Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RCH Construction
City of San Luis Obispo Bid 2000188 Solicitation 2000188 Mitchell Park Revitalization Project Bid Designation: Public City of San Luis Obispo 11 /9/2023 4:15 PM P. 1 City of San Luis Obispo Bid 2000188 Bid 2000188 Mitchell Park Revitalization Project Bid Number 2000188 Bid Title Mitchell Park Revitalization Project Expected Expenditure $211,000.00 (This price is expected - not guaranteed) Bid Start Date Oct 27, 2023 4:36:23 PM PDT Bid End Date Nov 16, 202311:00:00 AM PST Bid Contact Hai Nguyen Engineer II 805-781-7108 hnguyen@slocity.org Description 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/Vmeetulo-join/19%3ameetng_M2ZkMjQl YjEtOTcwNC000Tc2LTg5OWUtZTU4ZjdjZjRkYmEx%4Othread.v2/0? context=%7b%22Tid%22%3a%22a78b 182d-94e4-4507-a9a9-330dcb148164%22%2c%220id%22%3a%22a8add278-38fa-47c3-8727- acd5a57b58ec°/o22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 393 260 755# 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: certified check cashiers check bidder's bond 11 /9/2023 4:15 PM p.2 City of San Luis Obispo Bid 2000188 made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. Bid Documents A copy of the plans and special provisions may be downloaded, free of charge, from the City's website at: www.slocity.org/govemment/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/govemment/department-directory/public,works/public,works-bids-proposals . Project Information In general, the project includes removal of existing site improvements and installation of new shade structure, benches, picnic tables, chess tables and bocce ball court 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/opd/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Qualifications 11 /9/2023 4:15 PM p, 3 City of San Luis Obispo You must possess a valid Class A Contractor's License at the time of the bid opening. Bid 2000188 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 projects 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. 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. 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 knowledge experience, 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: bid opening date 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: the reasons for the protest any supporting documentation the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. Award The lowest bidder will be determined 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. "Xis less than $211,000 or BASE BID, if Base Bid is less than $211,000 and Base Bid + Add. Alt. "Xis 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 11/9/20234:15 PM p. 4 City of San Luis Obispo compliance with Section 3-1.05 of the Standard Specifications. Bid 2000188 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. 11/9/2023 4:15 PM p. 5 notes: RDxsRlu,v E THEDDxTRaDTDR DRpi� xENMq„EE,D DDxTaDT•NxDFTDNDDND NTn°ixoNxs aiAriov ov m,eim'HuviainwD xaTURa1cas cnEs coNmcr`ox[oq vExNmEEsxuTa�so coxracr TxearrgorxuTe E — IFus�ET.V- wATEx sEwR DNalxace DN uuDENDNDUND IFRIc/.TIDNEALL NFADs W10N NESCISHRLin" BRERYANDINITY Of THE DPDS VEGETATDNP�Eu WaNx NR ANv FAE1—DAN cE IUR =TA=V RUC A T THE HATISFACTIEN E THE pIcdxEFA•N� NMI.. TO A— NECENHANv EauIWRENT -EN TnganEHENNlMT!l M1 W lr oeEbulie.+x.et eo �m1�1%tilrTtreneew EWA�R E DNNEnAl All —CH S1uu sE I—E. oN NE_EEDT. THE soTlsFACTIDN aF THE 1usLI1 WONNs NNE— IE 90M T�MrT1 0,11illi 1— IWnPR .Npip.iE1.T[M'MMAeiWtRWiIA �[w7oWw lFWY.INEPEC— sWEEaINo TD REMavE DIRT. I`—'UD AND cgJSRtDCTaN DEBxISAT THE END DF EAcx DaY. • 11 W M^Yp Y10wIMq WN�I�tw RW M4a �[wI/Wflm lOM IVC[#fwMl� IL YONas�M[va uvIPNI1nF/'AP'4 AI[IO�tO t7AUWr>*IiTTIPIW[4�1% .rEUWMe •AIrCrIw[WM on1A41•v♦aR�TR[[yMaL[�a Mw1 a i n.". 11 TH u �olNc-1— ANo vueilwcuvuNxs rnN ECTallou_. A. EN TITa+ScoNsmucTroN wsT°�-�m�NEFDxEmMNExcwcvmx W,NTNUcnox c AEI'l MEmxcAVAA IT NEC THEIIIIAH O�NNIE1aT—YE o ANOTHEin1111-11NIgPN:Ai IN p+.,..,Ca..�Nf.TO.AA.I.W.I..R.riP1.E aV WTtO a./ti.aMitl,[.. �N 1—Fa .^ LAIAL PROJECT LOCATION VICINITYMAP —5m. A&SMAWRO ,HIS PRaIECTaNEAAnUFDNNNCDDNDINATE sYSTEM NA— us SLRVEv I'll UEO NCRI—H—I-- x HA°NDA"`�°��OORTTaaEv+°c�EA = aN TxEdttaF cax index to plans sheet no, description III Clq•S��g�.vmab.A- O OEda[on' I 0 son luis obispo county, coltfornin MITCHELL PARK REVITALIZATION PROJECT 2000188 r ca.. ��� •J PILTVGROOND O 8 b � .CS]NBi-7L -NOTES O r. p }I CL »«....�.." a o If - } p..r«..»......�..� 1 a IJV LU W o —i LEGEND i 4 11 SENIOR CENTER >tRi111RL'R j eARKINc LOT f GRADING NOTES 14 + �o IFE 1 ° - * *r 1 0 irrur+iY 1F — —. *r r I r.r y � jf3 2 LEGEND Vy• rbw�.���5� O iiry�q+.�1F ......�... ..~ . IRRIGATION NOTES�� b �� �. -•• — " .,., -V.,TF ���. o�Am. � ^PICNIC YIIBLE�1<WNDAt10Y Y... r No aI I y° IiO oo , 1 O — — o� u o� c I p 0 I p r°}`I SENIORR mIAA CONSTRUCTION NOTES O r� W ..� .. ., spy ...w.,..w.�. a •r .. FREEPR6 TK&N TES J g a Q LLJ il, r.- \ --{}}} CCUNT8URF10Ei CONCRETE CVH® I '1 V.cw it YO •M� J •r-a=.. ��.. �l I �^ �^^ Fwm.wn w�..y •pn r..•�r...ryy.� M. e. k,s y ��� 3 oI 3 City of San Luis Obispo Bid 2000188 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Mitchell Park Revitalization Project Specification No. 2000188 October 2023 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 11/9/2023 4:15 PM P. 9 City of San Luis Obispo Bid 2000188 Mitchell Park Revitalization Project Specification No. 2000188 Approval Date: October 17, 2023 a NO. W473 CIVJL- F CF CAI1 Hai Nguyen October 27, 2023 Brian Nelson October 27, 2023 11 /9/2023 4:15 PM P. 10 City of San Luis Obispo Bid 2000188 TABLE OF CONTENTS NOTICETO BIDDERS..................................................................................................... I BIDSUBMISSION...........................•---........................---.---•--•--•..............................................................I BIDDOCUMENTS...........................................................••--- •.----............................................................ II PROJECTINFORMATION ................................................................................................................. :.......II QUALIFICATIONS...........................................................................................................................:........ III AWARD.....................................................................................................................................................V ACCOMMODATION................_.................................................................................................................. BIDFORMS..................................................................................................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..................................................................................I D NON -COLLUSION DECLARATION..........................................................................................................F BIDDER ACKNOWLEDGEMENTS.......................................................................................................... G QUALIFICATIONS................................................................................................................................... H ATTACH BIDDER'S BOND TO ACCOMPANY BID................................................................................... SPECIAL PROVISIONS..................................................................................................1 DIVISIONI 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................................................................................................... 3 DIVISION VIII MISCELLANEOUS CONSTRUCTION.............................................................................. 3 73 CONCRETE CURBS AND SIDEWALKS ................. 80 FENCES ..................................................... DIVISION XII BUILDING CONSTRUCTION ....... 99 BUILDING CONSTRUCTION ..................... DIVISION XIII APPENDICES .............................. APPENDIX A - FORM OF AGREEMENT. ...................................................................................... 3 .................. .................. .................................................. 6 ...................................................................................... 6 ...................................................................................... 7 ...................................................................... 0 APPENDIX B - GEOTECHNICAL REPORT................................................................... 3 APPENDIX C - CHESS TABLE AND SEATS................................................................. 4 APPENDIX D - OYSTER SHELL BLEND....................................................................... 5 11/9/2023 4:15 PM P. 11 City of San Luis Obispo Bid 2000188 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://teat�ns-microsoft.com/ilmeetup oin/19%3ameeting M2ZkMIQ1YlEtOTcwNCOOOTc2LTg5OWUtZTU4ZidiZlRkYmEx°I%4 Oth read.v2/0?context=%7b%22Tid%22%3a%22a78b 182d-94e4-4507-a9a9- 330dcb 148164%22%2c%220 id %22%3a%22a8ad d278-38fa-47c3-8727- acd5a57b58ec%22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 393 260 755# 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. NOTICE TO BIDDERS 11/9/2023 4:15 PM p. 12 City of San Luis Obispo NOTICE TO BIDDERS Bid 2000188 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.slo_c_i_t_y. or_g/g overn m e ntldepa rtm eiit--d i i-ectory/pub l is-works/public-wo rks-bid s- 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. s loc ity. o rglg ove rn mentldepa rtr-i e nt-d irectOfylp a bi i c-wo rksld ocu me nts- 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. or-q/government/department-directorVlpubiic-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project includes removal of existing site improvements and installation of new shade structure, benches, picnic tables, chess tables and bocce ball court. NOTICE TO BIDDERS ii 11/9/20234:15 PM p. 13 City of San Luis Obispo NOTICE TO BIDDERS Bid 2000188 The project estimated construction cost and contract time established for the project is a follows: BASE BID: ADDITIVE ALTERNATIVE "A" $211,000 35 working days $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.hti-n 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. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non -responsive. The City reserves the right to reject any bid based on non -responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. NOTICE TO BIDDERS iii 11/9/2023 4:15 PM p. 14 City of San Luis Obispo Bid 2000188 NOTICE TO BIDDERS The City reserves the right to reject a responsive bid based on the non -responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo's intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder's opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. NOTICE TO BIDDERS iv 11 /9/2023 4:15 PM p. 15 City of San Luis Obispo NOTICE TO BIDDERS Bid 2000188 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. NOTICE TO BIDDERS [A 11/9/2023 4:15 PM p. 16 City of San Luis Obispo Bid 2000188 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(l) Description Measure Quantity in figures) in figures)_ COMPLY WITH BUILDING 1 3 LS 1 PERMIT REQUIREMENTS $11,947.55 DEMOLITION AND REMOVAL OF 2 15 LS 1 EXISTING IMPROVEMENT $29,480.23 3 19 EXCAVATION AND GRADING LS 1 $20,580.79 4 20 TREE TRIMMING LS 1 $10,213.95 INSTALL IRRIGATION PIPING ' AND SPRINKLER SYSTEM LS 1 ------------- $23,173.05 6 20 TURF AREA SEEDING LS 1 --- ~~ $14,035.35 30 DAY PLANT ESTABLISHMENT 7 20 LS 1 PERIOD $7,133.95 INSTALL (N) CONCRETE 8 73 WALKWAY SQFT 2400 $20.31 $48,744.00 9 73 INSTALL (N) RAISED STAGE EA 1 80 $21,385.55 $21,386.00 10 80 INSTALL FENCE LF $248.19 $19,855.00 11 80 INSTALL GATE EA 1 $6,135.15 $6135.15 INSTALL LIGHT POST AND 12 86 CONDUIT PER CITY STD. 7915 EA 4 $9,653.99 $38,616.00 INSTALL LIGHT PULL BOX PER 13 86 CITY STD. 7915 EA 6 $4,1s2.ss $2a,s76.00 BID FORMS A 11/9/2023 4:15 PM p. 17 City of San Luis Obispo BID FORMS Bid 2000188 Item No. SS(1) Item Description Unit of Measure Estimated Quanti Item Price in figures) Total in figures) 14 99 INSTALL BOCCE BALL COUR (8 FT X 45 FT) EA 1 $35,870.35 $35,870.00 15 99 INSTALL SHADE STRUCTURE (21 FT X 26 FT) EA 1 $53,575.95 $53,576.00 16 99 INSTALL 6 FT BENCH 1 EA 1 $7,375.95 $7,376.00 Base Bid $ 373,099.00 17 80 INSTALL FENCE LF 142 $180.00 $25,547.00 18 80 REMOVE EXISTING FENCE LF 142 $29.00 $4,128.00 19 99 INSTALL PICNIC TABLE EA EA 3 1 $2,757.00 $3,428.00 $8,271.00 $3,428.00 20 99 INSTALL ADA PICNIC TABLE 21 99 INSTALL CHESS TABLE EA 3 $5,247.00 $15,740.00 22 99 INSTALL CHESS TABLE SEAT EA 6 $711.00 $4,269.00 Additive Alternative A $ 61,382.00 Total Project Bid = (Base Bid + Additive Alternative A) $ 434,481.00 Company Name: RCH Construction (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS 11 /9/2023 4:15 PM P. 18 City of San Luis Obispo BID FORMS Bid 2000188 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. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid MBS Land Survey N/A 5% 1000004828 3559 S. H�uera St Survey Blum & Sons Electric, Inc. 494283 Construction Plus 603364 Central Coast Fence 463992 Attach additional sheets as needed. 1000003428 1000794297 1000009685 San Luis Obispo, CA 93401 805-594-1960 606 Linden Avenue Electrical Carpenteda, CA 93013 805-684-1010 P.O. Box 2083 Shade Structure Hanford, CA 93232 559-583-8809 540 S. 4th Street Fence and Gate Grover Beach, CA 93433 805-481-1460 PLEASE SEE ATTACHED SHEET FOR ADDDITIONAL SUBCONTRACTOR. BID FORMS C 20% 11 /9/2023 4:15 PM P. 19 RCH CONSTRUCTION MITCHELL PARK REVITALIZATION PROJECT SPECIFICATION NO: 2000188 ADDITIONAL PAGE OF SUBCONTRACTORS MADRONE LANDSCAPE LICENSE: 713696 DIR: 1000002259 LANDSCAPING 15% 8045 MORRO ROAD ATASCADERO, CA 93422 805-466-6263 City of San Luis Obispo BID FORMS Bid 2000188 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 X 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 X No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS D 11 /9/2023 4:15 PM p. 20 City of San Luis Obispo BID FORMS Bid 2000188 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 X 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 X No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS E 11/9/2023 4:15 PM p. 21 City of San Luis Obispo BID FORMS Bid 2000188 NON -COLLUSION DECLARATION I, Ryan Halsey , declare that I am President of RCH Construction 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. r � 0,\ f Executed on 202 _, in Paso Robles, CA I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (SEAL) :�:--: - .: ` DIPEN A. BRAHMBHATT r z� Notary Public - California s San Luis Obispo County n � Commission . 2389949 _.. My Comm. Expi•�>°. and Title of Declarant) Subscribed and pyvorn to before Me this day of F�'o202a_ J Notary Public Company Name: V (' -cwtoNh" BID FORMS F 11/9/2023 4:15 PM p. 22 City of San Luis Obispo BID FORMS Bid 2000188 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) None (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 N0.921460, Expiration Date 01 /31 /2025 The above statement is made under enalty of perjury, and an bid not containing this information "will be considered non -responsive and be ejected" by t ity. Signature of Bidder Rya4alsey - Preside�f RCH Construction (Print Name and Title of Bidder) DIR— Public Works Registration No: DIR #1000879194 Business Name (DBA): RCH Construction RCH construction Owner/Legal Name: Indicate One: ❑Sole -proprietor List Partners/Corporate Officers: Ryan Halsey Name ❑ Partnership ]Corporation President Title Name Title Name Title Business Address 935 Riverside Avenue, Sutie 8, Paso Robles, CA 93446 Street Address 935 Riverside Avenue, Suite 8 Mailing Address same City, State, Zip Code Paso Robles, CA 93446 Phone Number 805-423-2920 Fax Number None Email Address rhalsey@rch-construction.com Date 11/16/2023 BID FORMS G 11/9/2023 4:15 PM p. 23 City of San Luis Obispo BID FORMS Bid 2000188 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 Paso Robles Joint Unified School District Ricardo Reyes Telephone & Email (480) 504-3801 rreyes@pasoschools.org Proect Name (Site Address): at Butler Elementary School 800 Niblick Road, Paso Robles, CA 93446 Did this project include ADA Describe the services provided and how this project is similar to compliance concrete flatwork? that which is being bid: Yes X No ❑ ADA access concrete work Was this contract for a public agency? Yes i3k No ❑ Date Reference Number 2 8/24/2023 Customer Name & Contact Individual Goleta Unifed School District Shawn Dahlen Telephone & Email (805) 681-1231 sdahlen@gusd.us Project Name (Site Address): La Patera Elementary School 555 N. La Patera Lane, Goleta, CA 93117 Did this project include ADA Describe the services provided and how this project is similar to compliance concrete flatwork? that which is being bid: Yes rx No ❑ _ Modular classrooms with ADA access Was this contract for a public agency? Yes x No ❑ Date Reference Number 3 Customer Name & Contact Individual Camarillo Bus Terminal Telephone & Email (805)732-4242 Project Name (Site Address): Camarillo Bus Terminal 115 Dawson Drive, Camarillo, CA 93011 Did this project include ADA compliance concrete flatwork? Yes ❑ No g Was this contract for a public agency? Yes X No ❑ Describe the services provided and how this project is similar to that which is being bid: Bus terminal remodel with ADA access Date BID FORMS H 07/22/2022 11 /9/2023 4:15 PM p. 24 City of San Luis Obispo Bid 2000188 BID FORMS Bond No. 66862879 ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we RCH Construction WESTERN SURETY COMPANY bound unto the City of San Luis Obispo in the sum of: , AS PRINCIPAL, and AS SURETY, are held and firmly _Ten Percent of Bid Amount Dollars (10% of bid amount_) 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 RCH Construction to construct Mitchell Park Revitalization Proiect - Solicitation 2000188 (insert name of street and limits to be improved or project) dated 11/16/2023 is accepted by the City of San Luis Obispo, and if the above bounden RCH Construction . 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, RCH Construction , 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 this16th day of November 20 23 . Siddier Principal: RCH onstruclion Q? �, \ Signature Date Title: Surety: WESTERN SURETY COMPANY 1 t/16/2023 Jaso ul Downs - Attorney -in -Fact - Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. &30-14) BID FORMS I 11/6/2023 10:02 AM p• 25 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 6 6@ 62 8 7 9. Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint Jason Paul Downs its true and lawful attorneys) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: RCH Construction Obligee: City of San Luis Obispo Amount: $1, 000, 000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorneys) -in - fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company." If Bond No. is not issued on or before midnight of_ February_16th, 2024 _ ,all authoritj,WofowQi this Power of Attorney shall expire and terminate. ; (r��,)P E rrr�rr 'A"i' ltliga Vjilestern Surety Company has caused these presents to be signed b its Vice President, Larry Kasten, and its c to e�l�his `_..1.6th ..._ day of__-_ November 202�,_ . LA WESTERN SURET COMPANY 8��tj(iFjSQi� y`^ as ar Lry Kasten, Vice President COU�V i7$4�li�AHA j On this _ 16th day of ___- Npvemb�r_ __. _. , in the year -. 2023, before me, a notary public, personally appeared Larry Kasten, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act a deed of said corporation. S. GREEN 1m► NOTARY PUBLIC Notary Public - South Dakota SOUTH DAKOTA My Commission Expires February 12, 2027 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set ray hand and seal of Western Surety Company this _ 16t_h _ _ day of WEST N SURET COMPANY 4?_K,�eten, Vice President To validate bond authenticity, go to > Owner/Obligee Services > Validate Bond Coverage. Form F5306-5.2023 MONTANA NOTARIAL CERTIFICATE ACKNOWLEDGEMENT in a REPRESENTATIVE CAPACITY State of Montana County of Flathead The attached record, r 5 &� -,consisting of pages was (Description of record) acknowledged before me on 4&10,2by . Jason Paul Downs (Date) (Name of signer) as Attomey-in-Fact of or for Western Surety Company (title or capacity) yy5�a 3 wqa, ALYSSIA J WANICK NOTARY PUBLIC for the 7Aii,A�c�` State of Montana * S!<Ai. = * Residing at 9�`�OFµON�P Kalispell, Montana My Commission Expires September 05. 2027 stamp (named person or entity) (Notary's Si nature) Alyssia J Wanick This certificate is to be attached to the record described above. Any evidence that it has been detached or removed may render the notarization invalid or unacceptable. City of San Luis Obispo Bid 2000188 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 1GENERAL 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. SPECIAL PROVISIONS 1 11/9/2023 4:15 PM p. 26 City of San Luis Obispo Bid 2000188 SPECIAL PROVISIONS 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. s to city . o rg/-q overn menVdepartme nt-d i recto ry/p u bi i c-works/doer?. men ts- 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. The Senior Center Parking Lot must be accessible at all times and no construction equipment will be allowed in the parking lot. 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. Construction equipment will not be allowed to be kept within the Senior Center Parking Lot. 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. SPECIAL PROVISIONS 2 11 /9/2023 4:15 PM p. 27 City of San Luis Obispo Bid 2000188 SPECIAL PROVISIONS 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Add to Section 8-1.01A GENERAL, Order of Work: 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 5 days after the project has been awarded. Upon approval of the shade structure, the contractor must submit a letter from the supplier indicating the delivery date. Phase 1 — Removal of existing site improvements, grading, tree trimming, 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 Vill 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. 80-4.01 A References • ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy Coated (Galvannealed) by the Hot -Dip Process. • ASTM 13117 - Practice for Operating Salt -Spray (Fog) Apparatus. 10 ASTM D523 - Test Method for Specular Gloss. • ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint. SPECIAL PROVISIONS 3 11/9/2023 4:15 PM p. 28 City of San Luis Obispo SPECIAL PROVISIONS Bid 2000188 ■ ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open -Flame Carbon -Arc Light and Water Exposure Apparatus. • 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. 80-4.01 B 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. 80-4.026 Material 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. SPECIAL PROVISIONS 4 11/9/2023 4:15 PM p. 29 City of San Luis Obispo SPECIAL PROVISIONS Bid 2000188 3. The manufactured panels and posts shall be subjected to an inline electrodeposition coating (E-Coat) process consisting of a multi -stage 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 Y2". 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 ASTM Test Method Performance Requirements Characteristics Adhesion D3359 — Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). Corrosion 13117, D714 & D1654 Corrosion Resistance over 1,500 hours Resistance _(Scribed per D1654; failure mode is SPECIAL PROVISIONS 5 11/9120234:15 PM p. 30 City of San Luis Obispo Bid 2000188 SPECIAL PROVISIONS accumulation of 1/8" coating loss from scribe or medium #8 blisters). Impact I D2794 Impact Resistance over 60-inch lb. Resistance Forward impact using 0.625" ball). Weathering D822 D2244, D523 Weathering Resistance over 1,000 hours Resistance (60° Method) (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 (I-F) 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 as the 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. All 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. 99-1.01 B 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 shade structure plan and structural engineering calculations must comply with the recommendations of the project Geotechnical Report in Appendix B. SPECIAL PROVISIONS 6 11/9/2023 4:15 PM p. 31 City of San Luis Obispo SPECIAL PROVISIONS Bid 2000188 99-1.01 C 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. 99-1.01 D Chess Table and Seats Freestanding concrete marble board chess table and seats by Stone Age (Grey) or approved equal (See Appendix C). 99-1.01 E Bocce Ball Court Bocce ball court surface must be Gold Decomposed Granite W Minus Oyster Shell Blend or approved equal. Install per manufacturer recommendations (See Appendix D). DIVISION XIII APPENDICES Add Section 100-1.01 APPENDICES: 1. Appendix A - Form of Agreement 2. Appendix B - Geotechnical Report 3. Appendix C - Chess Table and Seats 4. Appendix D — Oyster Shell Blend SPECIAL PROVISIONS 7 11 /9/2023 4:15 PM p. 32 City of San Luis Obispo APPENDIX Bid 2000188 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on , by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. APPENDIX 0 11/9/2023 4:15 PM p. 33 City of San Luis Obispo APPENDIX Bid 2000188 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non -collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor's legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor's negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In APPENDIX 1 11/9/2023 4:15 PM p. 34 City of San Luis Obispo APPENDIX Bid 2000188 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. APPROVED AS TO FORM J. Christine Dietrick City Attorney CITY OF SAN LUIS OBISPO A Municipal Corporation Derek Johnson, City Manager CONTRACTOR: Name of Company By; Name of CAO/President Its: CAO/PRESIDENT (2"d signature required if Corporation): By: Its: APPENDIX 2 Name of Corporate Officer 11/9/20234:15 PM p. 35 City of San Luis Obispo APPENDIX Bid 2000188 APPENDIX B - GEOTECHNICAL REPORT APPENDIX 11/9/2023 4:15 PM p. 36 City of San Luis Obispo Bid 2000188 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 11 /9/2023 4:15 PM p. 37 City of San Luis Obispo Bid 2000188 toEarth Systems MISR 4378 Old Santa Fe Road I San Luis Obispo, CA 93401 1 Ph: 805.544.3276 1 www.earthsystems.com 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, �ZRpFESSrp el Earth Systems Pacific � ``�� W. 00 Qli No. 70206 * Robert Down, PE Principal Engineer sTgT C 0- FOF CA\-\F Doc. No.: 2304-009.SER/pm Samuel enable, E' Staff Engineer BERMUDA DUNES FREMONT HOLLISTER PALMDALE PASADENA PERRIS SALINAS SAN LUIS OBISPO SANTA BARBARA SAN TA MARIA VENTURA I I 11 /9/2023 4:15 PM p. 38 City of San Luis Obispo Table of Contents COVERLETTER................................................................................................................ 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 SitePreparation............................................................................................................ 6 Grading.......................................................................................................................... 6 Foundations.................................................................................................................. 8 PedestrianFlatwork .................................................................................................... 10 Drainage and Maintenance......................................................................................... 10 Observationand 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 Bid 2000188 11/9/2023 4:15 PM p. 39 . 0City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 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. Bid 2000188 305893-001 1 2304-009.SER 11/9/2023 4:15 PM p. 40 . � City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 ~� San Luis Obispo, California 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 305893-001 2 2304-009.SER 11/9/2023 4:15 PM Bid 2000188 p. 41 h City of San Luis Obispo M Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 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 thatvary 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 3080/1) 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. 305893-001 3 2304-009.SER 11 /9/2023 4:15 PM Bid 2000188 p. 42 City of San Luis Obispo v Mitchell Park Revitalization Project May 24, 2023 to San Luis Obispo, California 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 forthese features. Imported non -expansive soils are recommended to be placed beneath interior slabs -on -grade and exterior flatwork. Liauefaction 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 Bid 2000188 305893-001 4 2304-009.SER 11 /9/2023 4:15 PM p. 43 City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 to San Luis Obispo, California 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. a Grading Area — The entire area to be graded, including the foundation areas, pedestrian flatwork areas, and any other areas to be graded. Bid 2000188 305893-001 5 2304-009.SER 11 /9/2023 4:15 PM p. 44 City of San Luis Obispo Bid 2000188 Mitchell Park Revitalization Project May 24, 2023 �r San Luis Obispo, California • 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. 9 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 305893-001 6 2304-009.SER 11 /9/2023 4:15 PM p. 45 City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 ~� San Luis Obispo, California 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, 305893-001 7 2304-009.SER 11 /9/2023 4:15 PM Bid 2000188 p. 46 City of San Luis Obispo Bid 2000188 Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 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 bythe 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. 305893-001 8 2304-009.SER 11 /9/2023 4:15 PM p. 47 City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 Q San Luis Obispo, California 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. Bid 2000188 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 Adjusted MCE Design Spectral Mapped Spectral Site Coefficients for Spectral Response Response Response Site Class D Accelerations for Accelerations for Accelerations Site Class D Site Class D Seismic Value Site Seismic Value Seismic Value Parameter (g) Coefficient Value Parameter (g) Parameter (g) Ss 1.067 Fa 1.07 SMs 1.145 Sps 0.764 S1 0.393 F„ 1.91 SMi 0.749 Sol 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. 305893-001 9 2304-009.SER 11 /9/2023 4:15 PM p. 48 City of San Luis Obispo Bid 2000188 Mitchell Park Revitalization Project May 24, 2023 ~r San Luis Obispo, California 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 302.111-15 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. 305893-001 10 2304-009.SER 11/9/2023 4:15 PM p. 49 City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 to San Luis Obispo, California 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. Bid 2000188 305893-001 11 2304-009.SER 11 /9/2023 4:15 PM p. 50 City of San Luis Obispo %—" Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 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. i 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. Bid 2000188 305893-001 12 2304-009. S E R 11 /9/2023 4:15 PM p. 51 r � City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 San Luis Obispo, California 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. Bid 2000188 305893-001 13 2304-009.SER 11 /9/2023 4:15 PM p. 52 City of San Luis Obispo Mitchell Park Revitalization Project May 24, 2023 ~� San Luis Obispo, California 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 302.111.15. 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/ Bid 2000188 305893-001 14 2304-009.SER 11 /9/2023 4:15 PM p. 53 City of San Luis Obispo Bid 2000188 APPENDIX A Figure 1- Site Vicinity Map Figure 2 - Exploration Location Map Boring Log Legend Boring Log 11/9/2023 4:15 PM p. 54 a�wr,' - � • i; �•2{ as .��'.��� w � � •�••■ �� t IIJ 4 1 ON lk 40 • S _ . 1 � it -�'y" lti4i "� T ��i ! ' 'r • 41l' • ..� • ! 41 ,l, r: 71 B1_.- W+y wall f . O 01 C� � � SENOR CE�TiR PARUZO LOT 'n ; LEGEND B2 Boring Location (Approx.) BASE MAP PROVIDED BY: City of San Luis Obispo (2023) A NOT TO SCALE A s Earth Systems Pacific EXPLORATION LOCATION MAP Date May 2023 Mitchell Park Revitalization Project R 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 H ..earthsystems.com Santa Rosa Street Protect No. 305062-001 (805) 544-3276 a Fax (805) 544-1786 San Luis Obispo, California Figure 11/9/2023 4;15 PM P 56 City of San Luis Obispo Bid 2000188 Earth Systems Pacific UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D 2487) MAJ00% DIVISIONS SYMBOL TYPICAL DESCRIPTIONS SYMBOL LOG LEGEND�' Q w a 8 W LL" Z o = N F w W � g o m Q2 OU GW WELL GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES o00o;o 0000010 GP MOO LY GRADED OR FINES OR GRAVEL -SAND IXTURBORING GM SILTY GRAVELS, GRAVEL -SAND -SILT MIXTURES, NON -PLASTIC FINES GC CLAYEY GRAVELS, GRAVEL -SAND -CLAY MIXTURES, PLASTIC FINES C7 SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES SM SILTY SANDS, SAND -SILT MIXTURES, NON -PLASTIC FINES SAMPLE/SUBSURFACE WATER SYMBOLS GRAPH. SYMBOL SC CLAYEY SANDS, SAND -CLAY MIXTURES, PLASTIC FINES U) J O a !A C) # W Z 9N (D 090 Z 2y W ML INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY CALIFORNIA MODIFIED CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS STANDARD PENETRATION TEST (SPT) • OL LRGAN STILTS AND ORGANIC SILTY CLAYS OF LOW ORGANIC f SHELBY TUBE 0 MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, ELASTIC SILTS BULK CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS SUBSURFACE WATER DURING DRILLING = — OH ORSILGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC=�= ••• � SUBSURFACE WATER AFTER DRILLING PT PEAT AND OTHER HIGHLY ORGANIC SOILS 0 OBSERVED MOISTURE CONDITION DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED) CONSISTENCY COARSE GRAINED SOILS FINE GRAINED SOILS BLOWS/FOOT DESCRIPTIVE TERM BLOWS/FOOT DESCRIPTIVE TERM SPT CA SAMPLER SPT CA SAMPLER 0-10 0-16 LOOSE 0-2 0-3 VERY SOFT 11-30 17-50 MEDIUM DENSE 3-4 4-7 SOFT 31-W 51-83 DENSE 5-8 8-Is MEDIUM STIFF OVER 50 OVER 83 VERY DENSE 9-15 14-25 STIFF 16-30 26-50 VERY STIFF OVER 30 OVER 50 HARD GRAIN SIZES U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING # 200 # 40 # 10 # 4 3/4" 3" 12" SAND GRAVEL SILT & CLAY COBBLES BOULDERS FINE MEDIUM COARSE FINE COARSE TYPICAL BEDROCK HARDNESS MAJOR DIVISIONS TYPICAL DESCRIPTIONS EXTREMELY HARD CORE, FRAGMENT, OR EXPOSURE CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CAN ONLY BE CHIPPED WITH REPEATED HEAVY HAMMER BLOWS VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVY HAMMER BLOWS HARD CAN BE SCRATCHED WITH KNIFE OR SHARP PICK WITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLOW REQUIRED TO BREAK SPECIMEN MODERATELY HARD CAN BE GROOVED 1/16 INCH DEEP BY KNIFE OR SHARP PICK WITH MODERATE OR HEAVY PRESSURE; CORE OR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE SOFT CAN BE GROOVED OR GOUGED EASILY BY KNIFE OR SHARP PICK WITH LIGHT PRESSURE, CAN BE SCRATCHED WITH FINGERNAIL; BREAKS WITH LIGHT TO MODERATE MANUAL PRESSURE VERY SOFT CAN BE READILY INDENTED, GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WITH LIGHT MANUAL PRESSURE TYPICAL BEDROCK WEATHERING ! MAJOR DIVISIONS TYPICAL DESCRIPTIONS UNWEATHERED NO DISCOLORATION, NOT OXIDIZED SLIGHTLY WEATHERED DISCOLORATION OR OXIDATION IS LIMITED TO SURFACE OF, OR SHORT DISTANCE FROM, FRACTURES: SOME FELDSPAR CRYSTALS ARE DULL MODERATELY WEATHERED DISCOLORATION OR OXIDATION EXTENDS FROM FRACTURES, USUALLY THROUGHOUT; Fe -Mg MINERALS ARE 'RUSTY", FELDSPAR CRYSTALS ARE "CLOUDY" HIGHLY WEATHERED DISCOLORATION OR OXIDATION THROUGHOUT; FELDSPAR AND Fe -Mg MINERALS ARE ALTERED TO CLAY TO SOME EXTENT, OR CHEMICAL ALTERATION PRODUCES IN SITU DISAGGREGATION I DECOMPOSED 3 DISCOLORATION OR OXIDATION THROUGHOUT, BUT RESISTANT MINERALS SUCH AS QUARTZ MAY BE UNALTERED; FELDSPAR AND Fe -Mg MINERALS ARE COMPLETELY ALTERED TO CLAY 11/9/2023 4:15 PM p. 57 City of San Luis Obispo Bid 2000188 Earth Systems Pacific LOGGED BY: S. Venable DRILL RIG: SIMCO EP200 AUGER TYPE: 4" Solid Stem Boring No. 1 PAGE 1 OF 1 JOB NO.: 305893-001 DATE: 3/22/2023 U) Mitchell Park Revitalization Project SAMPLE DATA w _ _ g 0Santa Rosa Street w w 2 San Luis Obispo, California > a s z� ov � wv a� o a o� �O�d DC��C�G30L�4�0�] Z CO o 0 J d m w —� CL LEAN CLAY: very dark brown, medium stiff, very moist, trace sand (Alluvium) 0 - 3.0 ;. l 2 3 SM SILTY SAND: brown, loose, very moist 4 - 2 5 5.0-6.5 91.9 29.2 3 - 4 a CL LEAN CLAY: dark brown, medium stiff, very moist, 7 a SC s CLAYEY SAND: dark brown, loose, very moist 9 - 2 10 10.0-11.5 4 _ 5 12 End of Boring @ 11.5' - No subsurface water encountered 13 14 15 16 17 1B 19 20 21 22 23 24 25 26 LEGEND: Ring Sample O Grab Sample O 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. 11 /9/2023 4:15 PM p. 58 City of San Luis Obispo Bid 2000188 Earth Systems Pacific LOGGED BY: S. Venable DRILL RIG: SIMCO EP200 AUGER TYPE: 4" Solid Stem Boring No. 1 PAGE 1 OF 1 JOB NO.: 305893-001 DATE: 3/22/2023 v, Mitchell Park Revitalization Project SAMPLE DATA J w ij Santa Rosa Street a wA San Luis Obispo, California > Y a w Z D 0 v rU >- w w Q F- w p �O�[� DC��C�G30p400M z � � 0 m a 0 CL LEAN CLAY: very dark brown, mem stiff, very moist, trace sand (Alluvium) 0 - 3.0 0 3 SP POORLY GRADED SAND: yellowish brown T 4 loose, very moist - 6 5 5.0-6.5 103.5 19.1 4 _ 7 s CL LEAN CLAY: hrown, medium stiff, very moist, f 7 trace sand Sc •: CLAYEY SAND: brown, loose, very moist s :• 9 - 3 10 "N, 10.0 - 11.5 M 86.1 27.3 4 _ 4 11 12 —� SP POORLY GRADED SAND: brown, loose, wet 13 14 - 3 15 15.0 - 16.5 105.4 22.0 4 - 5 16 17 End of Boring @ 16.5' _ Subsurface water encountered @ 12.5' 1a 1s 20 21 22 23 24 25 26 LEGEND: W Ring Sample O Grab Sample p Shelby Tube Sample 40 SPT NOTE This lag of subsurlace 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. 11/9/2023 4:15 PM p• 59 City of San Luis Obispo Bid 2000188 APPENDIX B Laboratory Test Results 11/9/20234:15 PM p.60 City of San Luis Obispo Bid 2000188 Mitchell Park Revitalization BULK DENSITY TEST RESULTS BORING DEPTH NO. feet 1 1 2 5.5 - 6.0 10.5 -11.0 15.5 -16.0 5.5 - 6.0 MOISTURE CONTENT, % 19.1 27.3 22.0 29.2 305962-001 ASTM D 2937-17 (modified for ring liners) March 28, 2023 WET DRY DENSITY, pcf DENSITY, pcf 123.3 103.5 109.7 86.1 128.6 105.4 118.7 91.9 EXPANSION INDEX TEST RESULTS ASTM D 4829-19 BORING DEPTH EXPANSION NO. feet INDEX 1 0.0 - 3.0 65 11 /9/2023 4:15 PM p. 61 City of San Luis Obispo Mitchell Park Revitalization Bid 2000188 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: Sieve Size 3/4° 3/8" #4 122 121 120 119 118 117 116 V Ow 115 114 H 113 W 112 A 111 110 A 109 108 107 106 105 104 103 Retained (Cumulative) 0 0 MAXIMUM DRY DENSITY: 109.8 pcf OPTIMUM MOISTURE: 16.5% 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 MOISTURE CONTENT, percent Compaction Curve - - - - - Zero Air Voids Curve 11/9/2023 4:15 PM p. 62 City of San Luis Obispo Bid 2000188 %"" 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' Lean Clay (CL) Ring sample, saturated w Q. 3,000 2,500 2,000 1,000 500 0 + 0 INITIAL DRY DENSITY: 98.9 pcf INITIAL MOISTURE CONTENT: 16.5 PEAK SHEAR ANGLE (0): 25° COHESION (C): 144 psf SHEAR vs. NORMAL STRESS 500 1,000 1,500 2,000 2,500 NORMAL STRESS, psf 11/9/2023 4:15 PM p. 63 City of San Luis Obispo Bid 2000188 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 2,000 w 1,500 1,000 W x 500 0 f- 0.00 0.05 0.10 0.15 0.20 0.25 HORIZONTAL DEFORMATION, inches 486 psf ---971psf ------- 1,942 psf 11 /9/2023 4:15 PM p. 64 City of San Luis Obispo APPENDIX Bid 2000188 APPENDIX C - CHESS TABLE AND SEATS APPENDIX 11/9/2023 4:15 PM p. 65 3211 3011 Border area is 6" .Ak SgUares T 1 011 T 811 1119/2023 4:15 PM 28VI City of San Luis Obispo A white square should be in the bottom Right hand corner for both players. .49 Notes: If pouring a new slab for a freestanding chess table we suggest a minimum slab of 30"x30" Bid 2000188 Free standing tables are designed for bolt -down applications and are supplied with the steel bolt -down "U brackets and cast in place threaded inserts in the table base. P. 66 City of San Luis Obispo APPENDIX Bid 2000188 APPENDIX D - OYSTER SHELL BLEND APPENDIX 11/9/2023 4:15 PM p. 67 w City of San Luis Obispo Bid 2000188 r California Building Materials Supply ■ ■ Support@earthstonerock.com 800 215 73721626 263 0531 k, r om EarthStoneRock.com 4408 Vahan Court, Lancaster, CA 93536 BocceCourtPro.com Gold Decomposed Granite Oyster Shell Blend For Bocce Court We offer two primary color blends of decomposed granite and oyster shell, Gold and Silver. For a gold bocce court, we blend Gold Queen Decomposed Granite material with 25% crushed naturally marine composted oyster shell. Shell is in the form of thin 3/8" wide thin flakes with approximately 20% fines or "oyster shell flour." Material is similar to texture of fish scales not shell pebbles. Bocce courts require regular grooming of the surface with a push broom or tennis court broom and large landscape rake. The role that oyster shell plays in bocce court surface mixtures is to keep the decomposed granite from becoming extremely hard and un-workable for grooming. The oyster shell flakes keep the decomposed granite from completely binding together. Through the normal course of play; ruts, troughs and material displacement takes place. Our decomposed granite oyster shell blend is in traditional Italian bocce ball court surface formula. When groomed out it makes a smooth solid surface to play on. When play is completed it makes for an easy surface to quickly renovate. This material is safe for use around plants and is key ingredient in organic farming. A high -quality soil conditioner which consists of 96% calcium carbonate and many micronutrients, Oyster Shell provides a long-lasting, steady release of nutrients to help regulate pH levels, improve fertilizer uptake, promote healthy cellular structure and enhance soil tilth. Gold Queen Decomposed Granite 1/4" Minus SIEVE SIZE PASSING % 75-mm (3") X 50-mm (2") X 37.5-mm (1.5") X 25.0-mm (1") X 19.0-mm (3/4") X 12.5-mm (1/2") X 9.5-mm (3/8") 100 4.75-mm (#4) 95 2.36-mm (#8) 74 1.18-mm (#16) 59 600-µm (#30) 46 300-µm (#50) 31 150-µm (#100) 19 75-µm (#200) 9 11/9/2023 4:15 PM p. 68 City of San Luis Obispo Bid 2000188 Question and Answers for Bid *2000188 - Mitchell Park Revitalization Project Question 1 Has the shade sail structure already been purchased by the city or do bids need to include the purchase of the structure as well as the installation? (Submitted: NovS, 20238:09:42AM PST) Answer -The City will not be providing the shade structure. Bids need to include the purchase and installation of the shade structure and all other equipment. See Section 8-1.01 A and Section 99-1.01 B of the Special Provisions. The contractor must provide submittals for the shade structure for review and approval by the Engineer prior to fabrication. (Answered: Nov 6,20239:00.09 AM PST) Question 2 The plans call for and show a 21'x26' "rectangle" shelter. The specification calls for a 21'x26' "triangle sail shade" with 10'-16' entry heights. We need clarification on whether this is the Triangle Sail Shade or the Rectangle shelter with a hip roof. A drawing of the design would be helpful. (Submitted: Nov 9, 2023 9:4332 AM PST) Answer - The 21'x26' shade structure must be triangle sail shade per construction note 21 on sheet 3 of plans. (Answered: Nov 9, 2023 9:54.42 AM PST) Question 3 Please confirm items 17 through 21 are part of additive alternative A (Submitted: Nov9, 20231:24:15 PM PST) Answer - Bid items 17 through 22 are part of the Additive Alternative A per the Bid Forms. (Answered: Nov 9, 2023 3:13:45 PM PST) 11/9/2023 4:15 PM p. 70