HomeMy WebLinkAboutItem 10 - COUNCIL READING FILE_b_1000021 Specifications
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Meadow Park Pathways Maintenance
Specification No. 1000021
May 2021
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Meadow Park Pathways Maintenance
Specification No. 1000021
Approval Date: May 18, 2021
Hai Nguyen
May 18, 2021
Brian Nelson
May 18, 2021
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION....................................................................................................................... III
QUALIFICATIONS .................................................................................................................................... III
AWARD ..................................................................................................................................................... V
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR MEADOW PARK PATHWAYS MAINTENANCE, SPECIFICATION NO. 1000021 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
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 2
15 EXISTING FACILITIES ..................................................................................................................... 2
DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 3
39 ASPHALT CONCRETE .................................................................................................................... 3
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
77 LOCAL INFRASTRUCTURE ............................................................................................................ 3
DIVISION XIII APPENDICES .................................................................................................................... 4
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
APPENDIX B – GEOTECHNICAL REPORT ................................................................... 3
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids must be mailed to the following address:
City of San Luis Obispo
Public Works Administration
Attn: Hai Nguyen
919 Palm Street
San Luis Obispo, CA 93401
Bids delivered in person will not be accepted. Bids may be mailed by postal carriers
such as UPS, FedEX, DHL, etc. Regular courier companies not affiliated with the postal
system are not acceptable. All mailed bids must be delivered and in possession of the
Project Manager by:
2:00 p.m. on July xx, 2021
At which time they will be publicly opened and read aloud via Microsoft Teams video
conference and conference call. In-person attendance of the bid opening will not be
permitted in adherence to social distancing measures. Use the following link:
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_YzVlZDVmNjMtOWFkYi00YzYzLWIyZjktOGVmYjBhNzk4NDNj%40
thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9-
330dcb148164%22%2c%22Oid%22%3a%22d80dfc48-0d0d-4359-8fc2-
da31f041ef9e%22%7d
or join by phone with this number: 1 (209) 645-4165 with Conference ID: 346 023 742#
Submit bid in a sealed envelope plainly marked:
Meadow Park Pathways Maintenance, Specification No. 1000021
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
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
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.
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
No printed copies are available for purchase at the City office.
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
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:
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project consists of reconstruction of existing asphalt pathways.
The project estimated construction cost is $360,000.
Contract time is established as 30 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 include asphalt concrete paving application.
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.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
AWARD
The lowest bidder will be determined 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
Argelia Chang 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
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 MEADOW PARK PATHWAYS MAINTENANCE,
SPECIFICATION NO. 1000021
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 39 HOT MIX ASPHALT (3/8" MIX) TON 1,200
2 26 CLASS 2 AGGREGATE BASE CY 50
3 15,42 COLD PLANE (4 INCHES) SQFT 38,000
4 39 EXCAVATE AND REMOVE 6
INCHES OF MATERIAL SQFT 5,000
5 39 EXCAVATE AND REMOVE 8
INCHES OF MATERIAL SQFT 340
6 73 RESET EXISTING PAVERS SQFT 150
7* 20 ROOT BARRIER LF 562
8 81 REMOVABLE BOLLARD EA 1
9 20 RELOCATE INTERFERING
PORTION OF IRRIGATION LS 1 -------------
10 20 TREE TRIMMING LS 1 -------------
12 77 INSTALL POLYMER FRAME AND
COVER AND ADJUST TO GRADE EA 8
13 77 REHABILITATE (E) SEWER
MANHOLE EA 8
Bid Total $
Company Name:
BID FORMS
BID FORMS
B
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless of
the final bid item quantity.
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
BID FORMS
BID FORMS
E
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
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):
Did this project include paving
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):
Did this project include paving
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):
Did this project include paving
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. Meadow Park Pathways Maintenance Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2020 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 Sections 15, 20, 26, 39, 42, 73, 77 and 81 for general,
material, construction, and payment specifics.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
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.
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 hours are restricted to 7:00 A.M. and 4:00 P.M (Monday through Friday).
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
Add to Section 8-1.02A SCHEDULE, General
Construction must completed in 3 phases as shown on the construction plans. One phase
must be completed before the next phase can start.
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 foot 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
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
Standard Specification and these special provisions and as shown on the Plans, and no
additional compensation will be allowed therefore.
DIVISION V SURFACINGS 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 39-1.03 Hot Mix Asphalt Design Requirements
Mix voids to be targeted at 4.0%. TSR to be minimum 70 in accordance with CTM 371.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
77 LOCAL INFRASTRUCTURE
Add Section 77-3.03D Manhole Rehabilitation
The existing manholes are coated with CLADLINER and must be sand blasted and
removed prior to the application of the new coating system. Contractor shall completely
clean, prepare and rehabilitate all manholes so designated on the plans in accordance with
the following.
“Rehabilitating” existing manholes shall include the following activities:
• Cleaning the manhole and removing corroded/deteriorated materials from the
manhole and otherwise preparing the manhole for one of the approved coating
systems.
• Applying one of the approved coating systems, as specified herein.
• Testing the finished surface coating, as required herein.
• Other related activities, as noted herein.
Where designated in the plans, existing manholes shall be rehabilitated and an approved
corrosion protective coating applied to their interior surfaces, as specified herein. The
approved coating system (as specified herein) shall be applied to all exposed brick,
concrete, grout, mortar, and cementitious surfaces within the manhole, including unlined
concrete pipes within the manhole, bench-to-pipe transitions, bench, risers, cones,
adjusting rings, etc. Coating of the metallic manhole frame and cover shall not be
required.
The Contractor shall coat all manholes marked on the plans with a high-build
polyurethane elastomer such as SANCON 100 or approved equal. The Contractor is
responsible for inspecting the existing manholes for leaks or concrete failures. The
Contractor shall repair manhole prior to coating by patch or chemical grouting in
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
accordance with coating manufacture recommendation and as directed by the Engineer.
Coating shall stop at the top of the cone or as directed by the Engineer. All pipe liner
installation shall be completed prior to commencing any coating of manholes.
The Contractor shall provide a smooth transition and tight seal without any annular gaps
between the completed manholes and the completed sewer pipe. The Contractor shall
Spark Test the new manhole per NACE RP0274 standards. Spark Test shall be
witnessed by the Engineer.
The Contractor shall terminate the coating at the spring line of the channel with a 1/4" cut
groove.
Materials shall be delivered to the site in factory sealed and labeled containers. Date of
manufacture shall appear on each container. Materials shall be handled and stored
according to the strictest requirements of the manufacturer and in accordance with all
local, state and federal laws and regulations.
At each manhole, the Engineer shall inspect and accept the work completed to-date at
the completion of each of milestones listed below before the Contractor shall commerce
work on the next milestone:
Completion of the cleaning and surface preparation activities required by these
specifications.
Completion of all void-filling activities and underlayment application, prior to
surface coating application.
Completion of the surface coating installation prior to testing.
Spark testing of the final surface coating as required by these specifications.
Final clean-up and inspection.
The Contractor shall provide a written warranty to over workmanship and materials for
each manhole coated with an approved corrosion protective coating for a period of not
less than five (5) years from the date of final acceptance of the project. The warranty shall
be delivered to the City prior to and as a condition of final acceptance for this project.
By executing this contract, the Contractor certifies and agrees that any testing performed
by the City during construction (e.g., spark testing, adhesion testing and/or other testing)
shall not in any way modify the warranty, nor relieve the Contractor for responding to
defects during the warranty period.
DIVISION XIII APPENDICES
Add 100-1.01
Refer to Appendix A: Form of Agreement
Refer to Appendix B: Geotechnical Report
APPENDIX
APPENDIX
0
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on _____________, 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 City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
APPENDIX
APPENDIX
2
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
(2nd signature required if Corporation):
By:________________________________
Name of Corporate Officer
Its: ____________________
APPENDIX
APPENDIX
3
APPENDIX B – GEOTECHNICAL REPORT
Earth Systems
4378 Old Santa Fe Road I San Luis Obispo, CA 93401 | Ph: 805.5aa.3276 | www.earthsystems.com
April 29,2018
Fíle No.:302882-OO2
Mr. Hai Nguyen, PE
City of SLO Public Works
919 Palm Street
San Luis Obispo, CA 93401
PROJECT:CITY OF SAN LUIS OBISPO
MEADOW PARK PATHWAYS MAINTENANCE PROJECT
SOUTHWEST CORNER OF SOUTH AND MEADOW STREETS
SAN LUIS OBISPO, CALIFORNIA
SUBJECT: Subsurface Conditions and Laboratory Data Report - Meadow Park
Mr. Nguyen:
The purpose of this report and attached data is to summarize the subsurface conditions
represented by the six borings drilled on April 3'd,2OI9 at Meadow Part in the city of San Luis
Obispo, California, and to report the R-values of the material encountered.
1.0 scoPE oF sERVrcEs
The scope of services as requested by the client includes six borings drilled to a depth of 6.5 feet
using a four-inch hollow stem auger, laboratory analysis as requested by the client, and
preparation of this report.
It is our intent that this report be used exclusively by the client to form the geotechnical basis of
the design of the project, and in the preparation of plans and specifications. Application beyond
this intent is strictly at the user's risk.
2.0 FIELD INVESTIGATION AND LABORATORY ANALYSIS
On April 3'd,2OI9, six exploratory borings were drilled at the site with a Simco model EP-200 drill
rig equipped with a 4-inch diameter solid stem auger, with an automatíc hammer for sampling.
The borings were drilled to a maximum depth of approximately 6.5 feet below the existing
ground surface (bgs) at the site. As the exploratory borings were drilled, soil samples were
obtained using a ring-lined barrel sampler (ASTM D 3550-17 with shoe similar to ASTM D 2937-
17). Grab samples were also obtained at selected depths in the borings and bulk samples were
obtained from the auger cuttings. The approximate locations of the borings are shown on the
attached Boring Location Map.
Soils encountered in the borings were categorized and logged in general accordance with the
Unified Soil Classification System and ASTM D 2488-17. Logs of the borings are attached, along
with a Boring Log Legend. ln reviewing the boring logs and legend, the reader should recognize
that the legend is intended as a guideline only, and there are a number of conditions that may
City of San Luis Obispo
Meadow Park Pathways Maintenance
April29,2019
influence the characteristics observed during drilling. These include, but are not limited to, the
presence of cobbles or boulders, cementation, variations in soil moisture, presence of
groundwater, and other factors. lt should also be noted that the descriptions of bedrock must
span a much wider range of density and strength characteristics than soil, and are relative to
other bedrock strata. For example, weathered bedrock may be described as "soft," yet it will be
consíderably harder than almost any type of soil. Conversely, a clay soil may be described as
"hard," however, it will not be nearly as hard as even "soft" bedrock such as the sandstone
encountered at the site. Consequently, the logger must exercise judgment in interpreting soil
characteristics, possibly resulting ín soil descriptions that vary from the legend.
Bulk soil samples were tested for R-value (ASTM D 2844/D2844M-L3). The results of the
laboratory tests are also attached, and are summarized below:
Boring no.Soiltype R-value
1,Brown sandy lean clay (CL)L5
5 Dark gray sandy lean clay (CL)2L
3.0 GENERAL SUBSURFACE PROFILE
Beneath the asphalt concrete and base sections, which were about 3 inches and 5 inches,
respectively, the subsurface was comprised primarily of medium stiff sandy silt and soft to very
stiff sandy lean clay in the upper five feet of the boring. ln borings 2 and 3, soft, weathered
sandstone was encountered from 5 to 6.5 feet bgs. ln boring 4, loose, poorly graded sand was
encountered beneath the sandy lean clay from 5 to 6.5 feet. The moisture content of the soils
was described as slightly moist to wet with groundwater encountered in borings L and 6 between
4 and 4.5 feet.
lf you have any questions or require additional information, please contact me at your
convenience
Sincerely,
Earth Syste cific
2
Robert Down, PE
Executive Vice Pres
orr"!((#ildÎ e*pro
ident, Sen
ration Location
Boríng Log Legend (1 Page
Boring Logs (6 pages)
Laboratory Data - Resistance 'R'Value Test Results (2 pages)
1904-096.RPT/cr
&At-tç
?ROFE
*
Cî
c¡-"
Doc. No.
do
Eo
ıO
OØ
=I
?ùYt
L
=oÒ
fi
-N-
NOT TO SCALE
Earth Systems Pacific
4378 Old Santa Fe Road, San Luis Obispo, CA 93401
wwr.v. e a rth system s. co m
(805) 544-3276r Fax (805) 544-1786e SITE VICINITY MAP
City of San Luis Obispo - Meadow Park Pathways Maintenance Project
Southwest Corner of South and Meadow Streets
San Luis Obispo, California
Date
Apr¡l 2019
Pro¡ect No.
302882-OO2
L]
¡
I
I
¡
II
I
I
I
It
I
I
I
I
I
I
I
¡
I
I
t
I
i
I
1
I
I
I
I
I
I
I
zo
FıofLxul
34
2
I
I
t;
¡
\
CORRIDA DRIVE
/
I
t
I I
I
LEGEND -N-
þ Boring Location (Approx.)
BASE MAP PROVIDED BY: CITY OF SAN LUIS OBISPO NOT TO SCALE
Earth Systems Pacific
4378 Old Santa Fe Road, San Luis Obispo, CA 93401
www.earthsystems. com
(805) 544-3276. Fax (805) 544-1786e City of San Luis Obispo - Meadow Park Pathways Maintenance Project
Southwest Corner of South and Meadow Streets
San Luis Obispo, California
EXPLORATION LOCATION MAP Date
Apr¡l 2019
Prsþe! No.
302882-002
e EaÉh Systems Pacific
BORING
LOG
LEGEND
uNrFrED SOIL CLASS|FTCATION SYSTEM (ASTM D 24871
MAJOR
DIVISIONS
GROUP
SYMBOL fYPICAL DESCRIPTIONS GRAPH.
SYMBOL
U))
ı
u)
o
u.lz
Éo
IIJ
Ø
É.
o
O
ÉuÈ-<ð>$[-
l- uint
1É.-aÊf
Ve.o
GW WÊLL GRAD
NO FINES
ED GRAVELS, GRAVEL-SAND MIXTURES, LITTLE OR iãiãïs;
GP POORLY GRADED GRAVELS, OR GRAVEL€AND
MIXTURES, LITTLE OR NO FINÊS O
GM SILTY GRAVELS, GRAVEL-SAND.SILT MIXTURES, NON-PLASTIC
FINES td
(J(/CLAYÉY GRAVELS, GRAVEL-SAND-CLAY I\4IXTURES, PLASTIC
FINES rf;s,)
SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES
SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO
FINES
SM SILTY SANDS, SAND-SILT MIXTURES, NON-PLASTIC FINES
SAMPLE / SUBSURFACE
WATER SYMBOLS
GRAPH.
SYMBOL
ùU CLAYEY SANDS, SAND.CLAY MIXTURES, PLASTIC FINES
ØJ
oa
o
tIlz
a
É.(t
tuz
tL
É-
22,,,q< RiiÈıcÈ !a95ú
T
ML INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CLAYEY
FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICIry
CALIFORNIA MODIFIED I CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY
CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS
STANDARD PENETRATION TEST (SPT)o OL ORGANIC SILTS AND ORGANIC SILry CLAYS OF LOW
PLASTICIry
SHELBY TUBE E MH INORGANIC S¡LTS, MICACEOUS OR DIATOMACEOUS FINE SANDY
OR SILTY SOILS, ELASTIC SILTS
BULK
CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS
SUBSURFACE WAÏER
DURING DRILLING Y OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC
SILIS
SUBSURFACE WATER
AFÏER DRILLING V PT PEAT AND OTHER HIGHLY ORGANIC SOILS V
OBSERVED MOISTURE CONDITION
DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED)
CONSISTENCY
COARSE GRAINED SOILS FINE GRAINED SOILS
rT DESCRIPTIVE TERM L(JW DESCRIPTIVE TERMsPtRSPTC;A SA iIPLER
0-1 0 0- 16 LOOSE o-2 VERY SOFT
1 l-31Ì 1 t-5U MEDIUM DENSE 3-4 SOFT
31 -50 5l-83 DENSE 5-E a-1 3 MEDIUM STIFF
OVER 50 OVER 83 VERY DENSE 9-1 5 14-25 STIFF
16-30 26,-5U VERY STIFF
(-)VÞR 5U HARD
GRAIN SIZES
U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING
#200 #40 #10 #4 3t4 3"12"
SILT & CLAY
SAND GRAVEL
COBBLES BOULDERS
FINE MEDIUM COARSE FINE COARSE
TYPICAL BEDROCK HARDNESS
MAJOR DIVISIONS TYPICAL DESCRIPTIONS
EXTREMELY HARD coRE, FRAGMENT, OR EXPOSURE CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK| CAN ONLY BE CHIPPED
WITH REPEATED HÊAVY HAMMER BLOWS
VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVY
HAMMER BLOWS
HARD CAN BE SCRATCHED WITH KNIFE OR SHARP PICK WITH DIFFICULIY (HEAVY PRÊSSURE); HEAVY HAMMER BLOW
REQUIRED TO BREAK SPECIMEN
MODERATELY HARD CAN BE GROOVED 1/16 INCH ÐEEP BY KNIFE OR SHARP PICK WITH MODERATE OR HEAVY PRESSURE; CORE
OR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE
SOFÏ CAN BE GROOVED OR GOUGED EASILY BY KNIFE
FINGERNAIL; BREAKS WITH LIGHT IO MODERATE
OR SHARP PICK WITH LIGHT PRESSURÊ, CAN BE SCRATCHED WITH
MANUAL PRÊSSURE
VERY SOFT CAN BE READIL
LIGHT MANUAL
Y INDENTED,
PRESSURÊ
GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WITH
TYPICAL BEDROCK WEATHERING
MAJOR DIVISIONS TYPICAL DESCRIPTIONS
FRESH NO DISCOLORATION, NOT OXIDIZED
SLIGHTLY WEATHERED DISCOLORATION OR OXIDATION
FELDSPAR CRYSTALS ARE DULL
lS LIMITED TO SURFACE oF, OR SHORÍ DISTANCE FROM, FRACIURES: SoME
MODERATELYWEAÏHERED OISCOLORATION OR OXIDATION EXTENOS FROM FRACTURES, USUALLY THROUGHOUT; Fe-lvlg M
'RUSTY". FELDSPAR CRYSTALS ARE'CLOUDY'
INERALS ARE
INTENSELY WEATHERED DISCOLORATION OR OXIDATION lHROUGHOUT; FELDSPAR AND Fe-Ms MINERALS ARE
TO SOME EXTENT, OR CHEMICAL ALTERATION PRODUCES IN SITU DISAGGREGATION
ALÍERED TO CLAY
DECOMPOSED DISCOLORATION OR OXIDATION fHROUGHOUT, BUT
FELDSPAR AND FE-Mg MINERALS ARE COMPLETELY
RESISTANT MINERALS SUCH AS QUARTZ MAY BE UNALTERED:
ALTERED TO CLAY
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO - MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
Southwest Gorner of South and Meadow Streets
San Luis Obispo, California
Ø
a/)
5o
U)(J
.nl
Jod¡
U)
S@IL DESGRIPTI@N
J
>ã
trË
z
UJ
=J ultLI
<FØ
F6Zê
Hê
É.o
s
t!tfF
9.o
u)z
=;9, r.dH
3.5" AC over 5" AB
\
\
\
CL SANDY LEAN CLAY: brown, soft, moist (Alluvium)
mottled gray green to yellow brown, very stiff
V
wet
15
(¡)
c)
IFÈ
UJo
2
3
24
25
?6
5
6
7
I
I
10
11
12
1J
14
l6
17
18
19
20
21
22
23
End of Boring @ 6.5'
Subsurface water encountered @ 4'
1.0 - 4.0
5.0 - 6.5',
o
12
18
5
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample fl Shelby Tube Sample I Sef
NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. lt applies at the ¡ocation and time of drilling.
Subsurface conditions may differ at other locations and times.
Boring No. 1
PAGE 1 OF 1
JOB NO.: 302882-002
DATE: 415119
Earth Systems Pacific
SAMPLE DATAC¡TY OF SAN LUIS OBISPO. MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
uthwest Gorner of South and Meadow
San Luis Obispo, Galifornia
Ø
U)
5()
U)(J
U)f
Jodl
U)
S@IL DtrSGRIPTI@N
J
>âÉ.a
uJ .9
z
uJJlrlO- O_
<r-
U)
t-qZG
Hê
É.o
s
uJ
É.lF
ct)
o
u)z
=;Qr.ıH
3.5" AC over 5" AB
ML
CL
SANDY SILT: brown, medium stiff, slightly moist
(Alluvium)
SANDY LEAN CLAY: light brown, medium stiff,
moist, some gravel
SANDSTONE: yellow brown, very soft, slightly
moist, extremely weathered
I^
-[Eo-
18
4
5
6
7
20
21
22
23
24
25
26
I
10
11
12
1J
14
15
16
17
End of Boring @ 6.5'
No subsurface water encountered
3.5 - 5.5'
5.0 - 6.s',
o
I I
31
40
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample E Shelby Tube Sample I Sef
NOTE: Thislogofsubsurfacecond¡t¡onsisasimpl¡f¡cat¡onofactual cond¡tionsencountered. ltappl¡esatthelocat¡onandtimeofdrilling.
Subsurface conditions may differ at other locations and times.
Boring No. 2
PAGE 1 OF 1
JOB NO.: 302882-002
DATE: 415119
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO. MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
Southwest Gorner of South and Meadow Streets
San Luis Obispo, Galifornia
U)
U)
5
C)
U)o
U)f
Jodt
U)
S@IL DtrSGRIPTI@N
J
ryOtEg
z
ÉË<F-
U)
t-
(n
ZC
Hê
É.o
uJ
É.f^l- roØ3)
ı
LozÈãOe
r-H
3" AC over 6" AB
CL SANDY LEAN CLAY: dark gray, soft, slightly
moist (Alluvium)
SANDSTONE: green, soft, moist
moist, organic odor
t^
f;Eo-
21
4
6
7
I
20
22
18
24
25
26
I
10
11
12
t3
1+
15
16
17
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5'
10
4
8
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q Craf Sample tIJ ShelbyTube Sample I Ser
NOTE: Thjslogofsubsurfacecondit¡onsisasimplificationof actual conditionsencountered. ltappliesatthelocationandtimeofdrilling.
Subsurface conditions may differ at other locations and times.
Boring No. 3
PAGE 1 OF 1
JOB NO.: 302882-002
DATE: 415119
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO . MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
Southwest Corner of South and Meadow Streets
San Luis Obispo, California
U)
al)fo
U)o
U>f
Jo
c0
Ø
S@[L DtrSGRIPTI@N
J
>â
trË
z
UJ
d$<t-
@
F
.t)ZC
Hë
É.o
s
lrJ
É.ft-Io
ø2
=-Qø
dÈu
3" AC over 5" AB
SP
CL SANDY LEAN CLAY: dark gray, soft, moist
(Alluvium)
brown, medium dense, slightly moist
POORLY GRADED SAND: brown, loose, slightly
moist
11
12
13
o
.g
IFfL
uJô
o
3
4
7
I
10
22
23
24
25
26
1+
15
l6
17
18
19
20
21
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5'I 6
5
7
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solíd Stem
LEGEND: I Ring Sample Q CraO Sample l-] Shelby Tube Sample I Sef
NOTE: Thislogofsubsurfacecondit¡onsisasimpl¡ficat¡onofactual cond¡tionsencountered. ltappl¡esatthelocationandtimeofdrilling.a,,hc¡,#a¡a ^^ñÁit¡^ñê mâ,¡ ditrê..1 ^lhêr l^^ât¡^nc âñd timê.
Boring No. 4
PAGE 1 OF 1
JOB NO.: 302882-002
DATE: 415119
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO . MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
Southwest Corner of South and Meadow Streets
San Luis Obispo, California
U)
U)
5o
U)
C)Øl
Jod¡
=U)
S@!L DESGRIPTI@N
J
fiË
z
IJJ
ÉË<r-Ø
F
ØZC
Hê
É.o
s
uJtff-
U)
o
..o z
=;Oe
dH
3" AC over 4" AB
\\\
CL SANDY LEAN CLAY: dark gray, stiff, slightly
moist (Alluvium)
moist, some gravel
T^l\ofi.9o-
15
0
2
+
5
23
24
26
6
7
8
9
10
1l
12
13
14
16
17
18
19
20
21
22
End of Boring @ 6.5'
No subsurface water encountered
0.0 - 5.0'
5.0 - 6.5',
o
11
5
8
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample l-'l Shelby Tube Sample (! Sef
NOTE: Thislogofsubsurfaceconditionsisasimplif¡cat¡onofactual conditionsencountered. ltappliesatthelocationandtimeofdrill¡ngSr¡hc¡rrfa¡c.ñn.l¡tiônc mâv .liffcÍ at other locations and t¡mes.
Boring No. 5
PAGE 1 OF 1
JOB NO.: 302882-002
DATE: 4l5l1g
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO . MEADOW PARK
PATHWAYS MAINTENANCE PROJECT
Southwest Corner of South and Meadow Streets
San Luis Obispo, California
ØØ
5()
U)o
U)
=
Jodt
u)
S@[L DESGRIPTI@N
J
>â
ffiË
z
uJJurÈo_
<r-
U)
t-
-u)zc
B-å
É.o
s
l¡J
É.lt-
9.o
ø2
=ıO¿dF
3.5" 4C over 5" AB
\
CL SANDY LEAN CLAY: dark gray, medium stiff,
slightly moist (Alluvium)
Y
moist, decrease in sand
green brown, stiff, we-t
T^
EEo-
14
15
16
17
18
19
20
21
22
23
2+
26
10
11
12
13
2
3
+
5
I
I
End of Boring @ 6.5'
Subsurface water encountered @ 4.5'
5.0 - 6.5'I 2
5
o
e LOGGED BY: S. Hemmer
DRILL RIG: SIMCO
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q Oran Sample E Shelby Ïube Sample I Sef
NOTE: Thislogofsubsurfaceconditionsisasimplificat¡onofactuâl conditionsencountered. ltappliesatthelocationandtimeofdr¡lling
Subsurface conditions may differ at other locations and times.
Boring No. 6
PAGE 1 OF I
JOB NO.: 302882-002
DATE: 415119
City of San Luis Obispo
Meadow Park Pathways Maintenance
RESISTANCE 'R' VALUE AND EXPANSION PRESSURE
302882-002
ASTM D 2844|D2844Vt-t3
Boring #1 @ 0.0 - 4.0'
Brown Sandy Lean Clay (CL)
800 700 600 500 400 300 200 100 0
EXUDATION PRESSURE
CHART
April 16, 20L9
Dry Density @ 300 psi Exudation Pressure: 704.2-pcf
%Moisture @ 300 psi Exudation Pressure: 25.4%
R-Value - Exudation Pressure: 1.5
R-Value - Expansion Pressure: N/A
R-Value @ Equilibrium: 15
EXPANSION PRESSURE CHART
0.0 0.2 0.4 0.6 0.8 1.0 1.2 1.4 1.6 1.8 2.0
90
80
70
ó0
50
40
30
20
10
2.0
1.8
1.6
,_î
Þ
U)(t)
r¿
z
t-
ÞXr¡
(n(â
f¡lz
(,)
þ
I.¡
()
1.4
t.2
f¡ìÐJ 1.0
0.8
0.6
0.4
02
0.0
IIIII¡TITIITII]Irllrlllil¡fliltltflIlflrfltilfltl¡IItIl¡lll¡IITTIII¡I¡ITITT
EXUDATION PRBSSURE, psi COVERTHICKNBSS BY EXPANSION PRESSURE, ft
City of San Luis Obispo
Meadow Park Pathways Maíntenance
RESISTANCE 'R' VALUE AND EXPANSION PRESSURE
â^aôô1 ^^1JV¿öö¿-UV¿
ASTM D 28441D2844M-L3
Boring #5 @ 0.0 - 5.0'
Dark Gray Sandy Lean Clay (CL)
Specified Traffic lndex: 5.0
800 700 600 500 400 300 200 100 0
EXUDATION PRESSURE
CHART
April 16, 2019
Dry Density @ 300 psi Exudation Pressure: 108.7-pcf
%Moisture @ 300 psi Exudation Pressure: 19.4%
R-Value - Exudation Pressure: 2L
R-Value - Expansion Pressure:28
R-Value @ Equilibrium: 21
EXPAIISION PRESSURE CHART
0.0 0.2 0.4 0.ó 0.8 1.0 1.2 1.4 i.6 1.8 2.0
COVER THICKNESS BY EXPANSION PRESSURE, ft
90
80
70
60
1.8
ftiú l.óÐ(t)(t)r¡
Ë 7.4
z
,ì 1.2
ÐX:' ro
É
U)
cn
z uö
(,)
F U.O
!/ 04
2.0
0.2
0.0
Êl 50ÞJ
¿, 40
30
20
l0
0
EXUDATION PRESSURB, psi