE INDICATIONS SHALL FLASH YELLOW IN BOTH DIRECTIONS.
3. EMERGENCY VEHICLE PRE-EMPTION PLANS TO BE ESTABLISHED IN THE FIELD AND VERIFIED BY
ENGINEER PRIOR TO SIGNAL TURN ON.
PEDESTRIAN
HYBRID BEACON (Ø2 & Ø6)
FLASHING
YELLOW UPON
ACTIVATION
SOLID YELLOW
ALTERNATE
FLASHING DOUBLE
RED
DARK AGAIN UNTIL
ACTIVATED
(30s MIN DELAY
UNTIL NEXT
ACTIVATION)
RED
RED
SOLID RED
GREEN
SOLID RED YELLOW
RED
RED
7
INTERVAL
Ø2
PHB
Ø2
PHB
Ø6
PHB
Ø6
PHB
Ø6
PHB
EVA = Ø2 + Ø6
PPB FOR BICYCLISTS
PPB FOR BICYCLISTS STEADY DEMAND SEQUENCEMAST ARM MOUNTED SIGN
TOP MOUNTED CMS SIGNS
1 1
LED LUMINAIRE
DETAIL E - CUSTOM SIGN
NTS
INSTALL 2" YELLOW RETROREFLECTIVE TAPE ALONG FRONT
BORDER OF BLANK OUT SIGN HOUSING. USE 3M 3930 SERIES
DIAMOND GRADE REFLECTIVE SHEETING, OR CITY
APPROVED EQUAL.
NO TURNS
WHEN
ILLUMINATED
24"
18"
USE MUTCD R1-10P SIGN AS TEMPLATE
BLACK LETTERING ON
WHITE SIGN
BACKPLATE WITH 2" YELLOW
RETROREFLECTIVE BORDER
100% SUBMITTAL
NOT FOR
CONSTRUCTION
FERRINI RDFOOTHILL BLVD FERRINI RDCERRO ROMAULDO
165 FERRINI
DRIVEWAY
695 CERRO
ROMAULDO
DRIVEWAY
152-196 FERRINI
DRIVEWAY
140 FERRINI
DRIVEWAY FERRINI RDFELTON WY
PACHECO ELEMENTARY SCHOOL DRIVEWAY290 FERRINI
DRIVEWAY
250 FERRINI
DRIVEWAY
348 FERRINI
DRIVEWAY
300 FERRINI
DRIVEWAY
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONANHOLM BIKEWAY PHASE 1A - FOOTHILL CROSSINGLJS
LJS
91619
6
No. C 79837LUKEJ. S C HW
A
RTZC I V I LREGISTERED P R O F E SSIONA
L
E
NGINEERS
T
ATE OF C A L IF O R NIASIGNING AND STRIPING PLAN5
VARIES. SEE PLAN
JANUARY 2019
1. ALL PAVEMENT MARKINGS SHALL BE THERMOPLASTIC AND CONFORM TO CITY STANDARD SPECIFICATIONS,
2015 CALTRANS STANDARD PLANS AND SPECIFICATIONS, AND THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES (CA MUTCD) 2014 EDITION.
2. THIS PLAN IS ACCURATE FOR SIGNING AND STRIPING WORK ONLY.
3. ALL EXISTING SIGNING, STRIPING, AND MARKINGS TO REMAIN, UNLESS OTHERWISE NOTED. REMOVE (GRIND
AND FOG SEAL) EXISTING STRIPING WHERE CONFLICTING WITH NEW STRIPING & MARKINGS.
4. GREEN PAINT AT BIKE LANES AND BIKE CROSSINGS SHALL BE COLOR-SAFE MMA OR EQUIVALENT. SEE
SPECIAL PROVISIONS.
5. ALL NEW AND RELOCATED SIGNS SHALL BE INSTALLED PER CITY STD. 7215.
GENERAL NOTES:
12" WHITE LIMIT LINE MARKING (35 LF)
CONSTRUCTION NOTES:
12" WHITE LIMIT LINE MARKING (26 LF)
NEW R7-9 SIGN AND POST PER CITY STD. 7215
12" WHITE LIMIT LINE MARKING (11 LF)
NEW R4-11 SIGN AND POST PER CITY STD. 7215
NEW R10-6 SIGN AND POST PER CITY STD. 7215.
NEW TYPE 2 OBJECT MARKER (OM2-1H)
RED CURB PAINT (70 LF)
RED CURB PAINT (10 LF)
"STOP" LEGEND (22 SQFT)
DETAIL 22 (10 LF)
INSTALL BIKE LEFT-TURN BOX PER DETAIL ON SHEET 6.
BIKE LANE BUFFER (31 LF). SEE DETAIL ON SHEET 6.
GREEN PAINT (390 SQFT)
GREEN-BACKED SHARROW (11.5 SQFT WHITE, 40 SQFT GREEN)
BIKE LANE SYMBOL & ARROW. PER CALTRANS STD. (10.5 SQFT)
REMOVE EXISTING "STOP" LEGEND (22 SQFT)
REMOVE EXISTING LIMIT LINE (16 LF)
10' WIDE HI-VIS CROSSWALK PER CITY STD. 7350 (120 LF 12" WHITE, 120 LF 24" WHITE)
REMOVE EXISTING STRIPE WITHIN CROSSWALK (6 LF)
REMOVE EXISTING STRIPE WITHIN CROSSWALK (11 LF)
REMOVE EXISTING STRIPE WITHIN CROSSWALK (25 LF)
MATCH LINE 1
INSTALL NEW D11-20L SIGN ON SAME POST AS NEW R10-6 SIGN.
NEW W11-15 & W16-9P SIGN (FLOURESCENT YELLOW-GREEN)
AND POST PER CITY STD. 7215 TO BE LOCATED MIN. 460' IN
ADVANCE OF INTERSECTION. INSTALLATION LOCATION TO BE
CONFIRMED BY ENGINEER IN THE FIELD.
REMOVE EXISTING W4-2L SIGN AND REINSTALL ON EXISTING
PUNCH POST 175' EAST OF CURRENT LOCATION.
MARKED BIKE CROSSING (160 SQFT WHITE, 657 SQFT GREEN).
SEE DETAIL ON SHEET 6.
MATCH LINE 1
MATCH LINE 2
MATCH LINE 2
NEW W84 (CA) SIGN. INSTALL ON SAME POST AS NEW R4-11
SIGN.
"BUMP" LEGEND WHITE (27 SQFT)
INSTALL ROAD BUMP PER CITY ENG. STD. 7320 & 7321 (TYPE 1)
INSTALLATION LOCATION TO BE CONFIRMED BY ENGINEER IN
THE FIELD
NEW W84 (CA) SIGN AND POST PER CITY STD. 7215
NEW R1-1 SIGN (30"X30") ON NEW PUNCH POST PER CITY
STD. 7215
SEE SHEET 3 FOR CURB RAMP
IMPROVEMENTS
SEE SHEET 3 FOR CURB RAMP
IMPROVEMENTS
DO NOT APPLY GREEN
PAVEMENT COATING TO
UTILTY COVERS
REINSTALL RED CURB PAINT (52 LF)
SEE SHEET 3 FOR CURB RAMP
IMPROVEMENTS
100% SUBMITTAL
NOT FOR
CONSTRUCTION
GREEN BIKE LANE
COATING PER PROJECT
SPECIAL PROVISIONS
ONE-WAY DEDICATED
BICYCLE CROSSING
TWO-WAY DEDICATED
BICYCLE CROSSING
WHITE BIKE LANE SYMBOL WITHOUT PERSON
PER CALTRANS STD.
16"x16" WHITE "ELEPHANTS FOOT" MARKINGS
SPACED AT 16" INTERVALSWIDTHPER PLAN4" WHITE STRIPE (27 LF)
8" WHITE STRIPE (15 LF)
WHITE TYPE IV LEFT TURN
ARROW PER CALTRANS STD.
AT HALF SIZE (7.5 SQFT)
WHITE BIKE LANE SYMBOL
WITHOUT PERSON PER
CALTRANS STD. (7 SQFT)
GREEN BIKE LANE COATING
PER PROJECT SPECIAL
PROVISIONS (105 SQFT)7.0'15.0'
6" WHITE STRIPE, TYP.
THROUGH TRAFFIC
10' O.C.
4" WHITE STRIPE
@ 45°, TYP.
30"
4" CLASS 3
CONCRETE
NON-EXPANSIVE
BASE
30"
65
PAVEMENT
6"1.5"
4"
SLOPE TOWARDS GUTTER (1%-2%)
3
COMPACTED
SUBGRADE
4
3
6"
20.0'
2.5'
GUTTER LIP
5.0' MIN
FACE OF CURB
SIDEWALK
CENTER LINE
STRIPE
10' MIN
1.25' RADIUS
1.25' RADIUS
SELF-WATERING
PLANTER BOXES
(3 TOTAL)
44"
22.5"
TYPE 2
OBJECT
MARKER
(OM2-1H)
TYPE 2
OBJECT MARKER
(OM2-1H)
WHITE CURB PAINT ALONG
MEDIAN NOSE (TYP)
7.5"
44"
7
A A
BB
SECTION B-B
SEE CITY STD. 4020
(6" CONCRETE CURB)
INSTALLATION NOTES:
Median work shall conform to to the provisions in Section 73, of the Standard Specifications.
Contractor shall install concrete median in non-pedestrian locations of curb islands as indicated on plans.
6" Concrete Curbs shall be installed per Engineering Standard 4020.
Class 3 concrete per Engineering Standard 4110.
Base material shall be Class 2 or 2R aggregate base (6" minimum depth) compacted to a relative compaction of
95%.
Subgrade material shall be compacted to 90% relative compaction.
Planter Boxes:
a. Type: Sybertech Millennium Series Self-Watering Reservoir Planters, or approved equal.
b. Dimensions: 48"L x 20"W x 23"H, Flat End Rectangular
c. Finish: Sand Stone
d. Soil Mixture: 50% Composted Planting Mix / 50% Promix HP (or approved equal)
e. Installation and Maintenance: Install moisture wicking material per manufacturer's recommendations.
Contractor is responsible for furnishing planters, filling planters with soil mix, installing plants (see note f
below), and maintaining new plants through a 1-year establishment period from the date of installation.
Contractor is responsible for replacing plants that do not survive the establishment period.
f. Approved Planting Palette -- Plants shall be low-water, native succulents to be approved by the City
Engineer prior to installation.
1
2
3
4
5
6
7
CITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATIONANHOLM BIKEWAY PHASE 1A - FOOTHILL CROSSINGLJS
LJS
91619
6
No. C 79837LUKEJ. S C HW
A
RTZC I V I LREGISTERED P R O F E SSIONA
L
E
NGINEERS
T
ATE OF C A L IF O R NIACONSTRUCTION DETAILS6
NTS
JANUARY 2019
BIKE CROSSING DETAIL
CONCRETE MEDIAN DETAIL
(MODIFIED CITY STD. 4940)
LEFT-TURN BIKE BOX
NTS
NTS
BIKE LANE BUFFER
NTS NTS
LAYOUT
SECTION A-A
100% SUBMITTAL
NOT FOR
CONSTRUCTION
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
ANHOLM BIKEWAY PHASE 1A – FOOTHILL CROSSING
Specification No. 91619
December 2019
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
ANHOLM BIKEWAY PHASE 1A – FOOTHILL CROSSING
Specification No. 91619
Approval Date: <<date of CM or CAR Report Authorizing Advertisement>>
<<Engineer of Record Stamp>>
<<Signature Date>>
<<Signature Date>>
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION........................................................................................................................ II
QUALIFICATIONS .................................................................................................................................... III
AWARD .................................................................................................................................................... IV
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR ANHOLM BIKEWAY PHASE 1A – FOOTHILL CROSSING ................................... A
SPECIFICATION NO. 91619 .................................................................................................................... A
LIST OF SUBCONTRACTORS ................................................................................................................ C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D
NON-COLLUSION DECLARATION .......................................................................................................... F
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G
QUALIFICATIONS .................................................................................................................................... H
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
4 SCOPE OF WORK ............................................................................................................................. 1
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 3
ADD TO SECTION 73-1.03 CONSTRUCTION: ....................................................................................... 3
ADD TO SECTION 73-1.04 PAYMENT .................................................................................................... 4
ADD TO SECTION 77-1.01 ....................................................................................................................... 4
DIVISION IX TRAFFIC CONTROL FACILITIES ............................................................. 5
84 MARKINGS ....................................................................................................................................... 5
DIVISION X ELECTRICAL WORK ............................................................................................................ 6
86 ELECTRICAL SYSTEMS ................................................................................................................. 6
ADD TO SECTION 86-2.16A PAINTING, GENERAL: .............................................................................. 6
DIVISION XIII APPENDICIES ................................................................................................................... 6
APPENDIX A - FORM OF AGREEMENT
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
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 <<XXXXXX, 2019>>
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
ANHOLM BIKEWAY PHASE 1A – FOOTHILL CROSSING
SPECIFICATION NO. 91619
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 based on 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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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
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, Luke Schwartz at (805) 781-7190 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 includes the installation of a Pedestrian Hybrid Beacon system—
often referred to as a “HAWK Beacon”—at the intersection of Foothill Boulevard at Ferrini
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
Road to improve crossing safety for bicyclists and pedestrians. The project will include
new pavement markings, accessible curb ramps and concrete cross gutter replacement,
installation of new traffic signal poles, service enclosure, traffic controller and cabinet,
conduit and related accessories as shown in the plans.
The project estimated construction cost is $233,000.
Contract time is established as <<60>> 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 have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
All of the referenced projects must be for traffic signal installation.
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
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.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
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
Phyllis Simpson at (805) 781-7014 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
BID FORMS
A
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is 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 ANHOLM BIKEWAY PHASE 1A – FOOTHILL CROSSING
SPECIFICATION NO. 91619
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 12 Traffic Control LS 1
2 5 Construction Survey &
Benchmark Reset LS 1
3 15, 86 Install Pedestrian Hybrid Beacon
Signal System LS 1
4 15, 73
Curb Ramp Improvements at
Foothill and Ferrini (Northwest
and Northeast Corners)
LS 1
5 15, 73
Curb Ramp Improvements at
Foothill and Ferrini (Southwest
Corner)
LS 1
6 15, 51,
73, 84 Median & Planter Box Installation LS 1
7 15 Remove and Seal (E) Traffic
Stripe LS 1
8 15 Remove and Seal (E) Pavement
Marking LS 1
9 84 Traffic Stripe - Detail 22 LF 40
10 84 Traffic Stripe - 24" White LF 120
11 84 Traffic Stripe - 12" White LF 190
12 84 Traffic Stripe - 8" White LF 15
13 84 Traffic Stripe - 4" White LF 29
14 84 Green Paint Bike Lane Coating SQFT 1,592
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
15 84 Bike Lane Buffer LF 31
16 84
White Thermoplastic Pavement
Markings
(Arrows, Bike Lane Symbol,
Sharrow Symbol etc.)
SQFT 474
17 84 Road Bump Per City Eng. Std.
7320 (Type 1) EA 3
18 56 R10-23 Sign on Signal Mast Arm EA 2
19 56 W11-15 Sign on Signal Mast Arm EA 2
20 56 R10-10b Sign on Signal Pole EA 2
21 56 R10-23 Sign on Signal Pole EA 1
22 56 R10-11 Sign on Signal Pole EA 1
23 56 R7-9 Sign w/ Post EA 1
24 56 R4-11 Sign w/ Post EA 2
25 56 R10-6 Sign w/ Post EA 2
26 56 D11-20L Sign EA 1
27 56 Type 2 Object Marker (OM2-1H) EA 2
28 56 W11-15 Sign w/ Post EA 2
29 56 W16-9P Sign EA 2
30 56 Relocate W4-2L Sign EA 1
31 56 W84 Sign EA 2
32 56 W84 Sign w/ Post EA 1
33 56 R1-1 Sign w/ Post EA 1
34 73, 77
Regrade Back of Sidewalk,
Landscape Protection and
Restoration
LS 1
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
BID FORMS
BID FORMS
C
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
BID FORMS
D
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.
BID FORMS
BID FORMS
E
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
BID FORMS
F
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
BID FORMS
G
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
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
BID FORMS
H
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include traffic signal
installation 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 traffic signal
installation 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 traffic signal
installation 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
BID FORMS
I
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
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. Anholm Bikeway Phase 1A – Foothill Crossing Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2018 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 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 BID DOCUMENT COMPLETION AND SUBMITTAL, General
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 Section(s) 5, 12, 15, 51, 56, 73, 77, 84, and 86 for general,
material, construction, and payment specifics.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B Public Convenience, Traffic Control Plan
Whenever temporary traffic control with lane closure on Foothill Boulevard is required,
work hours are restricted to 9:00 a.m. to 4:00 p.m. Work that does not require closure of
traffic lanes on Foothill Boulevard may be done at any time between the hours of 7:00
a.m. and 5:00 p.m.
While local schools and Cal Poly are in session, access shall be retained for pedestrians
traveling to/from Pacheco Elementary School via the Foothill/Ferrini intersection. At a
minimum, a temporary pedestrian access pathway shall be provided per City Engineering
Standards, Appendix G (Figure P).
The contractor shall provide a construction phasing plan that identifies proposed staging
of work to accommodate the abovementioned requirements.
Pedestrian Hybrid Beacon system turn-on and testing shall be conducted on a Tuesday,
Wednesday or Thursday between 9:00 a.m. and 2:00 p.m., outside of peak school and
commute traffic periods. If system is malfunctioning or not yet functioning under intended
operations by 2:00 p.m., contractor shall bag beacon indicators and resume installation
or testing the following day within the established work hours.
Provide a traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
http://www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Contractor shall provide notice of planned work schedule and potential traffic delays to
Pacheco and Bishop’s Peak Elementary School and San Luis Coastal Unified School
District representatives 14 calendar days prior to start of construction.
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 to restore free flowing of traffic.
8 PROSECUTION AND PROGRESS
Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with:
Provide a Level 1 schedule for this work.
Add to Section 8-1.01A GENERAL, Order of Work:
Below is the preferred method for installation of signal equipment. Upon delivery of
signal equipment, the contractor must proceed with the installation of signal equipment.
1. Contractor will furnish and install all signal equipment needed for intended
operation of Pedestrian Hybrid Beacon system, with the exception of the mast
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
arm poles and Type 1A signal poles (including foundation hardware), which will
be purchased by the City and available for pick up at the City’s Corporation Yard.
Contractor must provide notice to the Project Manager, Luke Schwartz, and
Signal Technician, Kelly Lindsay, at least 10 working days prior to signal turn-on
and testing. Contractor must take the controller to the City Traffic Maintenance
Office and permit at least 48 hours for signal timing download and testing of the
controller by City staff. The Contractor may supervise the testing if preferred.
2. Contractor must arrange to have the traffic controller manufacturer’s (McCain)
representative present at the time of traffic controller installation and system turn-
on.
3. Install AXIS CCTV camera and Encom 5.8 GHz radio antenna to establish
wireless video service and wireless signal interconnect per Construction Plans.
Contractor must obtain an IP Address from the City and program said radio
antenna. Contractor shall verify communications between traffic signal controller
and QuicNet system. Contact vendors for necessary support and test
connections to each radio antenna. Coil excess cable with a maximum of 10’ in
the bottom of the controller cabinet.
4. Install Battery Backup Systems (BBS) at the service pedestal UPS system.
Contractor must confirm with City that all batteries are charged and connected to
Battery Backup System.
5. Contractor shall install Polara Navigator type pedestrian push buttons (PPB) on
the mast arm signal poles as shown on the Construction Plans and specified in
these Special Provisions. Contractor must fill out order forms and audible
message forms and submit to City as a submittal with all other signal equipment.
Contractor will allow two (2) working days for audible message order forms to be
processed/verified by the City. New pedestrian push buttons must be covered
until signal is operational.
6. Contractor must install all remaining signal equipment shown on plans as needed
for intended operation.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.03 CONSTRUCTION:
You must meet with the Engineer for an average of 1.5 hours total per ramp to complete
the following coordination tasks:
1. Before saw-cutting to agree on the limits of demolition and removal.
2. After formwork is set, to verify that grades meet those stated on the Plans.
3. Upon completion of new curb ramp installation to verify finished grades.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
Curb ramps have been designed to comply with the current Caltrans Standard Plan detail
RSP A88A and City Std. 4440. Field modifications to the design plans, if approved by the
Engineer, must meet the dimensional and slopes requirements of Standard Plan RSP
A88A. When measuring the ADA facility’s dimension and slopes, consider the required
dimension or slope to have been met if the recorded individual measurements comply
with the following:
Dimensional measurement does not exceed ½-inch from the dimension shown,
i.e. ½-inch less than a minimum dimension, or ½-inch greater than a maximum
dimension
Slope measurement does not exceed 0.2 percent from the slope shown
You must give the City a 24-hour notice for inspection of formwork before pouring the
concrete.
You must calibrate all levels used in construction at the beginning of each work day.
You must ensure that new ramp flowlines do not create any "ponding" areas.
ADD TO SECTION 73-1.04 PAYMENT
As shown on the bid item list, each new curb ramp will be paid in lump sum for all work
shown on the plans for the individual corner, with the exception of the raised concrete
median island with planter boxes and benchmark reset at the northwest corner, which will
be bid as separate pay items. The lump sum price paid for each curb ramp includes all
of the work involved in installing the new curb ramps. The lump sum price includes all
work shown on the Plans, as specified in the Standard Specifications and these Special
Provisions. It also includes work for:
1. public notices
2. layout
3. elevation control
4. clearing and grubbing as needed
5. tree protection, if applicable
6. fire hydrant replacement at northwest corner
7. protection of existing utilities and improvements
8. saw-cutting
9. demolition
10. removal and disposal of demolished material
11. formwork
12. asphalt concrete “paveouts”, including final HMA and temporary cold mix
13. installation of curbs, curb & gutter, cross gutters, sidewalk and ramps, detectable
warning surface
14. red curb paint
15. cleanup
Add to Section 77-1.01
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
Protection and restoration of survey monuments and bench marks must comply with
Section 5-1.26 and 5-1.36.
DIVISION IX TRAFFIC CONTROL FACILITIES
84 MARKINGS
Add to Section 84-6
84-6.01 Bike Lane Coating
A durable epoxy modified, acrylic, water bourne coating specifically designed for
application on asphalt pavements, such as COLOR-SAFE® MMA, or approved equal*
shall be installed by manufacture certified installer per manufacture's specifications as
shown on the plans.
Bike lane coating shall conform to the following federal highway administration (FHWA)
requirements for green painted bike lanes.
A. The daytime chromaticity coordinates for the color used for green colored pavement
shall be as follows:
1 234
X Y X Y X Y X Y
.230 .754 .266 .500 .367 .500 .444 .555
The daytime luminance factor (y) shall be at least 7, but no more than 35.
B. The nighttime chromaticity coordinates for the color used for green colored pavement
shall be as follows:
1 234
X Y X Y X Y X Y
.230 .754 .336 .540 .450 .500 .479 .520
Prior to installation the contractor shall submit a color sample and manufacturer
specifications indicating compliance with the FHWA requirements as indicated above.
*Green Paint previously approved for City administered projects include: Ride-A-Way
acrylic coating and Color-Safe methyl methacrylate. City shall receive submittals of green
paint and approve prior to application.
84-6.01
Payment must comply with section 84-1.04.
Add to Section 84-1.04 Payment
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
Bike lane buffer is measured along the linear foot and accounts for all striping and cross
hatching, regardless of width of buffer.
Bike lane coating is measure by the square foot for the area applied.
DIVISION X ELECTRICAL WORK
86 ELECTRICAL SYSTEMS
Add to Section 86-2.16A PAINTING, General:
Traffic signal equipment coloring requirements for installations within the Downtown Core,
as directed in Section 86-2.16B, shall also apply to the Pedestrian Hybrid Beacon system
equipment.
DIVISION XIII APPENDICIES
Add 100-1.01
Refer to Appendix A: Form of Agreement
APPENDIX
APPENDIX
0
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.
APPENDIX
APPENDIX
1
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 and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
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. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of AGENCY, provided such active negligence is
APPENDIX
APPENDIX
2
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where the City is shown to have been actively negligent and where
the City’s active negligence accounts for only a percentage of the liability involved, the
obligation of the Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of the City.
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