Loading...
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