Loading...
HomeMy WebLinkAboutItem 6c. Authorization to advertise Mitchell Park Revitalization Project (Spec. No. 2000188) Item 6c Department: Public Works Cost Center: 5002 For Agenda of: 10/17/2023 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Hai Nguyen, Senior Civil Engineer SUBJECT: AUTHORIZATION TO ADVERTISE MITCHELL PARK REVITALIZATION PROJECT, SPECIFICATION NO. 2000188 RECOMMENDATION 1. Approve the project plans and specifications for Mitchell Park Revitalization Project, Specification Number 2000188; and 2. Authorize staff to advertise for bids; and 3. Adopt a Draft Resolution entitled, “A Resolution of the City Council of the City San Luis Obispo, California, authorizing use of Parkland-In-Lieu (Quimby) Funds to support Mitchell Park Revitalization Project, Specification No. 2000188 ” and appropriate an additional $50,000 from the Quimby Fund to the project account (2000188); and 4. Authorize the City Manager to award the Construction Contract pursuant to Section 3.24.190 of the Municipal Code for the bid total, if the lowest responsible bid is within the publicly disclosed funding amount of $211,000. POLICY CONTEXT On May 17, 2022, Council approved a Purchasing Policy Update to the Financial Management Manual that required Council approval for Public Projects that cost over $200,000. The City’s Charter under Section 804 allows City Council to amend or supplement the budget by motion adopted by majority vote of the council. Partial funding for this project comes from fees imposed by the Quimby Act within the Subdivision Map Act (Cal. Gov. Code § 66477) and Chapter 16.22 of the San Luis Obispo Municipal Code, which requires the fees be used for developing new or rehabilitating existing neighborhood parks, community parks, or recreation facilities that serve the subdivision paying the fees . DISCUSSION Page 21 of 250 Item 6c Background On October 20, 2020, Council authorized staff to submit a project proposal to apply f or State Parks, 2018 Parks Bond Act Per Capita Grant (State Parks Grant) to revitalize Mitchell Park with new amenities resulting in a successful grant award of $173,024. Parks and Recreation staff hosted two community workshops to discuss the proposed project at Mitchell Park. A virtual community workshop was held on May 19, 2021, and an in-person community workshop was hosted at Mitchell Park on September 16, 2021. The consistent feedback from each of the workshops showed that the public did not support the installation of the two pickleball courts and provided alternative ideas for other passive amenities to revitalize the park. On October 19, 2021, Council authorized staff to revise the proposed improvements at Mitchell Park and remove the proposed installation of the pickleball courts. The Mitchell Park Revitalization Project (project) now proposes removal of existing concrete and picnic tables and installation of a newly reconfigured area featuring a shade structure, benches, picnic tables, chess tables, and a bocce ball court. The revision to the proposed improvements has been approved by the State Parks and meet grant requirements. Project The project plans (Attachment A) and specifications (Attachment B) are structured with a Base Bid and one Additive Alternative A to maximize what the City can construct within the available funding. The strategy is to award the contract with the Base Bid and the Additive Alternative as funding will allow, up to the Publicly Disclosed amount of $211,000 in compliance with Public Contract Code Section 20103.8(c). The project’s Base Bid includes the shade structure, benches, and bocce ball court. The project’s A dditive Alternative A includes the picnic tables and chess tables. If it is not within the available budget to award the additive alternative, staff will investigate if the picnic tables and chess tables can be donated from a local community group or be pu rchased through other funding at a later date. Previous Council or Advisory Body Action  On October 20, 2020, Council authorized staff to submit a project proposal for Mitchell Park Pickleball Courts to State Parks and authorized the Assistant City Manager to execute the necessary grant documents and appropriate the grant amount into the Parks and Recreation Department’s budget upon grant award (Resolution No. 11179).  On February 2, 2021, Council authorized staff to initiate project planning and design for pickleball courts at Mitchell Park and appropriated $32,048 from the Parkland-in-lieu (Quimby) Fund to support the project.  On October 19, 2021, Council authorized staff to revise the proposed improvements at Mitchell Park and remove the proposed installation of the pickleball courts. Page 22 of 250 Item 6c Public Engagement Parks and Recreation staff conducted two public outreach events on May 19, 2021, and September 16, 2021, as well as an online survey. The majority of the public in attendance at the public engagement meetings were not in support of pickleball courts. The community has expressed a desire for passive recreational amenities and to maintain the integrity of the park for social gatherings, specia l events, open green areas, and community events both during the in-person forums, as well as at Parks and Recreation Commission meetings. The results of the workshops and survey demonstrated that the public is in support of the installation of chess/checker tables, bocce ball court, shade structure and stage installation at the social gathering area. CONCURRENCE There is concurrence from the Community Development Department through the review and approval of the project for building permit issuance. This project also has concurrence from the Parks and Recreation Department as they have reviewed the project through out the design process. ENVIRONMENTAL REVIEW The project is categorically exempt from environmental review under Section 15301 Class 1 (Existing Facilities) of the California Environmental Quality Act (CEQA) Guidelines because the project proposes minor changes to existing park facilities. The project is consistent with the applicable general plan policies as well as with applicable City Regulations. A Notice of Exemption will be filed through the Community Development Department. FISCAL IMPACT Budgeted: Yes Budget Year: 2021-22 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund State $173,024 $173,024 $0 Federal Fees Other: Quimby Parkland-in-lieu Fund $3,137,506 $73,229 $3,064,277 Total $3,310,530 $246,253 $3,064,277 N/A Page 23 of 250 Item 6c # Mitchell Park Revitalization Project, Specification No. 2000188 1 Project Account (2000188) 2 Parkland In- Lieu Fee Capital Outlay Fund (Grant) Total 3 Base Bid Construction Estimate $37,976 $173,024 $211,000 4 Contingencies $31,500 $0 $31,500 5 Material Testing $3,000 $0 $3,000 6 Printing & Advertising $500 $0 $500 7 Total Project Estimate (Without Additive Alternate) $72,976 $173,024 $246,000 8 Current Project Balance $23,229 $173,024 $196,253 9 Additional Funding Requested $50,000 $0 $50,000 10 Total Funding $73,229 $173,024 $246,253 The project account 2000188 has a current balance of $196,253 including $23,229 from the Quimby Parkland-in-lieu fund and $173,024 from State Parks Grant which has a project completion deadline of March 2024 (see row 8 table above). An additional $50,000 is requested (Attachment C) from the Quimby Parkland-in-lieu fund for a combined budget of $246,253 (see row 10 table above) in order to allow project completion prior to the State Parks Grant deadline in March 2024. There is currently $3,137,506 in the Quimby Parkland-in-lieu fund, which will support the additional budget request. The remaining balance in the Quimby fund will be utilized for other park improvement priorities. It is important to note that, based upon current project estimates, awarding of the additive alternative will require additional funding of $30 ,000 and is not likely to occur within the current funding request. Per the City’s fiscal policies, the use of additional Quimby Parkland-in-lieu funds need to be approved by Council and appropriated into the capital budget. Use of Quimby Funds The Quimby Act, within the Subdivision Map Act, authorizes the legislative body of a city or county to require the dedication of land or to impose fees for park or recreational purposes as a condition of the approval of a tentative or parcel subdivision ma p, if specified requirements are met (Cal. Gov. Code § 66477.) There are subdivisions within the Mitchell Park Neighborhood that have recently (within the last 5 years) paid Parkland-in-lieu fees, including but not limited to two projects located less than one mile from Mitchell Park (1137 Peach Street and San Luis Square). These fees should be used for developing new or rehabilitating existing neighborhood parks, community parks, or recreation facilities that serve the specific subdivision (unless certain requirements are met), and therefore should be used on Mitchell Park improvements (Cal. Gov. Code § 66477.) Page 24 of 250 Item 6c ALTERNATIVES Deny authorization to advertise. The City Council may choose not to authorize project advertisement. Staff does not recommend this alternative as the Parks and Recreation Blueprint for the Future: 2021-2041 (General Element) highlighted Mitchell Park in the Near-Term improvements as needing updated social gathering and recreational amenities for activation, as well as support the adjacent Senior Center programming. Additionally, the State Parks Grant has a project completion deadline of March 2024 and the project has been a multi-year project that has strong support from the community. ATTACHMENTS A - Project Plans (Spec. No. 2000188) B - Project Specifications (Spec. No. 2000188) C - Draft Resolution authorizing use of Parkland-in-lieu (Quimby) Funds to support Mitchell Park Revitalization Project Page 25 of 250 Page 26 of 250 221.80NG221.20NG220.45NG220.00NG219.90NG219.80NG220.25NG221.97NGMITCHELL PARKREVITALIZATION PROJECTSPECIFICATION NO. DATE SHEETOCTOBER 20232000188FILE NO./LOCATIONPROJECT LOCATIONsan luis obispo county, californiaindex to planssheet no. description123COVER SHEETDEMOLITION PLANGRADING AND LAYOUT PLANReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Edition31of1. ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH THESE PLANS, SPECIAL PROVISIONSPREPARED FOR THIS PROJECT AND THE 2020 CITY OF SAN LUIS OBISPO STANDARD SPECIFICATIONSAND ENGINEERING STANDARDS.2. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT "UNDERGROUNDSERVICE ALERT OF NORTHERN/CENTRAL CALIFORNIA" BY PHONE AT 8-1-1 FORTY-EIGHT (48) HOURSPRIOR TO START OF CONSTRUCTION FOR LOCATION OF POWER, TELEPHONE, OIL AND NATURAL GASUNDERGROUND FACILITIES. CONTRACTOR OR PERMITTEE SHALL ALSO CONTACT THE APPROPRIATEAGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUNDFACILITIES.3. THE CONTRACTOR SHALL POSSESS A CLASS "A" LICENSE AT THE TIME THE BIDS OPEN AND DURINGTHE ENTIRE LENGTH OF THE CONTRACT.4. THESE PLANS DO NOT INDICATE ALL EXISTING FACILITIES IN THE VICINITY OF THE PROPOSED WORKSUCH AS EXISTING IRRIGATION HEADS AND LINES, SHRUBBERY AND VEGETATION, ETC. THECONTRACTOR MUST USE CARE TO AVOID DAMAGE TO ANY EXISTING IMPROVEMENTS OR VEGETATIONIN THE VICINITY OF THE WORK, AND MUST REPAIR ANY FACILITIES DAMAGE DURING CONSTRUCTIONTO THE SATISFACTION OF THE ENGINEER.5. WHERE TRIMMING OF EXISTING VEGETATION IS REQUIRED DURING CONSTRUCTION IT MUST BE DONEIN A MANNER TO REMOVE THE MINIMUM POSSIBLE AMOUNT OF VEGETATION AND LEAVE THEREMAINING IN AN ATTRACTIVE CONDITION.6. CONTRACTOR TO HIRE CERTIFIED ARBORIST FOR TREE TRIMMING TO ALLOW NECESSARY EQUIPMENTCLEARANCE. CITY ARBORIST MUST APPROVE ANY CUTTING OF TREES PRIOR TO TREE TRIMMINGWORK. NOTIFY THE ENGINEER IN ADVANCE OF THE WORK.7. ANY EXISTING UTILITIES AND IMPROVEMENTS THAT BECOME DAMAGED DURING CONSTRUCTIONSHALL BE COMPLETELY RESTORED TO THE SATISFACTION OF THE ENGINEER AT THE CONTRACTOR'SSOLE EXPENSE.8. CONTRACTOR SHALL CONTACT ALL UTILITY COMPANIES AND AGENCIES WITH SERVICES IN THE AREAPRIOR TO COMMENCING CONSTRUCTION ACTIVITIES AND COORDINATE WITH THE UTILITY COMPANIESAFFECTED BY CONSTRUCTION.9. REMOVAL AND REPLACEMENT OF EXISTING CONCRETE SHALL CONFORM TO ENGINEERING STANDARD4910.10. ANY SECTIONS OF DAMAGED OR DISPLACED CURB, GUTTER & SIDEWALK, OR DRIVEWAY APPROACHSHALL BE REPAIRED OR REPLACED TO THE SATISFACTION OF THE PUBLIC WORKS DIRECTOR.11. CONTACT THE PUBLIC WORKS INSPECTION HOTLINE AT 805-781-7554 WITH AT LEAST A 48-HOURNOTICE FOR ANY REQUIRED ENCROACHMENT PERMIT INSPECTION OR FINAL INSPECTION.12. THE ADJOINING STREET SHALL BE CLEANED BY SWEEPING TO REMOVE DIRT, DUST, MUD ANDCONSTRUCTION DEBRIS AT THE END OF EACH DAY.13. A TRAFFIC AND PEDESTRIAN CONTROL PLAN SHALL BE SUBMITTED TO THE PUBLIC WORKSDEPARTMENT FOR REVIEW AND APPROVAL PRIOR TO ENCROACHMENT PERMIT ISSUANCE.14. ANY EXISTING SURVEY MONUMENTS SHALL BE PROTECTED IN PLACE OR SHALL BE TIED OUT BY ALICENSED LAND SURVEYOR PRIOR TO DISTURBANCE AND THEN REPLACED PRIOR TO OCCUPANCY INACCORDANCE WITH SECTION 8771 OF THE CALIFORNIA BUSINESS AND PROFESSIONS CODE.15. EROSION CONTROL MEASURES SHALL BE IMPLEMENTED AND MAINTAINED TO THE SATISFACTION OFTHE BUILDING OFFICIAL AND PUBLIC WORKS DIRECTOR DURING ALL DEMOLITIONS, CONSTRUCTIONAND GROUND DISTURBING ACTIVITIES.16. HAND DIGGING IS REQUIRED WITHIN THE DRIP LINE OF TREES TO REMAIN; ANY EXPOSED ROOTSSHALL BE OBSERVED BY CITY ARBORIST BEFORE REMOVING. CONTACT CITY ARBORIST AT805-781-7023 BEFORE COMMENCING WITH CONSTRUCTION, GRADING, OR EXCAVATIONS.17. ALL WORK MUST BE IN CONFORMANCE WITH THE 2019 EDITIONS OF THE CALIFORNIA BUILDING CODESBASED ON THE 2018 IRC, 2018 UMC, AND 2018 UPC, THE 2019 EDITION OF THE CALIFORNIA ELECTRICALCODE BASED ON THE 2017 NEC, THE 2019 CALIFORNIA ENERGY CODE AND THE 2019 CALIFORNIAGREEN BUILDING CODE.18. ALL PARK COMPONENTS AND STRUCTURES MUST BE AS LISTED OR APPROVED EQUAL.THE ELEVATIONS SHOWN HEREON ARE NAVD88 AS DETERMINED BY GPS OBSERVATIONS ON POINT 254 ASSHOWN ON THE CITY OF SAN LUIS OBISPO "BENCHMARK SYSTEM" (AUGUST 2020) HAVING PUBLISHEDELEVATION OF 215.03'.VICINITY MAP1"=500'WORK OF THE MITCHELL PARK REVITALIZATION PROJECT INCLUDES:1. REMOVAL OF EXISTING PICNIC TABLES, BARBECUE PIT, NON-ADA COMPLIANT PATH OF TRAVEL.2. INSTALLATION OF PICNIC TABLES, BENCHES, BOCCE BALL COURT, SHADE STRUCTURE AND ADA PATH OF TRAVEL.general notes:COORDINATES FOR THIS PROJECT ARE CALIFORNIA COORDINATE SYSTEM NAD83, ZONE 5, US SURVEYFEET, AS DETERMINED BY GPS OBSERVATIONS ON POINTS 8207 AND 8010 AS SHOWN ON THE CITY OF SANLUIS OBISPO "HORIZONTAL CONTROL NETWORK" (JANUARY 2007), BEING N49°13'09"E.APPROVED BYBrian A. Nelson, City Engineer R.C.E. C79870 Approved Date1. SHADE STRUCTURE PLANS AND STRUCTURAL CALCULATIONS FROM MANUFACTURER TO BE SUBMITTED BY THECONTRACTOR FOR APPROVAL.Page 27 of 250 221.80NG221.20NG220.45NG220.00NG219.90NG219.80NG220.25NG221.97NG222.04CNC POL221.98CNC POL221.84CLF AP221.41ICV221.23ICV221.21CNC POL221.07CNC AP220.18NG220.04NG220.27NG221.10NG220.71NG220.02NG219.6318IN TREE19.04NC AP219.13CNC AP219.34DL219.87DL220.12DL1220.39DL1221.41DL1219.56DL2219.40DL219.10L2219.11DL2221.38CNC AP221.53CNC AP221.47EPB221.40CNC AP221.47CNC AP/CLF BGN221.46CNC POL221.47CNC AP221.40CNC AP221.41CNC AP221.45CNC AP221.44CNC AP221.41CNC AP221.38CNC AP221.42CNC AP221.42CNC AP221.57CNC AP221.61CNC AP221.69CNC AP221.74CNC AP221.87CNC POL221.77SSCO222.15CNC POL GB222.04CNC AP GB221.70CNC AP@WALL222.18TW BGN222.22TW AP221.56CNC POL@WALL221.53CNC AP222.30TW AP222.07CNC AP222.54CNC222.45CNC AP222.70CNC AP223.00CNC AP223.32CNC AP223.43CNC POL HP223.32CNC POL223.20CNC POL223.16CNC223.06CNC223.38TOP STEP AP223.34TOP STEP222.93CNC225.82TOP CL STEP225.86FF222.89CNC POL222.84CNC AP222.61CNC POL222.75CNC POL222.83CNC AP222.74CNC AP223.17CNC222.56CNC AP222.52CNC AP222.60AC224.91BW@WLK224.85BW@WLK224.84BW224.84EP@BW224.70EP224.92CNC POL225.12CNC POL GB224.92CNC POL224.48EP224.33CFTC POL224.856CFTC@BW224.66CNC POL@BK CRB224.93CNC POL@BW224.69TX224.29CFFL224.32GTR224.58AC224.55AC224.29GTR224.17CFFL224.64TC224.60WM224.85BW224.00EP223.87CFTC224.48CNC POL224.28CNC POL223.81CNC POL223.54EP223.32CFTC AP222.98CFTC GB222.17CFTC DYLT223.32EP AP222.95EP223.41AC223.87AC224.52AC224.83BW224.36TC224.27CFFL224.38GTR224.67AC224.69AC224.46GTR224.28CFFL224.78TX222.819IN TREE223.557IN TREE222.30CNC POL224.36BX224.38BX221.43CK6222.42TC221.71FL221.75GTR222.13AC221.76AC221.41GTR221.35FL222.02TC222.75BW@WLK222.65BW@WLK222.74BW/CNC POL222.85BW/CNC POL222.55TC221.87FL221.95GTR222.27AC221.38AC221.08GTR220.96FL221.51TX221.65TC221.04FL221.13GTR220.95BX220.73TC220.64FL220.79GTR221.11AC220.78AC220.46GTR220.34FL220.78TX220.48BX220.87RMP GB221.10RMP GB221.37RMP GB221.44BW/CFFL/TC220.96BW/CFFL/TC221.18BW222.10TC221.69BW221.93BW222.42BW221.42SGN221.61LS W/24IN CNC BASE222.5124IN TREE221.80TC221.14FL221.21GTR221.55TC220.77LS W/24IN CNC BASE220.87BW220.97BW220.80TC220.21FL220.33GTR220.71AC220.50AC220.13GTR220.06FL220.61TC220.87BW220.84BW/CNC POL220.957IN TREE220.90CNC POL220.84SCORE LINE220.81SCORE LINE220.70SCORE LINE220.53CNC AP220.56CNC AP220.67CNC AP220.82CNC POL/6IN MS220.97CNC AP220.63CNC POL220.81CNC POL220.72CNC POL220.63BW/CNC POL220.39TC219.87FL219.94GTR220.30AC220.17AC219.82GTR219.71FL220.26TC220.48BW220.62NG220.18NG219.87NG219.87CNC POL219.91CNC POL220.03NG220.36NG220.82NG220.2210IN TREE220.82MS220.84MS220.76LS W/24IN CNC BASE220.947IN TREE221.0116IN TREE220.78MS220.55NG220.01NG220.1124IN TREE220.00NG219.72CNC POL219.65CNC POL219.59NG219.47NG219.69NG219.87NG220.79MS220.65MS AP220.775IN TREE220.7912IN TREE220.82ICV219.98NG220.29NG219.9330IN TREE219.27NG8TREE219.35NG219.49BRICK AP219.76BRICK AP219.74BRICK AP219.78WD BENCH219.37BRICK AP220.0918IN TREE220.23NG220.32NG220.95CNC POL221.15FNCM END221.71TC221.27CFFS221.25CFFL/BK CFFS221.65TC EC221.14FL221.30FL221.75TC221.82TC BC221.41FL226.76RE221.11MS AP220.97FNCM BGN221.24MS END221.25CFFL221.79TC221.26CFFS221.21CFFS220.82NG221.40CL STRIPE221.51FL221.96TC221.22NG221.97TC BC221.98TC EC221.53FL221.54FL221.97TC BC222.00TC EC221.53FL221.30NG221.42NG221.54NG222.09TC221.61FL221.54SGN221.74LS W/24IN CNC BASE221.92LS PB222.12MS221.88MS221.70FL222.20TC222.21TC BC221.73FL221.75FL222.27TC EC222.30TC BC221.74FL221.75FL222.27TC EC222.08ICV222.14ICV222.18ICV222.08ICV221.83NG222.17ICV222.29CNC AP222.30CNC POL222.26TC221.83FL222.1618IN TREE222.27SGN222.29SGN222.28SGN222.28LS W/24IN CNC BASE222.29LS PB222.31RMP GB222.31RMP GB221.93BX/FL221.92BX/FL222.25TX221.88FL222.25TX221.94BX/FL221.93BX/FL222.25TX222.26TC221.88FL222.42RMP GB222.37RMP GB222.41BW AP222.42END HAND RAIL222.44CNC POL@STEP222.27TC AP221.91FL222.28TC222.30CNC BC221.67AC221.56AC221.56AC221.42CL STRIPE221.42CL STRIPE221.40CL STRIPE221.25CL STRIPE END220.83NG221.20CFFS221.42CL STRIPE221.41CL STRIPE221.57AC221.50AC222.21TC BC221.62FL221.74FL222.24TC222.31TC EC221.78FL221.70CL STRIPE221.68CL STRIPE221.69STRIPE AP221.68STRIPE AP221.67STRIPE AP221.63STRIPE AP221.99FL222.31TC AP222.33CNC POL222.50CNC AP222.67CNC POL222.71CNC AP222.69CNC POL LIFTED222.71CNC POL LIFTED222.60CNC AP222.71CNC AP222.77CNC POL222.57BLDG AP222.46CNC POL222.24TC221.93FL222.62NG222.26TX222.30ICV222.44END RAIL222.43CNC AP222.45CNC POL222.53LS PB222.57NG222.82AC UNIT PAD AP222.73AC UNIT PAD AP222.76AC UNIT PAD AP222.31LS PB225.45TOP STEP222.68BLDG AP225.63CNC AP/2.5OS CNC AP223.02NG225.78CNC POL225.77BLDG AP225.92FF225.65CNC AP225.66CNC POL225.58CNC AP224.30BLDG AP225.44TOP STEP POL 12IN TO TOP STP AP225.24CNC RMP POL225.27CNC RMP POL224.17CNC RMP POL224.13CNC RMP POL223.34CNC RMP AP223.37CNC RMP AP/MS223.05NG222.43LS PB222.45LS W/24IN CNC BASE222.61CNC AP222.49CNC AP/CLRD POC222.57BTM RMP222.54CNC CLRD2 POC222.35CNC AP/ CLRD2 POC222.35CNC EC222.33CNC POC222.64CNC POL222.75CNC POL@RMP222.06CNC CLRD2 POC221.93CNC CLRD2 POC222.29CNC CLRD2 POC222.38CNC CLRD2 POC222.24CNC221.48NG220.57NG222.19CNC AP/CLRD3 POC222.13CNC AP/CLRD3 POC222.20CNC AP/CLRD3 POC222.19CNC AP/CLRD POC222.20CNC AP/CLRD3 POC221.97NG222.41CNC CLRD POC222.10CNC CLRD POC222.12CLF/FNCW222.33BBQ AP222.42BBQ AP222.35BBQ AP222.41CNC AP/CLRD POC222.47CNC EC/CLRD POC222.50CNC POC222.60CNC BC222.60CNC POL/MS222.50ICV222.67ICV222.54BLDG AP222.82AC UNIT AP222.76AC UNIT AP222.85AC UNIT AP222.93AC UNIT1 AP222.91AC UNIT1 AP222.91AC UNIT1 AP222.90NG223.21MS AP223.15NG223.85CNC AP223.87CNC AP 22X26223.11NG222.82FNCW END222.71CNC POL222.53FNCW AP231.19RL BLDG AP231.13RL BLDG POLE E E E EEEEEEE EE E E E E E E E E EEEEEEEE E E E E E E E E E E WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW EEEEEEEEEE E E E E 1(TYP.)2(TYP.)344556(TYP.)1258888BUCHON STSENIOR CENTERMITCHELL PARKPLAYGROUNDSANTA ROSA ST7SENIOR CENTERPARKING LOT91011R/WR/W13(TYP.)14(TYP.)7(TYP.)15(TYP.)14(TYP.)16(TYP.)1715(TYP.)16(TYP.)55515(TYP.)1818(64 LF)(78 LF)18BEGIN18END6(TYP.)CITY SPECIFICATION NO.SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:PLAN FILE NO. / LOCATIONHN1" = 8'DEMOLITION PLANMITCHELL PARK REVITALIZATION PROJECTHNMGBNOCTOBER 202320001883APPROVED: [Mo Day, Yr]20SCALE IN FEET816CONSTRUCTION NOTESREMOVE AND DISPOSE (E) PICNIC TABLE AND FOUNDATIONREMOVE AND DISPOSE (E) BENCH AND FOUNDATIONREMOVE AND DISPOSE (E) BARBECUE PIT. REMOVE ELECTRICAL OUTLET, WIRING AND CIRCUIT BREAKERREMOVE AND DISPOSE (E) CONCRETE MOW STRIPPROTECT (E) TREEPROTECT (E) SHRUB/VEGETATION. SEE TREE PROTECTION NOTES, SHEET 3PROTECT (E) PARKING LIGHT (40 W LED)PROTECT (E) CONCRETE WALKWAYPROTECT (E) SIGN POST(E) LIGHT PULL BOX TO BE REPLACED. SEE SHEET 3(E) IRRIGATION BOX TO BE REPLACED. SEE SHEET 3PROTECT (E) RAMPACCESSIBLE PATH TO MITCHELL PARK FROM PUBLIC RIGHT OF WAYPROTECT (E) 2" PVC ELECTRICAL CONDUIT WITH COPPER WIRING (AWG 10)REMOVE AND DISPOSE (E) IRRIGATION HEADABANDON IRRIGATION LINE, EXCEPT FOR PIPE THAT IS EXPOSED OR IN THE WAY OF PROPOSEDIMPROVEMENTS. THIS PIPE MUST BE REMOVED AND DISPOSED.LIMITS OF GRADINGREMOVE AND DISPOSE (E) FENCE. THE (E) FENCE IS COVERED WITH VEGETATION AND MUST BE REMOVED.123LEGENDREMOVE AND DISPOSE (E) CONCRETE WALKWAY456789REMOVE AND DISPOSE (E) CONCRETE WALKWAY AND IMPORT TOP SOIL AS FILL101112REMOVE AND DISPOSE (E) TURF AND VEGETATION. RE-GRADE AND AREA PREPARATIONPER CITY SPECIFICATION SECTION 20. RELOCATE AND REPLACE INTERFERING PORTIONOF (E) IRRIGATION ADJACENT TO NEW WALKWAY (SEE SHEET 3).13141516171. THE SOIL IN THE PROPOSED FLATWORK MUST BE OVEREXCAVATED TO A MINIMUM DEPTH OF 2 FOOT BELOW FINISHED SURFACE.2. THE SOIL SURFACE EXPOSED BY OVEREXCAVATION MUST BE SCARIFIED, MOISTURE CONDITIONED AND RE-COMPACTED.3. IMPORT NON-EXPANSIVE SOIL PLACED IN COMPACTED LIFTS TO SUBGRADE ELEVATION.GRADING NOTES18Page 28 of 250 221.80NG221.20NG220.45NG220.00NG219.90NG219.80NG220.25NG221.97NG222.04CNC POL221.98CNC POL221.84CLF AP220.71NG220.02NG63TREE219.87DL220.12DL1220.39DL1219.56DL29.402222.15CNC POL GB222.54CNC222.45CNC AP222.89CNC POL222.84CNC AP222.61CNC POL222.75CNC POL222.83CNC AP222.74CNC AP22C222.56CNC AP222.52CNC AP220 70220.53CNC AP220.56CNC AP220.67CNC AP220.82CNC POL/6IN MS220.97CNC AP220.18219.87CNC POL219.91CNC POL220.03NG220.36NG220.82NG220.2210IN TREE220.82MS220.84MS220.76LS W/24IN CNC BASE220.947IN TREE221.0116IN TREE220.78MS220.55NG220.01NG220.1124IN TREE220.00NG9.72NC POL219.69NG219.87NG220.79MS220.65MS AP220.775IN TREE220.7912IN TREE220.82ICV219.98NG220.29NG219.9330IN TREE219.49BRICK AP219.76BRICK AP219.74BRICK AP219.78WD BENCH219.37BRICK AP220.0918IN TREE220.23NG220.32NG226.76RE221.11MS AP220.97FNCM BGN221.24MS END221.25CFFL221.79TC221.26CFFS221.21CFFS220.82NG221.40CL STRIPE221.51FL221.96TC221.22NG221.97TC BC221.98TC EC221.53FL221.54FL221.97TC BC222.00TC EC221.53FL221.30NG221.42NG221.54NG222.09TC221.61FL221.54SGN221.74LS W/24IN CNC BASE221.92LS PB222.12MS221.88MS221.70FL222.20TC222.21TC BC221.73FL221.75FL222.27TC EC222.30TC BC221.74FL221.75FL222.27TC EC222.08ICV222.14ICV222.18ICV222.08ICV221.83NG222.17ICV222.29CNC AP222.30CNC POL222.26TC221.83FL222.1618IN TREE222.27SGN222.29SGN222.28SGN222.28LS W/24IN CNC BASE222.29LS PB222.31RMP GB222.31RMP GB221.93BX/FL221.92BX/FL222.25TX221.88FL222.25TX221.94BX/FL221.93BX/FL222.25TX222.26TC221.88FL222.42RMP GB222.37RMP GB222.41BW AP222.42END HAND RAIL222.44CNC POL@STEP222.27TC AP221.91FL222.28TC222.30CNC BC221.67AC221.56AC221.56AC221.42CL STRIPE221.42CL STRIPE221.40CL STRIPE221.25CL STRIPE END220.83NG221.20CFFS221.42CL STRIPE221.41CL STRIPE221.57AC221.70CL STRIPE221.68CL STRIPE221.69STRIPE AP221.68STRIPE AP221.67STRIPE AP221.63STRIPE AP222.33CNC POL222.50CNC AP222.67CNC POL222.57BLDG AP222.46CNC POL222.24TC221.93FL222.62NG222.26TX222.30ICV222.44END RAIL222.43CNC AP222.45CNC POL222.53LS PB222.57NG222.82AC UNIT PAD AP222.73AC UNIT PAD AP222.76AC UNIT PAD AP222.31LS PB225.45TOP STEP222.68BLDG AP225.63CNC AP/2.5OS CNC AP223.02NG225.65CNC AP225.66CNC POL225.58CNC AP224.30BLDG AP225.44TOP STEP POL 12IN TO TOP STP AP225.24CNC RMP POL225.27CNC RMP POL224.17CNC RMP POL224.13CNC RMP POL223.34CNC RMP AP223.37CNC RMP AP/MS223.05NG222.43LS PB222.45LS W/24IN CNC BASE222.61CNC AP222.49CNC AP/CLRD POC222.57BTM RMP222.54CNC CLRD2 POC222.35CNC AP/ CLRD2 POC222.35CNC EC222.33CNC POC222.64CNC POL222.75CNC POL@RMP222.06CNC CLRD2 POC221.93CNC CLRD2 POC222.29CNC CLRD2 POC222.38CNC CLRD2 POC222.24CNC221.48NG220.57NG222.19CNC AP/CLRD3 POC222.13CNC AP/CLRD3 POC222.20CNC AP/CLRD3 POC222.19CNC AP/CLRD POC222.20CNC AP/CLRD3 POC221.97NG222.41CNC CLRD POC222.10CNC CLRD POC222.12CLF/FNCW222.33BBQ AP222.42BBQ AP222.35BBQ AP222.41CNC AP/CLRD POC222.47CNC EC/CLRD POC222.50CNC POC222.60CNC BC222.60CNC POL/MS222.50ICV222.67ICV222.54BLDG AP222.82AC UNIT AP222.76AC UNIT AP222.85AC UNIT AP222.93AC UNIT1 AP222.91AC UNIT1 AP222.91AC UNIT1 AP222.90NG223.21MS AP223.15NG223.85CNC AP223.87CNC AP 22X26223.11NG222.82FNCW END222.71CNC POL222.53FNCW AP231.19RL BLDG231.13RL BLDGE E E E E E EEEEEEEEE EEEE E E E E E E E E E E E E E E E E E E E E E WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW EEEEEEEEEEEEEEE E E E E E (2.0%)1.5%0.8%0.5%1.0%(0.5%)1.4%1.6%2.0%0.5%0.3%1.6%0.2%1.5%10%MAX0.5%3.5%3.2%0.5%0.5%1.0%0.5%0.5%10% MAXR=40.0'14.2'7.5'4.0'L=14.0'R=7.0'18.6'11.7'4.7'9.9'5.7'15.3'9.9'L=8.0'R=5.0'22.2'5.0'8.0'45.0'1219204117(TYP.)(TYP.)21(TYP.)913136220.54 FS220.42 FS222.50 TC220.86 FS222.00 FS222.08 FS220.64 FS222.17 FS/HP222.13 FS222.04 FS(221.98 FS)222.21 FS222.50 FS223.21 FS(222.17 FG)223.43 FS(222.10 FG)223.50 FS(222.38 FG)223.35 FS222.62 FS(222.82 FS)(222.84 FS)222.64 FS222.59 FS(222.61 FS/HP)(222.56 FS)222.65 FS(222.52 FS)(222.33 FS)222.31 FS1.5%9.0'5.3'21.0'5.0'26.0'5.0'1.5%(N) 21'X26' SHADESTRUCTURE1757.8'14220.59 FS41516223.93 TC10223.71 TC224.00 TCSENIOR CENTERPARKING LOT5.0'(2.0%)25.2'41.0'19154.8'11181818220.71 FS221.14 TC220.64 FS221.09 TC220.76 FS3.2%1212.4'16.5'16.5'12.4'5.0'(220.82 FS)220.66 FS222.63 TC222.54 TC221.08 TC1.0%3A8 3315(TYP.)2216(TYP.)1.0%R=40'1.4%222.58 FS1.0%0.5%222.35 FS22(TYP.)9.0'232315' MAX (TYP.)4.8'57.8' ROOT BARRIERPER DETAIL B, THIS SHEET3B22(TYP.)8.0'5.0'5154.0'(1.3%)0.9%0.9%0.5%1.4%1.0%222.58 TC0.9%220.60 FS220.83 FS8.0'2220.47 FS220.52 FS8.5'R=9.4'14141423238.9'12.1'4.0'MIN.222224.0'5.0'1111(64 LF)(78 LF)(95 LF)11(29 LF)CITY SPECIFICATION NO.DATE:PROJECT TITLE:SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHN1" = 6'GRADING AND LAYOUT PLANMITCHELL PARK REVITALIZATION PROJECTHNMGBNOCTOBER 202320001883APPROVED: [Mo Day, Yr]30SCALE IN FEET612CONSTRUCTION NOTESPROTECT (E) RAMPPROTECT (E) TREE. SEE TREE PROTECTION NOTESPROTECT (E) 2" PVC ELECTRICAL CONDUIT WITH COPPER WIRING (AWG 10)PROTECT (E) LIGHT POLEFREESTANDING CONCRETE CHESS TABLE AND SEATS BY STONE AGE (MARBLE BOARD) - GREY. ANCHORS PERMANUFACTURERS RECOMMENDATIONS.BOCCE BALL COURT SURFACE & CONCRETE CURB PER DETAIL A, THIS SHEET8 FEET WIDE PICNIC TABLE BY THE PARKS AND FACILITIES CATALOG MODEL 129-1178-3. SURFACE MOUNT PER DETAILE, THIS SHEET8 FEET WIDE ADA ACCESSIBLE PICNIC TABLE BY THE PARKS AND FACILITIES CATALOG MODEL 129-1212 (2' OVERHANGON ONE SIDE). SURFACE MOUNT PER DETAIL E, THIS SHEET.6 FEET WIDE CITY BENCH PER CITY STD. 9040 (RENAISSANCE MEMORIAL)RAISED STAGE PER DETAIL C, THIS SHEET.INSTALL FENCE PER DETAIL D, THIS SHEET.BOCCE BALL COURT 4' GATE PER DETAIL E, THIS SHEET. MAX PUSH/PULL FORCE OF 5 LBS.LIMITS OF GRADING.LIGHT POST PER CITY STD. 7915. THE FOOTING MUST BE RAISED 6" ABOVE GROUND SURFACE.2" PVC (SCH 40) ELECTRICAL CONDUIT WITH BELL END. 24" MINIMUM BELOW GROUND SURFACEPROTECT (E) SHRUB/VEGETATION. SEE TREE PROTECTION NOTESPROTECT (E) SIGNPROTECT (E) 2" WATER. SLEEVE UNDER ALL WALKWAY AND COURT SURFACE PER CITY STD. 6210, NOTE 10.REPLACE PULL BOX AND CONNECT TO EXISTING PARKING LIGHT CIRCUIT. INSTALLATION MUST CONFORM TO THEPROVISIONS IN CITY SPECIFICATIONS SECTION 86 AND CITY STD. 7520.REPLACE IRRIGATION BOX ADJACENT TO NEW WALKWAYSHADE SAIL STRUCTURE AND FOOTING. FOOTING PEDESTAL TO BE SAME SIZE AS COLUMN BASE AND 1" ABOVEFINISHED SURFACE. SHADE-N-NET 4-COLUMN 21'X26' TRIANGLE SAIL SHADE (FOREST GREEN) AT 10-16 ENTRY HEIGHTAND BLACK POWER COATED FRAME (T902-BKK208). INSTALL PER MANUFACTURE'S INSTRUCTION.RAINBIRD 1812 IRRIGATION HEAD PER ENG. STD. 8650.2" PVC (SCH 40) IRRIGATION. INSTALL PER ENG. STD. 8610.123LEGENDRAISED STAGE (CLASS 2 CONCRETE) PER DETAIL C, THIS SHEET. WEAKENED PLANE JOINTSPER PLANS (1.5" DEEP)CONCRETE WALKWAY (CLASS 2 CONCRETE) PER CITY STD. 4110. REINFORCED WITH #4REBAR @24" O.C EACH WAY. WEAKENED PLANE JOINTS AT 10' EACH WAY.BOCCE BALL COURT SURFACE & CONCRETE CURB (CLASS 2 CONCRETE)PER DETAIL A, THIS SHEET4567891011121314SCALE: NTSMETAL FENCED8' MAX SPACING1"3'-6"2"3'3"10"514321NOTES:1. FENCE MANUFACTURER: AMERISTAR.2. FENCE STYLE: MONTAGE II MAJESTIC WITH 2-RAIL PANELS,EXTENDED BOTTOM WITH BLACK POWDER COAT FINISH1-3/4" TOP & BOTTOM RAILS1" SQUARE PICKET, 14 GASQUARE POST, 2-1/2" X 12 GAINDUSTRIAL FLAT MOUNT BRACKETCLASS 3 CONCRETE FOOTING1LEGEND:23451516171/2" RADIUS MAX (TYP.)6" RISER (TYP.)12" TREADFINISHED SURFACEFINISHED GROUNDSCALE: NTSRAISED STAGEC6" CLASS 2 AB95% COMPACTION6" WARNING CURBNOTES:1. SEE CITY STD. 4110 FOR ADDITIONAL REQUIREMENTS2. REINFORCEMENT MUST HAVE A MINIMUM COVER OF 3 INCHES#4 REBAR @ 24" O.C.4"#4 REBAR@24" O.C.#4 REBAR CONTINUOUSINSTALL 3" WIDE PHOTOLUMINESCENCESTRIP NO MORE THAN 1 INCH FROM NOSINGON ALL STAIR TREADS1. RELOCATE AND REPLACE INTERFERING PORTION OF IRRIGATION ADJACENT TO NEW WALKWAY2. IRRIGATION TO BE TESTED BEFORE AND AFTER CONSTRUCTION. ANY DAMAGED IRRIGATION HEADS MUST BEREPLACED AT CONTRACTOR'S EXPENSE.3. ANY EXISTING IRRIGATION LINES THAT CROSS THE PROPOSED WALKWAY AND BOCCE BALL COURT MUST BESLEEVED PER CITY SPECIFICATIONS SECTION 20-2.01C(E)b4. COVERAGE TEST - CONTRACTOR TO ADJUST ALL SPRINKLERS FOR PROPER COVERAGE.5. CONTRACTOR MUST COORDINATE THE SHUTDOWN OF WATER A MINIMUM OF ONE WEEK PRIOR TO START OFCONSTRUCTION WITH PARKS MAINTENANCE.IRRIGATION NOTESLIMITS OF GRADING. REMOVE EXISTING TURF AND IMPORT TOP SOIL AS FILL.SPREAD AND MIX SOIL AMENDMENT. APPLY "PERENNIAL RYEGRASS" MIXTURE ATTHE RATE OF 10-12 POUNDS OF SEED PER 1,000 SQUARE FEET. COMPLETE WORKPER CITY SPECIFICATIONS SECTION 20.WHEN CUTTING/DRILLING RAILS OR POSTS ADHERE TO THE FOLLOWING STEPS1. REMOVE ALL METAL SHAVINGS FROM CUT AREA.2. APPLY ZINC-RICH PRIMER TO THOROUGHLY COVER CUT EDGE AND/OR DRILLED HOLE; LET DRY.3. APPLY 2 COATS OF CUSTOM FINISH PAINT MATCHING FENCE COLOR. AMERISTAR SPRAY CANSOR PAINT PENS MUST BE USED TO PRIME AND FINISH EXPOSED SURFACES.18194' GATE4312(TYP.)7SQUARE FORK LATCHSQUARE BOX HINGEFENCE PER DETAIL D, THIS SHEETFOOTING PER DETAIL D, THIS SHEETSQUARE POST, 2-1/2" X 12 GABOCCE BALL COURT CONCRETE CURB PER DETAIL A, THIS SHEET1" X 6" TREX COMPOSITE BOARD. TEKS #12 X 1-1/2" SHEET METALSCREW TO GATE @ 2' O.C. COUNTERSET SCREW.LEGEND:1234NOTES:1. GATE AND HARDWARE BY AMERISTAR2. GATE STYLE: MONTAGE II MAJESTIC WITH 2-RAIL PANELS, FLUSHBOTTOM WITH BLACK POWDER COAT FINISH3. GATE MUST HAVE SMOOTH SURFACE ON BOTH SIDES WITHIN 10"VERTICALLY OF FINISHED SURFACE.556SCALE: NTSBOCCE BALL COURT 4' GATEE3'-6"671" CLEAR4'-0"206" CURB3/4" RADIUS (TYP.)FINISHEDSURFACE2.0' MAX6" CURB#4 REBAR CONTINUOUS @12" O.C. EACH WAY (TYP.)NTSCOURT SURFACE & CONCRETE CURBA8"VARIES(N) FENCE PER DETAIL D,THIS SHEET (TYP.)CLASS 2 AGGREGATE BASE6" MIN. DEPTH, COMPACTED TO 95%DG PLAYING SURFACE2" MIN. DEPTH, COMPACTED TO 95%1" X 6" TREX COMPOSITE BOARD (PEBBLE GREY)TAPCON 1/4" X 2-3/4" LAG SCREW TO CURB AT 2' O.C.COUNTERSET LAG SCREWS (TYP.)6" CURB6" CLASS 2 AB95% COMPACTION6" CLASS 2 AB95% COMPACTION213-3/4" (TYP.)3'-0"2223TREE PROTECTION NOTES1. WHERE TRIMMING OF EXISTING VEGETATION IS REQUIRED DURING CONSTRUCTION IT MUST BE DONE IN A MANNER TOREMOVE THE MINIMUM POSSIBLE AMOUNT OF VEGETATION AND LEAVE THE REMAINING IN AN ATTRACTIVE CONDITION.REFER TO CITY STANDARD SPECIFICATIONS SECTION 77-1.03A FOR ADDITIONAL REQUIREMENTS. CONTRACTOR TOHIRE CERTIFIED ARBORIST FOR TREE TRIMMING TO ALLOW NECESSARY CLEARANCE FOR THE PROPOSEDIMPROVEMENTS AND EQUIPMENT CLEARANCE.2. ALL ROOTS MUST BE HAND CUT: EG. RECIPROCATING SAW, CHAINSAW, LOPPERS, HANDSAW, AXE.SCALE: NTSROOT BARRIERB12"ROOT BARRIER6"CONCRETE WALKWAYPER PLANS#4 REBAR CONTINUOUSTOP AND BOTTOM4"18"6"6"FINISHEDSURFACE6" CURB6"1'x4' CONC. FOOTING,TYP. AT EA SUPPORT.ANCHORS PERMANUFACTURERRECOMMENDATIONS4.0'TWO #4 BAR, TOP &BOTTOM, LAP DOWN & TIE6" CLASS 2 AB95% COMPACTION1.0'CONCRETE WALKWAYPER PLANSSCALE: NTSPICNIC TABLE FOUNDATIONE4.0'1.0'Page 29 of 250 Page 30 of 250 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Mitchell Park Revitalization Project Specification No. 2000188 September 2023 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 31 of 250 Mitchell Park Revitalization Project Specification No. 2000188 Approval Date: October 17, 2023 Hai Nguyen October xx, 2023 Brian Nelson October xx, 2023 Page 32 of 250 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I  BID SUBMISSION ...................................................................................................................................... I  BID DOCUMENTS .................................................................................................................................... II  PROJECT INFORMATION........................................................................................................................ II  QUALIFICATIONS .................................................................................................................................... III  AWARD ..................................................................................................................................................... V  ACCOMMODATION .................................................................................................................................. V  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR MITCHELL PARK REVITALIZATION PROJECT, SPECIFICATION NO. 2000188A  LIST OF SUBCONTRACTORS ................................................................................................................ C  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D  LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D  NON-COLLUSION DECLARATION .......................................................................................................... F  BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G  QUALIFICATIONS .................................................................................................................................... H  ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I  SPECIAL PROVISIONS .................................................................................................. 1  DIVISION I GENERAL PROVISIONS ....................................................................................................... 1  1 GENERAL ........................................................................................................................................... 1  3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1  4 SCOPE OF WORK ............................................................................................................................. 2  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 2   DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3  73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 3  80 FENCES ........................................................................................................................................... 3  DIVISION XII BUILDING CONSTRUCTION ............................................................................................. 6  99 BUILDING CONSTRUCTION ........................................................................................................... 6  DIVISION XIII APPENDICES .................................................................................................................... 7  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  APPENDIX B – GEOTECHNICAL REPORT ................................................................... 3  Page 33 of 250 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 November 16, 2023 at which time they will be publicly opened and read aloud. Public bid opening may be accessed via Microsoft Teams video conference and conference call. In person attendance will be permitted. Attendees are encouraged to wear face masks and practice social distancing. Use the following link: https://teams.microsoft.com/l/meetup- join/19%3ameeting_MzdjYjU1N2ItMTIyMy00YTBiLWExODktYTcyNmM0NGM5NGE3% 40thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9- 330dcb148164%22%2c%22Oid%22%3a%22a8add278-38fa-47c3-8727- acd5a57b58ec%22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 387 397 674# Submit bid in a sealed envelope plainly marked: Mitchell Park Revitalization Project, Specification No. 2000188 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Page 34 of 250 NOTICE TO BIDDERS NOTICE TO BIDDERS ii Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals No printed copies are available for purchase at the City office. Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Questions must be submitted through BidSync so that it is available to the public. Contact the project manager, Hai Nguyen at 805-781-7108 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project includes removal of existing and installation of new shade structure, benches, picnic tables, chess tables and bocce ball court. Page 35 of 250 NOTICE TO BIDDERS NOTICE TO BIDDERS iii The project estimated construction cost and contract time established for the project is a follows: BASE BID: $211,000 35 working days ADDITIVE ALTERNATIVE “A” $30,000 5 working days TOTAL PROJECT BID (BASE BID + ADD ALT. “A”): $241,000 Base Bid contract time is established as 35 working days. Award of Additive Alternative “A” will add an additional 5 working days to the contract length. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three referenced projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All referenced projects must be for ADA compliance concrete flatwork within public parks or public right of way. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. Page 36 of 250 NOTICE TO BIDDERS NOTICE TO BIDDERS iv The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. Page 37 of 250 NOTICE TO BIDDERS NOTICE TO BIDDERS v AWARD The lowest bidder will be determined in compliance with Public Contract Code Section 20103.8(c) with the Publicly Disclosed Funding Amount of $211,000 using either:  TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $211,000 or  BASE BID, if Base Bid is less than $211,000 and Base Bid + Add. Alt. “A” is greater than $211,000. 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. Page 38 of 250 BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR MITCHELL PARK REVITALIZATION PROJECT, SPECIFICATION NO. 2000188 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 3 COMPLY WITH BUILDING  PERMIT REQUIREMENTS LS 1 ------------- 2 15 DEMOLITION AND REMOVAL OF  EXISTING IMPROVEMENT LS 1 ------------- 3 19 OVEREXCAVATION AND  GRADING LS 1 ------------- 4 20 TREE TRIMMING LS 1 ------------- 5 15,20 INSTALL IRRIGATION PIPING  AND SPRINKLER SYSTEM LS 1 ------------- 6 73 INSTALL (N) CONCRETE  WALKWAY SQFT 2340 7 73 INSTALL (N) RAISED STAGE EA 1 ------------- 8 80 INSTALL FENCE LF 125 9 80 INSTALL GATE EA 1 ------------- 10 86 INSTALL LIGHT POST AND  CONDUIT PER CITY STD. 7915 EA 4 11  86  INSTALL LIGHT PULL BOX PER  CITY STD. 7915 EA  6  12  99  INSTALL BOCCE BALL COURT  (8 FT X 45 FT) EA  1 ------------- 13  99  INSTALL SHADE STRUCTURE  (21 FT X 26 FT) EA  1 ------------- Page 39 of 250 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 14  99  INSTALL 6 FT BENCH  EA  1 ------------- Base Bid $ 15  99  INSTALL PICNIC TABLE  EA  4  16  99  INSTALL CHESS TABLE  EA  3  Additive Alternative A $ Total Project Bid = (Base Bid + Additive Alternative A) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. Page 40 of 250 BID FORMS BID FORMS C LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Page 41 of 250 BID FORMS BID FORMS D PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is Page 42 of 250 BID FORMS BID FORMS E under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 43 of 250 BID FORMS BID FORMS F NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 44 of 250 BID FORMS BID FORMS G BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Page 45 of 250 BID FORMS BID FORMS H QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Did this project include ADA compliance concrete flatwork within public parks or public right way? 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 ADA compliance concrete flatwork within public parks or public right way? 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 ADA compliance concrete flatwork within public parks or public right way? 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 □ Page 46 of 250 BID FORMS BID FORMS I ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) Page 47 of 250 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. Mitchell Park Revitalization Project 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 3 CONTRACT AWARD AND EXECUTION Add Section 3-1.18B CONTRACT EXECUTION, Building Permit 3-1.18B Building Permit The contractor must obtain a no-fee building permit from the Community Development Department. All requirements of the building permit shall be applied to the project including but not limited to the required 72 hours in advance notification for timing of inspections. Page 48 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 3, 15, 19, 20, 73, 80, 86 and 99 for general, material, construction, and payment specifics. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work hours are restricted to 7:00 A.M. and 4:00 P.M (Monday through Friday). Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. Add to Section 7-1.04 PUBLIC SAFETY: Contractor shall provide a rigid 6-ft high (minimum) chain link or other rigid work site fence surrounding the work site (including any staging and storage areas) and provide other such safeguards and facilities to keep park users from entering the construction area. Contractor shall leave work site clean and free from hazards at the end of each day and on weekends. Walkways must be swept daily. All tools, forms, stakes, hardware, paint cans, building materials and/or any other items that could be a potential hazard to children and park users must be removed from the work site at the end of each day. Construction equipment will be allowed to be kept on-site after hours and over weekends provided it is fully contained within the fenced and secured work site and is not accessible to the public. The Senior Center Parking Lot must be accessible at all times. Contractor to submit a staging plan for approval. The plan must identify the path to complete construction work that will minimize site disturbance. Where trimming of existing vegetation is required during construction, it must be done in a manner to remove the minimum possible amount of vegetation. Existing improvements damaged during construction must be restored at the Contractor’s expense. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Page 49 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Add to Section 8-1.01A GENERAL, Order of Work: Installation of the shade structure will be the last order of work because of the long lead time. The contractor must provide submittals for the shade structure at the preconstruction meeting. Upon approval of the shade structure, the contractor must submit a letter from the supplier indicating the delivery date. Phase 1 – Removal of existing and installation of new fence, lights, bocce ball court, parks equipment, concrete flatwork and shade structure footings. Once all work has been completed, the project will be put into suspension until the delivery of the shade structure. Phase 2 – Installation of the shade structure DIVISION VIII MISCELLANEOUS CONSTRUCTION 73 CONCRETE CURBS AND SIDEWALKS Add to Section 73-1.01 GENERAL: Concrete removal must be per Section 73-1.03A and City Standard Detail 4910. Dowel existing concrete into new concrete per Section 73-1.03F and City Standard Detail 4110. 80 FENCES Add Section 80-4 METAL FENCING 80-4.01 GENERAL The contractor shall provide all labor, materials and appurtenances necessary for installation of the welded ornamental steel fence system defined herein at Mitchell Park Revitalization Project. The manufacturer shall supply a total fence system of Montage II Welded and Rackable (ATF – All Terrain Flexibility) Ornamental Steel, Majestic design. The system shall include all components (i.e., panels, posts, and hardware) required. The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. 80-4.01A References  ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy Coated (Galvannealed) by the Hot-Dip Process.  ASTM B117 - Practice for Operating Salt-Spray (Fog) Apparatus.  ASTM D523 - Test Method for Specular Gloss.  ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint.  ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open-Flame Carbon-Arc Light and Water Exposure Apparatus. Page 50 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 4  ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments.  ASTM D2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates.  ASTM D2794 - Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact).  ASTM D3359 - Test Method for Measuring Adhesion by Tape Test.  ASTM F2408 – Ornamental Fences Employing Galvanized Steel Tubular Pickets. 80-4.01B Submittal The manufacturer’s literature shall be submitted prior to installation. 80-4.01C Product Handling and Storage Upon receipt at the job site, all materials shall be checked to ensure that no damage occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. 80-4.02 MATERIALS 80-4.02A General The metal fence system shall conform to Montage II Welded and Rackable (ATF – All Terrain Flexibility) Ornamental Steel, Majestic design, extended picket bottom rail treatment, 2-Rail style manufactured by Ameristar Fence Products, Inc., in Tulsa, Oklahoma. 80-4.02B Material 1. Steel material for fence panels and posts shall conform to the requirements of ASTM A653/A653M, with a minimum yield strength of 45,000 psi (310 MPa) and a minimum zinc (hot-dip galvanized) coating weight of 0.90 oz/ft2 (276 g/m2), Coating Designation G-90. 2. Material for pickets shall be 1” square x 14 Ga. tubing. The rails shall be steel channel, 1.75” x 1.75” x .105”. Picket holes in the rail shall be spaced 4.715” o.c. Fence posts shall be 2-1/2" square x 12 Ga. tubing. 80-4.02C Fabrication 1. Pickets, rails and posts shall be pre-cut to specified lengths. Rails shall be pre- punched to accept pickets. 2. Pickets shall be inserted into the pre-punched holes in the rails and shall be aligned to standard spacing using a specially calibrated alignment fixture. The aligned pickets and rails shall be joined at each picket-to-rail intersection by Ameristar’s proprietary fusion welding process, thus completing the rigid panel assembly. 3. The manufactured panels and posts shall be subjected to an inline electrodeposition coating (E-Coat) process consisting of a multi-stage Page 51 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 pretreatment/wash, followed by a duplex application of an epoxy primer and an acrylic topcoat. The minimum cumulative coating thickness of epoxy and acrylic shall be 2 mils (0.058 mm). The color shall be Bronze. The coated panels and posts shall be capable of meeting the performance requirements for each quality characteristic shown in Table 1. 4. The manufactured fence system shall be capable of meeting the vertical load, horizontal load, and infill performance requirements for Industrial weight fences under ASTM F2408. 80-4.03 CONSTRUCTION 80-4.03A General All new installation shall be laid out by the contractor in accordance with the construction plans. 80-4.03B Fence Installation Fence post shall be spaced according to the plans and details, plus or minus ½”. Fence panels shall be attached to posts with brackets supplied by the manufacturer. Posts shall be set in concrete footers having a minimum depth of 36”. The “Earthwork” and “Concrete” sections of this specification shall govern material requirements for the concrete footer. 80-4.03C Fence Installation Maintenance All scratched surfaces must be re-coated prior to final acceptance. When cutting/drilling rails or posts adhere to the following steps to seal the exposed steel surfaces; 1) Remove all metal shavings from cut area. 2) Apply zinc-rich primer to thoroughly cover cut edge and/or drilled hole; let dry. 3) Apply 2 coats of custom finish paint matching fence color. Failure to seal exposed surfaces per steps 1-3 above will negate warranty. Ameristar spray cans or paint pens shall be used to prime and finish exposed surfaces; it is recommended that paint pens be used to prevent overspray. Use of non-Ameristar parts or components will negate the manufactures’ warranty. 80-4.03D Cleaning The contractor shall clean the jobsite of excess materials; post-hole excavations shall be scattered uniformly away from posts. Table 1 – Coating Performance Requirements Quality Characteristics ASTM Test Method Performance Requirements Adhesion D3359 – Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). Corrosion Resistance B117, D714 & D1654 Corrosion Resistance over 1,500 hours (Scribed per D1654; failure mode is accumulation of 1/8” coating loss from scribe or medium #8 blisters). Page 52 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 Impact Resistance D2794 Impact Resistance over 60-inch lb. (Forward impact using 0.625” ball). Weathering Resistance D822 D2244, D523 (60˚ Method) Weathering Resistance over 1,000 hours (Failure mode is 60% loss of gloss or color variance of more than 3 delta-E color units). 80-4.04 PAYMENT Fence is measured by linear foot along the direction of the fence. Payment for furnishing and installing all fencing shall be at the linear foot (LF) price paid for “Install Fence” and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work in accordance with the Plans, Special Provisions and Specifications Section 80, and as directed by the Engineer. No additional payment will be made therefor. DIVISION XII BUILDING CONSTRUCTION 99 BUILDING CONSTRUCTION Replace Section 99 BUILDING CONSTRUCTION with: 99-1 PARK CONSTRUCTION 99-1.01A General The contractor shall provide all labor, materials and appurtenances necessary for installation of the Shade Structure, Benches, Picnic Tables, Chess Tables and Bocce Ball Court defined herein at Mitchell Park Revitalization Project. The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. All equipment must be installed in accordance with the Manufacturer's recommendations, the plans and these special provisions. If there is a conflict with the previously mentioned requirements, the more stringent shall apply. The contractor must take precaution during excavation and protect existing improvements not marked for removal from damage. To minimize impact to Mitchell Park, skid steer, bobtail dump truck and mini excavator must be used to complete the work. All other equipment to be used for work within Mitchell Park must be approved by the engineer. Upon completion of work within Mitchell Park, the contractor must restore existing improvements to the same condition before the start of construction at no additional cost to the City. 99-1.01B Submittals The Contractor must submit structural engineering calculations (signed and stamped by a registered engineer in the State of California) for the shade structure for review and approval by the Engineer prior to fabrication. The minimum footing size must be 3’ diameter x 6.5’ deep. Page 53 of 250 SPECIAL PROVISIONS SPECIAL PROVISIONS 7 99-1.01C Product Handling and Storage Upon receipt at the job site, all materials shall be checked to ensure that no damage occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. 99-1.01D Warranty Period The warranty period is one year starting from final acceptance of the work by the City. All work including punch list items must be completed prior to final acceptance. DIVISION XIII APPENDICES Add Section 100-1.01 APPENDICES: 1. Appendix A - Form of Agreement 2. Appendix B - Geotechnical Reports Page 54 of 250 APPENDIX APPENDIX 0 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on _____________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. Page 55 of 250 APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In Page 56 of 250 APPENDIX APPENDIX 2 instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ Page 57 of 250 APPENDIX APPENDIX 3 APPENDIX B – GEOTECHNICAL REPORT Page 58 of 250 GEOTECHNICAL ENGINEERING MITCHELL PARK REVITALIZATION PROJECT SANTA ROSA STREET SAN LUIS OBISPO, CALIFORNIA May 24, 2023 Prepared for Mr. Hai Nguyen City of San Luis Obispo Public Works Prepared by Earth Systems Pacific 4378 Old Santa Fe Road San Luis Obispo, CA 93401 Copyright © 2023 Page 59 of 250 ii May 24, 2022 FILE NO.: 305962-001 Mr. Hai Nguyen City of San Luis Obispo Public Works 919 Palm Street San Luis Obispo, CA 93401 PROJECT: MITCHELL PARK REVITALIZATION PROJECT SANTA ROSA STREET SAN LUIS OBISPO, CALIFORNIA SUBJECT: Geotechnical Engineering Report CONTRACT REF: Earth Systems Pacific Proposal to Provide a Geotechnical Engineering Report, Mitchell Park Revitalization, Santa Rosa Street and Buchon Street, San Luis Obispo, California, dated March 1, 2023, Doc. No. SLO-2302- 001.PRP Dear Mr. Nguyen: As per your authorization of the referenced proposal, this geotechnical engineering report has been prepared for use in the development of plans and specifications for the Mitchell Park Revitalization project located on Santa Rosa Street, in San Luis Obispo, California. Preliminary geotechnical recommendations for site preparation, grading, foundations, exterior pedestrian flatwork, PCC pavement, drainage and maintenance, and observation and testing are presented herein. One bound copy and an electronic copy of this report are furnished for your use. 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 Samuel Venable, PE Principal Engineer Staff Engineer Doc. No.: 2304-009.SER/pm Page 60 of 250 iii Table of Contents COVER LETTER ................................................................................................................ ii 1.0 INTRODUCTION AND SITE SETTING .............................................................................. 1 2.0 SCOPE OF SERVICES ...................................................................................................... 1 3.0 FIELD INVESTIGATION AND LABORATORY ANALYSIS ................................................... 2 4.0 GENERAL SUBSURFACE ................................................................................................. 3 5.0 CONCLUSIONS ............................................................................................................... 3 6.0 GEOTECHNICAL RECOMMENDATIONS ......................................................................... 5 Site Preparation ............................................................................................................ 6 Grading .......................................................................................................................... 6 Foundations .................................................................................................................. 8 Pedestrian Flatwork .................................................................................................... 10 Drainage and Maintenance......................................................................................... 10 Observation and Testing ............................................................................................. 11 7.0 CLOSURE...................................................................................................................... 13 TECHNICAL REFERENCES ......................................................................................................... 14 APPENDICES APPENDIX A Figure 1 - Site Vicinity Map Figure 2 - Exploration Location Map Boring Log Legend Boring Logs APPENDIX B Laboratory Test Results Page 61 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 1 2304-009.SER 1.0 INTRODUCTION AND SITE SETTING The proposed project will consist of the removal of existing amenities and the construction of new improvements at Mitchell Park on Santa Rosa Street in San Luis Obispo, California (see Figure 1 – Site Vicinity Map in Appendix A). Based on the preliminary plans, the existing amenities proposed to be removed include picnic tables, benches, barbecue pits, and non-ADA compliant pedestrian flatwork. Proposed improvements consist of new ADA compliant pedestrian flatwork, new picnic tables, new barbecue pits, new benches, concrete chess tables, bocce ball courts, and shade structures. We understand the new miscellaneous structures, such as the new benches and tables, as well as the new shade structures will be supported by conventional shallow foundations on slabs. We have provided separate shallow foundation recommendations for the miscellaneous structures and the shade structures. Dead plus live column loads were not provided for the shade structures but are anticipated to be on the order of 500 psf. Site improvements will include Portland cement concrete (PCC), exterior flatwork, and landscaping. No stormwater control measures (SCMs), basements, retaining walls or subterranean structures are anticipated. The site is located at the approximate coordinates of latitude 35.2789N and longitude 120.6574W, which were obtained from the Google Earth Website (Google Earth 2023). The site is relatively flat. The site is surrounded by Santa Rosa Street to the northeast and Buchon Street to the south. 2.0 SCOPE OF SERVICES The authorized scope of work included a general site reconnaissance, field exploration, geotechnical analysis of the data gathered, and preparation of this report. The analysis and subsequent recommendations were based on verbal information and a general project location plan provided by the client. 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 2022 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. Page 62 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 2 2304-009.SER Preliminary geotechnical engineering recommendations for site preparation, grading, foundations, flatwork, PCC pavement, 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. It may also be advantageous to retain the geotechnical engineer 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, retaining walls, non-structural fills, and vehicular pavements are not within our scope and are also not addressed. Design and/or suitability of LID features such as retention basins, bio swales, or other improvements are also beyond our scope. 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 AND LABORATORY ANALYSIS On March 22, 2023, two exploratory boring was drilled on site to depths ranging from approximately 11.5 feet and 16.5 feet below the existing ground surface (bgs). The borings were drilled with a truck-mounted SIMCO EP200 drill rig equipped with a 4-inch outside diameter solid Page 63 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 3 2304-009.SER stem auger and an automatic hammer for sampling. As the borings were advanced, soil samples were obtained using a 3-inch outside diameter ring-lined barrel sampler (ASTM D 3550-17 with shoe similar to ASTM D 2937-17). Bulk samples were also obtained from the auger cuttings. The approximate locations of the 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 Soil Classification System and ASTM D 2488-17. Logs of the borings are presented in Appendix A, along with a Boring Log Legend. 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 characteristics observed during drilling. These include, but are not limited to, the presence of cobbles or boulders, cementation, variations in soil moisture, presence of groundwater, and other factors. Consequently, the logger must exercise judgment in interpreting soil characteristics, possibly resulting in soil descriptions that vary from the legend. Selected samples were tested in our laboratory to determine maximum density and optimum moisture content (ASTM D 1557-12, modified), expansion index (ASTM D 4829-11), bulk density (ASTM D 2937-17, modified for ring liners), moisture content (ASTM D 2216-10), and cohesion and angle of internal friction by direct shear (ASTM D 3080/D 3080M-11). The results of the laboratory tests are presented in Appendix B. 4.0 GENERAL SUBSURFACE The subsurface profiles found in the exploratory borings consisted of alluvium, which extended to the maximum depth explored of 16.5 feet bgs. The alluvial soils consisted of lean clay, poorly graded sand, clayey sand, and silty sand. The clay had a medium stiff consistency, and the sands were loose. These materials were logged as very moist and wet. Groundwater was encountered at 12.5 feet bgs. Please refer to the boring logs in Appendix A for a more complete description of the subsurface conditions encountered at the site. 5.0 CONCLUSIONS In our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed project, provided the recommendations contained herein are implemented in the design and construction. From a geotechnical engineering standpoint, the primary concerns at the site are the potentials for strong ground shaking and the presence of expansive surficial soils. The potential for liquefaction is also discussed below. Page 64 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 4 2304-009.SER Potential Strong Ground 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, 2023) 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. Presence of Expansive Surficial Soils An expansion index test performed on a sample of the near surface soils produced an expansion index of 65. Per Section 1803.5.3 of the 2022 CBC, soils are considered to be non-expansive for expansion index values of 20 or less and expansive for values greater than 20. Using the terminology typically associated with the ASTM test method for expansion, the near-surface soils are considered to have “medium” 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. Use of slightly deepened foundations combined with moisture control of the soil are recommended to provide protection for these features. Imported non-expansive soils are recommended to be placed beneath interior slabs-on-grade and exterior flatwork. Liquefaction Potential Liquefaction refers to a phenomenon that tends to occur in saturated soils of low density that have grain sizes within a certain range, usually fine- to medium-grained poorly graded sands, silty Page 65 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 5 2304-009.SER sands, and sandy silts. A sufficiently strong earthquake is also required to cause liquefaction. During liquefaction, the energy from the earthquake causes the water pressure within the pores of the soil to increase. The increase in water pressure decreases the friction between the soil grains, allowing the soil grains to move relative to one another. During this state, the soil will behave as a viscous liquid, temporarily losing its ability to support foundations and other improvements. As the pressure is released, the soils typically settle in a process called “liquefaction settlement.” Liquefaction settlement can cause damage to structures and other surface and subsurface improvements if their potential is not addressed. The soils encountered at the site were classified as lean clay, poorly graded sand, clayey sand, and silty sand. Sandy soils such as those encountered at the site are likely to liquefy if encountered below the groundwater. Groundwater was encountered at a depth of 12.5 feet bgs. According to the County of San Luis Obispo (2013), the site is mapped as being in an area of moderate potential for liquefaction. It is our opinion that there is a very low potential for liquefaction at the project site due to the depth to bedrock encountered and an adjacent site just below the depth explored, and our estimation. The groundwater is perched atop the bedrock due to the heavy rains this winter. 6.0 GEOTECHNICAL RECOMMENDATIONS These recommendations are applicable for the improvements as described in the “Introduction and Site Setting” Section of this report. If other 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. • Foundation Areas – The areas within the footprints of all conventional shallow (individual spread) foundations. • Miscellaneous Structures – The benches and tables but does not include the shade structures. • Pedestrian Flatwork Areas – The footprint on any PCC flatwork that will accommodate pedestrian foot traffic only. • Grading Area – The entire area to be graded, including the foundation areas, pedestrian flatwork areas, and any other areas to be graded. Page 66 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 6 2304-009.SER • Subgrade: The elevation of the surface upon which a sand cushion/non-expansive imported material or aggregate base will be placed for flatwork or pavement improvements. • Scarified: Thoroughly plowed or ripped in two orthogonal directions to a depth of not less than 8 inches. • Moisture Conditioned: Soil moisture content adjusted to just above optimum moisture content 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, unless specified otherwise. 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 geotechnical engineer and jurisdiction. Site Preparation 1. The ground surface in the foundation area or foundation area should be prepared for construction by removing the existing flatwork, debris, vegetation and other deleterious materials. Existing utility lines that will not remain in service should be either removed or abandoned. The appropriate method of abandonment will depend upon the type and depth of the utility. Recommendations for abandonment 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 Foundation Areas 1. Following site preparation, soils within the foundation areas should be removed to a level plane at a minimum depth of the planned bottom-of-footing elevation. The exposed surfaces should then be scarified, moisture conditioned and recompacted. Pedestrian Flatwork Areas 2. The soil in the exterior pedestrian flatwork areas should be overexcavated to a minimum depth of 2 foot below planned finished surface elevation. The soil surface exposed by Page 67 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 7 2304-009.SER overexcavation should be scarified, moisture conditioned, and recompacted. Imported non-expansive soil should then be placed in compacted lifts to subgrade elevation. Once subgrade is established and compacted, the placement, moisture conditioning, and compaction of aggregate base and any non-expansive soil can proceed. Non-expansive material is described below in paragraph 3. 3. Non-expansive soils are defined as falling into the GP, GW, GM, GC, SM, SC, SP, or SW categories (ASTM D 2487-17) and having an expansion index of 10 or less (ASTM D 4829- 21). Imported non-expansive soils used in the flatwork areas should have strength qualities equal to or better than the site soils. All proposed imported fill should be approved by the geotechnical engineer before being transported to the site and periodically during construction. Grading – General 4. In the remainder of the grading area, prior to placement of fill or filling excavations to grade, the existing or excavated soil surfaces should be scarified, moisture conditioned, and recompacted. 5. Voids created by dislodging rocks and/or debris during scarification should be backfilled and compacted, and the dislodged materials should be removed from the work area. 6. All materials used as fill should be cleaned of all debris and any rocks larger than 6 inches in maximum dimension. 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. 7. If the soils become unstable, or if the recommended compaction cannot be readily achieved, drying the soil to just above optimum moisture content 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. 8. 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, Page 68 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 8 2304-009.SER 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. Foundations Miscellaneous Structures 1. Conventional shallow continuous and spread footings may be used to support the proposed miscellaneous structures. The footing excavations should be constructed with minimum depths of 18 inches below the lowest adjacent grade. Footing excavations should be cut neat and horizontal. Alternately, minimum 6 inch core concrete mat slab. 2. Continuous footings should be reinforced as required by the architect/engineer; minimum reinforcement should consist of one No. 4 rebar top and bottom. Spread footings should be reinforced in accordance with the requirements of the architect/engineer. 3. Footings bearing into firm compacted soils may be designed using maximum allowable bearing capacities of 1,000 psf for dead loads and 1,500 psf for dead plus live loads. Using these criteria, maximum settlement is expected to be less than 1 inch. Shade Structures 4. Conventional shallow continuous and spread footings may be used to support the proposed shade structures. The footing excavations should be constructed with minimum depths of 21 inches below the lowest adjacent firm soil grade. Footing excavations should be cut neat and horizontal. 5. Continuous footings should be reinforced as required by the architect/engineer; minimum reinforcement should consist of one No. 4 rebar top and bottom. Spread footings should be reinforced in accordance with the requirements of the architect/engineer. 6. Footings bearing into native soils 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 settlement and differential settlement are expected to be less than 1 inch over a horizontal distance of 25 feet. Page 69 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 9 2304-009.SER General Foundations 7. In calculating resistance to lateral loads, a passive equivalent fluid pressure of 250 pcf in the soil may be used. Coefficient of friction for soil of 0.3 may also be utilized. Lateral capacity is based on the assumption that the soil adjacent to the foundation is undisturbed. In the case of foundations adjacent to native soils, the upper 1 foot and 2 foot should be neglected in the design of the playground/miscellaneous structures and the shade/signage/fencing structures, respectively. Allowable bearing capacities may be increased by one-third when transient loads such as wind or seismicity are included. 8. 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 2023), 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 2022 CBC seismic parameters. Table 1 – 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 1.067 Fa 1.07 SMS 1.145 SDS 0.764 S1 0.393 Fv 1.91 SM1 0.749 SD1 0.500 Peak Mean Ground Acceleration (PGAm) : 0.533 g Seismic Design Category: D 9. Foundation excavations should be observed by the geotechnical engineer prior to placement of reinforcing steel. Soils in foundation excavations should be moistened to optimum moisture content, or just above, and no desiccation cracks should be present prior to concrete placement. Page 70 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 10 2304-009.SER Exterior Pedestrian Flatwork 1. PCC pedestrian flatwork should have a minimum thickness of 4 full inches. Reinforcement size, placement, and dowels should be as directed by the architect/engineer; minimum pedestrian flatwork reinforcement should consist of No. 3 rebar placed at 24 inches on- center each way. 2. Where maintaining the elevation of the pedestrian flatwork is critical, the flatwork should be doweled to the perimeter of adjacent improvements, at a minimum, by No. 3 dowels lapped to the flatwork rebar. In other areas, the flatwork may be doweled to the foundation or the flatwork may be allowed to “float free,” at the discretion of the architect/engineer. Flatwork that is intended to float free should be separated from foundations or other improvements by a felt joint or other means. 3. In addition to the placement of non-expansive material in the pedestrian flatwork areas as described in the “Grading” section, another measure that can be taken to reduce the risk of movement of flatwork due to expansive soils is to provide thickened edges or grade beams around the perimeters of the flatwork. The thickened edges or grade beams could be from 12 to 27 inches deep, with the deeper edges or grade beams providing better protection. At a minimum, the thickened edge or grade beam should be reinforced by two No. 5 rebar, one at the top and one at the bottom. The use of thickened edges or grade beams is left to the discretion of the city and/or architect/engineer. 4. To reduce shrinkage cracks in concrete, 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 concrete should be properly cured. Concrete materials, placement, and curing specifications should be at the direction of the architect/engineer; ACI 302.1R-15 is suggested as a resource for the architect/engineer in preparing such specifications. Drainage and Maintenance 1. Unpaved ground surfaces should be graded during construction and, per Section 1804.3 of the 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. Page 71 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 11 2304-009.SER 2. All eaves of the canopy should be fitted with roof gutters. Runoff from flatwork, roof gutters, downspouts, planter drains, area drains, etc. should discharge in a nonerosive manner away from foundations and other improvements in accordance with the requirements of the governing agencies. Erosion protection should be placed at all discharge points unless the discharge is to an improved surface. 3. If soils are disturbed during construction, stabilization of soils by vegetation or other means, during and following construction, is essential to reduce erosion damage. Care should be taken to establish and maintain vegetation. The landscaping should be planned and installed to maintain the surface drainage recommended above. Surface drainage should also be maintained during construction. 4. Maintenance of drainage and other improvements is critical to the long-term stability of the site and the integrity of the structures. Site improvements should be maintained on a regular basis. 5. Finished flatwork surfaces should be sloped to freely drain toward appropriate drainage facilities. Water should not be allowed to stand or pond on or adjacent to exterior pedestrian flatwork, or other improvements as it could infiltrate into the sand/aggregate base or subgrade, causing premature deterioration of flatwork or other improvements. 6. All exterior drains and drain outlets should be maintained to be free-flowing. Care should be taken to establish and maintain vegetation. Vegetation and erosion matting (if utilized) should be maintained or augmented as needed. Irrigation systems should be maintained so that soils around structures are maintained at a relatively uniform year-round moisture content and are neither over-watered nor allowed to dry and desiccate. 7. To reduce the potential for disruption of drainage patterns and undermining of structures, fill areas, etc., all 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. Page 72 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 12 2304-009.SER 2. At a minimum, the geotechnical engineer should be retained to provide: • Oversight of soil special inspection 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. • Conventional foundation excavations 4. A program of quality assurance should be developed prior to beginning construction. At a minimum, the program should include all geotechnical items shown on the testing and inspection schedule of the approved plans. It should also include any additional inspection items required by the engineer and/or the governing jurisdiction. These items should be discussed at a preconstruction site meeting among a representative of the owner, the geotechnical engineer, special inspector, the project inspector, the engineer, and contractors. The geotechnical engineer should be notified at least 48 hours prior to beginning grading operations. 5. Locations and frequency of compaction tests should be 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. Page 73 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 13 2304-009.SER 7.0 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 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 changes with respect to the project 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 of other applicable standards, and the requirements of the governing jurisdiction. The recommendations presented in this geotechnical report are based upon the geotechnical conditions encountered at the site and may be augmented by additional requirements of the client, or by additional recommendations provided by the geotechnical engineer based on peer or jurisdiction reviews, or conditions exposed at the time of construction. 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. 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. Page 74 of 250 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 305893-001 14 2304-009.SER TECHNICAL REFERENCES ACI (American Concrete Institute). 2019. “Building Code Requirements for Structural Concrete.” Document 318. ACI (American Concrete Institute). 2015. "Guide for Concrete Floor and Slab Construction." Document 302.1R.15. ASCE (American Society of Civil Engineers). 2017. Minimum Design Loads for Buildings and other Structures, ASCE/SEI 7-16, ASCE. California Building Code. 2022. California Code of Regulations, Title 24, Part 2. Google Earth. 2023. Google Earth [website], retrieved from: http://www.google.com/earth/index.html San Luis Obispo, County of. 2021. Department of Planning and Building, Land Use View, interactive web, https://www.slocounty.ca.gov/Departments/Planning- Building/Information-Systems/Services/Land-Use-View.aspx. SEAOC (Structural Engineers Association of California). 2023. “Seismic Design Map Tool.” Retrieved from: https://seismicmaps.org/ Page 75 of 250 APPENDIX A  Figure 1 ‐ Site Vicinity Map  Figure 2 ‐ Exploration Location Map   Boring Log Legend  Boring Log      Page 76 of 250 Earth Systems Pacific4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786NOT TO SCALEBASE MAP PROVIDED BY: Google Earth (2023)DateMay 2023Project No.305962-001Figure 1SITE VICINITY MAPMitchell Park Revitalization ProjectSanta Rosa StreetSan Luis Obispo, CaliforniaSITEPage 77 of 250 NOT TO SCALEEarth Systems Pacific4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 Fax (805) 544-1786DateMay 2023Project No.305962-001Figure 2EXPLORATION LOCATION MAPMitchell Park Revitalization ProjectSanta Rosa StreetSan Luis Obispo, CaliforniaBASE MAP PROVIDED BY: City of San Luis Obispo (2023)LEGENDBoring Location (Approx.)Boring Location (Approx.)B2B1B2Page 78 of 250 drafting/masters/Boring Log Legend 062719.dwgUNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D 2487) OBSERVED MOISTURE CONDITION DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED) TYPICAL BEDROCK HARDNESS TYPICAL BEDROCK WEATHERING GRAIN SIZES CONSISTENCY Page 79 of 250 DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific 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: 4" Solid Stem DRILL RIG: SIMCO EP200 LOGGED BY: S. Venable 0 - 3.0 SM SILTY SAND: brown, loose, very moist PAGE 1 OF 1 Boring No. 1 JOB NO.: 305893-001 DATE: 3/22/2023 5.0 - 6.5 3 4 Mitchell Park Revitalization Project Santa Rosa Street San Luis Obispo, California CLAYEY SAND: dark brown, loose, very moist LEAN CLAY: very dark brown, medium stiff, very moist, trace sand (Alluvium) 2 10.0 - 11.5 4 5 2 LEAN CLAY: dark brown, medium stiff, very moist,CL CL SC End of Boring @ 11.5' No subsurface water encountered 91.9 29.2 Page 80 of 250 DEPTH(feet)USCS CLASSSYMBOLINTERVAL(feet)SAMPLETYPEDRY DENSITY(pcf)MOISTURE(%)BLOWSPER 6 IN.SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific 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: 4" Solid Stem DRILL RIG: SIMCO EP200 LOGGED BY: S. Venable 0 - 3.0 SP POORLY GRADED SAND: yellowish brown, loose, very moist PAGE 1 OF 1 Boring No. 1 JOB NO.: 305893-001 DATE: 3/22/2023 5.0 - 6.5 4 7 Mitchell Park Revitalization Project Santa Rosa Street San Luis Obispo, California CLAYEY SAND: brown, loose, very moist LEAN CLAY: very dark brown, medium stiff, very moist, trace sand (Alluvium) 6 10.0 - 11.5 4 4 3 LEAN CLAY: brown, medium stiff, very moist, trace sand CL 15.0 - 16.5 3 CL POORLY GRADED SAND: brown, loose, wet 4 5 SC End of Boring @ 16.5' Subsurface water encountered @ 12.5' SP 103.5 19.1 86.1 27.3 105.4 22.0 Page 81 of 250           APPENDIX B    Laboratory Test Results      Page 82 of 250 Mitchell Park Revitalization 305962-001 BULK DENSITY TEST RESULTS ASTM D 2937-17 (modified for ring liners) March 28, 2023 BORING DEPTH MOISTURE WET DRY NO.feet CONTENT, % DENSITY, pcf DENSITY, pcf 1 5.5 - 6.0 19.1 123.3 103.5 1 10.5 - 11.0 27.3 109.7 86.1 1 15.5 - 16.0 22.0 128.6 105.4 2 5.5 - 6.0 29.2 118.7 91.9 EXPANSION INDEX TEST RESULTS ASTM D 4829-19 BORING DEPTH EXPANSION NO.feet INDEX 1 0.0 - 3.0 65 Page 83 of 250 Mitchell Park Revitalization 305962-001 MOISTURE-DENSITY COMPACTION TEST ASTM D 1557-12 (Modified) PROCEDURE USED: A March 28, 2023 PREPARATION METHOD: Dry Boring #1 @ 0.0 - 3.0' RAMMER TYPE: Mechanical Very Dark Brown Lean Clay (CL) SPECIFIC GRAVITY: 2.70 (assumed) SIEVE DATA:MAXIMUM DRY DENSITY: 109.8 pcf Sieve Size % Retained (Cumulative)OPTIMUM MOISTURE: 16.5% 3/4"0 3/8"0 ENTER OVERSIZE CORRECTION DATA #4 0 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25DRY DENSITY, pcfMOISTURE CONTENT, percent Compaction Curve Zero Air Voids Curve Page 84 of 250 Mitchell Park Revitalization 305962-001 DIRECT SHEAR ASTM D 3080/D3080M-11 (modified for consolidated, undrained conditions) March 28, 2023 Boring #1 @ 0.0 - 3.0'INITIAL DRY DENSITY: 98.9 pcf Lean Clay (CL)INITIAL MOISTURE CONTENT: 16.5 % Ring sample, saturated PEAK SHEAR ANGLE (Ø): 25° COHESION (C): 144 psf 0 500 1,000 1,500 2,000 2,500 3,000 0 500 1,000 1,500 2,000 2,500SHEAR STRESS, psfNORMAL STRESS, psf SHEAR vs. NORMAL STRESS Page 85 of 250 Mitchell Park Revitalization 305962-001 DIRECT SHEAR continued ASTM D 3080/D3080M-11 (modified for consolidated, undrained conditions) Boring #1 @ 0.0 - 3.0'March 28, 2023 Lean Clay (CL) Ring sample, saturated SPECIFIC GRAVITY: 2.70 (assumed) SAMPLE NO.:1 2 3 AVERAGE INITIAL WATER CONTENT, %16.5 16.5 16.5 16.5 DRY DENSITY, pcf 98.9 98.9 98.9 98.9 SATURATION, %63.2 63.2 63.2 63.2 VOID RATIO 0.704 0.704 0.704 0.704 DIAMETER, inches 2.410 2.410 2.410 HEIGHT, inches 1.00 1.00 1.00 AT TEST WATER CONTENT, %31.6 30.4 31.5 DRY DENSITY, pcf 102.8 100.0 99.6 SATURATION, %100.0 100.0 100.0 VOID RATIO 0.640 0.685 0.691 HEIGHT, inches 0.96 0.99 0.99 0 500 1,000 1,500 2,000 0.00 0.05 0.10 0.15 0.20 0.25SHEAR STRESS, psfHORIZONTAL DEFORMATION, inches 486 psf 971 psf 1,942 psf Page 86 of 250 R ______ RESOLUTION NO. _____ (2023 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING USE OF PARKLAND-IN-LIEU (QUIMBY) FUNDS TO SUPPORT MITCHELL PARK REVITALIZATION PROJECT, SPECIFICATION NO. 2000188 WHEREAS, on October 20, 2020, the City Council authorized staff to submit a grant application for Prop. 68 Per Capita Funds and authorize the Assistant City Manager to execute the necessary grant documents; and WHEREAS, staff received project approval from State Parks and has signed and executed a contract with State Parks for $177,952 in state funding for improvements at Mitchell Park; and WHEREAS, on February 2, 2021, Council authorized staff to initiate project planning and design for pickleball courts at Mitchell Park and appropriated $32,048 from the Parkland-in-lieu (Quimby) Fund to support the project; and WHEREAS, on October 19, 2021, Council authorized staff to update the proposed improvements at Mitchell Park to include bocce ball court and amenities; and WHEREAS, to provide sufficient funding to support construction of bocce ball court and amenities, staff is recommending the City Council approve the use of an additional $50,000 from the Parkland-in-lieu (Quimby) Fund; and WHEREAS, subdivisions within the Mitchell Park Neighborhood, including the 1137 Peach Street and San Luis Square projects which will be served by this project, have paid fees enacted by the Quimby Act, within the Subdivision Map Act (Cal. Gov. Code § 66477), for the purpose of developing new or rehabilitating existing neighborhood, community parks, or recreation facilities that serve the subdivision; and WHEREAS, the Parkland-in-lieu (Quimby) fund currently has a balance of $3,137,506 and can support the additional funding request; and WHEREAS, the project is exempt from the California Environmental Quality Act because it consists of minor changes to existing park facilities. The project is consistent with the applicable general plan policies as well as with applicable City Regulations. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: Page 87 of 250 Resolution No. _____ (2023 Series) Page 2 R ______ SECTION 1. The City Council authorizes allocating an additional $50,000 in Parkland-in-lieu (Quimby) funds for the Mitchell Park Revitalization Project. SECTION 2. The project is exempt under the California Environmental Quality Act (CEQA) under section 15310 because it consists of minor changes to existing park facilities and is consistent with the applicable general plan policies as well as with applicable City Regulations. Upon motion of Council Member ___________, seconded by Council Member ___________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _______________ 20 23. ___________________________ Mayor Erica A. Stewart ATTEST: ______________________ Teresa Purrington City Clerk APPROVED AS TO FORM: ______________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and aff ixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 88 of 250