Loading...
HomeMy WebLinkAboutItem 6d. North Chorro Neighborhood Greenway_Attachment D_High Resolution Project Specifications SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO North Chorro Neighborhood Greenway Specification No. 1000036 December 2022 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 North Chorro Neighborhood Greenway Specification No. 1000036 Approval Date: July 19, 2022 Brian Nelson C LIVI No. 78227 AH I D.K SCTOTOYS Scott Yoshida 12/5/2022 DATE: 12/5/22 EXPIRES: 9/30/23 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I BID SUBMISSION ................................................................................................................................ I NORTH CHORRO NEIGHBORHOOD GREENWAY, SPECIFICATION NO. 1000036 ... I BID DOCUMENTS ............................................................................................................................... II PROJECT INFORMATION.................................................................................................................. III QUALIFICATIONS .............................................................................................................................. III AWARD ...............................................................................................................................................V ACCOMMODATION ............................................................................................................................V BID FORMS .................................................................................................................... A BID ITEM LIST FOR NORTH CHORRO NEIGHBORHOOD GREENWAY, SPECIFICATION NO. 1000036...............................................................................................................................................A PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................. I PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE......................................................... I PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................ I LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................. I NON-COLLUSION DECLARATION .....................................................................................................K BIDDER ACKNOWLEDGEMENTS ...................................................................................................... L QUALIFICATIONS .............................................................................................................................. M SPECIAL PROVISIONS .................................................................................................. 1 DIVISION I GENERAL PROVISIONS ................................................................................................... 1 1 GENERAL ..................................................................................................................................... 1 2 BIDDING ....................................................................................................................................... 1 3 CONTRACT AWARD AND EXECUTION ....................................................................................... 1 4 SCOPE OF WORK ........................................................................................................................ 2 5 CONTROL OF WORK ................................................................................................................... 2 6 CONTROL OF MATERIALS .......................................................................................................... 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ..................................................... 2 8 PROSECUTION AND PROGRESS ............................................................................................... 3 9 PAYMENT ..................................................................................................................................... 4 DIVISION II GENERAL CONSTRUCTION ......................................................................................... 22 13 WATER POLLUTION CONTROL ............................................................................................... 22 15 EXISTING FACILITIES .............................................................................................................. 23 DIVISION III EARTHWORK AND LANDSCAPE ................................................................................. 24 20 LANDSCAPE AND IRRIGATION ............................................................................................... 24 DIVISION V SURFACINGS AND PAVEMENTS ................................................................................. 26 37 BITUMINOUS SEALS ................................................................................................................ 26 39 ASPHALT CONCRETE ............................................................................................................. 28 DIVISION VII DRAINAGE FACILITIES ............................................................................................... 29 71 EXISTING DRAINAGE FACILITIES ........................................................................................... 29 DIVISION VIII MISCELLANEOUS CONSTRUCTION ...................................................................... 29 73 CONCRETE CURBS AND SIDEWALKS .................................................................................... 29 DIVISION IX TRAFFIC CONTROL DEVICES ..................................................................................... 32 82 SIGNS AND MARKERS ............................................................................................................ 32 84 MARKINGS ............................................................................................................................... 32 DIVISION XIII APPENDICES ............................................................................................................. 33 APPENDIX A: Form of Agreement APPENDIX B: Location Exhibit of Project Funding Signage APPENDIX C: School Zones APPENDIX D: Easement Deed APPENDIX E: Bicycle Lane Coating APPENDIX F: Modified City Standard 7320 Road Bump APPENDIX G: Project Soils Report APPENDIX H: PG&E Construction Sketch NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, San Luis Obispo California, 93401 until 11:00 a.m. on January 26, 2023 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: NORTH CHORRO NEIGHBORHOOD GREENWAY, SPECIFICATION NO. 1000036 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 awar ded, 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 re sponsive 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 ii 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 a ll 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, Jennifer Rice at 805-781-7058 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. NOTICE TO BIDDERS NOTICE TO BIDDERS iii PROJECT INFORMATION In general, the project consists of curb ramp construction, minor street reconstruction, application of slurry seal, striping, pavement markings, and signage along the route identified as the North Chorro Neighborhood Greenway. Work ancillary to these maintenance and rehabilitation treatments includes, but is not limited to striping, signage, markings, and traffic control. The project estimated construction cost is $3,100,000.00 Contract time is established as 200 working days. The fixed liquidated damages amount is established at $2,600 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 obta ined 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 C8 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. Two of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Two of the three referenced projects must be for concrete work including ADA curb ramp construction within the public right of way. One of the three referenced projects must be for roadway maintenance by slurry sealing. NOTICE TO BIDDERS NOTICE TO BIDDERS iv Failure to provide reference project s as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non -responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed i nvalid 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. NOTICE TO BIDDERS NOTICE TO BIDDERS v If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the TOTAL PROJECT BID. 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: materials labor to complete all the required work satisfactorily in compliance with plans specifications special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR NORTH CHORRO NEIGHBORHOOD GREENWAY, SPECIFICATION NO. 1000036 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 7, 9, 12 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 2 5, 9 CONSTRUCTION SURVEY LS 1 3 5, 9, 7 COMPLY WITH CALTRANS ENCROACHMENT PERMIT LS 1 4 5, 9, 7 COMPLY WITH GRANT DEED AND RIGHT OF WAY AGREEMENT – BIKE PATH LS 1 5 9, 15, 17 CLEARING, GRUBBING, AND LIMB REMOVAL LS 1 6 9, 15, 26, 39 CHORRO STREET RECONSTRUCTION SQFT 10000 7 9, 15, 26, 73, 90 CLASS I BIKE PATH (OPTION 2) SQFT 6600 8 9, 15, 26, 73, 90 MINOR CONCRETE (SIDEWALK) SQFT 1700 9 9, 15, 26, 39, 73, 90 MINOR CONCRETE (CURB AND GUTTER) LF 2355 BID FORMS BID FORMS B 10 9, 15, 26, 39, 73, 90 MINOR CONCRETE (CROSS GUTTER) LF 250 11 9, 15, 26, 39, 73, 90 MINOR CONCRETE (DRIVEWAY RAMPS) SQFT 800 12 9, 73, 90 MINOR CONCRETE (1.25' CONCRETE BIKE MEDIAN) LF 1600 13 9, 73, 90 MINOR CONCRETE (3' CONCRETE BIKE MEDIAN) LF 1650 14 9, 15, 26, 73, 90 MINOR CONCRETE (SIDEWALK UNDERDRAIN) EA 1 15 9, 15, 20, 26, 73, 90 MINOR CONCRETE (ENERGY DISSIPATION STRUCTURE AND COBBLE) EA 1 16 9, 15, 26, 51, 73, 90 STRUCTURE CONCRETE (CURB & GUTTER RETAINING WALL - BROAD ST - STA 21+40 TO 23+12) LF 172 17 9, 15, 26, 51, 73, 90 STRUCTURE CONCRETE (RETAINING WALL - BIKE PATH - STA 1+00 TO 2+80) LF 180 18 9, 15, 26, 51, 73, 90 STRUCTURE CONCRETE (LANDSCAPE HIGH CURB - CHORRO/101) LF 123 19 9, 15, 26, 51, 73, 90 STRUCTURE CONCRETE (CMU PILASTER - BIKE PATH) EA 1 20 9, 37 TYPE II SLURRY SEAL SQYD 30,440 21 9, 15, 37 BIKE LANE AND EXISTING CURB RAMP EDGE GRIND LS 1 22 9, 12 TEMPORARY STRIPING AND PAVEMENT MARKINGS LS 1 23 9, 15, 39 MINOR HOT MIX ASPHALT (CASE 1 – 10” THICK) SQFT 2,330 24 9, 39 MINOR HOT MIX ASPHALT (SPEED HUMP – TYPE 2) EA 7 25 9, 15 ADJUST STORMDRAIN MANHOLE TO GRADE EA 6 26 9, 15 ADJUST SANITARY SEWER MANHOLE TO GRADE EA 3 27 9, 15 ADJUST COMMUNICATION VAULT/MANHOLE/BOX TO GRADE EA 36 28 9, 15 ADJUST WATER VALVE TO GRADE EA 12 BID FORMS BID FORMS C 29 9, 15 ADJUST WATER METER TO GRADE EA 11 30 9, 64, 77 18" HDPE STORM DRAIN PIPE LF 63 31 9, 15, 39, 77 MINOR CONCRETE (STORMDRAIN CATCH BASIN) EA 1 32 9, 15, 39, 77 MINOR CONCRETE (STORMDRAIN MANHOLE) EA 2 33 9, 64, 77 6" PERFORATED UNDERDRAIN PIPE LF 62 34 9, 15, 77 MINOR CONCRETE (12" MIDSTATE STORMDRAIN CATCH BASIN) EA 3 35 9, 15, 77 MINOR CONCRETE (24” MIDSTATE STORMDRAIN CATCH BASIN) EA 1 36 9, 64, 77 REMOVE AND REPLACE STORMDRAIN INLET GRATE AND INSTALL FILTEREXX STORMEXX FILTER EA 17 37 9, 82 12' PUNCH POST EA 45 38 9, 82 14' PUNCH POST EA 3 39 9, 82 R1-1 SIGN 18" EA 2 40 9, 82 R1-1 SIGN 30" EA 4 41 9, 82 R1-2 SIGN 25" EA 1 42 9, 82 R1-3P PLAQUE EA 4 43 9, 82 R4-11 SIGN EA 7 44 9, 82 R5-3 SIGN EA 2 45 9, 82 R7-9 SIGN EA 18 46 9, 82 R10-15 (MODIFIED) "YIELD TO BIKE" SIGN EA 5 47 9, 82 R81 (CA) SIGN EA 3 48 9, 82 R81A (CA) SIGN EA 2 49 9, 82 R81B (CA) SIGN EA 5 50 9, 82 W1-1 SIGN EA 2 51 9, 82 W1-2L SIGN EA 2 52 9, 82 W4-4P SIGN EA 1 53 9, 82 W11-2 SIGN EA 8 54 9, 82 W16-7P SIGN EA 8 55 9, 82 W84 (CA) SIGN EA 3 56 9, 82 GREENWAY ARROW PLAQUE EA 8 57 9, 82 GREENWAY SIGN EA 19 58 9, 82 PEXCO CITY POST MODEL EAC, 36" WHITE WITH 2 GREY WRAPS EA 23 59 9, 82 72" WHEEL STOP EA 8 60 9, 82 6" YELLOW TACTILE GUIDE STRIP, VANGUARD ADA SYSTEMS OR APPROVED EQUAL LF 82 61 9, 82 INSTALL EXISTING / RELOCATED SIGN EA 16 BID FORMS BID FORMS D 62 9, 84 CURB PAINT LF 200 63 9, 84 PREFORMED THERMOPLASTIC SHEETS (BROAD/MURRAY) SQFT 120 64 9, 84 ZICLA ZEBRA CYCLE TRACK LANE SEPARATORS EA 48 65 9, 84 4" YELLOW STRIPING LF 1,300 66 9, 84 DETAIL 1 LF 2,750 67 9, 84 DETAIL 8 LF 50 68 9, 84 DETAIL 22 LF 2,450 69 9, 84 DETAIL 39 LF 3,750 70 9, 84 BIKE BUFFER LF 1,360 71 9, 84 BIKE BUFFER AT DRIVEWAY SQFT 1,140 72 9, 84 HI-VIS CROSSWALK EA 35 73 9, 84 STOP BAR LF 465 74 9, 84 STOP LEGEND EA 32 75 9, 84 STOP LEGEND (1/2 SCALE) EA 7 76 9, 84 BIKE / PED DIRECTIONAL SYMBOL EA 2 77 9, 84 TYPE II ARROW EA 1 78 9, 84 TYPE IV ARROW EA 1 79 9, 84 HUMP LEGEND EA 12 80 9, 84 PED LEGEND EA 2 81 9, 84 XING LEGEND EA 4 82 9, 84 SLOW LEGEND EA 2 83 9, 84 SCHOOL LEGEND EA 4 84 9, 84 TURNING BIKE BOX EA 3 85 9, 84 BIKE SYMBOL & ARROW EA 23 86 9, 84 GREENBACK CHEVRON EA 25 87 9, 84 GREENBACK SHARROW EA 2 88 9, 84 GREENWAY SYMBOL EA 22 89 9, 84 GREEN BIKE LANE MARKINGS (CASE 1) LF 118 90 9, 84 GREEN BIKE LANE MARKINGS (CASE 2) LF 286 91 9, 84 GREEN BIKE LANE MARKINGS (CASE 3) LF 364 92 9, 84 GREEN SEALMASTER COLOR SAFE PAVEMENT MARKING SQFT 5,640 93 9, 84 YIELD LINE EA 5 94 9, 84, 87 RELOCATE RRFB SOLAR CROSSWALK (RAMONA) LS 1 95 9, 84, 87 RRFB SOLAR CROSSWALK (CHORRO/MILL) LS 1 BID FORMS BID FORMS E 96 9, 86 FOOTHILL TO RAMONA BIKE PATH LIGHTING / CHORRO LIGHTING / CHORRO PG&E SERVICE LS 1 97 9, 20 BENCHES (BIKE PATH & CHORRO/MOUNTAIN VIEW) EA 3 98 9, 20 TRASH CONTAINER (BIKE PATH) EA 2 99 9, 20 METAL PICKET FENCING (BIKE PATH) LF 136 100 9, 20 CHAINLINK FENCE (CHORRO /101) LF 297 101 9, 20 CHAINLINK GATES (CHORRO /101) EA 6 102 9, 20 SOIL PREPARATION (NON- BIORETENTION & TREE PITS) CY 130 103 9, 20 BIORETENTION SOIL MIX CY 90 104 9, 20 CLASS II DRAIN ROCK TON 200 105 9, 20 ENERGY DISSIPATOR ROCK TON 5 106 9, 20 IRRIGATION LS 1 107 9, 20 TREE WATERING BAGS (NON- IRRIGATED TREES) EA 35 108 9, 20 PLANTING (SHRUBS - ALL AREAS) SQFT 10,672 109 9, 20 PLANTING (TREES - ALL AREAS) EA 63 110 9, 20 GREENWAY PLANTERS/SOIL/PLANTS EA 285 111 9, 20 MULCH (BIORETENTION AREAS) CY 9 112 9, 20 MULCH (CONVENTIONAL PLANTING AREAS & TREES) CY 96 113 9, 20 GREENWAY PLANTERS MAINT/WATERING (1-YR) LS 1 114 9, 20 ESTABLISHMENT/MAINTENANCE ALL TREES & PLANTS (1 YR) LS 1 115 9, 20 HAND WATER NON-IRRIGATED TREES (1-YR) EA 35 116 9, 20 HAND WATER NON-IRRIGATED UNDERSTORY PLANTINGS (1-YR) LS 1 117 9, 73 CURB RAMP ALMOND-MISSION (E) C-4.17 LS 1 118 9, 73 CURB RAMP BROAD-MISSION (E) C-4.16 LS 1 119 9, 73 CURB RAMP BROAD-MISSION (N) C-4.15 LS 1 120 9, 73 CURB RAMP CENTER-CHORRO (NE) C-4.26 LS 1 121 9, 73 CURB RAMP CENTER-CHORRO (NW) C-4.25 LS 1 122 9, 73 CURB RAMP CENTER-CHORRO (SE) C-4.27 LS 1 123 9, 73 CURB RAMP CENTER-CHORRO (SW) C-4.28 LS 1 124 9, 73 CURB RAMP CERRO ROMAULDO- FERRINI (NW) C-4.4 LS 1 BID FORMS BID FORMS F 125 9, 73 CURB RAMP CERRO ROMAULDO- FERRINI (SE) C-4.3 LS 1 126 9, 73 CURB RAMP FELTON-FERRINI (NW) C-4.2 LS 1 127 9, 73 CURB RAMP FELTON-FERRINI (SW) C-4.1 LS 1 128 9, 73 CURB RAMP LINCOLN-CHORRO (NE) C-4.35 LS 1 129 9, 73 CURB RAMP LINCOLN-CHORRO (NW) C-4.34 LS 1 130 9, 73 CURB RAMP LINCOLN-CHORRO (SE) C-4.36 LS 1 131 9, 73 CURB RAMP LINCOLN-CHORRO (SW) C-4.37 LS 1 132 9, 73 CURB RAMP MEINEKE-BROAD (N) C-4.8 LS 1 133 9, 73 CURB RAMP MEINEKE-BROAD (S) C-4.9 LS 1 134 9, 73 CURB RAMP MEINEKE C-4.10 LS 1 135 9, 73 CURB RAMP MILL-CHORRO (NW) C-4.46 LS 1 136 9, 73 CURB RAMP MILL-CHORRO (NE) C-4.49 LS 1 137 9, 73 CURB RAMP MILL-CHORRO (SE) C-4.48 LS 1 138 9, 73 CURB RAMP MILL-CHORRO (SW) C-4.47 LS 1 139 9, 73 CURB RAMP MISSION-CHORRO (NE) C-4.20 LS 1 140 9, 73 CURB RAMP MISSION-CHORRO (NW) C-4.19 LS 1 141 9, 73 CURB RAMP MISSION-CHORRO (SE) C-4.21 LS 1 142 9, 73 CURB RAMP MISSION-CHORRO (SW) C-4.22 LS 1 143 9, 73 CURB RAMP MISSION BULBOUT C-4.18 LS 1 144 9, 73 CURB RAMP MOUNTAIN VIEW- CHORRO (NE) C-4.30 LS 1 145 9, 73 CURB RAMP MOUNTAIN VIEW- CHORRO (NW) C-4.29 LS 1 146 9, 73 CURB RAMP MOUNTAIN VIEW- CHORRO (SE) C-4.31 LS 1 147 9, 73 CURB RAMP MOUNTAIN VIEW- CHORRO (SW) C-4.33 LS 1 148 9, 73 CURB RAMP MURRAY-BROAD (E) C-4.12 LS 1 149 9, 73 CURB RAMP MURRAY-BROAD (N) C-4.11 LS 1 150 9, 73 CURB RAMP MURRAY-BROAD (S) C-4.13 LS 1 BID FORMS BID FORMS G 151 9, 73 CURB RAMP MURRAY-BROAD (W) C-4.14 LS 1 152 9, 73 CURB RAMP PEACH-CHORRO (SE) C-4.43 LS 1 153 9, 73 CURB RAMP PEACH-CHORRO (NW) C-4.45 LS 1 154 9, 73 CURB RAMP PEACH-CHORRO (SW) C-4.44 LS 1 155 9, 73 CURB RAMP PEACH-CHORRO (NE) C-4.42 LS 1 156 9, 73 CURB RAMP RAMONA-BROAD (E) C-4.6 LS 1 157 9, 73 CURB RAMP RAMONA-BROAD (W) C-4.7 LS 1 158 9, 73 CURB RAMP RAMONA CROSSING C-4.5 LS 1 159 9, 73 CURB RAMP VENABLE-CHORRO (NE) C-4.23 LS 1 160 9, 73 CURB RAMP WALNUT-CHORRO (SE) C-4.40 LS 1 161 9, 73 CURB RAMP WALNUT-CHORRO (SE) C-4.24 LS 1 162 9, 73 CURB RAMP WALNUT-CHORRO (N) C-4.38 LS 1 163 9, 19 ROUGH GRADING CUT (BIKE PATH) CY 300 164 9, 19 ROUGH GRADING CUT (STORM WATER MITIGATION AREAS) CY 200 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. Contractor shall provide a schedule of values for all LS items before or at the pre-construction meeting. BID FORMS BID FORMS H 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 I 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 t he 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 judgm ent, order, or determination that is BID FORMS BID FORMS J 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 K 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 secur e 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 fore going 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 L 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 M 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 curb ramp 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 curb ramp 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 maintenance by slurry sealing? 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 N 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. North Chorro Neighborhood Greenway 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. 3 CONTRACT AWARD AND EXECUTION Add Section 3-1.18B CONTRACT EXECUTION, Caltrans Encroachment Permit 3- 1.18B Caltrans Encroachment Permit SPECIAL PROVISIONS SPECIAL PROVISIONS 2 Compliance with Caltrans Encroachment permit and traffic control shall conform to the provisions of Section 12 “Temporary Traffic Control”, of the Standard Specifications and these Special Provisions. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 3, 5, 6, 7, 8, 12, 14, 15, 19, 20, 26, 37, 39, 51, 56, 64, 73, 77, 82, 84, 86, 87, and 90 for general, material, construction, and payment specifics. Refer to these Special Provisions for modifications to the above Sections. Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage: Protect in place project funding signage in work area (See Appendix B). 5 CONTROL OF WORK Add to Section 5-1.01 GENERAL: All overtime work must be approved in advance by the Engineer and all overtime inspection costs shall be the responsibility of the contractor. Scheduling and sequencing of work along with means and methods are the contractor ’s responsibility. If the contractor chooses to apply the micro surfacing before installing the curbs, steps shall be taken during curb insta llation that will prevent any concrete from staining or marking the new micro surfacing. If the curbs are installed first, steps shall be taken to prevent any micro surfacing material from staining or marking the new curbs. Any stains or markings on the adjacent surfaces will be cleaned or the surface resurfaced to the satisfaction of the engineer. 6 CONTROL OF MATERIALS Add to Section 6-2.03 DEPARTMENT ACCEPTANCE: The City will furnish one (1) GREEN WAY SYMBOL stencil as detailed on Sheet C-5.1 of the project plans. Contractor can obtain additional stencil(s) at its own discretion and must be approved by the Engineer prior to use for this project. Water to be used in the slurry seal emulsion must be potable water. The City will provide a hydrant location for the slurry mix. The Contractor will be responsible to pay for the potable water. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Unless stated otherwise below, work hours are Monday through Friday between 7:00 a.m. to 4:00 p.m. at all the affected streets. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Unless otherwise approved by Caltrans and the Engineer, work within Caltrans Right of Way must be performed between the hours of 9:00 a.m. to 3:00 p.m Monday – Thursday and 9:00 a.m. to 2:00 p.m. Friday. CURB RAMPS Where curb ramp improvements are proposed at multiple corners of the intersection, the contractor shall provide a phasing plan showing schedule for demolition and construction of ramps in a manner that retains pedestrian access on at least one side of the street at all times. The construction phasing approach for these ramps shall be approved to the satisfaction of the Engineer. SCHOOL ZONES All work within school zones (Appendix C) are limited to 9:00 a.m. to 2:00 p.m. (Tuesday through Friday) and 9:30 a.m. to 2:00 p.m. on Mondays. TRAFFIC CONTROL ZONES Contractor shall 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 2 schedule for this work. A three-week lookahead schedule, updated each week, shall be provided to the Engineer before commencing the following week’s work. This requirement shall be completed in order to continue construction work. Weekly progress meetings will be held. Contractor shall not work in more than two sites concurrently unless approved by the Engineer. Contractor must start work within the Bicycle/Pedestrian Path Easement and Temporary Construction Easement areas per Exhibit B of Appendix D as the first item of work. Work to be completed within the easement no later than 4 months from the date of the Notice to Proceed, unless otherwise approved by the Engineer. The City will be responsible for SPECIAL PROVISIONS SPECIAL PROVISIONS 4 providing Notice of Commencement of Construction to the property owner, per the Easement Deed (Appendix D). Caltrans Right-of-Way work. Work between Lincoln St and Walnut St must be the last item of work, or based upon the approval of the Engineer. 9 PAYMENT Add to Section 9-1.02A: The Project Plans consist of one plan set, NORTH CHORRO NEIGHBORHOOD GREENWAY PROJECT. The following is a general description of the type of work for each bid item listed in the Bid Schedule and is not intended to be all-inclusive. Comply with the contract documents for the work. Bid items quantified as lump sum items are required to subm it a schedule of values according to section 9-1.16B. The schedule of values must be authorized by the Engineer prior to progress payments. Bid items of work shown on the plans or indicated in the specifications or miscellaneous items of work which are not specifically identified in the bid item descriptions or bid schedule are included in lump sum items of work and must be identified in the Schedule of Values submittal by the Contractor and no additional payment will be made. Summary BASE BID Item Descriptions: 1. TRAFFIC CONTROL PLAN AND IMPLEMENTATION Comply with section 7 and 12 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Temporary Traffic Control is intended to be all-inclusive and shall include the preparation of Traffic Control Plans, implementation, and maintenance of the traffic control system during the project to manage and maintain vehicle, bicycle, and pedestrian traffic. Implementation of the Traffic Control System includes all items listed in the authorized Traffic Control Plan including but not limited to constriction area signs, detour signs, barricades, and any other required traffic appurtenances. 2. CONSTRUCTION SURVEY Comply with section 5 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to provide construction surveying and for establishing necessary lines and grades to complete the work. Survey monuments and benchmarks must be protected and restored in accordance with Section 5-1.36. Surveying must be performed under SPECIAL PROVISIONS SPECIAL PROVISIONS 5 the direction of a Licensed Land Surveyor or Civil Engineer authorized by the State of California to provide these services. 3. COMPLY WITH CALTRANS ENCROACHMENT PERMIT Comply with section 5 and 7 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to complete the work (during the day or n ight) involved to comply with all Caltrans encroachment permit requirements. The contract price shall also include the application fee of $1,400.00 for obtaining a double permit for Encroachment Permit (PENDING). 4. COMPLY WITH GRANT DEED AND RIGHT OF WAY AGREEMENT – BIKE PATH Comply with section 5 and 7 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals re quired to comply with all provisions of the Deed and Agreement as specified in the contract documents. 5. CLEARING, GRUBBING, AND LIMB REMOVAL Comply with section 15 and 17 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove existing trees/shrubs as shown on the plans, as directed by an Arborist, or as necessary to complete all work to the limits as indicated on the plans. 6. CHORRO STREET RECONSTRUCTION Comply with section 15, 26, and 39 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing roadway structural section (asphalt and base), grading and compaction of subgrade, installation and compaction of aggregate base, and installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 7. CLASS 1 BIKE PATH (OPTION 2) Comply with section 15, 26, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove all existing site conditions, protection of the existing facilities, grading activities and restoration of existing facilities once the grading activities are complete, replacement of landscaping and irrigation features, excavation and fill, SPECIAL PROVISIONS SPECIAL PROVISIONS 6 grading and compaction of subgrade, installation and compaction of aggregate base, installation and compaction of aggregate base shoulder, and installation of concrete and reinforcement to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 8. MINOR CONCRETE (SIDEWALK) Comply with section 15, 26, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing sidewalk structural section (concrete and base), grading and compaction of subgrade, installation and compaction of aggregate base, and installation of concrete and reinforcement to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 9. MINOR CONCRETE (CURB AND GUTTER) Comply with section 15, 26, 39, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing curb, gutter and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of concrete and reinforcement, and installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 10. MINOR CONCRETE (CROSS GUTTER) Comply with section 15, 26, 39, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of concrete and reinforcement, and installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Cross gutter limits are identified as the portion of the cross gutter between gutter spandrels. 11. MINOR CONCRETE (DRIVEWAY RAMP) Comply with section 15, 26, 39, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, in stallation and compaction of aggregate base, installation of concrete and reinforcement, and SPECIAL PROVISIONS SPECIAL PROVISIONS 7 installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as dire cted by the Engineer. 12. MINOR CONCRETE (1.25’ CONCRETE BIKE MEDIAN) Comply with section 73 and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the procurement and installation of pexco post object markers, and the installation of concrete and reinforcement to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 13. MINOR CONCRETE (3’ CONCRETE BIKE MEDIAN) Comply with section 73 and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the procurement and installation of pexco post object markers, and the installation of concrete and reinforcement to the limits as shown on the pl ans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 14. MINOR CONCRETE (SIDEWALK UNDERDRAIN) Comply with section 15, 26, 73 and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of concrete and reinforcement, and installation of frame and covers to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 15. MINOR CONCRETE (ENERGY DISSIPATION STRUCTURE AND COBBLE) Comply with section 15, 20, 26, 73 and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of concrete and reinforcement, installation of weir, and installation of cobble (structure and median) to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. SPECIAL PROVISIONS SPECIAL PROVISIONS 8 16. STRUCTURE CONCRETE (CURB AND GUTTER RETAINING WALL – BROAD ST – STA 21+40 TO 23+12) Comply with section 15, 26, 51, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, instal lation and compaction of aggregate base, installation of waterproofing, permeable material, filter fabric, wall drain, and weep holes, installation of concrete and reinforcement, and installation and compaction of final grading to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 17. STRUCTURE CONCRETE (RETAINING WALL – BIKE PATH – STA 1+00 TO 2+80) Comply with section 15, 26, 51, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of waterproofing, permeable material, filter fabric, wall drain, and weep holes, installation of concrete, post holes, and reinforcement, and installation and compaction of final grading to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 18. STRUCTURE CONCRETE (LANDSCAPE HIGH CURB – CHORRO/101) Comply with section 15, 26, 51, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, to ols, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of waterproofing, permeable material, filter fabric, wall drain, and weep holes, installation of concrete , post holes, and reinforcement, and installation and compaction of final grading to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 19. STRUCTURE CONCRETE (CMU PILASTER – BIKE PATH) Comply with section 15, 26, 51, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall inclu de full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), grading and compaction of subgrade, installation and compaction of aggregate base, installation of concrete and reinforcement, SPECIAL PROVISIONS SPECIAL PROVISIONS 9 installation of brick, and installation and compaction of final grading to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 20. TYPE II SLURRY SEAL Comply with section 13 and 37 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools , equipment, “No Parking” notices, door hangers, and incidentals required to install slurry seal to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Payment includes, but is not limited to, a slurry schedule, pneumatic tire roll compaction, a street sweeping schedule, and street sweeping 24 hours after and 30 days after initial slurry installation. 21. BIKE LANE AND EXISTING CURB RAMP EDGE GRIND Comply with section 15 and 37 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to grind the existing asphalt adjacent to a concrete gutter, prior to slurry seal application, for bike lanes and existing curb ramps to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 22. TEMPORARY STRIPING AND PAVEMENT MARKINGS Comply with section 12 and 84 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing striping and pavement markings, temporary striping and pavement markings to match proposed lane configuration after existing traffic stripes and pavement markings have been removed, an d temporary striping and pavement markings to match proposed lane configuration after the application of slurry sealing to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 23. MINOR HOT MIX ASPHALT (CASE 1 – 10” THICK) Comply with section 15 and 39 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to saw-cut, grind, and remove the existing pavement structural section (concrete, asphalt, and base), grading and compaction of subgrade, and installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 24. MINOR HOT MIX ASPHALT (SPEED HUMP – TYPE 2) SPECIAL PROVISIONS SPECIAL PROVISIONS 10 Comply with section 15 and 39 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing asphalt speed hump, remove the existing asphalt under the speed hump to a minimum of 2” below existing finish grade (modification from City Standard 7320), and installation and compaction of asphalt paving to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 25. ADJUST STORMDRAIN MANHOLE TO GRADE Comply with section 15 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing collar, adjusting to grade, and installation of a new concrete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 26. ADJUST SANITARY SEWER MANHOLE TO GRADE Comply with section 15 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing collar, adjusting to grade, and installation of a new concrete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 27. ADJUST COMMUNICATION VAULT/MANHOLEH/BOX TO GRADE Comply with section 15 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing collar, adjusting to grade, and installation of a new concrete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 28. ADJUST WATER VALVE TO GRADE Comply with section 15 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove the existing collar adjusting to grade, and installation of a new concrete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 29. ADJUST WATER METER TO GRADE Comply with section 15 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove SPECIAL PROVISIONS SPECIAL PROVISIONS 11 the existing collar, adjusting to grade, and installation of a new con crete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 30. 8" HDPE STORM DRAIN PIPE Comply with section 64 and 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to excavate the trench, lay the pipe to the design line and grade, connections into new/existing structures, and place and compact backfill material to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 31. MINOR CONCRETE (STORMDRAIN CATCH BASIN) Comply with section 15, 39, and 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to demolish the existing catch basin (Chorro/Walnut), remove the existing soil, concrete and pavement structural sections (concrete, asphalt, and base), excavation of the trench, installation of crushed rock or aggregate base, installation of concrete and reinforcement, installation of hardware, and installation and compaction of pavement to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 32. MINOR CONCRETE (STORMDRAIN MANHOLE) Comply with section 15, 39, and 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to existing soil, concrete and pavement structural sections (concrete, asphalt, and base), excavation of the trench, installation of crushed rock or aggregate base, installation of concrete and reinforcement, installation of hardware, installation and compaction of pavement , and installation of concrete collar to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 33. 6" PERFORATED UNDERDRAIN PIPE Comply with section 64 and 77 of the Special Pro visions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to excavate the trench, lay the pipe to the design line and grade, and connect into new/existing structures to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Backfill of trench to be paid for in other items of work (Bioretention Soil Mix and Class II Drain Rock). SPECIAL PROVISIONS SPECIAL PROVISIONS 12 34. MINOR CONCRETE (12” MIDSTATE STORMDRAIN CATCH BASIN) Comply with section 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to existing soil, concrete and pavement structural sections (concrete, asphalt, and base), excavation of the trench, installation of crushed rock or aggregate base, installation of concrete and reinforcement, installation of hardware, installation and compaction of backfill to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 35. MINOR CONCRETE (24” MIDSTATE STORMDRAIN CATCH BASIN) Comply with section 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to existing soil, concrete and pavement structural sections (concrete, asphalt, an d base), excavation of the trench, installation of crushed rock or aggregate base, installation of concrete and reinforcement, installation of hardware, installation and compaction of backfill to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 36. REMOVE AND REPLACE STORMDRAIN INLET GRATE AND FILTER Comply with section 64 and 77 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to protect the existing stormdrain inlet, remove the existing frame and grate, installation of Filtrexx Stormexx Clean Catch Basin Inlet Filter,installation of a Honeycomb Caltrans Type 18-8S or 24-10S, modified to fit, and adjusting the new frame and grate to grade to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 37. 12’ PUNCH POST Comply with section 82 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove and/or relocate existing punch posts, and for the procurement and installation of punch posts (in new sidewalk, existing sidewalk, or landscape median) to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 38. 14’ PUNCH POST Comply with section 82 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to remove and/or relocate existing punch posts, and for the procurement and installation of punch posts (in new sidewalk, existing sidewalk, or landscape median) to the limits SPECIAL PROVISIONS SPECIAL PROVISIONS 13 as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. BID ITEMS 39-60 Comply with section 82 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the procurement and installation to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 39. R1-1 SIGN 18” 40. R1-1 SIGN 30” 41. R1-2 SIGN 25” 42. R1-3P PLAQUE 43. R4-11 SIGN 44. R5-3 SIGN 45. R7-9 SIGN 46. R10-15 (MODIFIED) “YIELD TO BIKE” SIGN 47. R81 (CA) SIGN 48. R81A (CA) SIGN 49. R81B (CA) SIGN 50. W1-1 SIGN 51. W1-2L SIGN 52. W4-4P SIGN 53. W11-2 SIGN 54. W16-7P SIGN 55. W84 (CA) SIGN 56. GREENWAY ARROW PLAQUE 57. GREENWAY SIGN 58. PEXCO CITY POST MODEL EAC, 36" WHITE WITH 2 GREY WRAPS 59. 72” WHEEL STOP 60. 6" YELLOW TACTILE GUIDE STRIP, VANGUARD ADA SYSTEMS OR APPROVED EQUAL 61. INSTALL EXISTING / RELOCATED SIGN Comply with section 82 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensati on for furnishing all labor, materials, tools, equipment, and incidentals required for the removal and abandonment, relocation, and installation to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 62. CURB PAINT Comply with section 84 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for SPECIAL PROVISIONS SPECIAL PROVISIONS 14 furnishing all labor, materials, tools, equipment, and incidentals required for the removal and installation of curb paint (all colors) to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 63. PREFORMED THERMOPLASTIC SHEETS (BROAD/MURRAY) Comply with section 84 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the procurement and installation to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 64. ZICLA ZEBRA CYCLE TRACK LANE SEPARATORS Comply with section 84 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of cycle track lane separators to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. BID ITEMS 65-93 Comply with section 84 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of striping/markings to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 65. 4” YELLOW STRIPING 66. DETAIL 1 67. DETAIL 8 68. DETAIL 22 69. DETAIL 39 70. BIKE BUFFER Includes all striping and cross hatching regardless of width of buffer. 71. BIKE BUFFER AT DRIVEWAY Includes all striping and cross hatching regardless of width of buffer. 72. HI-VIZ CROSSWALK 73. STOP BAR 74. STOP LEGEND 75. STOP LEGEND (1/2 SCALE) 76. BIKE / PED DIRECTIONAL SYMBOL 77. TYPE II ARROW 78. TYPE IV ARROW 79. HUMP LEGEND SPECIAL PROVISIONS SPECIAL PROVISIONS 15 80. PED LEGEND 81. XING LEGEND 82. SLOW LEGEND 83. SCHOOL LEGEND 84. TURNING BIKE BOX 85. BIKE SYMBOL AND ARROW 86. GREENBACK CHEVRON 87. GREENBACK SHARROW 88. GREENWAY SYMBOL 89. GREEN BIKE LANE MARKINGS (CASE 1) Includes bike lane symbol, green paint, white markings and striping 90. GREEN BIKE LANE MARKINGS (CASE 2) Includes bike lane symbol, green paint, white markings and striping 91. GREEN BIKE LANE MARKINGS (CASE 3) Includes bike lane symbol, green paint, white markings and striping 92. GREEN SEALMASTER COLOR SAFE PAVEMENT MARKING 93. YIELD LINE 94. RELOCATE RRFB SOLAR CROSSWALK (RAMONA) Comply with section 84 and 87 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the relocation and installation of the existing RRFB system to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 95. RRFB SOLAR CROSSWALK (CHORRO/MILL) Comply with section 84 and 87 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of the new RRFB system to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 96. FOOTHILL TO RAMONA BIKE PATH LIGHTING / CHORRO LIGHTING / CHORRO PG&E SERVICE Comply with section 86 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation the lighting and electrical system to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. This work includes, but is not limited to, the installation of pathway lights and streetlights, trench excavation and restoration, installation of conduits, wire, pull boxes, meter pedestals, tying into existing meter pedestal, and coordination with PG&E for service install. SPECIAL PROVISIONS SPECIAL PROVISIONS 16 97. BENCHES (BIKE PATH & CHORRO/MOUNTAIN VIEW) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to p rocure and install the benches to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Concrete work is paid for under other bid items of work (Class I Bike Path and Minor Concrete (Concrete Pavers). 98. TRASH CONTAINER (BIKE PATH) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to procure and install the trash containers to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Concrete work is paid for under other bid items of work (Class I Bike Path). 99. METAL PICKET FENCING (BIKE PATH) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required t o tie into the existing fencing and procurement and installation of the new metal picket fencing to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 100. CHAINLINK FENCING (CHORRO/101) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to tie into the existing fencing and procurement and installation of new chainlink fencing to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 101. CHAINLINK GATES (CHORRO/101) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to tie into the existing fencing and procurement and installation of new chainlink gates to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 102. SOIL PREPARATION (NON-BIORETENTION & TREE PITS) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for SPECIAL PROVISIONS SPECIAL PROVISIONS 17 furnishing all labor, materials, tools, equipment, and incidenta ls required for soil preparation to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 103. BIORETENTION SOIL MIX Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of bioretention soil mix to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 104. CLASS II DRAIN ROCK Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of class II drain rock to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 105. ENERGY DISSAPATOR ROCK Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of energy dissipator rock to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 106. IRRIGATION Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of irrigation to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. This work includes, but is not limited to, abandonment/capping/removal of existing irrigation lines, repair of damaged irrigation lines, installation of irrigation controllers, installation of conduit sleeves, connections to City water main, installation of new water meters and boxes, trench excavation and restoration, installation of piping, valves, bubblers, flow sensors, drip tubing, irrigation heads, conduit and wiring, protection of existing facilities, the grading activities and restoration of existing facilities once the grading activities are complete, and the replacement of landscaping and irrigation features as needed to complete work . 107. TREE WATERING BAGS (NON-IRRIGATED TREES) SPECIAL PROVISIONS SPECIAL PROVISIONS 18 Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of tree watering bags to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 108. PLANTING (SHRUBS - ALL AREAS) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of all plant materials (regardless of species) to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. This includes, but is not limited to, protection of existing facilities, the grading activities and restoration of existing facilities once the grading activities are complete, and the replacement of landscaping and irrigation features as needed to complete work. 109. PLANTING (TREES - ALL AREAS) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of all trees (regardless of species) to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. This includes, but is not limited to, protection of existing facilities, the grading activities and restoration of existing facilities once the grading activities are complete, and the replacement of landscaping and irrigation features as needed to complete work. 110. GREENWAY PLANTERS/SOIL/PLANTS Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of planter boxes per the number and limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 111. MULCH (BIORETENTION AREAS) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of compost mulch to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. SPECIAL PROVISIONS SPECIAL PROVISIONS 19 112. MULCH (CONVENTIONAL PLANTING AREAS & TREES) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensati on for furnishing all labor, materials, tools, equipment, and incidentals required for the installation of bark mulch to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 113. GREENWAY PLANTERS MAINT/WATERING (1-YR) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, an d incidentals required for the establishment and maintenance to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 114. ESTABLISHMENT/MAINTENANCE ALL TREES & PLANTS (1 YR) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the establishment and maintenance to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 115. HAND WATER NON-IRRIGATED TREES (1-YR) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the hand watering of non-irrigated trees to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. 116. HAND WATER NON-IRRIGATED UNDERSTORY PLANTINGS (1-YR) Comply with section 20 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for the hand watering of non-irrigated trees to the limits as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. BID ITEMS 115-160 Comply with section 15, 26, 39, 73, and 90 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required to install each new curb ramp and bulbout as shown on the plans, and as SPECIAL PROVISIONS SPECIAL PROVISIONS 20 specified in these specifications and the special provisions, and as directed by the Engineer. The contractor shall allow time to verify with the inspector the limits of demolition prior to saw cutting. The contractor shall allow 1 hour of time for the concrete foreman and the inspector to verify slope and grades at curb return, after demolition and prior to setting forms to make adjustment if needed. Any additional concrete work beyond what is shown on the plans will be paid for at contract quantity prices. The lump sum cost for each curb ramp and bulbout includes all work shown on the Plan Sheet specified in the Bid Item Description. This work includes, but is not limited to: 1. public notices 2. traffic and pedestrian control and access 3. layout 4. elevation control 5. tree protection 6. protection of existing utilities and improvements 7. saw-cutting 8. demolition 9. removal and disposal of demolished material 10. formwork 11. temporary cold mix 12. relocation of signs 13. grading and compaction of subgrade 14. installation and compaction of aggregate base 15. furnishing and installation of new signs, post and sleeves 16. furnishing and installation of new pull boxes 17. reinstalling existing utility boxes, pull boxes, and mailboxes 18. furnishing and installing tree grate frames 19. adjustment of existing utility manholes, pull boxes, vaults, etc. 20. adjustment of fire hydrant spools 21. reinstalling sidewalk underdrains 22. installation of curbs, curb & gutter, cross gutter spandrel, sidewalk , and reinforcement 23. installation of asphalt pavement 24. installation of truncated domes 25. curb painting 26. landscape replacement, if applicable 27. repair of existing irrigation systems, if damaged & modifications as needed 28. protection of existing utilities and restoration of existing improvements 29. protection and restoration of existing benchmarks 30. cleanup Payment for the above items of work will be made specifi c to each individual lump sum curb ramp and bulbout. No compensation will be made as part of any other bid items. Items of work that are paid for under other bid items of work: SPECIAL PROVISIONS SPECIAL PROVISIONS 21 • Cross Gutter between gutter spandrels • Storm Drain System • Storm Water Treatment System • Concrete Pavers and Bench • New Landscaping Any additional work required to complete the work as shown per plan, and outside of the limits as shown on each Plan Sheet, needs to be brought to the attention of the Engineer immediately. The Engineer will direct further work as necessary. Payment for this additional work will be through other bid items or at force account. 117. CURB RAMP ALMOND-MISSION (E) C-4 .17 118. CURB RAMP BROAD-MISSION (E) C-4.16 119. CURB RAMP BROAD-MISSION (N) C-4.15 120. CURB RAMP CENTER-CHORRO (NE) C-4.26 121. CURB RAMP CENTER-CHORRO (NW) C-4.25 122. CURB RAMP CENTER-CHORRO (SE) C-4.27 123. CURB RAMP CENTER-CHORRO (SW) C-4.28 124. CURB RAMP CERRO ROMAULDO-FERRINI (NW) C-4.4 125. CURB RAMP CERRO ROMAULDO-FERRINI (SE) C-4.3 126. CURB RAMP FELTON-FERRINI (NW) C-4.2 127. CURB RAMP FELTON-FERRINI (SW) C-4.1 128. CURB RAMP LINCOLN-CHORRO (NE) C-4.35 129. CURB RAMP LINCOLN-CHORRO (NW) C-4.34 130. CURB RAMP LINCOLN-CHORRO (SE) C-4.36 131. CURB RAMP LINCOLN-CHORRO (SW) C-4.37 132. CURB RAMP MEINEKE-BROAD (N) C-4.8 133. CURB RAMP MEINEKE-BROAD (S) C-4.9 134. CURB RAMP MEINEKE C-4.10 135. CURB RAMP MILL-CHORRO (NW) C-4.46 136. CURB RAMP MILL-CHORRO (NE) C-4.49 137. CURB RAMP MILL-CHORRO (SE) C-4.48 138. CURB RAMP MILL-CHORRO (SW) C-4.47 139. CURB RAMP MISSION-CHORRO (NE) C-4.20 140. CURB RAMP MISSION-CHORRO (NW) C-4.19 141. CURB RAMP MISSION-CHORRO (SE) C-4.21 142. CURB RAMP MISSION-CHORRO (SW) C-4.22 143. CURB RAMP MISSION BULBOUT C-4.18 144. CURB RAMP MOUNTAIN VIEW-CHORRO (NE) C-4.30 145. CURB RAMP MOUNTAIN VIEW-CHORRO (NW) C-4.29 146. CURB RAMP MOUNTAIN VIEW-CHORRO (SE) C-4.31 147. CURB RAMP MOUNTAIN VIEW-CHORRO (SW) C-4.33 148. CURB RAMP MURRAY-BROAD (E) C-4.12 149. CURB RAMP MURRAY-BROAD (N) C-4.11 150. CURB RAMP MURRAY-BROAD (S) C-4.13 SPECIAL PROVISIONS SPECIAL PROVISIONS 22 151. CURB RAMP MURRAY-BROAD (W) C-4.14 152. CURB RAMP PEACH-CHORRO (SE) C-4.43 153. CURB RAMP PEACH-CHORRO (NW) C-4.45 154. CURB RAMP PEACH-CHORRO (SW) C-4.44 155. CURB RAMP PEACH-CHORRO (NE) C-4.42 156. CURB RAMP RAMONA-BROAD (E) C-4.6 157. CURB RAMP RAMONA-BROAD (W) C-4.7 158. CURB RAMP RAMONA CROSSING C-4.5 159. CURB RAMP VENABLE-CHORRO (NE) C-4.23 160. CURB RAMP WALNUT-CHORRO (SE) C-4.40 161. CURB RAMP WALNUT-CHORRO (SE) C-4.24 162. CURB RAMP WALNUT-CHORRO (N) C-4.38 163. ROUGH GRADING CUT (BIKE PATH) Comply with section 19 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required rough grade the earthwork to cut and export the bike path area as shown on the plans, and as specified in these specifications and the special p rovisions, and as directed by the Engineer. 164. ROUGH GRADING CUT (STORMWATER MITIGATION AREAS) Comply with section 19 of the Special Provisions, City Standard Specifications and Caltrans Standard Specifications. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals required rough grade the earthwork to cut and export the stormwater mitigation areas as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. Add to Section 9-1.16B: Submit a Schedule of Values for all Lump Sum work bid items at or before the Pre- Construction meeting. DIVISION II GENERAL CONSTRUCTION 13 WATER POLLUTION CONTROL Add to Section 13-7.02 Street Sweeping 13-7.02C Construction Street sweeping shall be performed 24 hours and 30 days after application of Type II slurry seal. The Contractor must post streets for no parking in advance and during the 24 hour and 30-day street sweeping. The Contractor must submit a street sweeping schedule SPECIAL PROVISIONS SPECIAL PROVISIONS 23 for approval by the Engineer. Street sweeping must be done in a manner that street parking is available within 600 ft from affected addresses, unless approved by the Engineer. 15 EXISTING FACILITIES Add Section 15-2.01 Remove Pavement (Remove AC) – The outline of the asphalt concrete pavement area to be removed must be cut on a neat line with a power-driven diamond saw to a minimum depth of the existing asphalt concrete (see coring log information) before removing all existing asphalt. As an alternative, the Contractor may use a grinding device such as a “zipper” to remove the AC patch area. All areas of removal must be cut as marked in the field and must be uniform in pattern (square, rectangle). Add Section 15-2.02 Obliterate Roads, Detours, and Surfacing Micro-milling must be utilized for bike lane and at existing curb ramps edge grinds located in slurry pavement treatment. Edge grinding at curb ramps must be the greater of the following: • From beginning to end of curve return and bulbouts. • Extend 10 feet, measured perpendicularly beyond the curb ramp landing in both directions. Micro-milling machines shall: Be equipped with a micro-milling drum with tungsten-carbide-tipped cutting teeth spaced no greater than ¼ inch apart on center. The configuration of the teeth shall be such that the deviation in elevation between any 2 teeth does n ot exceed 1/16 inch. Be capable of removing asphalt concrete pavement to a tolerance of +/- 1/8 inch. Be equipped with an automatic grade control system operating in “profile” mode. Micro-milling shall result in a grid-patterned textured pavement surface with longitudinal ridges approximately the same distance apart as the cutting teeth. The ridges shall be consistent in depth, width, and profile. The distance between the top of the ridge and the adjacent valleys shall not exceed 1/8 inch. Add Section 15-2.03 Remove Traffic Stripes and Pavement Markings After existing traffic stripes and pavement markings have been removed, temporary striping tabs must be installed and remain in place until slurry operations have begun . Temporary striping and pavement markings are to be installed after slurry operations are completed and remain in place until permanent striping and paving markings are applied. SPECIAL PROVISIONS SPECIAL PROVISIONS 24 DIVISION III EARTHWORK AND LANDSCAPE 20 LANDSCAPE AND IRRIGATION Add to Section 20-1.01 General: There are two types of landscape areas on this project: 1. Stormwater treatment areas 2. Conventional landscape areas Bioretention areas receive a special soil mix and compost mulch (not bark mulch), per plans and specifications. All other landscape areas that do not receive bioretention soil mix shall be amended with compost per the specifications. Add to Section 20-1.02 MATERIALS: TREE WATERING BAGS: 1. Trees not served by irrigation to be installed with manual tree watering bags , Treegator 20-gallon slow-release watering bag, or approved equal. Replace Section 20-1.02D Organic Soil Amendments with: FINE COMPOST 1. Compost for soil amendment and preparation to be a well decomposed, stable, weed free organic matter source derived from waste materials incl uding yard debris, wood wastes or other organic materials. Compost to have a dark brown color and a soil like odor. Compost exhibiting a sour or putrid smell, containing recognizable grass or leaves, or is hot (120f) upon delivery or rewetting is not acceptable. 2. Compost facility and compost material must meet the following requirements: Inspected and regulated by the local enforcement agency for CalRecycle. The past 3 inspection reports to be submitted verifying compliance with title14 requirements of the process to further reduce pathogens (pfrp), fecal coliform and salmonella testing and pathogen and epa, 40 cfr 503 regulations. Certified through the uscc seal of testing assurance (sta) program (a compost testing and information disclosure program). Analyzed by a laboratory that is enrolled in the us composting council’s compost analysis proficiency (cap) program and using approved test methods for the evaluation of composting and compost (tmecc). SPECIAL PROVISIONS SPECIAL PROVISIONS 25 Facility must provide proof of compost testing within 120 ca lendar days prior to delivery of material to project site. Apply a four-inch lift of compost during cultivation. Replace Section 20-1.02E Fertilizer: AMENDMENTS AND MYCORRHIZAL FUNGI INOCULANT Apply to all new planting holes, including bioretention areas: Granular Tri-c myco Revival Plus applied at the manufacturer’s recommended rates based on plant material container size. Revise Section 20-1.03C(2) Remove Existing Plants: Revise to increase removal depth: Removal of existing plants includes removing their stumps and roots 2 inches or larger in diameter to a minimum depth of 24 inches below finished grade. Revise Section 20-1.03D Cultivation: All planting areas, except bioretention areas to be cultivated. Revise to increase cultivation depth: Repeat cultivation until the soil is loose to a minimum depth of 12 inches. Add: Remove native soil as needed prior to adding amendments, to allow for addition of compost amendment and mulch to achieve final grades. Place compost amendment and till to a depth of twelve inches. Provide additional amendments or adjust soil preparation if directed per the soil analysis (per 10.3.3 Soils Management Report) recommendations and approved by owner/owner’s representative. Roll compact soil to achieve compaction of 85% of dry weight density in areas where plantings are located. After natural settlement and light rolling, the complete work to conform strictly to the lines, grades and elevation indicated, under the contract without additional cost to the City. Finish grading of landscape areas: fine grade all prepared planting areas to lines and grades shown on plans and as specified within this section. Finish grade to account for placement of specified mulch. SPECIAL PROVISIONS SPECIAL PROVISIONS 26 Top of finished mulch surface to be ½” below adjacent pedestrian or bicycle paths unless otherwise specified on civil grading plans. Add to Section 20-3.01B(2) Plants: 1. Contractor to submit proof of acquisition of plant material within 60 days of signed contract. 2. Any requests for plant material substitutions must be accompanied by documentation of inability to locate plants, including a list of plant nurseries contacted (minimum of three). Substitutions may be denied if plant material is available at regional wholesale nurseries. Remove Section 20-5.03A(3)(c) Treatment of Soils: Do not apply pre-emergent herbicide for weed control. Contractor to carry out manual removal of weeds prior to planting. Add to Section 20-5.03 INERT GROUND COVERS AND MULCHES: 3. Mulch to be applied to all planting areas. 4. Mulch varies by area type: Bioretention areas: 3” depth fine compost as specified in addition to Section 20 - 1.02D. All other planting areas: 3” depth walk on bark – fir bark mulch, 1” pieces and smaller. Submit samples for approval. Mulch to be free of weed seeds, or substances injurious to plant growth. DIVISION V SURFACINGS AND PAVEMENTS 37 BITUMINOUS SEALS Add to Section 37-3.02A General Slurry seal must be Type II. Use Polymer Modified Asphaltic Emulsion with 2% latex additive. Add to Section 37-3.03A General SPECIAL PROVISIONS SPECIAL PROVISIONS 27 Not all frames, covers, grates, or manholes are shown on the Plans. The Contractor is responsible for examining the site of work. A submission of a bid is conclusive evidence that the bidder has investigated the local conditions to be encountered. Remove and Replace 2nd Paragraph of Section 37-3.03(D)(2)(a) General with: Before placing the seal coat, vegetation in pavement cracks and between pavement and curb/gutter must be manually removed. Add to Section 37-3.03(D)(2)(a) General Locations of bike lane edge grind and curb ramp edge are identified on plans and as needed to complete slurry seal operations. The Contractor is responsible for examining the site of work. A submission of a bid is conclusive evidence that the bidder has investigated the local conditions to be encountered. Replace Section 37-3.03D(4)(a)(i) General with: Roll all seal material with a pneumatic tire roller, a minimum of three coverages, prior to allowing traffic on the surfaced roads. After placement of seal material surfaced roads must be temporary striped and opened to traffic no later than 3 hours after the seal material has been placed and no later than 4:00 p.m. in the evening. Quantities of seal placed daily must be adjusted to accommodate road-opening schedule. A coverage must consist of the number of passes a roller needs to cover the width. A pass must be 1 roller movement parallel to the slurry seal application in either direction. Overlapping passes are part of the coverage being made and are not part of a subsequent coverage. Do not start a coverage until completing the previous coverage. Add to Section 37-3.03D(4)(b) Slurry Seal Thru-traffic lanes must be spread in full lane widths only. Slurry seal must be spread at a rate within the ranges shown in the following table for pounds of dry aggregate per square yard: Slurry Seal Type Location Spread Rate (lb of dry aggregate/ sq yd) Type II1 Full Lane Width 14+/-1 Notes: 1. For slurry seal over asphalt concrete pavement. During slurry seal operations, You are responsible for: 1. Verifying that the slurry seal emulsion being used will allow for rolling within the specified time frame. 2. Adjusting the mixture for changes in weather conditions, as appropriate. SPECIAL PROVISIONS SPECIAL PROVISIONS 28 3. Sweeping the surface approximately 24 hours and 30 days after placement and as directed by the Engineer. See section 13-7.02 Street Sweeping. 4. Sweeping in such a manner as to remove loosened or shed aggregate particles without damaging the new surface. 39 ASPHALT CONCRETE Add to Section 39-1.0A Summary Contractor must phase milling and pavement operations such that public traffic is not directed to traverse milled surfaces, including remaining asphalt or bas e material. Contractor must submit phasing plan for review and approval. Paving is not to be done without the inspection of the Engineer. A mechanical tamp is to be used for compacting the base or subgrade and bottom lifts of the AC. A roller is to be used for the top lift of AC. Vibrating Plates are not allowed. Any PCC to be used for pavement must be Class 1 mix per Engineering Standard 6040 General Note B to allow same day AC pave out and immediate traffic use. At each location of roadway repair activity, removal and replacement of existing pavement materials are to be performed on the same working day. Additional AC patch repair areas and extents may be identified by the Engineer. Pavement repair locations must be field verified by the Engineer before the start of work. Pavement restoration must comply with section 39 and 77. Speed humps and speed tables shall be constructed per modified City Standard 7320 as shown in Appendix F. Pavement will be ground 1 ½” prior to construction of spe ed hump, and must be constructed that same day of being ground. AC shall be Type “B” with ½” max aggregate. 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. Replace Section 39-1.02F MATERIALS, Reclaimed Asphalt Pavement (RAP) of City Specifications with: Maximum of 15% RAP may be used in the pavement mix for the 1/2" HMA Mix base course of paving operations. The final lift of 1/2" HMA Mix surface course and 1/2” HMA Mix leveling course must use virgin asphalt concrete. 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. SPECIAL PROVISIONS SPECIAL PROVISIONS 29 Replace the first and second sentence of Section 39-1.04F Density Cores with: To determine density for Standard and QC/QA construction process projects, 4- or 6-inch diameter density cores may be required by the Eng ineer at random locations up to 5 calendar days after placement. Frequency of density cores are at the discretion of the Engineer. DIVISION VII DRAINAGE FACILITIES 71 EXISTING DRAINAGE FACILITIES Add to Section 71-1.03 Construction Contractor shall remove existing storm drain frame and cover and install new custom dimension frame and custom dimension Type 18-8S/24-10S storm drain grate per Caltrans Standard plans D77A & D77B to fit existing infrastructure. Contractor shall modify the existing storm drain inlet to allow for the new frame and cover to fit flush with the finished surface. 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 slope requirements of Standard Plan RSP A88A. When measuring the ADA facility’s dimensions and slopes, consider the required dimension or slope to have been met if the recorded individual measurements comply with the following: • Dimensional measurement does not exceed ½-inch from the dimension shown, i.e. ½-inch less than a minimum dimension, or ½-inch greater than a maximum dimension. • Slope measurement does not exceed 0.2 percent from the slope shown. You must give the City a 24-hour notice for inspection of formwork before pouring the concrete. SPECIAL PROVISIONS SPECIAL PROVISIONS 30 You must calibrate all levels used in construction at the beginning of each workday. You must ensure that new ramp flowlines do not create any "ponding" areas. You cannot saw-cut and demolish more than 2 corners at any given intersection in order to allow pedestrian travel. Curb ramp spandrel design may vary from Engineering Standards, as directed by the Engineer, in order to accommodate ramp landing. You are responsible for storing existing signs and boxes for reuse. Contractor to replace damaged signs or boxes at no cost to the City. 77 LOCAL INFRASTRUCTURE Add to Section 77-1.01 EXCAVATION AND RESTORATION, GENERAL; Protection and restoration of survey monuments and benchmarks must comply with Section 5-1.26 and 5-1.36. Add Section 77-4.02 MATERIALS: Honeycomb CalTrans 18-8S or 24-10S to be used to replace existing storm drain inlets where called out by plan. Contractor shall field cut new grate to fit and apply two co ats of cold galvanized paint to all cut surfaces. New grate shall be installed per CalTrans standard D77B, dimensions per plan. Install Filterexx Stormexx clean catch basin inlet filter, or approved equal. Add Section 77-7 MISC GRADING AND LANDSCAPING WORK: Add Section 77-7.01 GENERAL: If the elevations at the back of newly constructed sidewalk, driveway or curb ramp differ from the existing grade by more than 1”, the contractor shall temporarily remove the existing landscaping, irrigation systems or ground cover, grade to match to back of new construction to the satisfaction of the engineer, then replace the landscaping, irrigation or ground cover. Any plantings, irrigation systems, ornamental ground covers or other items on private property shall be protected or restored during these activities. Temporary Construction Easement Area (bike path area, Appendix D): The Contractor’s restoration responsibilities shall include, but not be limited to: (i) removal of all improvements, equipment or materials within the Temporary Easement Area;· (ii) mounding of the same topsoil which was originally removed in the excavation process, in all areas excavated by the Contractor such that the mounded areas shall settle to the approximate depth of the surroun ding surface after the construction activities; (iii) the SPECIAL PROVISIONS SPECIAL PROVISIONS 31 filling in and repairing of all other portions of the private property which are damaged, rutted or otherwise disturbed as a result of the Contractor’s operations with the same topsoil existing prior to said construction activities as necessary such that all disturbed areas are ready for re-vegetation; (iv) compacting the soil after it is backfilled to a density acceptable to property owner; (v) grading the areas in which the soils were removed and relocated; and (vi) leaving the private property and the Temporary Easement Area in a condition which is clean, free of debris and hazards which may be caused by the Contractor’s activities, and subject to neither, environmental hazards, nor liens caused by the Contractor’s activities. Add Section 77-8 MISC GRADING AND HOT MIX ASPHALT: Add Section 77-8.01 GENERAL, Summary: The contractor shall contact the engineer immediately when the elevations at the back of newly constructed sidewalk, driveway or curb ramp differ from the existing grade by more than 1”, and the adjacent material is a hot mix asphalt driveway or alley, that material shall be removed and replaced to the satisfaction of the engineer and that work will be paid at force account. At least 5 feet of the existing hot mix asphalt facility must be sawcut and removed. The contractor shall then grade between the existing facility and new construction, ensuring slopes do not exceed 15%. Next, prime and place the hot mix asphalt per City standards, ensuring a minimum of 5 inches of HMA. Add Section 77-9 MISC GRADING AND CONCRETE: Add Section 77-9.01 GENERAL: If the elevations at the back of newly constructed sidewalk, driveway or curb ramp differ from the existing grade by more than 1”, and the adjacent material is concrete, that material shall be removed and replaced to the satisfaction of the engineer and that work will be paid at force account. At least 4 feet or the first construction joint of the existing concrete facility must be sawcut and removed. The contractor shall then grade between the existing facility and new construction, ensuring slopes are reasonable for the connecting facility. Concrete shall be Class 3 and 4 inches thick while conforming to City sidewalk details. Add Section 77-10 MISC GRADING AND CONCRETE DRIVEWAYS: Add Section 77-10.01 GENERAL: If the elevations at the back of newly constructed sidewalk, driveway or curb ramp differ from the existing grade by more than 1”, and the adjacent material is a concrete driveway, that material shall be removed and replaced to the satisfaction of the engineer and that work will be paid at force account. SPECIAL PROVISIONS SPECIAL PROVISIONS 32 At least 4 feet or the first construction joint of the existing concrete facility must be sawcut and removed. The contractor shall then grade between the existing facility and new construction, ensuring slopes are reasonable for the connecting facility. Concrete shall be Class 3, 6 inches thick with reinforcement, and conform to City driveway details. DIVISION IX TRAFFIC CONTROL DEVICES 82 SIGNS AND MARKERS Add to Section 82-1.03 Construction: Parking restriction signs shall be installed prior to bike median installation. Object markers shall be installed on new bike medians within one week of median installation. 84 MARKINGS Add to Section 84-2.01A Summary, Traffic Striping to be applied shall be per Caltrans Standard Plans 2015. Contractor shall install temporary reflective tape to crosswalks near schools and for markings in speed bumps prior to opening to traffic. New crosswalk markings shall not be installed until all crosswalk warning signage and flashing beacon systems (if applicable) are installed and operational. Otherwise, temporary signage must be installed to convey “CROSSWALK CLOSED” to the satisfaction of the engineer. Preformed thermoplastic sheets, cobble pattern, dark brick red color, Ennis-Flint by PPG Traffic Patterns or approved equal. Contractor shall confirm pattern and color prior to installation. Preformed thermoplastic will be allowed only when approved by the Engineer. Preformed thermoplastic will not be allowed for lane line markings. Add to Section 84-2.03C Application of Stripes and Markings: All striping requiring pavement markers (i.e. Detail 9, Detail 37B, etc.) on one-way streets shall be Type C RED-CLEAR RETROREFLECTIVE per Caltrans Revised Standard Plans 2015. Add Section 84-6 BIKE LANE MARKINGS 84-6.01 Bike Lane Coating: Bike lane coating must be SealMaster Color Safe (Appendix E) or approved equal. SPECIAL PROVISIONS SPECIAL PROVISIONS 33 Prior to installation of green bike lane coating, contractor is responsible for noticing adjacent properties to provide advance warning of planned work and potential odors during installation and while the coating cures. Add to Section 84-9.03B REMOVE TRAFFIC STRIPES AND PAVEMENT MARKERS Add to Section 84-9.03B. Not more than five days before the start of roadway surfacing or paving, you must remove existing paint and thermoplastic: 1. Striping 2. Pavement marking 3. Pavement markers Do not paint or seal over existing roadway striping or markings. Existing striping and markings must be obliterated. Extra caution is required at locations with traffic signal loops where pavement markings or striping must be removed. Loops are located just below surface grade. T ie-out bicycle detector symbols prior to removal and coordinate the reinstallation with the Engineer. Replace Section 84-9.04 Full compensation for work specified in Section 84 and applicable Engineering Standards is included in the payment for other bid items unless a bid item of work is shown on the Bid Item List. DIVISION XIII APPENDICES Add 100-1.01 Refer to Appendix A: Form of Agreement Refer to Appendix B: Location Exhibit of Project Funding Signage Refer to Appendix C: School Zones Refer to Appendix D: Easement Deed Refer to Appendix E: Bicycle Lane Coating Refer to Appendix F: Modified City Standard 7320 Road Bump Refer to Appendix G: Project Soils Report Refer to Appendix H: PG&E Construction Sketch APPENDIX APPENDIX 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 NORTH CHORRO GREENWAY, SPEC NO. 1000036 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 th e 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 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 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 APPENDIX B – LOCATION EXHIBIT OF PROJECT FUNDING SIGNAGE STOPSTOP GREENWAYGREENWAYGREENWAY STOPPP PP EB WM WMWV 7+858+009+00NOTESSEE LP001 FOR PLANTING SCHEDULE AND NOTES.SEE LP502 FOR BIKEWAY MEDIAN PLANTER BOXMODEL, SOIL SPECIFICATIONS, AND PLANTPALETTES.1PISTACIA CHINENSISN 2305450.5827E 5763811.81542PISTACIA CHINENSISN 2305437.1832E 5763790.74963QUERCUS TOMENTELLAN 2305427.6409E 5763825.50424PISTACIA CHINENSISN 2305403.8733E 5763804.45045PISTACIA CHINENSISN 2305399.3341E 5763827.97056PISTACIA CHINENSISN 2305376.5893E 5763824.11317QUERCUS TOMENTELLAN 2305360.4987E 5763866.74448PISTACIA CHINENSISN 2305380.4443E 5763884.28749PISTACIA CHINENSISN 2305360.3579E 5763895.102810PISTACIA CHINENSISN 2305341.6609E 5763884.109411PISTACIA CHINENSISN 2305325.4696E 5763901.274512PISTACIA CHINENSISN 2305343.3025E 5763913.874813QUERCUS TOMENTALLAN 2305361.9701E 5763919.004414QUERCUS TOMENTELLAN 2305399.6802E 5763923.296615QUERCUS TOMENTELLAN 2305379.3538E 5763943.674916QUERCUS TOMENTELLAN 2305347.4450E 5763943.052917QUERCUS TOMENTELLAN 2305360.9060E 5763965.520018QUERCUS TOMENTELLAN 2305341.7601E 5763987.664319QUERCUS TOMENTELLAN 2305319.1605E 5764009.335020PISTACIA CHINENSISN 2303924.6434E 5763849.4662TREE PLANTING NOTES1.AS PART OF TREE PLANTING, CONTRACTOR TOCARRYOUT ALL NEEDED DEMOLITION, EXCAVATION OFTREE PITS, PREPARATION OF SOILS, APPLICATION OFAMENDMENT IN PLANTING HOLE, INSTALLATION OF TREESTAKES, INSTALLATION AND CONNECTION OF IRRIGATIONWHERE APPLICABLE, INSTALLATION OF TREE ROOTBARRIER WHERE APPLICABLE, PLACEMENT OF MULCH,AND WATER-IN TREE UPON FINAL PLANTING ASDESCRIBED ON PLANS AND IN SPECIFICATIONS.2.WHERE PROPOSED TREES ARE LOCATED IN A PAVED ORAGGREGATE SURFACE AREA, CONTRACTOR TO REMOVEEXISTING PAVING TO CREATE A THREE-FOOT BYTHREE-FOOT (3' X 3') PLANTING PIT.3.WHERE PROPOSED TREES ARE NOT LOCATED IN A NEWAMENDED PLANTING AREA OR BIORETENTION AREA,CONTRACTOR TO PREPARE THE EXISTING SOIL IN THE TREEPIT AS DESCRIBED IN THE PROJECT SPECIFICATIONS.4.MULCH NEW TREE PLANTINGS TO COVER FULL EXTENT OFTREE PIT, MULCH TYPE AND DEPTH PER SPECIFICATIONS.5.WHERE TREES ARE NOT COVERED BY IRRIGATION SYSTEM,CONTRACTOR TO PROVIDE, INSTALL, AND FILL ATINSTALLATION TREE WATERING BAGS, PERSPECIFICATIONS.6.STREET TREE COORDINATE LOCATIONS MAY BE ADJUSTEDIN THE FIELD. CONTRACTOR TO FLAG LOCATIONS FORLANDSCAPE ARCHITECT'S REVIEW PRIOR TO BEGINNINGWORK.CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONNORTH CHORRO GREENWAY AS NOTEDNOVEMBER 11, 20221417-05-CU21LICENS E D LANDSCAPE ARCHITECTSTATE OF CALI FORN I A 5/31/23M E L ANI E MILLS NO. 539410000360feet401" - 20'2060FERRINI [7+85 - 9+05]1" = 20' HORIZONTAL SCALELP101PROPOSED TREECOORDINATE LOCATIONSHIGHWAY 1 / N.SANTA ROSAHIGHLAND DRIVELANDSCAPE PLAN POINTDESCRIPTIONNORTHINGEASTINGCITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONNORTH CHORRO GREENWAY AS NOTEDNOVEMBER 11, 20221417-05-CU21LICENS E D LANDSCAPE ARCHITECTSTATE OF CALI FORN I A 5/31/23M E L ANI E MILLS NO. 53941000036CALTRANS ROW PROTECT EXISTING CITY IRRIGATIONSYSTEM DURING CONSTRUCTIONFERRINI ROADN .C HO R RO RO A DCITY PROJECT SIGN,PROTECT IN PLACEMMMMJC11/11/2022 STOPSTOPFOOTHILL BLVDWVWVWVWMWMSSSSSS SS SSSSSSSSSS21+0012+0013+0010+0011+0012+0013+0014+0015+0015+6911+0012+00NOTESSEE LP001 FOR PLANTING SCHEDULE AND NOTES.SEE LP502 FOR BIKEWAY MEDIAN PLANTER BOXMODEL, SOIL SPECIFICATIONS, AND PLANTPALETTES.BENCHTRASH RECEPTACLEPLANTER BOX AND PLANT PALETTE NUMBER4B19QUERCUS TOMENTELLAN 2305319.1605E 5764009.335020PISTACIA CHINENSISN 2303924.6434E 5763849.466221PISTACIA CHINENSISN 2303923.9319E 5763872.952822PISTACIA CHINENSISN 2303923.4638E 5763896.280523PISTACIA CHINENSISN 2303919.2343E 5763940.005424LAGERSTROEMIA INDICA `RED`N 2303780.4088E 5763908.193325LAGERSTROEMIA INDICA `RED`N 2303759.5473E 5763907.234026LAGERSTROEMIA INDICA `RED`N 2303705.1542E 5763905.114227LAGERSTROEMIA INDICA `RED`N 2303658.1667E 5763904.005428LAGERSTROEMIA INDICA `RED`N 2303637.8371E 5763904.142929PLATANUS RACEMOSAN 2303576.4646E 5763900.029330LAGERSTROEMIA INDICA `RED`N 2303550.1528E 5763899.180531LAGERSTROEMIA INDICA `RED`N 2303529.8231E 5763899.318132LAGERSTROEMIA INDICA `RED`N 2303522.3489E 5763875.917433AGONIS FLEXUOSAN 2303443.0612E 5764173.9277TREE PLANTING NOTES1.AS PART OF TREE PLANTING, CONTRACTOR TOCARRYOUT ALL NEEDED DEMOLITION, EXCAVATION OFTREE PITS, PREPARATION OF SOILS, APPLICATION OFAMENDMENT IN PLANTING HOLE, INSTALLATION OF TREESTAKES, INSTALLATION AND CONNECTION OF IRRIGATIONWHERE APPLICABLE, INSTALLATION OF TREE ROOTBARRIER WHERE APPLICABLE, PLACEMENT OF MULCH,AND WATER-IN TREE UPON FINAL PLANTING ASDESCRIBED ON PLANS AND IN SPECIFICATIONS.2.WHERE PROPOSED TREES ARE LOCATED IN A PAVED ORAGGREGATE SURFACE AREA, CONTRACTOR TO REMOVEEXISTING PAVING TO CREATE A THREE-FOOT BYTHREE-FOOT (3' X 3') PLANTING PIT.3.WHERE PROPOSED TREES ARE NOT LOCATED IN A NEWAMENDED PLANTING AREA OR BIORETENTION AREA,CONTRACTOR TO PREPARE THE EXISTING SOIL IN THE TREEPIT AS DESCRIBED IN THE PROJECT SPECIFICATIONS.4.MULCH NEW TREE PLANTINGS TO COVER FULL EXTENT OFTREE PIT, MULCH TYPE AND DEPTH PER SPECIFICATIONS.5.WHERE TREES ARE NOT COVERED BY IRRIGATION SYSTEM,CONTRACTOR TO PROVIDE, INSTALL, AND FILL ATINSTALLATION TREE WATERING BAGS, PERSPECIFICATIONS.6.STREET TREE COORDINATE LOCATIONS MAY BE ADJUSTEDIN THE FIELD. CONTRACTOR TO FLAG LOCATIONS FORLANDSCAPE ARCHITECT'S REVIEW PRIOR TO BEGINNINGWORK.GRANT DEED AND ROW AGREEMENT1.Deed Section 2 - Restoration of Grantor Property: Contractor to restore areas impacted by construction within theTemporary Easement Area located on the Church of Jesus Christ of Latter-day Saints ("Grantor") property topre-construction condition upon completion of construction activities. This includes, but is not limited to removal of allequipment and materials; repair of any damage; and replacement of topsoil, vegetation, mulch, etc.2.Deed Section 5.3 - Use of Easement Area: Contractor shall not carry out any activities that create nuisances or poserisks to the Grantor, including but not limited to noises, odors, light, dust, smoke, gases, light, vibration, risk of fire,explosion, or hazardous materials.3.ROW Agreement - Section E: Contractor to reinstall the 6’ high metal security fence, or a comparable replacementfence, along Foothill Boulevard and for the length of the property line between the Grantor's property and the newEasement Area.4.ROW Agreement - Section E: As part of the construction project, the Contractor plant eight trees within the TemporaryConstruction Easement located on the Grantor’s property.5.Contractor to comply with the full requirements described in the Deed and Right of Way Agreement, which areprovided as an attachment to the Bid Documents.BIORETENTION PLANTING NOTES1.TREES SHALL BE LOCATED AT LEAST 2.5 FEETFROM FACE OF CURB.2.TREES SHALL BE LOCATED AT LEAST 5 FEETFROM BIORETENTION AREA INLETS ANDBACK FROM CONVEYANCE CHANNELS TOAVOID SCOURING OF ROOT BALLS.3.DO NOT PLANT GRASSES OR SHRUBS INFRONT OF CURB CUT INLETS, WHERE THEYWILL BLOCK CONVEYANCE FROM ENTERINGBIORETENTION PLANTER.4.BIORETENTION AREAS RECEIVE COMPOSTMULCH, NOT BARK MULCH, PER PLANS ANDSPECIFICATIONS.CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONNORTH CHORRO GREENWAY AS NOTEDNOVEMBER 11, 20221417-05-CU21LICENS E D LANDSCAPE ARCHITECTSTATE OF CALIFORNIA 5/31/23M E L ANI E MILLS NO. 539410000360feet401" = 20'2060BIKE PATH [10+00 - 15+32]1" = 20' HORIZONTAL SCALELP102ALL TREES LOCATED WITHINCONSTRUCTION EASEMENT WILLBE MAINTAINED AND IRRIGATEDBY LDS CHURCHTRASH CONTAINER PERCITY STANDARDSDETAIL #9060PUBLIC RIGHT OF WAYBENCH PER CITYSTANDARDSDETAIL #9040EXISTING TREE LOCATEDWITHIN CONSTRUCTIONEASEMENT TO PROTECT(TYPICAL)3LP502CMU PILASTER2LP502METAL PICKET FENCELEGENDLANDSCAPE PLANPROPOSED TREECOORDINATE LOCATIONSPOINTDESCRIPTIONNORTHINGEASTINGPROVIDE CONNECTION TOEXISTING FENCE (SEE CIVILFOR FENCE DEMOLITIONLIMITS)PROVIDE CONNECTION TOEXISTING FENCE (SEE CIVILFOR FENCE DEMOLITIONLIMITS)FOOTHILL BLVD RAMONA DR TREES TO BE REMOVED (TYPICAL), PER CIVIL PLANSCITY PROJECT SIGN,PROTECT IN PLACEMMMMJC11/11/2022 SDSTOPW V W V W V WMWMWMWMWMWM XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X XXXXXX XXXXXXPRIVATE PARCELAPN: 002-295-002PRIVATE PARCELAPN: 002-292-025PRIVATE PARCELAPN: 002-293-015PRIVATE PARCELAPN: 002-292-03127+0028+0029+0030+0031+0032+0010+00 SDSTOPW V W V W V WMWMWMWMWMWM XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X XXXXXX XXXXXXPRIVATE PARCELAPN: 002-295-002PRIVATE PARCELAPN: 002-292-025PRIVATE PARCELAPN: 002-293-015PRIVATE PARCELAPN: 002-292-03127+0028+0029+0030+0031+0032+0010+00BIORETENTION PLANTING NOTES1.TREES SHALL BE LOCATED AT LEAST 2.5 FEETFROM FACE OF CURB.2.TREES SHALL BE LOCATED AT LEAST 5 FEETFROM BIORETENTION AREA INLETS ANDBACK FROM CONVEYANCE CHANNELS TOAVOID SCOURING OF ROOT BALLS.3.DO NOT PLANT GRASSES OR SHRUBS INFRONT OF CURB CUT INLETS, WHERE THEYWILL BLOCK CONVEYANCE FROM ENTERINGBIORETENTION PLANTER.4.BIORETENTION AREAS RECEIVE COMPOSTMULCH, NOT BARK MULCH, PER PLANS ANDSPECIFICATIONS.BIORETENTION PLANTING NOTES1.TREES SHALL BE LOCATED AT LEAST 2.5 FEETFROM FACE OF CURB.2.TREES SHALL BE LOCATED AT LEAST 5 FEETFROM BIORETENTION AREA INLETS ANDBACK FROM CONVEYANCE CHANNELS TOAVOID SCOURING OF ROOT BALLS.3.DO NOT PLANT GRASSES OR SHRUBS INFRONT OF CURB CUT INLETS, WHERE THEYWILL BLOCK CONVEYANCE FROM ENTERINGBIORETENTION PLANTER.4.BIORETENTION AREAS RECEIVE COMPOSTMULCH, NOT BARK MULCH, PER PLANS ANDSPECIFICATIONS.59CALLISTEMON VIMINALISN 2300724.0531E 5765632.774560PLATANUS RACEMOSAN 2300479.8982E 5765819.916561AESCULUS CALIFORNICAN 2300214.1416E 5765907.438862AESCULUS CALIFORNICAN 2300198.0370E 5765920.462263LAGERSTROEMIA INDICA `RED`N 2300930.7927E 5765533.647159CALLISTEMON VIMINALISN 2300724.0531E 5765632.774560PLATANUS RACEMOSAN 2300479.8982E 5765819.916561AESCULUS CALIFORNICAN 2300214.1416E 5765907.438862AESCULUS CALIFORNICAN 2300198.0370E 5765920.462263LAGERSTROEMIA INDICA `RED`N 2300930.7927E 5765533.6471NOTESSEE LP001 FOR PLANTING SCHEDULE AND NOTES.SEE LP502 FOR BIKEWAY MEDIAN PLANTER BOXMODEL, SOIL SPECIFICATIONS, AND PLANTPALETTES.NOTESSEE LP001 FOR PLANTING SCHEDULE AND NOTES.SEE LP502 FOR BIKEWAY MEDIAN PLANTER BOXMODEL, SOIL SPECIFICATIONS, AND PLANTPALETTES.TREE PLANTING NOTES1.AS PART OF TREE PLANTING, CONTRACTOR TOCARRYOUT ALL NEEDED DEMOLITION, EXCAVATION OFTREE PITS, PREPARATION OF SOILS, APPLICATION OFAMENDMENT IN PLANTING HOLE, INSTALLATION OF TREESTAKES, INSTALLATION AND CONNECTION OF IRRIGATIONWHERE APPLICABLE, INSTALLATION OF TREE ROOTBARRIER WHERE APPLICABLE, PLACEMENT OF MULCH,AND WATER-IN TREE UPON FINAL PLANTING ASDESCRIBED ON PLANS AND IN SPECIFICATIONS.2.WHERE PROPOSED TREES ARE LOCATED IN A PAVED ORAGGREGATE SURFACE AREA, CONTRACTOR TO REMOVEEXISTING PAVING TO CREATE A THREE-FOOT BYTHREE-FOOT (3' X 3') PLANTING PIT.3.WHERE PROPOSED TREES ARE NOT LOCATED IN A NEWAMENDED PLANTING AREA OR BIORETENTION AREA,CONTRACTOR TO PREPARE THE EXISTING SOIL IN THE TREEPIT AS DESCRIBED IN THE PROJECT SPECIFICATIONS.4.MULCH NEW TREE PLANTINGS TO COVER FULL EXTENT OFTREE PIT, MULCH TYPE AND DEPTH PER SPECIFICATIONS.5.WHERE TREES ARE NOT COVERED BY IRRIGATION SYSTEM,CONTRACTOR TO PROVIDE, INSTALL, AND FILL ATINSTALLATION TREE WATERING BAGS, PERSPECIFICATIONS.6.STREET TREE COORDINATE LOCATIONS MAY BE ADJUSTEDIN THE FIELD. CONTRACTOR TO FLAG LOCATIONS FORLANDSCAPE ARCHITECT'S REVIEW PRIOR TO BEGINNINGWORK.TREE PLANTING NOTES1.AS PART OF TREE PLANTING, CONTRACTOR TOCARRYOUT ALL NEEDED DEMOLITION, EXCAVATION OFTREE PITS, PREPARATION OF SOILS, APPLICATION OFAMENDMENT IN PLANTING HOLE, INSTALLATION OF TREESTAKES, INSTALLATION AND CONNECTION OF IRRIGATIONWHERE APPLICABLE, INSTALLATION OF TREE ROOTBARRIER WHERE APPLICABLE, PLACEMENT OF MULCH,AND WATER-IN TREE UPON FINAL PLANTING ASDESCRIBED ON PLANS AND IN SPECIFICATIONS.2.WHERE PROPOSED TREES ARE LOCATED IN A PAVED ORAGGREGATE SURFACE AREA, CONTRACTOR TO REMOVEEXISTING PAVING TO CREATE A THREE-FOOT BYTHREE-FOOT (3' X 3') PLANTING PIT.3.WHERE PROPOSED TREES ARE NOT LOCATED IN A NEWAMENDED PLANTING AREA OR BIORETENTION AREA,CONTRACTOR TO PREPARE THE EXISTING SOIL IN THE TREEPIT AS DESCRIBED IN THE PROJECT SPECIFICATIONS.4.MULCH NEW TREE PLANTINGS TO COVER FULL EXTENT OFTREE PIT, MULCH TYPE AND DEPTH PER SPECIFICATIONS.5.WHERE TREES ARE NOT COVERED BY IRRIGATION SYSTEM,CONTRACTOR TO PROVIDE, INSTALL, AND FILL ATINSTALLATION TREE WATERING BAGS, PERSPECIFICATIONS.6.STREET TREE COORDINATE LOCATIONS MAY BE ADJUSTEDIN THE FIELD. CONTRACTOR TO FLAG LOCATIONS FORLANDSCAPE ARCHITECT'S REVIEW PRIOR TO BEGINNINGWORK.EXISTING SHRUB/TREE TO BEREMOVEDEXISTING TREE TO REMAINEXISTING SHRUB/TREE TO BEREMOVEDEXISTING TREE TO REMAIN1.APPROXIMATE LOCATION OF SHRUBS/TREES TO BE REMOVEDSHOWN ON PLAN. REMOVE ROOTS PER SPECIFICATIONS.2.SHRUBS/TREES TO BE REMOVED WILL BE TAGGED IN THE FIELDBY PROJECT ARBORIST. CONTRACTOR TO PROVIDELANDSCAPE ARCHITECT WITH 72 HOURS NOTICE, TOSCHEDULE ARBORIST TAGGING.3.CONTRACTOR TO RAISE CROWN ON EXISTING TREES TOREMAIN AS FOLLOWS:3.1.20' TREES OR SMALLER - REMOVE LIMBS UP TO 8'3.2.TREES 20' TO 30' TALL - REMOVE LIMBS UP TO 10'3.3.TREES OVER 30' TALL - REMOVE LIMBS UP TO 12'EXISTING TREES AND SHRUBS1.APPROXIMATE LOCATION OF SHRUBS/TREES TO BE REMOVEDSHOWN ON PLAN. REMOVE ROOTS PER SPECIFICATIONS.2.SHRUBS/TREES TO BE REMOVED WILL BE TAGGED IN THE FIELDBY PROJECT ARBORIST. CONTRACTOR TO PROVIDELANDSCAPE ARCHITECT WITH 72 HOURS NOTICE, TOSCHEDULE ARBORIST TAGGING.3.CONTRACTOR TO RAISE CROWN ON EXISTING TREES TOREMAIN AS FOLLOWS:3.1.20' TREES OR SMALLER - REMOVE LIMBS UP TO 8'3.2.TREES 20' TO 30' TALL - REMOVE LIMBS UP TO 10'3.3.TREES OVER 30' TALL - REMOVE LIMBS UP TO 12'EXISTING TREES AND SHRUBSBENCHLEGENDPLANTER BOX AND PLANT PALETTE NUMBER4BBENCHLEGENDPLANTER BOX AND PLANT PALETTE NUMBER4BCITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:SHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONNORTH CHORRO GREENWAY AS NOTEDNOVEMBER 11, 20221417-05-CU21LICENS E D LANDSCAPE ARCHITECTSTATE OF CALI FORN I A 5/31/23M E L ANI E MILLS NO. 539410000360feet401" = 20'2060CHORRO [26+50 - 33+25]1" = 20' HORIZONTAL SCALEMATCHLINE - SEE PREVIOUS SHEET LP107LANDSCAPE PLAN 5B4B6B5B4B6B4B5B4B5B4B6B4B4B6B4B5B4B5B4B6B5BREMOVE EXISTING CALTRANSSECURITY FENCE TO TIE INPOINT SHOWN (TYPICAL)CHORRO STREETREMOVE EXISTINGCALTRANS SECURITYFENCE TO TIE ENDPOINT SHOWN (TYPICAL)TIE INTO EXISTING CALTRANS FENCE5B4B6B6B4B1LP501HIGH CURBPROPOSED TREECOORDINATE LOCATIONS1LP501HIGH CURBCHAINLINK FENCE AND GATES PERCALTRANS REVISED STANDARD PLANCRS A-85 - 6' HIGH, 3' LENGTH (TYPICAL)TIE INTO EXISTING CALTRANS FENCEPOINTDESCRIPTIONNORTHINGEASTINGWALNUT STREETART FENCE MOUNTED ON HIGH CURBBETWEEN BRIDGE COLUMNS - BY OTHERSNOT IN THIS CONTRACT (TYPICAL)EXISTING TREES - RAISE CROWN PER NOTES (TYPICAL)PLANTER BOXES IN BIKEWAY MEDIANS,LOCATIONS AND QUANTITIES PER CIVIL PLANS.EXISTING SHRUBS/TREES TO REMOVE PERNOTES (TYPICAL)BEGIN TRANSITION OF CURB HEIGHTDOWN TO 6" OVER 10'BEGIN TRANSITION OF CURB HEIGHTDOWN TO 6" OVER FINAL 15'CHAINLINK FENCE AND GATES PERCALTRANS REVISED STANDARD PLANCRS A-85 - 6' HIGH, 3' LENGTH (TYPICAL)CHAIN LINK FENCE GATE, TYPICALCALTRANS ROW CALTRANS ROWCALTRANS ROWCALTRANS ROWCITY PROJECT SIGN, PROTECT IN PLACEBEGIN TRANSITION OF CURB HEIGHTDOWN TO 6" OVER FINAL 10'TIE INTO EXISTING CALTRANS FENCEMMMMJC11/11/2022BEGIN TRANSITION OF CURB HEIGHTDOWN TO 6" OVER FINAL 10'6B4B6BPLACE BARK MULCH IN AREA WHERE SIDEWALK ISREMOVED, TYPE AND DEPTH PER SPECIFICATIONS(SEE CIVIL PLANS FOR LIMITS OF WORK)5B APPENDIX APPENDIX APPENDIX C – SCHOOL ZONES PUBLIC WORKS DEPARTMENT919 Palm Street, San Luis Obispo, CA 93401CERRO SAN LUIS NEIGHBORHOOD GREENWAYSCHOOL ZONES0SCALE IN FEET1500NLIST OF SCHOOLS1.PACHECO ELEMENTARY SCHOOL2.MISSION COLLEGE PREPARATORYCATHOLIC HIGH SCHOOL21 APPENDIX APPENDIX APPENDIX D – EASEMENT DEED APPENDIX APPENDIX APPENDIX E – BICYCLE LANE COATING PRODUCT DESCRIPTION Safe Ride Bicycle Lane Coating is a 100% Acrylic Self- Crosslinking Polymer Emulsion designed as a highly durable pavement color coating. Safe Ride is fortified with specifically graded aggregate providing a textured surface for slip-resistance and added durability. Safe Ride bicycle lane coating meets the Manual on Uniform Traffic Control Devices (MUTCD) requirements for Green color night time and day time chromaticity ratings. Safe Ride is a single component ready-to-apply product. USES Safe Ride is primarily designed for bicycle lanes on asphalt streets and roads. Safe Ride provides a Safe Zone for bicyclists on city streets and other high traffic roadways. Product Data Characteristics Requirement Resin Cross-linking Acrylic % Solids by Weight >74% % Solids by Volume >60% Weight per Gallon 13.5 lbs./gal ± .5 lb. % Non-reactive Fillers <38% % Silica Sand >15% Volatile Organic Compounds (VOC) <50 grams per liter Boiling Range Above 212°F Vapor Density Heavier than Air Flashpoint ASTM D3278 >450°F Viscosity @ 70°F (20°C) 90-120 KU Dry mil thickness per coat 20 to 25 mils Recommended Number of Coats 2-3 coats Dry Time (to re-coat) @ 50°F (10°C) @ 50% RH 45 minutes Dry Time (to re-coat) @ 90°F (32°C) @ 50% RH 25 minutes 85% Cure (for traffic) @ 50°F (10°C) @ 50% RH 5 to 7 hours 85% Cure (for traffic) @ 90°F (32°C) @ 50% RH 1 to 3 hours ASTM 2486 Scrub Resistance (25 dry mils) 50% applied as a per manufacturers specifications 6000 cycles to max loss of 50% coating Dry mil build thickness per coat 20 to 25 mils Temp. limits for service (of cured material) -40°F to 150°F Friction with locked wheeled tester at 30 mph >50 FN30R Pedestrian Friction ASTM E303 British Pendulum >75 BPN COVERAGE Typically one gallon of Safe Ride Bicycle Lane Coating will cover approximately 50 square feet per coat. Two to three coats are recommended for optimum durability and performance. SURFACE PREPARATION Surface must be clean and free from all loose material, dirt, grease, and oil. COLOR Bright green. Meets the Manual on Uniform Traffic Control Devices (MUTCD) requirements for Green color night time and day time chromaticity ratings. APPLICATION EQUIPMENT Spraying is the preferred method of application. A textured spray unit is recommended. Safe Ride can also be applied by brush or roller. MIXING PROCEDURES Safe Ride is ready to use. Stir material thoroughly before applying. APPLICATION For optimum performance and durability, apply a minimum of two coats of Safe Ride Bicycle Lane Coating. Allow first coat to dry thoroughly before applying second coat. A third coat of Safe Ride may be applied in high traffic/high wear areas for added durability. PROTECT CONTAINERS FROM FREEZING WARRANTY AND DISCLAIMER The statements made on this specification sheet are believed to be true and accurate and are intended to provide a guide for approved application practices. As workmanship, weather, construction, condition of pavement, tools utilized, and other variables affecting results are all beyond our control, the manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. The manufacturer expressly disclaims any implied warranties of merchantability or fitness for a particular purpose. Warranty is void on multi-coat applications if material made by other manufacturers is used with this product. SMT-158 REVISED 12/13/16 Technical Data Sheet SAFE RIDE Bicycle Lane Coating Phone: 1-800-395-7325 www.sealmaster.net APPENDIX APPENDIX APPENDIX F – MODIFIED CITY STANDARD 7320 ROAD BUMP 2 ft2 ft 1.5"1.5" 1/2" max aggregate. APPENDIX APPENDIX APPENDIX G – PROJECT SOILS REPORT GEOTECHNICAL ENGINEERING REPORT ANHOLM NEIGHBORHOOD GREENWAY SAN LUIS OBISPO, CALIFORNIA November 12, 2021 Prepared for Mr. Scott Yoshida Prepared by Earth Systems Pacific 4378 Old Santa Fe Road San Luis Obispo, CA 93401 Copyright © 2021 ii November 12, 2021 FILE NO.: 304833-001 Mr. Scott Yoshida RRM Design Group 3765 South Higuera, Suite 102 San Luis Obispo, California 93401 PROJECT: ANHOLM NEIGHBORHOOD GREENWAY SAN LUIS OBISPO, CALIFORNIA SUBJECT: Geotechnical Engineering Report and Infiltration Test Results Dear Mr. Yoshida: This geotechnical engineering report has been prepared for use in the development of plans and specifications for the proposed roadway reconstruction at the 800 block of Chorro Street, the new bike path between Foothill Boulevard and Ramona Drive, the new sidewalk at the north end of Chorro Street, and infiltration facilities including pervious curb. The infiltration facilities are planned near the intersection of Ferini Road and Foothill Boulevard, Ramona Drive and Broad Street, near and along Mission Street, and along Chorro Street between Walnut and Lincoln Streets. Preliminary recommendations for exterior pedestrian flatwork, hot mix asphalt pavements, retaining walls, drainage and maintenance, and observation and testing are presented to guide the development of project plans and specifications. Results of Low Impact Development (LID) infiltration testing are also included for your use in assessing the infiltration potential in the test areas. One electronic copy and one bound copy have been provided to you. Additional electronic copies have also been distributed to those mentioned below. We appreciate the opportunity to have provided services for this project and look forward to working with you again in the future. If there are any questions concerning this report, please do not hesitate to contact the undersigned. Sincerely, Earth Systems Pacific Robert Down, PE Aileen Flynn, EIT Principal Engineer Staff Engineer Doc. No.: 2111-062.SER/pm iii TABLE OF CONTENTS Cover Letter ................................................................................................................. ii 1.0 INTRODUCTION AND SITE SETTING ............................................................................. 1 2.0 SCOPE OF SERVICES ..................................................................................................... 1 3.0 FIELD INVESTIGATION ................................................................................................. 2 4.0 LABORATORY ANALYSIS............................................................................................... 4 5.0 GENERAL SUBSURFACE PROFILE ................................................................................. 5 6.0 CONCLUSIONS ............................................................................................................. 5 7.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS ................................................. 6 Site Preparation........................................................................................................... 7 Grading ........................................................................................................................ 7 Utility Trenches ........................................................................................................... 9 Exterior Pedestrian Flatwork ..................................................................................... 10 Retaining Walls .......................................................................................................... 11 Pavements ................................................................................................................. 14 Drainage and Maintenance ....................................................................................... 16 Observation and Testing ........................................................................................... 17 8.0 CLOSURE.................................................................................................................... 19 TECHNICAL REFERENCE LIST .................................................................................................. 20 APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDICES Figure 1 – Site Vicinity Map Figure 2 – Exploration Location Maps Boring Log Legend Boring Logs Infiltration Test Results Laboratory Test Results Typical Detail A: Pipe Placed Parallel to Foundations Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 1 2111-062.SER 1.0 INTRODUCTION AND SITE SETTING The proposed improvements will consist of roadway and pedestrian path upgrades associated to the Anholm Neighborhood Greenway Project, located along the alignment running from Chorro Street at the intersection of Highland Drive to the intersection of Chorro Street and Monterey Street. Addressed developments include the roadway reconstruction at the 800 block of Chorro Street, the new bike path between Foothill Boulevard and Ramona Drive, the new sidewalk and associated retaining wall at the north end of Chorro Street, and infiltration facilities including pervious curb. We anticipate the new bike path and road reconstruction will be surfaced with Hot Mix Asphalt (HMA). Other site improvements consist of exterior pedestrian flatwork, vehicular pavement, relocation of underground utilities, site retaining walls, stormwater control measures (SCMs) including bioswales, pervious concrete gutters, and shallow subterranean basins, and landscaping. The site is located in San Luis Obispo at multiple locations running along the alignment of the Anholm Neighborhood Greenway Project, as shown in Figure 1 – Exploration Location Map in Appendix A. The majority of the project area is roadway and pedestrian paths, excluding the proposed bike path location between Foothill Boulevard and Ramona Drive. The proposed bike path is located in an undeveloped area covered in grasses. Grading for the project is expected to include cuts and fills up to 3 feet. 2.0 SCOPE OF SERVICES The scope of work for this geotechnical engineering investigation included the following: a general site reconnaissance, subsurface exploration and infiltration testing, laboratory testing of selected samples, geotechnical evaluation of the data collected, and the preparation of this report. This report and recommendations are intended to comply with the considerations of Sections 1803.1 through 1803.6, J104.3 and J104.4, as applicable, of the 2019 California Building Code (CBC) and common geotechnical engineering practice in this area under similar conditions at this time. The test procedures were accomplished in general conformance with the standards noted, as modified by common geotechnical engineering practice in this area under similar conditions at this time. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 2 2111-062.SER Preliminary geotechnical engineering recommendations for site preparation, grading, utility trenches, foundations, exterior pedestrian flatwork, retaining walls, vehicle pavements, drainage and maintenance, and observation and testing are presented to guide the development of project plans and specifications. As there may be geotechnical issues yet to be resolved, the geotechnical engineer should be retained to provide consultation as the design progresses, and to review project plans as they near completion to assist in verifying that pertinent geotechnical issues have been addressed and to aid in conformance with the intent 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. This report does not address issues in the domain of contractors such as, but not limited to, site safety, loss of volume due to stripping of the site, shrinkage of soils during compaction, excavatability, dewatering, temporary slope angles, construction means and methods, etc. Analyses of aerial or site geology, or of the soil for corrosivity, radioisotopes, asbestos (either naturally occurring or in man-made products), lead or mold potential, hydrocarbons, or chemical properties is beyond the scope of this report. Any ancillary features such as flag or light poles, temporary access roads, and non-structural fills, or other improvements not addressed herein are not within our scope and are also not addressed. In the event that there are any changes in the nature, design, or location of improvements, or if any assumptions used in the preparation of this report prove to be incorrect, the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and the conclusions of this report modified or verified by the geotechnical engineer in writing. The criteria presented in this report are considered preliminary until such time as any peer review or review by any jurisdiction has been completed, conditions have been observed by the geotechnical engineer in the field during construction, and the recommendations have been verified as appropriate, or modified by the geotechnical engineer in writing. 3.0 FIELD INVESTIGATION Geotechnical Borings The geotechnical field investigation consisted of one boring drilled on September 22, 2021, within the proposed bike path area between Foothill Boulevard and Ramona Drive to a maximum depth of 11.5 feet below the existing ground surface (bgs). The boring was drilled with a Mobile Drill Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 3 2111-062.SER Model B-53 truck-mounted drill rig, equipped with 6-inch outside diameter hollow stem auger and an automatic trip hammer for sampling. The approximate locations of the borings are shown on Figure 2 – Exploration Location Map in Appendix A. Soil samples were obtained from the borings using a 2-inch outside diameter ring- lined barrel sampler (ASTM D 3550-01/07 with shoe similar to D 2937-10) and bulk soil samples obtained from the auger cuttings. After sampling was complete, the borings were backfilled with the auger cuttings. Soils encountered in the borings were categorized and logged in general accordance with the Unified Soil Classification System and ASTM D 2488-09a. Where bedrock was encountered, its properties were described based upon observation of ring and/or Standard Penetration Test samples, observation of the auger cuttings, the effort required to drill into the bedrock, and the effort required to drive samplers into the bedrock. Copies of the current boring logs and a Boring Log Legend are included in Appendix A. In 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 influence the soil characteristics as 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. It 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, fractured and weathered bedrock may be described as “soft,” yet it will be considerably 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 on this site. Consequently, the logger must exercise judgment in interpreting the subsurface characteristics, possibly resulting in soil and bedrock descriptions that vary somewhat from the legend. Infiltration Testing Ten infiltration test borings were drilled using the truck-mounted Mobile Drill Model B-53 rig. After drilling was competed, a 2-inch diameter perforated pipe was installed in each of the infiltration test borings and the annular spaces around the pipes were filled with gravel. After testing was complete, borings were backfilled with auger cuttings. The approximate locations of the infiltration test borings are shown on Figure 2 – Exploration Location Map in Appendix A. Soils encountered in the borings were categorized and logged in general accordance with the Unified Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 4 2111-062.SER Classified Soil Classification System and ASTM D 2488-09a. Copies of the infiltration boring logs and a Boring Log Legend are included in Appendix A. Infiltration testing was performed in general accordance with the methods developed by this firm in cooperation with the Central Coast Low Impact Development Initiative (ESP 2013). Initially, testing consisted of introducing water into each of the test borings to just below existing grade. This water level was then maintained at constant head for 30 minutes. After the 30-minute period, the water was shut off and the amount of water introduced into each of the test borings was recorded. Readings of the change in water level were then recorded at various time intervals over periods ranging from approximately 2 to 8 hours. Following testing, the pipes were removed, and the test borings were backfilled with on-site soil. The LID infiltration test results are attached in Appendix B. Constant head infiltration testing resulted in introducing 0 to 2 gallons of water over a period of 30 minutes. Falling head test results ranged generally ranged from 1 to 4 inches per hour near the end of the tests in tests 1 and 2, from 0 to 0.5 inches per hour near the end of the tests in tests 3 through 8, and from 2.5 to 16 inches per hour near the end of the tests in tests 9 and 10. Tests 3 and 4 were run approximately 3 feet bgs due to a layer of sand over the native material and to get true infiltration results. The test results indicate slow to moderate rates of infiltration with variation from each location tested. The test results only indicate the infiltration rates at the specific locations tested and under specific conditions. Sound engineering judgment should be exercised in extrapolating the test results for other conditions or locations. Technical design references vary in methods they present for using these types of test results. However, most references include reduction, safety, and/or correction factors for several parameters including, but not limited to, size of the LID system relative to the test volume, number of tests conducted, variability in the soil profile, anticipated silt loading, anticipated biological buildup, anticipated long-term maintenance, and other factors. Typically, in aggregate these factors range from about 2.5 to 50 depending upon the method used. The final determination of the means by which these data are used is left to the design engineer. 4.0 LABORATORY ANALYSIS Selected samples from the current borings were tested in our laboratory for bulk density (ASTM D 2937-17, modified for ring liners) and moisture content (ASTM D 2216-10), expansion index (ASTM D 2937-19), maximum density and optimum moisture content (ASTM D 1557-12 Modified), and resistance R-Value (ASTM D 2844-94). The geotechnical laboratory test results for our investigation are presented in Appendix C. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 5 2111-062.SER 5.0 GENERAL SUBSURFACE PROFILE Our investigation has been divided into 3 project sites. Please refer to the Exploration Location Map in Appendix A for boring locations. Based upon our investigation, project Sites 1 and 2 are underlain by alluvium. Boring 1 showed alluvium extending to depths of approximately 9 feet. The alluvial deposit consists of clayey material with varying amounts of sand and gravel. The alluvium is underlain with bedrock of the Franciscan Mélange geologic unit. Infiltration borings in Sites 1 and 3 encountered similar soils to Boring 1. Infiltration borings at Site 2 was underlain by an imported sand layer overlying native clayey material seen at the other sites. Groundwater was not encountered during our investigation. Please refer to the Boring Logs in Appendix A for a more detailed description of the subsurface conditions encountered in the subsurface investigations performed by this firm at the site. 6.0 CONCLUSIONS In our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed development discussed in the “Introduction and Site Setting” section of the report, provided the recommendations contained herein are implemented in the design and construction. In our opinion, the primary geotechnical engineering concerns at the site are the potential for seismic shaking and soil expansion potential. Erosion potential is also discussed below. Strong Seismic Shaking The site is in a region of high seismic activity with the potential for large seismic events that could generate strong ground shaking. The CBC requires that seismic loads be considered in structural design. A seismic analysis was undertaken to provide seismic acceleration design parameters; the results are presented in the “Foundations” section of this report for use by others in the structural design process. The 2010 ASCE 7 method with 2013 updates available on the Structural Engineers Associate of California (SEAOC) Seismic Design Map Tool website (SEAOC, 2021) was used for the seismic analysis. The risk category for buildings and structures is assigned by others in accordance with CBC Table 1604.5; however, based on our current understanding of the project, we selected Risk Category II for our analysis. Based upon the subsurface conditions encountered during our subsurface investigation, Site Class “D”, “Stiff Soil,” was used. A general ground motion seismic analysis was performed, assuming that Exception 2 listed in Section 11.4.8 (ASCE, 2017) will apply to the project. We also provided seismic parameters if the Simplified Lateral Force Analysis Procedure from Section 12.14.8 (ASCE, 2017) will be used in structural design. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 6 2111-062.SER Expansive Soils Several expansion index tests performed on samples of the surficial alluvium produced expansion index values of 43. Per CBC 1803.5.3, soils encountered at the site are considered to be expansive. Using the terminology typically associated with the ASTM test method for expansion, the soils are generally considered to have “low” expansion potential. Expansive soils tend to swell with seasonal increases in moisture and shrink during the dry season as subsurface moisture decreases. The volume changes that these materials undergo in this cyclical pattern can stress and damage slabs and foundations if precautionary measures are not incorporated into the design and construction procedures. Recommendations for reducing the potential for movement of the proposed improvements including deepening foundations, non-expansive fill placement, and moisture conditioning are provided in the following sections. Erosion Potential The site soils are considered to have a high potential to erosion; caution should be exercised to protect the soil from erosion during and following construction. 7.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS These recommendations are applicable for the improvements as described in the “Introduction and Site Setting” section of this report. If locations or elevations change, or if improvements not previously mentioned are included, the geotechnical engineer should be contacted for revised recommendations. Unless otherwise noted, the following definitions are used in the recommendations presented below. Where terms are not defined, definitions commonly used in the construction industry are intended. • HMA Areas: The footprint of the HMA. If the aggregate base extends beyond the limits of the HMA, the HMA area includes the entire area of the aggregate base. • Flatwork Areas: The areas within and extending a minimum of 1 foot beyond the limits of exterior pedestrian flatwork. • Site Retaining Wall Foundation Area: The area from the heel of the wall footing to 2 feet beyond the toe of the footing. • Grading Area: The entire area to be graded for construction of site retaining wall areas, HMA areas, and areas where fill will be placed or surface improvements constructed. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 7 2111-062.SER • Finish Grade: Elevations as shown on the grading plan. • Existing Grade: The elevation that existed as of the date of this report. • Scarified: Plowed or ripped in two orthogonal directions to a depth of not less than 8 inches. • Moisture Conditioned: Soil moisture content adjusted to optimum moisture content, or just above, prior to application of compactive effort. • Compacted/Recompacted: Soils placed in level lifts not exceeding 8 inches in loose thickness and compacted to a minimum of 90 percent of maximum dry density. The standard tests used to establish maximum dry density and field density should be ASTM D 1557-12 and ASTM D 6938-17, respectively, or other methods acceptable to the soils engineer and jurisdiction. Site Preparation 1. The ground surface in the grading area should be prepared for construction by removing existing improvements, vegetation, debris, and other deleterious materials. Any existing utility lines that will not remain in service should be either removed or abandoned. The appropriate method of utility abandonment will depend upon the type and depth of the utility. Recommendations for abandonment during construction can be made as necessary. 2. Voids created by the removal of materials or utilities described above should be called to the attention of the geotechnical engineer. No fill should be placed unless the underlying soil has been observed by the geotechnical engineer. Grading 1. Following site preparation, the existing soils within the retaining wall foundation areas should be removed to a level plane at a minimum of 2 feet below planned bottom-of- footing elevation, or 2 feet below existing grade, whichever is deeper. The exposed surfaces should then be scarified, moisture conditioned and recompacted. 2. Following site preparation, exterior pedestrian flatwork areas and vehicular pavement areas should be overexcavated to a depth of 1 foot below planned subgrade elevation or existing grade, whichever is deeper. The soil surface exposed by overexcavation should be scarified, moisture conditioned, and recompacted. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 8 2111-062.SER 3. In all remaining grading areas, the exposed and prepared surfaces should be scarified to a minimum depth of 1 foot, moisture conditioned and recompacted to a minimum of 90 percent of maximum dry density. 4. Voids created by dislodging cobbles and/or debris during scarification should be backfilled and recompacted, and the dislodged materials should be removed from the work area. 5. Previously removed site soil may be compacted as general fill within the grading area with the exception of the non-expansive layer below the flatwork areas or aggregate base. 6. All imported soil used on the site should be nonexpansive. Nonexpansive materials are defined as soils that fall in the GW, GM, GC, SP, SW, SC and SM categories per ASTM D 2487-17, and that have an expansion index of 10 or less (ASTM 4829-11). 7. Proposed import materials should be evaluated by the geotechnical engineer before being used and on an intermittent basis during placement on the site. 8. All fill should be cleaned of any rocks, debris, and irreducible material larger than 6 inches in . When fill material includes rocks, the rocks should be placed in a sufficient soil matrix to ensure that voids caused by nesting of the rocks will not occur and that the fill can be properly compacted. 9. Generally, all soils should be compacted to a minimum of 90 percent of maximum dry density as defined above; however, the upper foot of subgrade and all aggregate base in HMA areas should be compacted to a minimum of 95 percent of maximum dry density. Subgrade and aggregate base in areas to be paved should be firm and unyielding when proofrolled with heavy, rubber-tired grading equipment prior to continuing construction. 10. If the soils are overly moist so that they become unstable or if the recommended compaction cannot be readily achieved, drying the soil to just above optimum moisture content, or just above, may be necessary. Placement of gravel layers or geotextiles may also be necessary to help stabilize unstable soils. If such conditions are found, the geotechnical engineer should be contacted to assist the contractor in selecting appropriate measures for stabilization of unstable soils. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 9 2111-062.SER 11. The recommended soil moisture content should be maintained during construction and throughout the life of the project. Failure to maintain the soil moisture content can result in cracks and disturbance, which are an indication of degradation of the soil compaction. If cracks are allowed to develop, or if soils near improvements such as foundations, flatwork, pavement, curbs, etc. are otherwise disturbed, damage to those improvements may result. Soils that have been or are otherwise disturbed should be removed, moisture conditioned, and compacted. Utility Trenches 1. Unless otherwise recommended, utility trenches adjacent to foundations should not be excavated within the zone of foundation influence, as shown in Typical Detail A in Appendix D. 2. Utilities that must pass beneath a foundation should be placed with properly compacted utility trench backfill and the foundation should be designed to span the trench. 3. A select, noncorrosive, easily compacted sand should be used as bedding and shading immediately around utilities. Generally, the soil found at the site may be used for trench backfill above the select material. 4. Utility trench backfill should be moisture conditioned and compacted to a minimum of 90 percent of maximum dry density. Trenches located within areas to be paved should be compacted to a minimum of 95 percent of maximum dry density. 5. Trench backfill should be placed in level lifts not exceeding 6 inches in loose thickness, moisture conditioned, and compacted to the minimums noted above. 6. Compaction of trench backfill by jetting or flooding is not recommended except under extraordinary circumstances. However, to aid in encasing utility conduits, particularly corrugated drainpipes, and multiple, closely-spaced conduits in a single trench, jetting or flooding may be useful. Flooding or jetting should only be attempted with extreme caution, and any jetting operation should be subject to review by the geotechnical engineer. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 10 2111-062.SER 7. The recommendations of this section are minimums only and may be superseded by the requirements of the client, pipe manufacturers, utility companies, or the governing jurisdiction based upon soil corrosivity or other factors. Exterior Pedestrian Flatwork 1. Exterior pedestrian flatwork should have a minimum thickness of 4 inches. Minimum reinforcement for exterior pedestrian flatwork should consist of No. 3 rebar placed at 24 inches on-center each way. 2. In conventional construction, it is common to use 4 to 6 inches of imported sand beneath exterior pedestrian flatwork. However, due to the expansion potential of the site soils, there will be a risk of movement and damage to the flatwork and slabs if conventional measures are used – heaving and cracking could occur. To reduce the potential for movement and damage, flatwork should be supported on at least 18 inches of nonexpansive imported soils. 3. For an added level of protection against expansion, the flatwork can be provided with perimeter trenched edges a minimum of 3 inches deeper than the chosen nonexpansive layer. The trenched edges should be reinforced with No. 4 rebar top and bottom. The decision regarding the thickness of nonexpansive material to use below flatwork, as well as the use of trenched edges, is left to the architect/engineer or owner. 4. Exterior pedestrian flatwork should have thickened edges a minimum of 6 inches below the bottom of the slab. 5. Flatwork should be constructed with frequent joints to allow articulation as the flatwork moves in response to seasonal soil temperature and moisture variations. The soil below flatwork should be moisture conditioned prior to casting the flatwork. 6. Flatwork surface should be sloped to freely drain toward appropriate drainage facilities. Water should not be allowed to stand or pond on or adjacent to pavement or other improvements as it could infiltrate into the aggregate base and/or subgrade, causing premature pavement deterioration. 7. To reduce shrinkage cracks in all slabs-on-grade, the concrete aggregates should be of appropriate size and proportion, the water/cement ratio should be low, the concrete should be properly placed and finished, contraction joints should be installed, and the Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 11 2111-062.SER concrete should be properly cured. This is particularly applicable to slabs that will be cast directly upon a vapor retarder and those that will be protected from transmission of vapor by use of admixtures or surface sealers. Concrete materials, placement, and curing specifications should be at the direction of the architect/engineer; AC 302.1R-15 (ACI 2015) is suggested as a resource for the architect/engineer in preparing such specification. Retaining Walls 1. Site Retaining walls may be founded in firm recompacted soil. Foundations for all site retaining walls should have a minimum depth (not including the keyway) of 24 inches below lowest adjacent grade within 8 feet of the footing. 2. Footings should be reinforced, at a minimum, by two No. 4 rebar at the top and bottom, or as required by the architect/engineer. Spread footings should be reinforced in accordance with the requirements of the architect/engineer. Spread footings should be connected by grade beams on two sides to create a foundation system that acts as a single unit. 3. Footings bearing into firm compacted fill may be designed using maximum allowable bearing capacities of 1,500 psf for dead loads and 2,000 psf for dead plus live loads. Using these criteria, maximum total and differential static settlements are expected to be less than 1-inch. Allowable capacities may be increased by one-third when transient loads such as wind or seismicity are included. 4. The seismic acceleration site parameters included in the table below have been provided to the design team for use in its analyses. The 2010 ASCE 7 method with 2013 updates, available on the Structural Engineers Association of California website (SEAOC 2021), was used to obtain the parameters. The project was considered to be a “nonessential” facility from the perspective of risk category as described by the CBC. The site coordinates stated in the “Introduction and Site Setting” section were used in the analysis. Based upon the subsurface conditions encountered during our investigation, the site should be classified as Site Class D (Stiff Soil). Foundations may be designed using the following 2019 CBC seismic parameters. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 12 2111-062.SER SEISMIC ACCELERATION SITE PARAMETERS Mapped Spectral Response Accelerations Site Coefficients for Site Class D Adjusted MCE Spectral Response Accelerations for Site Class D Design Spectral Response Accelerations for Site Class D Seismic Parameter Value (g) Site Coefficient Value Seismic Parameter Value (g) Seismic Parameter Value (g) SS 1.051 Fa 1.200 SMS 1.262 SDS 0.841 S1 0.388 Fv 1.910 SM1 0.742 SD1 0.495 Peak Mean Ground Acceleration (PGAm) : 0.559 g Seismic Design Category: D 5. Foundation excavations should be observed by the geotechnical engineer prior to rebar and PCC placement. Footing excavations should be thoroughly moistened prior to PCC placement and no desiccation cracks should be present. 6. We have assumed that retaining walls will not exceed a height of 6 feet; therefore, seismic design per CBC Section 1803.5.12.1 (CBSC, 2019) is not required. If retaining walls will retain more than 6 feet of soil, seismic design will be required, and the geotechnical engineer should be contacted to provide appropriate parameters. 7. Retaining wall design may be based on the following drained parameters: TABLE 2: RETAINING WALL DESIGN PARAMETERS Parameter Backfill Type Value Active Equivalent Fluid Pressure Site Fill Materials 50 pcf Imported Sand/Gravel 35 pcf At-Rest Equivalent Fluid Pressure Site Fill Materials 65 pcf Imported Sand/Gravel 50 pcf Passive Equivalent Fluid Pressure Compacted Fill 300 pcf Maximum Toe Pressure Compacted Fill 2000 psf Coefficient of Sliding Friction Compacted Fill 0.35 8. No surcharges are taken into consideration in the values presented in the previous paragraph. The maximum toe pressure is an allowable value to which no factor of safety Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 13 2111-062.SER has been applied. No factors of safety, load factors, and/or other factors have been applied to any of the remaining values. 9. If the values for imported sand or gravel are used in the design, the sand or gravel should be utilized exclusively as backfill above a 1-horizontal to 1-vertical plane extended from the base of the wall to daylight. 10. The above pressures are applicable to a horizontal retained surface behind the wall. Walls having a retained surface that slopes upward from the wall should be designed for an additional equivalent fluid pressure of 1 pcf for the active case and 1.5 pcf for the at-rest case, for every two degrees of slope inclination. 11. Long-term settlement of properly compacted, imported sand or gravel retaining wall backfill should be assumed to be about 0.2 to 0.5 percent of the depth of the backfill; long-term settlement of properly compacted site soil or crushed sandstone bedrock retaining wall backfill should be assumed to be about 0.5 to 1 percent of the depth of the backfill. Improvements that are constructed near the tops of retaining walls should be designed to accommodate long-term settlement. 12. All retaining walls should be drained with perforated pipe encased in a free-draining gravel blanket. The pipe should be placed with perforations facing downward and should discharge in a nonerosive manner away from foundations and other improvements. The gravel blanket should have a width of approximately 1 foot and should extend upward to approximately 1 foot below the top of the wall backfill. The upper foot should be backfilled with native soil, except in areas where exterior pedestrian flatwork or HMA pavement will abut the top of the wall. In such cases, the gravel should extend to the imported nonexpansive material, aggregate base, or other material below the improved surface, as appropriate. To reduce infiltration of the soil into the gravel, a permeable synthetic filter fabric conforming to Standard Specifications Section 96-1.02B – Class C (Caltrans 2018), should be placed between the gravel and soil. Manufactured synthetic drains, such as Miradrain or Enkadrain are acceptable alternatives to the use of gravel, provided they are installed in accordance with the recommendations of the manufacturer and Geotechnical Engineer. 13. Walls facing areas where moisture transmission through the wall would be undesirable should be thoroughly waterproofed in accordance with the specifications of the architect/engineer. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 14 2111-062.SER 14. The architect/engineer should bear in mind that retaining walls by their nature are flexible structures, and that surface treatments on walls often crack. Where walls are to be plastered or otherwise have a finish applied, the flexibility should be considered in determining the suitability of the surfacing material, spacing of horizontal and vertical control joints, etc. The flexibility should also be considered where a retaining wall will abut or be connected to a rigid structure, and where the geometry of the wall is such that its flexibility will vary along its length. Pavements HMA Pavement The following Hot Mix Asphalt (HMA) pavement sections are based upon a tested R-value of 19 and assumed Traffic Indices (TIs) of 4.0 through 8.0. The R-value and corresponding pavement sections should be confirmed or modified during construction. Determination of the appropriate TI for specific areas of the project is left to others. The HMA sections were calculated in accordance with the method presented in the “Highway Design Manual” (Caltrans 2018). The calculated HMA and Class 2 aggregate base (AB) thicknesses are for compacted material. Normal Caltrans construction tolerances should apply. HMA Pavement Sections Traffic Index HMA (in) Class 2 AB*(in) 4.0 2.25 6.25 4.5 2.50 7.00 5.0 2.75 8.00 5.5 3.00 9.25 6.0 3.25 10.25 7.0 4.00 12.25 8.0 4.50 14.50 *Per Caltrans (2018) Section 26 Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 15 2111-062.SER Pervious Concrete Pavement and Gutters 1. Where cast-in-place pervious concrete pavement or gutters are planned, the following minimum section is recommended: • 8 inches pervious concrete • Joint spacing at 8 feet on-center each way or less • 18 inches Class 2 permeable and subgrade compacted to a minimum of 95 percent of maximum dry density or 18 inches of reservoir stone (size determined by the designer) compacted with a self-propelled vibratory smooth drum roller with a minimum of six passes • All aggregate should be crushed, angular material • An impermeable liner should be placed full height on the vertical edges of the excavation prior to installing the aggregate • Top of ponding storage should be designed to be a minimum of 4 inches below the bottom of the concrete 2. Where pre-cast pervious concrete pavement or gutters, such as Stormcrete, are planned, the following minimum section is recommended: • 6 inches pervious concrete • Joint spacing at 8 feet on-center each way or less • 18 inches Class 2 permeable and subgrade compacted to a minimum of 95 percent of maximum dry density or 18 inches of reservoir stone (size determined by the designer) compacted with a self-propelled vibratory smooth drum roller with a minimum of six passes • All aggregate should be crushed, angular material • An impermeable liner should be placed full height on the vertical edges of the excavation prior to installing the aggregate • Top of ponding storage should be designed to be a minimum of 6 inches below the bottom of the concrete 3. If pervious concrete will be subject to bus or heavy truck traffic, the aggregate layer should be increased by 6 inches and placed in two layers, each compacted as described above Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 16 2111-062.SER Pavement Sections - General 1. Pavements should be constrained by curbs, gutters, flatwork, walls, etc.; free edges to the pavements should be avoided. 2. Pavements should be set back a minimum of 5 feet from any descending slope. Alternately, deepened curbs may be used to constrain the pavement. Where curbs will be deepened in lieu of the recommended setback, the individual situation should be reviewed, and specific recommendations prepared by the geotechnical engineer. 3. Subgrade and AB should be firm and unyielding when proof-rolled with heavy, rubber- tired grading equipment prior to continuing construction. 4. Finished pavement surfaces should be sloped to freely drain toward appropriate drainage facilities. Water should not be allowed to stand or pond on or adjacent to pavement, as it could cause premature pavement deterioration or improvement damage. 5. To reduce migration of surface drainage into the subgrade, maintenance of non- permeable pavement areas is critical. Any cracks that develop in the pavement should be promptly sealed. Drainage and Maintenance 1. Unpaved ground surfaces should be graded during construction, and, per Section 1804.4 of the 2019 CBC, finish graded to direct surface runoff away from foundations, slopes, and other improvements at a minimum 5 percent grade for a minimum distance of 10 feet. If this is not feasible due to the terrain, property lines, or other factors, swales with improved surfaces, area drains, or other drainage features should be provided to divert drainage away from these areas. 2. Finished surfaces should be sloped to freely drain toward appropriate drainage facilities. Water should not be allowed to stand or pond on or adjacent to foundations. 3. Where infiltration stormwater control measure areas will lie within 8 feet of foundations, flatwork, pavement, or other similar surface improvement, moisture protection should be provided between the infiltration feature and the improvement. Moisture protection should consist of curbs or impermeable liners, deepened to a minimum of 2 feet below Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 17 2111-062.SER foundations, or the bottom of the infiltration facility, whichever is deeper. It is not anticipated that this protection needs to extend greater than 8 feet. 4. Where utility trenches will pass through areas intended for infiltration, lean concrete or sand/cement slurry plugs should be placed in the trenches at the perimeter of the infiltration area. 5. To reduce the potential for planter drainage gaining access to subslab areas, any raised planter boxes adjacent to foundations should be installed with drains and sealed sides and bottoms. Drains should also be provided for areas adjacent to the structure that would not otherwise freely drain. 6. To reduce the potential for damage due to erosion it is essential that the surface soils, particularly those disturbed during construction, be stabilized by vegetation or other means during and following construction. Care should be taken to establish and maintain vegetation. The landscaping and exterior flatwork should be installed to maintain the surface drainage recommended above. 7. To reduce the potential for disruption of drainage patterns and undermining of foundations and other improvements, rodent activity should be aggressively controlled. Observation and Testing 1. It must be recognized that the recommendations contained in this report are based on a limited number of borings and rely on continuity of the subsurface conditions encountered. Therefore, the geotechnical engineer should be retained to provide consultation during the design phase, to review plans as they near completion, to interpret this report during construction, and to provide construction monitoring in the form of testing and observation. 2. At a minimum, the geotechnical engineer should be retained to provide: • Review of the project plans as they near completion • Professional observation during grading and backfill • Oversight of soil special inspection Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 18 2111-062.SER 3. Special inspection of grading and backfill should be provided as per Section 1705.6 and Table 1705.6 of the 2019 CBC. The special inspector should be under the direction of the geotechnical engineer. It is our opinion that none of the grading construction is of a nature that should warrant continuous special inspection; periodic special inspection should suffice. Subject to approval by the Building Official, the exception to continuous special inspection is described in Section 1704.2 of the 2019 CBC and should be specified by the architect/engineer and periodic special inspection of the following items should be provided by the special inspector. • Stripping and clearing of vegetation and unsuitable materials • Overexcavation, scarification, moisture conditioning, and compaction of the soil • Fill quality, placement, moisture conditioning and compaction • Foundation excavations, including retaining and screen wall foundation excavations • Retaining wall drains and backfill • Utility trench backfill • Subgrade and AB/nonexpansive fill compaction and proof-rolling 4. A program of quality control should be developed prior to beginning grading. It is the responsibility of the owner, contractor, or project manager to determine any additional inspection items required by the architect/engineer or the governing jurisdiction. 5. Locations and frequency of compaction tests should be as per the recommendation of the geotechnical engineer at the time of construction. The recommended test location and frequency may be subject to modification by the geotechnical engineer, based upon soil and moisture conditions encountered, size and type of equipment used by the contractor, the general trend of the results of compaction tests, or other factors. 6. A preconstruction conference among the owner, the geotechnical engineer, the governing agency, the special inspector, the project inspector, the architect/engineer, and contractors is recommended to discuss planned construction procedures and quality control requirements. 7. The geotechnical engineer should be notified at least 48 hours prior to beginning construction operations. If Earth Systems Pacific is not retained to provide construction observation and testing services, it shall not be responsible for the interpretation of the information by others or any consequences arising therefrom. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 19 2111-062.SER 8.0 CLOSURE Our intent was to perform the investigation in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing in the locality of this project and under similar conditions. No representation, warranty, or guarantee is either expressed or implied. This report is intended for the exclusive use by the client as discussed in the “Scope of Services” Section. Application beyond the stated intent is strictly at the user's risk. This report is valid for conditions as they exist at this time for the type of project described herein. The conclusions and recommendations contained in this report could be rendered invalid, either in whole or in part, due to changes in building codes, regulations, standards of geotechnical or construction practice, changes in physical conditions, or the broadening of knowledge. If Earth Systems Pacific is not retained to provide construction observation and testing services, it shall not be responsible for the interpretation of the information by others or any consequences arising therefrom. If changes with respect to project type or location become necessary, if items not addressed in this report are incorporated into plans, or if any of the assumptions used in the preparation of this report are not correct, this firm shall be notified for modifications to this report. Any items not specifically addressed in this report should comply with the CBC and the requirements of the governing jurisdiction. The preliminary recommendations of this geotechnical report are based upon the geotechnical conditions encountered at the site and may be augmented by additional requirements of the architect/engineer, or by additional recommendations provided by the geotechnical engineer based on conditions exposed at the time of construction. This document, the data, conclusions, and recommendations contained herein are the property of Earth Systems Pacific. This report shall be used in its entirety, with no individual sections reproduced or used out of context. Copies may be made only by Earth Systems Pacific, the client, and the client’s authorized agents for use exclusively on the subject project. Any other use is subject to federal copyright laws and the written approval of Earth Systems Pacific. Thank you for this opportunity to have been of service. If you have any questions, please feel free to contact this office at your convenience. End of Text. Anholm Neighborhood Greenway November 12, 2021 San Luis Obispo, California 304833-001 20 2111-062.SER TECHNICAL REFERENCE LIST ACI (American Concrete Institute). 2015. "Guide for Concrete Floor and Slab Construction." Documents 302.1R.15. California Building Code. 2019. California Code of Regulations, Title 24, Part 2. Caltrans (California Department of Transportation). 2018. "Standard Specifications." Google Earth. 2020. Google Earth [website], retrieved from: http://www.google.com/earth/index.html SEAOC (Structural Engineers Association of California). 2020. “Seismic Design Map Tool.” Retrieved from: https://seismicmaps.org/ APPENDIX A  Figure 1 – Site Vicinity Map  Figure 2 – Exploration Location Maps  Boring Log Legend  Boring Logs  NOT TO SCALE4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786DateSeptember 2021Project No.304833-001Figure 1SITE VICINITY MAPAnholm Neighborhood GreenwayVarious StreetsSan Luis Obispo, CaliforniaNOT TO SCALEBASE MAP PROVIDED BY: Google Earth (2021)SITE 2SITE 3SITE 1 NOT TO SCALE4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786DateSeptember 2021Project No.304833-001Figure 2EXPLORATION LOCATION MAPAnholm Neighborhood GreenwayVarious StreetsSan Luis Obispo, CaliforniaBASE MAP PROVIDED BY: Google Earth (2021)LEGENDI1Boring Location (Approx.)Infiltration Test Location (Approx.)B1B1I1I2I9I10 NOT TO SCALE4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786DateSeptember 2021Project No.304833-001Figure 3EXPLORATION LOCATION MAPAnholm Neighborhood GreenwayVarious StreetsSan Luis Obispo, CaliforniaBASE MAP PROVIDED BY: Google Earth (2021)LEGENDI1Boring Location (Approx.)Infiltration Test Location (Approx.)B1I3I4 NOT TO SCALE4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786DateSeptember 2021Project No.304833-001Figure 4EXPLORATION LOCATION MAPAnholm Neighborhood GreenwayVarious StreetsSan Luis Obispo, CaliforniaBASE MAP PROVIDED BY: Google Earth (2021)LEGENDI1Boring Location (Approx.)Infiltration Test Location (Approx.)B1I8I7I6I5 DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn CLAYEY SAND W/ GRAVEL: light yellowish brown, stiff, slightly moist (Alluvium) 5.0 - 6.5 10.0 - 11.5 36 13 50/4" 12 7 16 SC 110.4 13.3 117.3 13.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 1 JOB NO.: 304833-001 DATE: 9/22/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California very stiff 0.0 - 5.0 CL SANDY LEAN CLAY: dark brown, very stiff, slightly moist SILTSTONE: olive brown, moderately hard, slightly moist, weathered (Franciscan Melange) oxidation staining DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 3" AC/ 6" AB PAGE 1 OF 1 Boring No. I1 JOB NO.: 304833-001 DATE: 9/16/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California CL SANDY LEAN CLAY: grayish brown, stiff, moist CL SANDY LEAN CLAY: dark brown, stiff, moist (Alluvium) SC CLAYEY SAND: yellowish brown, dense, moist End of Boring @ 5.0' No subsurface water encountered DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 4" AC/ 6" AB PAGE 1 OF 1 Boring No. I2 JOB NO.: 304833-001 DATE: 9/16/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California CL SANDY LEAN CLAY: grayish brown, stiff, moist CL SANDY LEAN CLAY: dark brown, stiff, slightly moist (Alluvium) SC CLAYEY SAND: yellowish brown, stiff, slightly moist End of Boring @ 5.0' No subsurface water encountered DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 2" AC PAGE 1 OF 1 Boring No. I3 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SP POORLY GRADED SAND: dark yellowish brown, medium dense, slightly moist (Fill) light brown End of Boring @ 5.0' No subsurface water encountered CH FAT CLAY: dark brown, stiff, slightly moist (Alluvium) DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 2" AC PAGE 1 OF 1 Boring No. I4 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SP POORLY GRADED SAND: light yellowish brown, medium dense, slightly moist (Fill) End of Boring @ 5.0' No subsurface water encountered CH FAT CLAY: dark grayish brown, stiff, slightly moist (Alluvium) DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 3" AC/ 3" AB PAGE 1 OF 1 Boring No. I5 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California CH SANDY FAT CLAY: very dark brown, stiff, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered SC CLAYEY SAND: grayish brown, dense, moist DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 3" AC/ 3" AB PAGE 1 OF 1 Boring No. I6 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California CH SANDY FAT CLAY: dark brown, stiff, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered light brown, moist DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 3" AC/ 4" AB PAGE 1 OF 1 Boring No. I7 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SC CLAYEY SAND: very dark brown, dense, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered SANDY FAT CLAY: pale brown, stiff, moistCH DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn 3" AC/ 4" AB PAGE 1 OF 1 Boring No. I8 JOB NO.: 304833-001 DATE: 9/17/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SC CLAYEY SAND: dark brown, dense, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered SANDY FAT CLAY: pale brown, stiff, moistCH DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn PAGE 1 OF 1 Boring No. I9 JOB NO.: 304833-001 DATE: 9/22/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SC CLAYEY SAND W/ GRAVEL: yellowish brown, medium dense, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered light yellowish brown DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: Mobile B-53 with Automatic Hammer LOGGED BY: A. Flynn PAGE 1 OF 1 Boring No. I10 JOB NO.: 304833-001 DATE: 9/22/2021 Anholm Neighborhood Greenway Various Streets San Luis Obispo, California SC CLAYEY SAND W/ GRAVEL: brown, stiff, slightly moist (Alluvium) End of Boring @ 5.0' No subsurface water encountered yellowish brown SANDY LEAN CLAY: dark brown, stiff, moistCL APPENDIX B  Infiltration Test Results      PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-1 DATE DRILLED:9/16/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/16/2021 TEST HOLE DEPTH:57 inches TECHNICIAN:SH TEST DURATION:480 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.1 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 9.25 --- --- --- 30.0 11.50 2.25 13.33 4.5 30.0 12.50 1.00 30.00 2.0 30.0 13.50 1.00 30.00 2.0 30.0 16.75 3.25 9.23 6.5 60.0 21.75 5.00 12.00 5.0 60.0 26.00 4.25 14.12 4.3 60.0 28.25 2.25 26.67 2.3 60.0 32.00 3.75 16.00 3.8 60.0 35.50 3.50 17.14 3.5 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-2 DATE DRILLED:9/16/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/16/2021 TEST HOLE DEPTH:53 inches TECHNICIAN:SH TEST DURATION:375 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.1 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 9.50 --- --- --- 30.0 10.00 0.50 60.00 1.0 30.0 11.00 1.00 30.00 2.0 30.0 11.75 0.75 40.00 1.5 30.0 12.25 0.50 60.00 1.0 60.0 13.25 1.00 60.00 1.0 60.0 14.00 0.75 80.00 0.8 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-3 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:59 inches TECHNICIAN:AF TEST DURATION:180 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.05 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 36.00 --- --- --- 30.0 36.00 0.00 0.00 0.0 30.0 36.25 0.25 120.00 0.5 30.0 36.25 0.00 0.00 0.0 30.0 36.25 0.00 0.00 0.0 60.0 36.25 0.00 0.00 0.0 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-4 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:57 inches TECHNICIAN:AF TEST DURATION:480 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.1 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 29.50 --- --- --- 30.0 29.50 0.00 0.00 0.0 30.0 29.75 0.25 120.00 0.5 30.0 29.75 0.00 0.00 0.0 30.0 30.00 0.25 120.00 0.5 30.0 30.00 0.00 0.00 0.0 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-5 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:60 inches TECHNICIAN:AF TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.10 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 4.50 --- --- --- 30.0 4.50 0.00 0.00 0.0 30.0 4.75 0.25 120.00 0.5 30.0 4.75 0.00 0.00 0.0 30.0 4.75 0.00 0.00 0.0 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-6 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:60 inches TECHNICIAN:AF TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.05 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 8.75 --- --- --- 30.0 9.00 0.25 120.00 0.5 30.0 9.00 0.00 0.00 0.0 30.0 9.00 0.00 0.00 0.0 30.0 9.00 0.00 0.00 0.0 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-7 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:60 inches TECHNICIAN:AF TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.0 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 5.75 --- --- --- 30.0 5.75 0.00 0.00 0.0 30.0 5.75 0.00 0.00 0.0 30.0 5.75 0.00 0.00 0.0 30.0 6.00 0.25 120.00 0.5 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-8 DATE DRILLED:9/17/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/17/2021 TEST HOLE DEPTH:60 inches TECHNICIAN:AF TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.02 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 2.75 --- --- --- 30.0 2.75 0.00 0.00 0.00 30.0 2.75 0.00 0.00 0.00 30.0 2.75 0.00 0.00 0.00 30.0 2.75 0.00 0.00 0.00 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-9 DATE DRILLED:9/22/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/22/2021 TEST HOLE DEPTH:54 inches TECHNICIAN:SH TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:0.25 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 9.25 --- --- --- 30.0 11.00 1.75 17.14 3.5 30.0 12.25 1.25 24.00 2.5 30.0 14.00 1.75 17.14 3.5 30.0 15.25 1.25 24.00 2.5 INFILTRATION TEST RESULTS Time of Constant Head: PROJECT: City of SLO - Anholm Neighborhood Greenway 304833-001 INFILTRATION TEST:I-10 DATE DRILLED:9/22/2021 TEST HOLE DIAMETER:6 inches DATE TESTED:9/22/2021 TEST HOLE DEPTH:57 inches TECHNICIAN:SH TEST DURATION:150 Minutes CONSTANT HEAD DATA 30 minutes Volume Added During Constant Head:2.0 gallons FALLING HEAD DATA INTERVAL READING INCREMENTAL INFILTRATION INFILTRATION (Minutes)(Inches)FALL RATE RATE (Inches)(Minutes / Inch)(Inches / Hour) 0 6.00 --- --- --- 30.0 17.75 11.75 2.55 23.5 30.0 27.50 9.75 3.08 19.5 30.0 35.50 8.00 3.75 16.0 30.0 39.75 4.25 7.06 8.5 INFILTRATION TEST RESULTS Time of Constant Head: APPENDIX C  Geotechnical Laboratory Test Results  Anholm Neighborhood Greenway 304833‐001 EXPANSION INDEX TEST RESULTS ASTM D 4829‐19 BORING DEPTH EXPANSION NO. feet INDEX 10.0 ‐ 5.0 43 Anholm Neighborhood Greenway 304833‐001 BULK DENSITY TEST RESULTS ASTM D 2937‐17 (modified for ring liners) October 13, 2021 BORING DEPTH MOISTURE WET DRY NO. feet CONTENT, %DENSITY, pcf DENSITY, pcf 16.0 ‐ 6.5 13.0 132.5 117.3 1 11.0 ‐ 11.5 13.3 125.1 110.4 EXPANSION INDEX TEST RESULTS ASTM D 4829‐19 BORING DEPTH EXPANSION NO. feet INDEX 10.0 ‐ 5.0 43 Anholm Neighborhood Greenway 304833‐001 MOISTURE‐DENSITY COMPACTION TEST ASTM D 1557‐12 (Modified) PROCEDURE USED: C October 13, 2021 PREPARATION METHOD: Moist Boring #1 @ 0.0 ‐ 5.0' RAMMER TYPE: Mechanical Light Yellow Brown Clayey Sand with Gravel (SC) SPECIFIC GRAVITY: 2.65 (assumed) SIEVE DATA:MAXIMUM DRY DENSITY: 122.5 pcf Sieve Size % Retained (Cumulative)OPTIMUM MOISTURE: 11.1% 3/4" 0 3/8"8 ENTER OVERSIZE CORRECTION DATA #4 18 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 012345678910111213141516171819202122232425DRY DENSITY, pcfMOISTURE CONTENT, percent Compaction Curve Zero Air Voids Curve Anholm Neighborhood Greenway 304833‐001 RESISTANCE 'R ' VALUE AND EXPANSION PRESSURE ASTM D 2844/D2844M‐18 October 13, 2021 Boring #1 @ 0.0 ‐ 5.0' Dry Density @ 300 psi Exudation Pressure: 126.1‐pcf Light Yellow Brown Clayey Sand with Gravel (SC)%Moisture @ 300 psi Exudation Pressure: 15.2% Specified Traffic Index: 5.0 R‐Value ‐ Exudation Pressure: 30 R‐Value ‐ Expansion Pressure: 19 R‐Value @ Equilibrium: 19 0 10 20 30 40 50 60 70 80 90 0100200300400500600700800R-VALUEEXUDATION PRESSURE, psi EXUDATION PRESSURE CHART 0.0 0.2 0.4 0.6 0.8 1.0 1.2 1.4 1.6 1.8 2.0 0.0 0.2 0.4 0.6 0.8 1.0 1.2 1.4 1.6 1.8 2.0COVER THICKNESS BY EXUDATION PRESSURE, ftCOVER THICKNESS BY EXPANSION PRESSURE, ft EXPANSION PRESSURE CHART     APPENDIX D  Typical Detail A: Pipe Placed Parallel to Foundations         9" 2' min. Compacted backfill Pipe Compacted sand bedding and shading per project specifications 1 1 Foundation Zone of foundation influence All trench excavation to be above 1:1 plane as shown 1:1 plane as shown No excavation allowed below SCHEMATIC ONLY NOT TO SCALE TYPICAL DETAIL A PIPE PLACED PARALLEL TO FOUNDATION APPENDIX APPENDIX APPENDIX H – PG&E CONSTRUCTION SKETCH