HomeMy WebLinkAboutSouth Broad St Improvements Spec No 91631 Special Provisions
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
South Broad Street Improvements
Specification No. 91631
January 2019
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
South Broad Street Improvements
Specification No. 91631
Approval Date: April 2, 2019
February xx, 2019
February xx, 2019
TABLE OF CONTENTS
NOTICE TO BIDDERS .................................................................................................... 1
BID SUBMISSION ..................................................................................................................................... 1
BID DOCUMENTS .................................................................................................................................... 2
PROJECT INFORMATION........................................................................................................................ 2
QUALIFICATIONS ..................................................................................................................................... 3
AWARD ..................................................................................................................................................... 5
ACCOMMODATION .................................................................................................................................. 5
BID FORMS .................................................................................................................... 6
BID ITEM LIST FOR SOUTH BROAD STREET IMPROVEMENTS, ....................................................... 6
SPECIFICATION NO. 91631 .................................................................................................................... 6
LIST OF SUBCONTRACTORS ................................................................................................................. 8
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... 9
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... 9
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. 9
LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... 9
NON-COLLUSION DECLARATION ........................................................................................................ 11
BIDDER ACKNOWLEDGEMENTS ......................................................................................................... 12
QUALIFICATIONS ................................................................................................................................... 13
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................ 14
SPECIAL PROVISIONS ................................................................................................ 15
DIVISION I GENERAL PROVISIONS ..................................................................................................... 15
1 GENERAL ......................................................................................................................................... 15
4 SCOPE OF WORK ........................................................................................................................... 15
6 CONTROL OF MATERIALS ............................................................................................................. 16
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ..................................................... 16
8 PROSECUTION AND PROGRESS ................................................................................................. 17
DIVISION II GENERAL CONSTRUCTION ............................................................................................. 17
15 EXISTING FACILITIES ................................................................................................................... 17
DIVISION III EARTHWORK AND LANDSCAPE ..................................................................................... 17
19 EARTHWORK ................................................................................................................................. 17
DIVISION V SURFACING AND PAVEMENTS ....................................................................................... 18
39 ASPHALT CONCRETE .................................................................................................................. 18
DIVISION VIII MISCELLANEOUS CONSTRUCTION ............................................................................ 18
73 CONCRETE CURBS AND SIDEWALKS ....................................................................................... 18
DIVISION IX TRAFFIC CONTROL DEVICES......................................................................................... 19
81 MISCELLANEOUS TRAFFIC CONTROL DEVICES ..................................................................... 19
84 MARKINGS ..................................................................................................................................... 20
DIVISION XI MATERIALS ....................................................................................................................... 21
90 CONCRETE .................................................................................................................................... 21
DIVISION XIII APPENDICES .................................................................................................................. 21
APPENDIX A - FORM OF AGREEMENT ........................................................................ I
APPENDIX B – CALTRANS ENCROACHMENT PERMIT ............................................. IV
APPENDIX C – PAVEMENT EVALUATION FOR SOUTH BROAD STREET ................ V
NOTICE TO BIDDERS
NOTICE TO BIDDERS
1
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 May XX, 2019
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
South Broad Street Improvements, Specification No. 91631
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.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
2
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. $30.00 if picked up in person, or
2. $50.00 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, Hai Nguyen at (805) 781-7108 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
Project Information
In general, the project consists of milling out to a depth of 6 inches and placing 6 inches
of HMA in two lifts. The project also includes, but is not limited to, protection and/or
NOTICE TO BIDDERS
NOTICE TO BIDDERS
3
adjustment of existing utility covers, upgrading of select utility frames and covers, striping
and markings, traffic control, and ADA ramp improvements.
The project estimated construction cost is $2,300,000
Contract time is established as 60 working days.
The fixed liquidated damages amount is established at $1,000 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 or C12 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 referenced projects must have been completed under contract
with a city, county, state or federal government agency as the prime contractor.
One of the three referenced projects must be for concrete curb and sidewalk
construction work, Americans with Disabilities (ADA) compliance, and detectable
warning surface and/or truncated domes installation.
Two of the three referenced projects must be for roadway construction of equal or
larger in size.
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
4
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails
to provide a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
5
Award
The lowest bidder will be determined in compliance with Public Contract Code Section
20103.8(c) with the Publicly Disclosed Funding Amount of $2,500,000 using the BID
TOTAL.
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
Accommodation
If any accommodations are needed to participate in the bid process, please contact
Kathryn Stanley at (805) 781-7200 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
BID FORMS
BID FORMS
6
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 SOUTH BROAD STREET IMPROVEMENTS,
Specification No. 91631
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 9 MOBILIZATION LS 1 --------------
2 39 HOT MIX ASPHALT TON 11,700
3 15 COLD PLANE (6 INCHES) SQYD 33,400
4 84
PAVEMENT MARKINGS
(ARROWS, WORDS,
SYMBOLS, ETC.)
SQFT 1,175
5 84 BUFFERED BIKE LANE LF 5,635
6 84 4” WHITE LF 1,060
7 84 12” WHITE LF 440
8 84 DETAIL 12 LF 5,955
9 84 DETAIL 22 LF 1,845
10 84 DETAIL 32 LF 3,935
11 84 DETAIL 39A LF 1,270
12 82 BLUE HYDRANT
REFLECTORS -CITY STD. 7920 EA 11
13 15 ADJUST & RESET MONUMENT EA 1
14 15
ADJUST POTABLE &
RECLAIMED WATER VALVES
& MANHOLES
EA 37
BID FORMS
BID FORMS
7
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
15 15 ADJUST SEWER MANHOLES &
CLEANOUTS EA 9
16 73 SW CURB RAMP:
BROAD & AEROVISTA LS 1 --------------
17 73 SW CURB RAMP:
BROAD & FIERO LS 1 --------------
18 73 NW CURB RAMP:
BROAD & FIERO LS 1 --------------
19 73 SE CURB RAMP:
BROAD & EL CAPITAN LS 1 --------------
20 73 NE CURB RAMP:
BROAD & EL CAPITAN LS 1 --------------
21 73 SE CURB RAMP:
BROAD & TANK FARM LS 1 --------------
22 7,12 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 --------------
23 3 COMPLY WITH CALTRANS
ENCROACHMENT PERMIT LS 1 --------------
24 5 CONSTRUCTION SURVEY LS 1 --------------
25 12 CHANGEABLE MESSAGE
SIGN EA 2
Bid Total (or Base Bid)$
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
BID FORMS
BID FORMS
8
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
9
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
BID FORMS
BID FORMS
10
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
BID FORMS
BID FORMS
11
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
12
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
13
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):
Did this project include curbs and
sidewalk construction?
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):
Did this project include roadway
construction?
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):
Did this project include roadway
construction?
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
14
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
SPECIAL PROVISIONS
15
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. South Broad Street Improvements 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
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 3, 5, 7, 9, 12, 15, 39, 73, 82 and 84 for general,
material, construction, and payment specifics.
Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage:
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
Enhancement Funding signs at the end of the project or upon the Engineer’s request.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
16
6 CONTROL OF MATERIALS
Add to Section 6-2.03 DEPARTMENT ACCEPTANCE:
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
WORK HOUR RESTRICTIONS
Curb ramp work hours on Broad Street are restricted to 7:00 A.M. and 4:00 P.M. Monday
through Friday. No lane reduction is permitted between 7:00 A.M. and 9:00 A.M.
Mill and fill paving operations on Broad Street are restricted to 7:00 P.M. and 7:00 A.M.
Monday through Friday. K-rails must be implemented for traffic delineation during paving
operations as directed by the Engineer.
Additionally, two (2) changeable message signs (CMS) must be installed and operational
1 week prior to the start of construction and be maintained throughout the duration of the
project. Changeable message sign shall be programmed for two flashes with the
messages to be approved by the Engineer.
NIGHT WORK
Night work is defined as work between the hours of 7:00 P.M. and 7:00 A.M.
Contractor will provide lighting for all operations, no exceptions are to be made. Any
contractor personnel working outside the lights will be directed to return to a lighted area
of the operation must be stopped.
All contractor work vehicles, including heavy equipment, backhoes, trenching machines
must have two working headlights and taillights. Vehicles without appropriate lighting will
be kept from working until they are brought to compliance.
Illumination level of 10 foot candles is required for all nighttime operations, which will
normally be achieved with light plants or balloon lights. All lighting fixtures must be
mounted and directed in manner precluding glare to approaching traffic.
Night work is permitted separately. Night work shall comply with the restrictions set forth
in the permit by the City of San Luis Obispo Community Development.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
17
Provide traffic control plan and traffic control application at or before the preconstruction
meeting. Traffic control plan must be drawn to scale. Traffic control application may be
obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-
online/construction-documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit.
Permittee is responsible to comply with all conditions of the traffic control plan. Complete
work using due diligence 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.
DIVISION II GENERAL CONSTRUCTION
15 EXISTING FACILITIES
Add to Section 15-1.04 Payment
The contract price paid per square yard of cold plane shall be based on the actual area
of surface cold planed irrespective of the number of passes required to obtain the required
depth of the grind as shown on the Plans and shall include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and doing all work involved in cold
planning asphalt concrete surfacing and disposing of planed material as specified in the
Standard Specification and these special provisions and as shown on the Plans, and no
additional compensation will be allowed therefore.
Division III EARTHWORK AND LANDSCAPE
19 EARTHWORK
Add to Section 19-2.03A General:
Subgrade excavations over existing gas facilities must be undertaken with extra caution.
No heavy equipment shall be used for excavation within 2 feet from centerline of gas
facilities. All excavation within two feet of gas facilities must use hand tools only unless
otherwise allowed by the Engineer and utility owner.
Add to Section 19-5.03A General:
Compaction of subgrade within 2 feet from centerline of existing gas facilities must use
vibratory plate compaction equipment unless otherwise allowed by the Engineer and
utility owner.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
18
DIVISION V SURFACING AND PAVEMENTS
39 ASPHALT CONCRETE
Add to Section 39-1.02B Materials, Tack Coat
All vertical edges to be paved against shall be tack coated. These include, but are not
limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete
edges.
Add to Section 39-1.10 Spreading and Compacting Equipment:
When placed directly on subgrade, the first lift of HMA within 2 feet from centerline of
existing gas facilities must be compacted utilizing a plate compactor or other equivalent
lightweight equipment as approved by the Engineer and utility owner.
Replace the 1st sentence in Section 39-3.04 TRANSPORTING, SPREADING, AND
COMPACTING with:
Place 6 inches of new HMA in two lifts. The initial lift must be 4 inches thick and final lift
be 2 inches thick. Milling and filling with the initial lift of 4 inches must be completed on
the same work shift. The initial lift of 4 inches must be completed for the entire length and
width of the project roadway before the final lift can be completed.
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.
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
SPECIAL PROVISIONS
SPECIAL PROVISIONS
19
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.
You are responsible for storing existing signs and boxes for reuse.
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. The lump sum price paid for each curb ramp
includes all of the work involved in installing the new curb ramp. 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. traffic control
3. layout
4. elevation control
5. tree protection, if applicable
6. protection of existing utilities and improvements
7. saw-cutting
8. demolition
9. removal and disposal of demolished material
10. formwork
11. traffic stripes and pavement markings
12. asphalt concrete “paveouts”, including final HMA and temporary cold mix
13. installation of curbs, curb & gutter, sidewalk and ramps
14. adjusting utility boxes and manholes to grade
15. reset benchmark
16. cleanup
DIVISION IX TRAFFIC CONTROL DEVICES
81 MISCELLANEOUS TRAFFIC CONTROL DEVICES
Add to Section 81-3.02C Retroreflective Pavement Markers
Circular ceramic pavement markers, as identified on the plans, shall be yellow with two-
way reflectors as manufactured by Apex Marker, or approved equal.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
20
84 MARKINGS
Add to Section 84-1.04 Payment
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.
Add to Section 84-3 Contrast Treatment
84-3.01 Bike Lane Coating
A durable epoxy modified, acrylic, water bourne coating specifically designed for
application on asphalt pavements, such as STREETBONDCL 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.
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.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
21
84-6.04 Payment
Payment must comply with section 84-1.04.
DIVISION XI MATERIALS
90 CONCRETE
Add to Section 90-1.01C(6) Mix Design:
Concrete must contain a maximum of 15% pozolone or fly ash. Course aggregate for
concrete must comply with the gradation specifications for the 1 inch x No. 4 primary
aggregate nominal size.
DIVISION XIII APPENDICES
Add 100-1.01
Refer to Appendix A: Form of Agreement
Refer to Appendix B: Caltrans Encroachment Permit
Refer to Appendix C: Pavement Evaluation for South Broad Street
APPENDIX
APPENDIX
i
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
ii
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
iii
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
APPENDIX
APPENDIX
iv
APPENDIX B – CALTRANS ENCROACHMENT PERMIT
APPENDIX
APPENDIX
v
APPENDIX C – PAVEMENT EVALUATION FOR SOUTH BROAD STREET