HomeMy WebLinkAboutItem 6 - d - Council Reading File - 91511 Specifications
1
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Madonna – Los Osos Valley Road (LOVR) Rehabilitation Project
Specification No. 91511
APRIL 2017
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Change Log - 1-31-17 – DMA (delete at 100%)
2
Madonna – Los Osos Valley Road (LOVR) Rehabilitation Project
Specification No. 91511
Approval Date: April 18th, 2017
<<Signature Date>>
<<Signature Date>>
3
TABLE OF CONTENTS
Bid Submission ………………........................………………………………………………………….… 1
Bid Documents ………………………………………………………………………………………………. 1
Project Information …………….………………………………………………………………………….... 2
Qualifications ………………………………………………………………………………………………… 2
Award …………………………......………………………………………………………………………….. 3
Accommodation………………….………………………………………………………………………….. 4
Bid Item List …………………….……………………………………………………………………………. 5
List of Subcontractors …………...………………………………………………………………………… 7
Code Section Statements ……..…………………………………………………………………………… 8
Non-Collusion Declaration …..…………………………………………………………………………….. 9
Bidder Acknowledgements ….…………………………………………………………………………….. 10
Qualifications Form …………...…………………………………………………………………………….. 11
Bidder’s Bond ………………….…………………………………………………………………………….. 12
Special Provisions …………….…………………………………………………………………………….. 13
Agreement …………………………………………………………………………………………………….. 20
(Page Numbers may need to be updated, check before routing)
NOTICE TO BIDDERS
1
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office
located at 919 Palm Street, California 93401, until
2:00 p.m. on May 19, 2017
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Madonna – LOVR Rehabilitation Project, Specification No. 91511
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 on the basis of the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9,
Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible
contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract
will be awarded within 60 calendar days after the opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of
those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of:
1. $15.00 if picked up in person, or
2. $25.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
NOTICE TO BIDDERS
2
Standard Specifications and Engineering Standards referenced in the Special Provisions may be
downloaded, free of charge, from the City’s website at:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
A printed copy may be obtained by paying a non-refundable fee of:
1. $16.00 if picked up in person, or
2. $21.00 if by mailing to the office of the City Engineer
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to
download at the City’s website listed above or at the office of the City Engineer.
Contact the project manager, Brian Nelson at (805) 781-7113 or Public Works Department at (805) 781-
7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list located on the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-proposals.
PROJECT INFORMATION
In general, the project consists of AC base repairs, microsurfacing, and full depth reclamation with new
overlay. Work ancillary to these maintenance and rehabilitation treatments includes, but is not limited to,
protection and/or adjustment of existing utility covers, upgrading of select utility frames and covers,
striping and markings, and traffic control. Additive alternatives extend the project limits and include
additional microsurfacing and base repairs, curb, gutter, sidewalk, and ADA ramp improvements.
BASE BID: The project estimated construction cost is $2,830,800
ADDITIVE ALTERNATIVE “A”: $350,200.
ADDITIVE ALTERNATIVE “B”: The project estimated construction cost is $19,000.
TOTAL PROJECT BID (BASE BID + ADD ALT. “A” + ADD ALT. “B”): $3,200,000.
Base Bid Contract time is established as 50 working days. Award of each additive alternative will add an
additional 10 working days to the contract length, for a total possible contract length of 70 days.
The fixed liquidated damages amount is established at $500 per day for failure to complete the work
within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of Industrial
Relations has established prevailing hourly wage rates for each type of workman. Current wage rates
may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
QUALIFICATIONS
You must possess a valid Class A or C12 Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered with the
Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.
You must have experience constructing projects similar to the work specified for this project. Provide
three similar reference projects completed as either the prime or subcontractor. All referenced projects
must have been completed within the last five years from this project’s bid opening date.
NOTICE TO BIDDERS
3
One of the three reference projects must have been completed under contract with a city, county,
state or federal government agency as the prime contractor.
2 of the referenced projects must be for roadway rehabilitation, including Full Depth Reclamation.
1 of the referenced projects must be for a microsurfacing project equal or larger in size.
Failure to provide reference projects as specified in this section and as required on the qualification form
is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the
Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the
bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best
interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice
to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a
responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the
bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding the protest if
submitted in compliance to the specified time limits. Anything submitted after the specified time limit will
be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be submitted within three
days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of
determination.
In the event that 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
4
AWARD
The lowest bidder will be determined in compliance with Public Contract Code Section 20103.8(c) with
the Publicly Disclosed Funding Amount of $3,500,000 using either:
TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” + Add Alt. “B” is less than $3,500,000;
or
BASE BID + ADD. ALT. “A”, if bid for Base Bid + Add. Alt. “A” is less than $3,500,000 and Total
Project Bid is greater than $3,500,000; or
BASE BID, if Base Bid is less than $3,500,000 and Base Bid + Add. Alt. “A” is greater than
$3,500,000.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the
total awarded contract price are required in compliance with Section 3-1.05 of the Standard
Specifications.
You may substitute securities for moneys withheld under the contract in compliance with the provisions of
the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at
(805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be
made as early as possible in the bidding process to allow time for accommodation.
NOTICE TO BIDDERS
5
BID FORMS
6
All bid forms must be completed and submitted with your bid. Failure to submit these forms and required
bid bond will be 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 Madonna – LOVR Rehabilitation, Specification No. 91511
Base Bid
Item
No. SS(1) Item Description Quantity
Unit of
Measure Unit Price Item Total
1 9 MOBILIZATION 1 LS
2 37 (s)MICROSURFACING TYPE II 87,560 SQYD
3 15 BIKE LANE EDGE GRIND 2,780 LF
4 15 COLD PLANE (5 INCHES) 16,967 SQYD
5 30
(s)FULL DEPTH RECLAMATION
(18 INCHES) 16,967 SQYD
6 30 LIME (FDR) 223 TON
7 30 CEMENT (FDR) 223 TON
8 39 HOT MIX ASPHALT 4,903 TON
9 39 10" BASE REPAIRS 48,469 SQFT
10 85
BLUE HYDRANT REFLECTORS ‐
CITY STD. 7920 47 EA
11 84
PAVEMENT MARKINGS
(ARROWS, WORDS, SYMBOLS,
ETC.)
3,120 SQFT
12 84 BUFFERED BIKER LANE 11,570 LF
13 84
INSTALL GREEN PAINTED BIKE
LANE 2,580 SQFT
14 84 4” WHITE 6,440 LF
15 84 6" WHITE 330 LF
16 84 6" YELLOW 220 LF
17 84 12” WHITE 1,150 LF
18 84 12” YELLOW 500 LF
19 84 DETAIL 2 530 LF
20 84 DETAIL 12 21,570 LF
21 84 DETAIL 22 8,530 LF
22 84 DETAIL 25A 4,800 LF
23 84 DETAIL 32 2,340 LF
BID FORMS
7
24 84 DETAIL 37B 1,240 LF
25 84 DETAIL 38 4,390 LF
26 84 DETAIL 38A 450 LF
27 84 DETAIL 39 5,780 LF
28 84 DETAIL 39A 2,080 LF
29 84 DETAIL 40A 590 LF
30 15 ADJUST & RESET MONUMENT 3 EA
31 15
ADJUST POTABLE &
RECLAIMED WATER VALVES &
MANHOLES
25 EA
32 15
ADJUST SEWER MANHOLES &
CLEANOUTS 3 EA
33 15
ADJUST CITY
COMMUNICATIONS
MANHOLES & PULLBOXES
3 EA
34 15
UPGRADE/ADJUST "SILENT
KNIGHT" MANHOLE COVERS TO
CITY STD 6040
6 EA
35 39
REMOVE AND REPLACE HMA
DIKE (TYPE F) 3,151 LF
36 39
REMOVE AND REPLACE CURB
AND GUTTER 114 LF
37 5 CONSTRUCTION SURVEY 1 LS
38 7 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION 1 LS
39 3 COMPLY WITH CALTRANS
ENCROACHMENT PERMIT 1 LS
Base Bid Total $
Additive Alternative “A”
Item
No. SS(1) Item Description Quantity
Unit of
Measure Unit Price Item Total
40 37 (s)MICROSURFACING TYPE II 25,113 SQYD
41 15 BIKE LANE EDGE GRIND 1,495 LF
42 15,39 10" BASE REPAIRS
(ALLOWANCE)
3,555 SQFT
43 85 BLUE HYDRANT REFLECTORS ‐
ENG. STD. 7920
6 EA
44 84 8" CIRCULAR CERAMIC
PAVEMENT MARKERS
12 EA
45 84 PAVEMENT MARKINGS
(ARROWS, WORDS, SYMBOLS,
ETC.)
950 SQFT
46 84 BUFFERED BIKE LANE 3,660 LF
47 84 INSTALL GREEN PAINTED BIKE
LANE
1,326 SQFT
BID FORMS
8
48 84 4” WHITE 970 LF
49 84 6" WHITE 10 LF
50 84 12” WHITE 760 LF
51 84 DETAIL 9 5,120 LF
52 84 DETAIL 12 2,240 LF
53 84 DETAIL 22 1,480 LF
54 84 DETAIL 25A 2,860 LF
55 84 DETAIL 38 1,450 LF
56 84 DETAIL 38A 100 LF
57 84 DETAIL 39 1,130 LF
58 84 DETAIL 39A 490 LF
59 15 ADJUST POTABLE &
RECLAIMED WATER VALVES &
MANHOLES
2 EA
60 15 UPGRADE "SILENT KNIGHT"
MANHOLE COVERS TO CITY STD
6040
2 EA
61 15,75 REPLACE DRAINAGE GRATE 1 EA
62 73 INSTALL SIDEWALK 175 SQFT
63 73 REMOVE AND REPLACE CURB
AND GUTTER
11 LF
64 73 CURB RAMP IMPROVEMENTS
AT MADONNA AND EL
MERCADO
1 LS
65 15 REPLACE TRAFFIC LOOP
DETECTORS
5 EA
66 73 CURB RAMP SW CORNER OF
MADONNA PLAZA
1 LS
67 73 CURB RAMP SE CORNER OF
MADONNA PLAZA
1 LS
68 3 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION
1 LS
Additive Alternative “A” Bid Total $
BID FORMS
9
Additive Alternative “B”
Item
No. SS(1) Item Description Quantity
Unit of
Measure Unit Price Item Total
69 86
VIDEO DETECTION SYSEM
INSTALLATION ‐ MADONNA & EL
MERCADO
1 LS
70 86 REPLACE LOOP DETECTORS
(DEDUCTION FROM ADD ALT A) 5 EA
Additive Alternative “B” Bid Total $
Base Bid Total $
Additive Alternative “A” Total $
Additive Alternative “B” Total $
Total Project Bid (Base Bid + Add. Alt. “A” + Add. Alt. “B”)$
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
(s) Specialty item per 5-1.13A of the Standard Specifications
BID FORMS
10
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard
specifications, the Bidder is required to furnish the following information for each Subcontractor
performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for
the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as
allowed in section 5-1.13 of the standard specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth
of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered
with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
11
(Rev 9-07)
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares under penalty of perjury under the laws of the State of California that the bidder, or any
subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding
three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding
upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section
1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of
the University of California or the Trustees of the California State University. The term "bidder" is
understood to include any partner, member, officer, director, responsible managing officer, or responsible
managing employee thereof, as referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided.
The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of
this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby states 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 under appeal is excluded, provided that the contractor has
secured the payment of any amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing
for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
BID FORMS
12
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in
a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix
the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price,
or of that of any other bidder, or to secure any advantage against the public body awarding the contract of
anyone interested in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
BID FORMS
13
Bidder Acknowledgements
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. ,
Expiration Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
BID FORMS
14
Qualifications
Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to
Bidders and indicated below, is cause to reject the bid. Additional information may be attached, but is not a
substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include full depth
reclamation activity?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include full depth
reclamation activity?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid or
did this project include microsurfacing
activity?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
BID FORMS
15
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly by these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction
and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays,
Sundays, or legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
SPECIAL PROVISIONS
16
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of the Standard
Specifications. Each special provision begins with a revision clause that describes or introduces a
revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not
change the paragraph number of the Standard Specifications for any other reference to a paragraph of
the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 General
The work must be done in compliance with the City of San Luis Obispo, Department of Public Works:
1. Madonna – LOVR Rehabilitation Project Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2016 edition
3. State of California, Department of Transportation Standard Specifications and Standard Plans –
2010 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 6 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Replace Section 2-1.33A with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be
signed by the bidder.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description
Comply with the provisions of Section(s) 3, 5, 7, 9, 15, 30, 39, 73, 75, 84, 85, and 86 for general, material,
construction, and payment specifics. Refer to these Special Provisions for modifications to the above
Sections.
Add Section 4-1.03A Project Specific Signage
Maintain Revenue Enhancement Funding signage in work area. Return Revenue Enhancement Funding
signs at the end of the project or upon the Engineer’s request.
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Adjustments to working hours may be imposed, in compliance with section 7-1.03B, because of public
traffic impacts.
Add to Section 5-1.13A Sub-Contracting General
A representative of the prime contractor must be on site when any subcontractor is performing contract
work. Contract work will not be allowed to continue until prime contractor’s representative is on site.
SPECIAL PROVISIONS
17
Add to Section 5-1.36A General
Repair to damage must comply with the associated sections of the specifications, standards, and plans.
Add to Section 5-1.36D Non-highway Facilities
Existing third party (non City-owned) utilities are shown on project plans for information purposes only. It
is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of
excavation or sawcutting. The City of San Luis Obispo is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in
4216.7.(c) of California Government Code.
Add to Section 5-1.43A Potential Claims and Dispute Resolution General
Potential claim forms are located on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
6 CONTROL OF MATERIALS
Add to Section 6-2.03 Department Furnished Materials
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain Sales Tax signage
in work area. Return Sales Tax signs at the end of the project or upon the Engineer’s request.
Sales Tax signs are stored at the City’s Corporation Yard on Prado Road. The Contractor is responsible
to load and transport from City Corporation yard to job site.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.02K(1) General
The project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Add to Section 7-1.03B Traffic Control Plan
Contractor is advised that he will need to submit a traffic control and staging plan that is reactive to traffic
conditions. It may be required to stage work in different areas on the same work shift to allow free flow of
traffic. Adhere to the time restrictions listed below “Work Hour Restrictions”.
No full width street closures will be permitted for Los Osos Valley Road. The Contractor shall have a
minimum of one lane open traveling in each direction at all times, unless otherwise approved by the
Engineer.
The Contractor shall be responsible for notification of all adjacent property owners/ occupants, Businesses
and for the posting of all streets for no parking on the days work is to be scheduled. Contact (verification of
contact) shall also be made with the management of each business or adjacent property. Notifications shall
only be delivered during business hours 10am to 5pm.
The Contractor shall be responsible for the purchase and placement of “NO PARKING/TOW AWAY” signs at
least 72 hours before the “NO PARKING” is in effect. If the Contractor’s schedule changes such that work
will not require “NO PARKING” on a street, the Contractor may change the dates of “NO PARKING” on the
signs, provided this change is done so at least 30 hours in advance of the effective time of the “NO
PARKING”. The Contractor shall pay to the City of San Luis Obispo the sum of $250 per day, for each and
SPECIAL PROVISIONS
18
every calendar day in which “NO PARKING” signs prohibit parking on a street in which work that requires
“NO PARKING” was not performed.
WORK HOUR RESTRICTIONS
LOS OSOS VALLEY ROAD (LOVR) – DAY WORK RESTRICTIONS
The Contractor shall comply with these working hour restrictions in addition to other restrictions required for
the project limits between northern City Limit to Calle Joaquin.
For those areas not restricted, work hours are Monday through Friday between 8:30 a.m. and 4 p.m. unless
otherwise approved by the Engineer, and construction noise is limited to the hours of 7 a.m. to 7 p.m. unless
otherwise approved by the Community Development Director.
The Contractor shall make every effort to complete work within two blocks of Laguna Middle School prior to
the start of the school year. If school is in session, all work within two blocks of the Laguna Middle School
shall be limited to the hours as follow:
Monday thru Friday 8:30 a.m. to 2:30 p.m.
Work within the Madonna and Los Osos Valley Road intersection shall be limited to the hours between 9:00
a.m. and 3:30 p.m. Do not perform work within 1,000 feet of the Madonna Rd. intersection at the same time
as work on Madonna Road from LOVR to Oceanaire Drive, unless otherwise approved by the Engineer.
MADONNA ROAD – DAY WORK RESTRICTIONS
For those areas not restricted, work hours are Monday through Friday between 8:30 a.m. and 4 p.m.
unless otherwise approved by the Engineer, and construction noise is limited to the hours of 7 a.m. to 7
p.m. unless otherwise approved by the Community Development Director.
Contractor shall not perform work on Madonna Road from LOVR to Oceanaire Dr. at the same time as
work on LOVR within 1,000 feet of the intersection with Madonna Road.
Contractor shall not route detour traffic through neighborhood streets or the Madonna Frontage Road.
NIGHT WORK & WEEKEND (DAY) WORK
Night work is defined as work between the hours of 7:00 pm and 7:00 am.
Night work is permitted separately. If night work is permitted by the City of San Luis Obispo Community
Development Department, the work shall comply with the restrictions set forth in the permit.
At Contractor’s request and approval of the Engineer, Saturday day work may occur subject to restrictions
set for above for day work. Sunday day work is subject to City noise ordinance approval similar to
nightwork.
Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic
control plan must be drawn to scale. Traffic control application may be obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is
responsible to comply with all conditions of the traffic control plan. Complete work using due diligence in
order to restore free flowing of traffic.
Replace Section 7-1.06 with:
SPECIAL PROVISIONS
19
7-1.06A General
Procure and maintain for the duration of the contract, insurance against claims for:
1. injuries to persons
2. damages to property
which may arise from or in connection with the performance of the work by your:
1. agents
2. representatives
3. employees
4. subcontractor
Provide:
1. Commercial General Liability Insurance
2. Commercial General Liability Insurance Endorsement
3. Automotive Liability Insurance
4. Automotive Liability Insurance Endorsement
5. Workers’ Compensation Insurance
The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines
or mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of
any local, state or federal regulation, as well as all attorney fees, costs and expenses of any kind which
directly or indirectly arise out of or are in any way associated with enforcing this indemnity provision
against the Contractor.
7-1.06B Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage:
a. CG 20 10 Prior to 1993
b. CG 20 10 07 04 with CG 20 37 10 01
2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
7-1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1. General Liability:
a. $1,000,000 per occurrence for bodily injury, personal injury and property damage.
b. If Commercial General Liability or other form with a general aggregate limit is used, either the
c. general aggregate limit must apply separately to this project/location
d. the general aggregate limit must be twice the required occurrence limit.
2. Automobile Liability:
a. $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability:
a. $1,000,000 per accident for bodily injury or disease.
7-1.06D Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of
the City, either:
1. the insurer must reduce or eliminate the deductibles
2. procure a bond guaranteeing payment of:
a. losses and related investigations
b. claim administration and defense expenses.
7-1.06E Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
SPECIAL PROVISIONS
20
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
a. liability arising out of activities performed by or on behalf of you
b. your products and completed operations
c. premises owned, occupied or used by you
d. automobiles owned, leased, hired or borrowed by you
2. The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
3. For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers.
4. Any insurance or self-insurance maintained by the City is in excess to your insurance and will not
contribute to it.
5. Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its
a. officers
b. officials
c. employees
d. agents
e. volunteers
6. Your insurance must apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
7. Each insurance policy required must be endorsed to state that coverage will not be:
a. Suspended
b. Voided
c. canceled by either party
d. reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested has
been given to the City.
8. Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code.
7-1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
7-1.06G Verification of Coverage
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
7-1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and endorsements
for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as
the prime contractor.
SPECIAL PROVISIONS
21
8 PROSECUTION AND PROGRESS
Section 8-1.02A Schedule
Provide a Level 1 schedule for this work.
Add to Section 8-1.03 Pre-Construction Conference
All listed subcontractors performing contract work must attend the preconstruction meeting.
At a minimum, provide the following submittals at the preconstruction meeting:
1. emergency contact list
2. representative at the site of work authorized to sign extra work tickets
3. representative authorized to sign change orders
4. Caltrans equipment rental rates for equipment used to complete work
5. work schedule
6. traffic control application
7. traffic control plans
8. water pollution control plan
9. location of construction yard
10. location of disposal site
11. evidence construction yard is correctly permitted if construction yard is not your business address
12. evidence disposal yard is correctly permitted.
13. door hanger for notification of adjacent properties
9 PAYMENT
Add to Section 9-1.23 City Billing
After given the opportunity, you fail to complete any of the following:
1. maintain the project site,
2. complete project work,
3. any other cause which requires City staff to complete work at the project site
you must reimburse the City in compliance with section 9-1.23.
DIVISION II GENERAL CONSTRUCTION
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A
A minor WPCP plan form may be obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
15 EXISTING FACILITIES
Add to Section 15-1.03C with:
Existing traffic sign detection loops will be affected during construction. If Additive Alternative “A” is
awarded, loops must be located and replaced per State Standard ES-5B. Loop Detectors must be
replaced “in-kind”. If Additive Alternative “B” is awarded, replace the existing loop detectors with video
detection, complete, in-place and operational, prior to installation of improvements affecting existing
loops.
SPECIAL PROVISIONS
22
Traffic loop detectors shown on the plans are only a schematic representation. It is the Contractor’s
responsibility to verify the actual locations. Note: traffic signal conduits are very shallow, do not sawcut
over conduits.
Add to Section 15-2.02B Remove Pavement (Base Repairs)
The outline of the area to be removed must be cut on a neat line with a power driven diamond saw to a
minimum depth of 4 inches before removing the asphalt surfacing. As an alternate, the Contractor may
use a grinding device such as a “zipper” to remove the base repair area. All areas of removal must be cut
as marked in the field and must be uniform in pattern (square, rectangle).
Paving is not to be done without the inspection of the Engineer.
A mechanical tamp is to be used for compacting the base and bottom lifts of the AC. A roller is to be
used for the top lift of AC. Vibrating Plates are not allowed.
Any PCC to be used for pavement must be Class 1 mix per Engineering Standard 6040 General Note B
to allow next day AC pave-out and traffic use. At each location of roadway repair activity, removal and
replacement of existing pavement materials are to be performed on the same working day.
Additional base repair areas and extents may be identified by the Engineer. Pavement repair locations
must be field verified by the engineering inspector before the start of any work. Pavement restoration
must comply with section 19 and 77.
Add to Section 15-2.02B(2)
Micro-milling may be utilized for bike lane edge grinds an alternative to a standard milling machine, at the
Contractor’s discretion. Micro-milling machines shall:
1. Be equipped with a micro-milling drum with tungsten-carbide-tipped cutting teeth spaced no
greater than ¼ inch apart on center. The configuration of the teeth shall be such that the deviation
in elevation between any 2 teeth does not exceed 1/16 inch.
2. Be capable of removing asphalt concrete pavement to a tolerance of +/- 1/8 inch.
3. Be equipped with an automatic grade control system operating in “profile” mode.
Micro-milling shall result in a grid-patterned textured pavement surface with longitudinal ridges
approximately the same distance apart as the cutting teeth. The ridges shall be consistent in depth, width,
and profile. The distance between the top of the ridge and the adjacent valleys shall not exceed 1/8 inch.
Add to Section 15-2.02B(7)
The contract price paid per square yard of cold plane shall be based on the actual area of surface cold
planed irrespective of the number of passes required to obtain the required depth of the grind as shown
on the Plans and shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and doing all work involved in cold planning asphalt concrete surfacing and disposing of
planed material as specified in the Standard Specification and these special provisions and as shown on
the Plans, and no additional compensation will be allowed therefore.
The contract price per linear foot for bike lane edge grind shall include full compensation for furnishing all
labor, materials, tools, equipment, personnel, and incidentals, and for doing all the work involved with bike
lane edge grind and no additional compensation therefor. The contract unit price for bike lane edge grind
shall remain the same unless the actual quantities vary by +/- 25 percent of the bid quantity. No additional
payment will be made for edge grind locations not verified by the engineering inspector, as required by
Section 37-3.03(D)(2)(a).
Add to Section 15-2.02C(1)
After existing traffic stripes and pavement markings have been removed, temporary striping tabs must be
installed and remain in place until microsurfacing operations have begun.
SPECIAL PROVISIONS
23
Add to Section 15-3.03
When removing concrete, concrete must be saw-cut on a neat line along the area shown on the Plans.
Concrete removal limits will be field verified by the engineering inspector. Any concrete curb, gutter or
sidewalk damaged outside of the removal limits, must be replaced by the Contractor at no additional cost
to the City.
DIVISION III GRADING
Replace Section 19-1.03B with:
Notify the Engineer prior to removal of unsuitable material. Excavate unsuitable material. Ensure that
unsuitable material is separated from other suitable construction materials or removed from the work
area.
Removal of unsuitable material including rock, within contract work area and limits and for which there is
no separate pay item, is paid for in other items on the Bid Item List. Removal of unsuitable material
outside contract work area and limits, as directed by the Engineer, will be paid by force account.
DIVISION IV SUBBASES AND BASES
Replace section 30-4 with:
30-4 FULL-DEPTH RECLAMATION - LIME AND CEMENT
30-4.01 GENERAL
30-4.01A Summary
Section 30-4 includes specifications for constructing a base using full-depth reclamation – lime and
cement (FDR).
FDR consists of:
1. Pulverizing existing asphalt concrete pavement and underlying materials
2. Mixing with water and lime
3. Mixing with water and cement
4. Spreading, grading, and compacting the mixture
5. Applying asphaltic emulsion
30-4.01B Definitions
OMC: Optimum moisture content determined under California Test 216
lot: 1,000 sq yd of FDR
30-4.01C Submittals
30-4.01C(1) General
At least 20 days before starting FDR work, submit:
1. Quality Control (QC) plan per 30-4.01C(2)
2. Certificate of Compliance for Quicklime (with each delivery)
3. Certificate of Compliance for Portland Cement (with each delivery)
30-4.01C(2) Quality Control Plan
The QC plan must describe the organization, responsible parties, and procedures you will use for:
1. QC including sampling, testing, and reporting
2. Determining upper and lower action limits when corrective actions are needed
3. Implementing corrective actions
4. Ensuring FDR pulverizing, mixing, compacting, grading, and finishing activities are coordinated
SPECIAL PROVISIONS
24
The QC plan must include copies of the forms that will be used to provide the required inspection records
and sampling and testing results. The form for recording and reporting the QC measurements must show
the cement and water proportions.
The QC plan must include a contingency plan that describes the corrective actions you will take in the
event of equipment break down. The corrective actions must include repairing and reopening the roadway
to traffic using minor HMA under section 39.
30-4.01C(3) Mix Design
The FDR mix design is provided by the City. Refer to Appendix C.
30-4.01C(4) Test Strip
Submit a summary of the determinations made from the test strip.
30-4.01C(5) Quality Control Reporting
For each lot, submit a report daily that includes the following items based on the frequencies specified in
section 30-4.01D(4):
1. General Information:
1.1. Lot number
1.2. Location description
1.3. Beginning and ending stations
1.4. Lane number and offset from centerline
1.5. Weather:
1.5.1. Ambient air temperature before starting daily FDR activities including time of
temperature reading
1.5.2. Road surface temperature before starting daily FDR activities including time of
temperature reading
2. Calculated lime application rate in lb/sq yd and percent dry weight of FDR
3. Calculated cement application rate in lb/sq yd and percent of dry weight of FDR
4. For FDR processing:
4.1. Depth of cut
4.2. Average forward speed
5. FDR quality control test results for:
5.1. Gradation
5.2. Moisture content
5.3. Unconfined compressive strength
5.4. In-place wet density
5.5. Relative compaction
6. For asphalt emulsion used on finished FDR surface:
6.1. Emulsion type
6.2. Emulsion application rate in gal/sq yd
6.3. Emulsion dilution as the weight ratio of added water to asphaltic emulsion
7. Note on the daily report the station limits of any unsuitable materials locations and when the Engineer
was notified
Update each day's submitted report within 24 hours of obtaining test results. Consolidate all lots
completed in a day in one report with each lot reported separately.
30-4.01C(6) Asphaltic Emulsion
With each dilution of asphaltic emulsion used for finishing under section 30-4.03H, submit:
SPECIAL PROVISIONS
25
1. Weight ratio of water to bituminous material in the original asphaltic emulsion
2. Weight of asphaltic emulsion before diluting
3. Weight of added water
4. Final dilution weight ratio of water to asphaltic emulsion
30-4.01D Quality Control and Assurance
30-4.01D(1) General
Schedule a preoperation conference at a mutually agreed time at the job site to meet with the Engineer.
Discuss the project specifications and methods of performing each item of the work. Items discussed
must include the processes for:
1. Mix design requirements
2. Production
3. Compacting
4. Grading
5. Finishing
6. Implementing the approved QC plan
7. Implementing the contingency plan
8. QC sampling and testing
9. Acceptance criteria
Preoperation conference attendees must sign an attendance sheet provided by the Engineer. The
preoperation conference must be attended by your:
1. Project superintendent
2. Project manager
3. QC manager
4. Workers and your subcontractor's workers, including:
4.1. Foremen
4.2. Ground supervisors
4.3. Representative from testing lab
Do not start FDR activities, including test strips, until the listed personnel have attended a preoperation
conference.
Relative compaction must be determined under California Test 231 and the following:
1. Test in 0.50-foot depth intervals from the bottom of the FDR layer regardless of the layer thickness
2. Correction for oversize material does not apply
3. . The asphalt concrete surfacing and underlying base materials shall be pulverized such that 100
percent of the material will pass a two-inch sieve and a minimum of 90-percent will pass a one and
one-half-inch (1 ½) sieve.
4. Use the laboratory wet test maximum density closest in proximity to the lot to determine relative
compaction. If the relative compaction for a lot is less than 97 percent, perform California Test 216
and California Test 226 for each noncompliant lot and recalculate the relative compaction
Divide the area to receive FDR into lots of FDR produced except the test strip is the 1st lot and must be at
least 2,000 sq yd. A quantity of FDR placed at the end of a work shift greater than 500 sq yd is
considered 1 lot. If a quantity of FDR placed at the end of a work shift is less than 500 sq yd, you may
either count this quantity as 1 lot or include the test results for quality control in the previous lot.
For any lot including the test strip, stop FDR activities and immediately inform the Engineer whenever:
1. Any test result shown in the QC Requirements table or the FDR Acceptance Criteria Testing table
does not comply with the specifications
2. Visual inspection shows evidence of:
2.1. Poor dispersion or dry spots
SPECIAL PROVISIONS
26
2.2. Segregation, raveling, and loose material
2.3. Variance of more than 0.05 foot measured from the lower edge of a 12-foot straightedge
2.4. Nonuniform surface texture throughout the work limits
2.5. Repaired areas
If FDR activities are stopped, before resuming activities:
1. Notify the Engineer of the adjustments you will make
2. Remedy or replace the noncompliant lot until it complies with specifications
3. Construct a new test strip of FDR with proposed adjustments demonstrating ability to comply with the
specifications
4. Obtain authorization
30-4.01D(2) Mix Design Sampling and Testing
The Mix Design is provided in Appendix C.
The lime content must be 1.5-percent by dry weight of FDR. The cement content must be 1.5 percent by
dry weight of FDR. For estimating purposes, use a with a dry unit weight of 130 lb /cu ft. except an
increase or decrease in the cement content may be ordered based on the mix design. During progress of
the work, if you encounter an isolated area that requires more lime or cement than described in the mix
design for that area, notify the Engineer before applying.
30-4.01D(3) Test Strip
On the 1st day of FDR activities and using the same equipment and materials that will be used during
production, construct a test strip of at least 1,500 feet in a single lane width to determine the:
1. Equipment, materials, and processes can produce FDR in compliance with the specifications
2. Effect of varying the FDR machine's forward speed and drum rotation rate on the consistency of the
pulverized material
3. Optimal proportions of lime, cement, and water. Changes to the mix design must be authorized.
4. Rolling method and sequence can comply with the compaction and finishing specifications
5. Application rate of asphaltic emulsion for opening to traffic
The Engineer tests each test strip under section 30-4.01D(5). Do not proceed with FDR activities until the
Engineer informs you the test strip is acceptable. If QC or Engineer's acceptance test results are not
available, you may proceed at your own risk.
30-4.01D(4) Quality Control, Sampling, and Testing
Designate a ground supervisor whose sole purpose is to monitor the FDR activities, advise project
personnel, and interface with the quality control testing personnel. The ground supervisor must not have
any sampling or testing duties.
Take samples under California Test 125.
Perform sampling and testing for each test strip and at the specified frequency for the quality
characteristics shown in the following table:
SPECIAL PROVISIONS
27
Quality Control Requirements
Quality
characteristic
Test method Minimum
sampling and
testing
frequency
Requirement Sampling
location
Maximum
reporting
time
allowance
Water sulfates a
(ppm, max)
California
Test 417 1 per source 1,300 Source Before
work
starts Water chlorides a
(ppm, max)
California
Test 422 1 per source 650 Source
Gradation (%,
passing)b
Sieve Size
3 inch
2 inch
1-1/2 inch
California
Test 202
Test strip and
1 per lot 100
95–100
85–100
Loose mix after
pulverizing and
mixing
24 hours
Moisture content
(%) California
Test 226
Test strip and
2 per day c
Mix design ± 2
percentage
points
Loose mix after
pulverizing and
mixing d
24 hours
Unconfined
compressive
strength (psi)
ASTM D
1633e
Test strip and
1 per 2 lots
Specified in
section 30-
4.01D(2)
Loose mix after
pulverizing and
mixing d
24 hours
after
testing
specimens
Laboratory
maximum wet
density (lf/cu ft)
California
Test 216
Test strip and
2 per day
Use for relative
compaction
calculation
Same location
as a California
Test 231 test
24 hours
Relative
compaction
(%, min) (wet
density) f
California
Test 231
Test strip and
1 per lot 97 Compacted mix 24 hours
a Only required for non-potable water sources.
b Remove solids larger than 3 inches.
c If test fails, minimum test frequency is 1 per lot
d Sample immediately after mixing is complete
e Method A, except:
1. Test specimens must be compacted under ASTM D 1557, Method A or B.
2. Test specimens must be cured by sealing each specimen with 2 layers of plastic at least 4-mil
thick. The plastic must be tight around the specimen. Seal all seams with duct tape to prevent
moisture loss. Sealed specimens must be placed in an oven for 7 days at 100 ± 5 degrees F. At the
end of the cure period, specimens must be removed from the oven and air-cooled. Duct tape and
plastic wrap must be removed before capping. Specimens must not be soaked before testing.
f Verify the moisture content reading made under California Test 231 with California Test 226.
Measure and record the actual cut depth at both ends of the pulverizing drum at least once every 300 feet
along the cut length. Take measurements in the Engineer's presence.
30-4.01D(5) Acceptance Criteria
FDR acceptance is based on:
1. Visual inspection for the following:
1.1. Segregation, raveling, and loose material
1.2. Variance of more than 0.05 foot measured from the lower edge of a 12-foot straightedge
1.3. Uniform surface texture throughout the work limits
1.4. Repaired areas
2. Compliance with the quality characteristics shown in the following table:
SPECIAL PROVISIONS
28
FDR Acceptance Criteria Testing
Quality Characteristic Test Method Requirement
Lime application rate
(lb/sq yd)
Calibrated tray or equal Mix design rate ± 5%
Cement application
rate (lb/sq yd)
Calibrated tray or equal Mix design rate ± 5%
Relative compaction
(%, min, wet density)
California Test 231 97
Thickness (ft) a Core measurements ±0.05 of the thickness
shown
a Take 4- or 6-inch diameter cores from random locations the Engineer selects.
The Engineer may require 3 locations per lot; coring more than 3 locations per lot
is change order work. At time of coring, submit cores to the Engineer for
measurement.
30-4.02 MATERIALS
30-4.02A General
Not Used
30-4.02B Lime
Lime shall be quicklime conforming to the chemical requirements in ASTM C977 except it shall have a
minimum of 90 percent available calcium oxide. Quicklime shall be supplied from a single source.
Hydrated lime (dry or slurry), air slaked, by-product or water lime will not be permitted. Quicklime shall be
protected from moisture until application and be sufficiently dry to flow freely when handled and added.
Quicklime, when delivered to the work site shall conform to the following grading requirements when
tested in accourdance with ASTM C136 (dry sieving only)
Sieve Size: 3/8 inch. Percent Passing: 98-100
A Certificate of Compliance and a certified weighmaster ticket showing the shipping weight shall be
submitted to the Engineer with each delivery.
30-4.02C Cement
Cement must be Type II or Type V portland cement specified in ASTM C 150/150M. Pozzolanic material
shall not be substituted for Portland Cement.
30-4.02D Water
Notify the Engineer if a water source other than potable water is used and perform testing for chlorides
and sulfates.
30-4.02E Mixed Material
The pulverized mixture of asphalt concrete and underlying material, lime, and cement must comply with
the grading requirements for the sieve sizes shown in the following table:
FDR Gradation
Sieve Size Percentage
Passing
3" 100
2" 100
1.5" 90-100
The moisture content at the time of mixing must comply with the mix design within 2 percentage points.
SPECIAL PROVISIONS
29
30-4.02F Asphaltic Emulsion
Asphaltic emulsion must be Grade SS1h or CSS1h.
For dilution, the weight ratio of water added to asphaltic emulsion must not exceed 1 to 1.
30-4.02G Core Backfill Material
Material to fill cored holes for thickness measurements must be packaged rapid-hardening cementitious
material under ASTM C 928, Type R2 or R3.
30-4.03 CONSTRUCTION
30-4.03A General
Do not start FDR activities if the ambient air temperature is below 40 degrees F or the road surface is
below 40 degrees F. If the ambient air temperature falls below 40 degrees F during FDR activities, you
may only compact and finish FDR.
Before starting daily FDR activities, sweep the FDR area constructed the previous day to remove loose
material.
30-4.03B Equipment
Do not interrupt traffic while servicing FDR equipment.
The FDR machine must have independent and interlocked systems for water and must include the
following:
1. Digital electronic controller system
2. Pumping system
3. Spray bar system
Storage equipment for water must not leak and must be attached to the FDR machine with a tow bar and
hose.
Grading and compacting equipment must be self-propelled and reversible. The frequency and amplitude
of vibrating rollers must be adjustable and exceed a force of 15 tons in vibratory mode.
Grading equipment must be a motor grader with automatic grade controls for profile elevation and cross
slope.
30-4.03C Surface Preparation
Before FDR activities start, prepare the existing roadway surface by:
1. Clearing foreign matter including vegetation
2. Removing standing water
3. Referencing the profile and cross slope
4. Marking the proposed longitudinal cut lines on the existing pavement as follows:
4.1. Cut lines must coincide with points where the existing cross slope changes,
approximately at the centerline and edge of traveled way
4.2. Cut lines must indicate the sequence of the cuts
If excess material is to be stored adjacent to the shoulder, clear and dispose of the weeds, grass, and
debris from the area.
30-4.03D Pulverizing
Do not leave a wedge where the pulverizing drum cuts into the existing material. The 1st cut width must
use the full width of the pulverizing drum. Subsequent cuts must overlap at least 4 inches. Do not leave a
gap of unpulverized material between cuts. If an overlap is more than 4 inches, immediately adjust. If an
overlap is less than 4 inches, immediately back up and pulverize the deviation along the correct cut line.
SPECIAL PROVISIONS
30
Mark the existing pavement where the center of the pulverizing drum stops. Start the following cut on this
alignment at least 2 feet behind the mark.
If you encounter unstable subgrade or rocks greater than 4 inches in the roadway section, notify the
Engineer. The Engineer determines the extent of the problem and the corrective measures to be taken.
30-4.03E Spreading Materials
Do not spread lime before pulverizing.
Lime shall be in a dry state at the time of spreading. Lime shall not be spread while the atmospheric
temperature is below 35 degrees Fahrenheit or wind conditions are such that blowing lime will have an
adverse effect on traffic or adjacent property. No traffic other than the reclaimer or other related
construction equipment shall be allowed to pass over the spread lime until completion of the initial mixing.
Spread lime uniformly over the full roadway surface width. The spread rate must be the mix design rate or
the ordered rate in lb/sq yd ± 5 percent.
Spread cement uniformly. Do not spread cement more than 30 minutes before mixing. Do not apply dry
cement in windy conditions that will result in dust outside the FDR area. The spread rate must be the mix
design rate or the ordered rate in lb/sq yd ± 5 percent.
30-4.03F Mixing
30-4.03F(1) General Requirements
The overlap requirements in section 30-4.03D apply to mixing. With each cut, adjust the amount of water
proportionally to the actual cut width. If an overlap is less than 4 inches, immediately back up and
pulverize the deviation along the correct line without adding water or cement.
Water must be injected through the pulverizing machine. The injection rate of mixing water must be
sufficient to produce the FDR material mixing moisture content described in the mix design.
Mark where the center of the pulverizing drum stops. Start the following cut on this alignment at least 2
feet behind the mark.
30-4.03F(2) Lime Mixing
After spreading has been completed, the lime shall be mixed with the pulverized base material to the
depth below the bottom of the asphalt concrete pavement to be constructed, as shown on the Plans.
Mixing shall be performed a minimum of 2 times. At least one of the 2 mixing operations shall be
performed while introducing water into the pulverized base material-lime mixture through operation of the
metering/pump device on the reclaimer. Water shall be added as necessary to provide a moisture content
of at least 3 percent above the optimum moisture content of the pulverized base material-lime mixture.
Any remaining untreated pulverized base material around or attached to manholes, valves, vaults, survey
monuments or other structures; adjacent or attached to curbs and gutters; or in areas inaccessible by the
reclaimer shall be removed to the depth mixed, and replaced with the pulverized base material-lime
mixture.
30-4.03F(3) Mellowing and Final Mixing (Lime)
The pulverized base material-lime mixture shall be allowed to cure or “mellow” in an un-compacted state
for a period of no less than 16 hours unless otherwise specified in the mix design or approved by the
Engineer. During the mellowing periods, the moisture content of the mixture shall be maintained above
the optimum moisture content. In no case shall initial and final mixing be performed in the same day.
After the required mellowing period and prior to spreading cement, the pulverized base material-lime
mixture shall be re-mixed. Mixing operation shall be performed in such a manner as to produce a
uniformly blended mixture of lime, water, and pulverized base material free of streaks and pockets of lime.
Subsequent to the addition of water, sufficient passes of the reclaimer shall be made as necessary to
produce a uniformly treated material. Uniformity will be determined initially by sampling and testing at
SPECIAL PROVISIONS
31
variable depths and locations within the mixture. The number of passes required may be adjusted based
upon subsequent sampling and testing.
The depth of mixing shall not vary more than 0.1 foot from the specified depth at any point. Mixing to a
depth that exceeds the specified depth by 10 percent or more shall be considered as evidence of an
inadequate amount of lime and additional lime shall be added at the Contractor’s expense.
No color reaction of the treated material, exclusive of 1 inch or larger clods, when tested with the standard
phenolphthalein alcohol indicator, will be considered evidence of inadequate mixing.
Final mixing shall continue until the pulverized base material-lime mixture, exclusive of rock or aggregate,
conforms to the following gradation when testing in accordance with ASTM C136:
Sieve Size: 1 inch. Percent Passing: 98 min.
Sieve Size: No. 4. Percent Passing: 65 min.
30-4.03F(4) Cement Mixing
Mixing shall be performed in a series of passes parallel to the centerline of the roadway such that
transverse and longitudinal construction joints are minimized. The full depth of the pulverized base
material shall be mixed with cement a minimum of 2 times. At least 1 of the 2 mixing shall be done with
introducing water into the pulverized base material through the metering device on the reclaimer. Water
shall be added to the pulverized base material during mixing to provide a moisture content not less than 1
percentage point below nor more than 2 percentage points above the optimum moisture content of the
pulverized base material mixture.
Any remaining untreated material around or attached to manholes, valves, vaults, survey monuments or
other structures; adjacent or attached to curbs and gutters; or in areas inaccessible by the reclaimer shall
be removed to the depth mixed, and replaced with lime and cement base material mixture.
Before compacting, remove solids larger than 3 inches in any dimension by hand.
30-4.03G Compacting and Grading
Immediately after pulverizing and mixing, compact FDR to the minimum relative compaction. Do not allow
more than 2 hours between final mixing of the pulverized material with cement and completion of
compaction with vibratory steel drum rollers.
During grading and final compaction with vibratory steel drum rollers, add water to maintain the mixing
moisture content as described in the mix design.
If the established grade will cause noncompliance with the thickness requirements, notify the Engineer.
30-4.03H Finishing
The finished FDR surface must not vary more than 0.05 foot from the lower edge of a 12-foot straight
edge laid in directions parallel and perpendicular to the centerline.
Immediately after compaction, apply water and roll with pneumatic-tired rollers or steel drum roller with no
vibration. The finished surface must be free of ruts, bumps, indentations, segregation, raveling, and any
loose material.
Keep the compacted surface damp by lightly watering until asphaltic emulsion is applied.
During the period from 48 to 72 hours after compaction, microcrack the surface by applying 3 single
passes with a 12-ton vibratory steel drum roller at maximum amplitude travelling from 2 to 3 mph,
regardless of whether asphaltic emulsion has been applied.
Apply a coat of asphaltic emulsion to the finished surface when it is damp but free of standing water. The
application rate of asphaltic emulsion must be from 0.15 to 0.25 gal/sq yd. Do not water after applying
asphaltic emulsion. Do not open to traffic without authorization.
SPECIAL PROVISIONS
32
While open to traffic and before placing HMA, maintain the FDR surface free of ruts, bumps, indentations,
raveling, and segregation. Repair damaged FDR material with minor HMA.
Take cores to determine the finished FDR thickness before placing HMA.
If a core indicates FDR thickness is less than the specified thickness by more than 0.05 foot, core in the
vicinity of the noncompliant core to determine the extent of the deficient thickness. Remove the FDR
material deficient in thickness by cold planing to a depth of 0.2 foot below the finished FDR grade.
Replace the planed FDR with the HMA specified for the project and compact under the method
compaction specifications in section 39-1.03.
Immediately before placing HMA, apply asphaltic emulsion at a rate from 0.03 to 0.05 percent residual
binder content.
Do not place HMA until authorized.
30-4.04 PAYMENT
Full-depth reclamation– lime and cement is measured by the square yardage of FDR. The contract price
for Full Depth Reclamation with lime and cement includes full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing the work involved in all pulverizing and mixing
of the existing pavement; for spreading and mixing lime and cement, compacting and trimming to the
proper grade, for all microcracking, curing, protection and sealing, and furnishing and applying asphaltic
emulsion, all as shown on the plans as specified in the Standard Specifications and these special
provisions and as directed by the engineer.
Lime for Full Depth Reclamation shall be paid for by the ton separately from Full Depth Reclamation.
Cement for Full Depth Reclamation shall be paid for by the ton separately from Full Depth Reclamation.
The quantity of lime and cement is subject to increased or decreased compensation and will be the
difference between the specified theoretical quantity of lime and cement and the quantity of lime and
cement used.
DIVISION V SURFACING AND PAVEMENTS
Add to Section 37-3.02A
Microsurfacing must be Type II. Use Polymer Modified Asphaltic Emulsion with 2% latex additive.
Add to Section 37-3.03A
The Contractor is responsible to locate and protect all existing utility covers and concrete collars prior to
the application of the microsurfacing. The utility lids and surrounding collars shall be covered prior to the
application of the microsurfacing, and a vertical tab must be placed on each cover in order to locate it
after the microsurfacing application is complete. The tab must extend at least 3 inches above the existing
pavement surface. The Contractor shall not proceed with the next day’s microsurfacing operations unless
the utility cover protection from the previous days’ work has been removed.
Not all frames, covers, grates or manholes are shown on the Plans. The Contractor is responsible for
examining the site of work. A submission of a bid is conclusive evidence that the bidder has investigated
the local conditions to be encountered.
Add to Section 37-3.03(D)(2)(a)
If the microsurfacing placement includes locations where a bike lane is located immediately adjacent to a
concrete gutter, grind pavement surface flush prior to application of microsurfacing. The width of the grind
must be a minimum of one foot and up to five feet, as necessary to leave the cross slope of the pavement
surface less than 5% or existing. The finish surface of the microsurfacing must not be more than ¼ inch
above the surface of the gutter where a bike lane abuts the gutter.
SPECIAL PROVISIONS
33
Locations of bike lane edge grind, are not shown on the plans, and must be field verified with the
engineering inspector.
Payment shall be as described in Section 15-2.02B(7).
Add to Section 37-3.03D(4)(c)(i) General
Thru-traffic lanes must be spread in full lane widths only. Microsurfacing must be spread at a rate within
the ranges shown in the following table for pounds of dry aggregate per square yard:
Microsurfacing Type Location Spread Rate
Type II1 Full Lane Width 15+/-1
Notes:
1. For microsurfacing over asphalt concrete pavement.
During microsurfacing operations, the Contractor is responsible for:
1. Verifying that the microsurfacing emulsion being used will allow for rolling within the specified
time frame.
2. Adjusting the mixture for changes in weather conditions, as appropriate.
3. Sweeping the surface approximately 24 hours after placement and as directed by the Engineer.
4. Sweeping in such a manner as to remove loosened or shed aggregate particles without
damaging the new surface.
Replace Section 37-3.04C with:
Microsurfacing shall be measured and paid for by the square yard. The contract price paid per square
yard for microsurfacing shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in placing microsurfacing, complete and in place,
including testing for and furnishing mix design, water suitability sample and test, test strips, truck
calibration, cleaning surface, vegetation removal, applying tack coat if necessary, furnishing added water,
additives, and mineral filler, protecting the microsurfacing until it has set, repair of early distress, rolling
with a rubber tired roller and sweeping the microsurfacing, as shown on the Plans, as specified in the
Standard Specifications and in these Special Provisions and as directed by the engineer.
Payment will be reduced for streets that fall below the specified rate of application. The rate of pay will be
reduced by 15 percent of pay quantity per square yard for each pound below the specified rate of dry
aggregate as reported on the daily reports, and calculated by the gate settings and rev counts for the
daily total application rate. No additional payment over the unit contract bid will be made for
microsurfacing which has a rate of application in excess of that shown in these Special Provisions.
Add to Section 39-6
Payment to remove and replace hot mix asphalt dike shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals, and for doing all work involved in removing the existing
HMA dike and replacing the dike, complete and in place, as specified in the Standard Specifications and
these Special Provisions and as directed by the engineer.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
Add to Section 73-1.04
As shown on the bid item list, curb ramp improvements will be paid in lump sum. The lump sum price
paid for each curb ramp includes all of the work involved in removing the existing facilities and installing
the new curb ramps, sidewalks and associated appurtenances shown on the Plans for each corner, as
specified in the Standard Specifications and these Special Provisions. The Contractor is responsible to
store existing signs and utility boxes for reuse.
SPECIAL PROVISIONS
34
The contract unit price for concrete curb and gutter replacement, as measured by the linear foot, shall
include painting the curb, as required by the Plans and Standard Specifications.
Add to Section 77-1.01
Excavation and restoration includes removal of concrete.
Protection and restoration of survey monuments and bench marks (survey markers) must comply with
Section 5-1.26 and 5-1.36.
77-1.01B Incorporated by Reference
Earthwork must comply with Section 19.
DIVISION IX TRAFFIC CONTROL FACILITIES
Add to Section 84-6
84-6.01 Bike Lane Coating
A durable epoxy modified, acrylic, water bourne coating specifically designed for application on asphalt
pavements, such as STREETBONDCL or approved equal shall be installed by manufacture certified
installer per manufacture's specifications as shown on the plans.
Bike lane coating shall conform to the following federal highway administration (FHWA) requirements for
green painted bike lanes.
A. The daytime chromaticity coordinates for the color used for green colored pavement shall be as
follows:
1 2 3 4
X Y X Y X Y X Y
.230 .754 .266 .500 .367 .500 .444 .555
The daytime luminance factor (y) shall be at least 7, but no more than 35.
B. The nighttime chromaticity coordinates for the color used for green colored pavement shall be as
follows:
1 2 3 4
X Y X Y X Y X Y
.230 .754 .336 .540 .450 .500 .479 .520
Prior to installation the contractor shall submit a color sample and manufacturer specifications indicating
compliance with the FHWA requirements as indicated above.
84-6.01
Payment must comply with section 84-1.04.
Add to Section 84-1.04
Bike lane buffer is measured along the linear foot and accounts for all striping and cross hatching,
regardless of width of buffer.
Bike lane coating is measure by the square foot for the area applied.
Add to Section 85-1.02C
SPECIAL PROVISIONS
35
Circular ceramic pavement markers, as identified on the plans, shall be yellow with two-way reflectors as
manufactured by Apex Marker, or approved equal.
DIVISION XII APPENDICIES
Add 100-1.01
Refer to Appendix A: Caltrans Encroachment Permit
Refer to Appendix C: Pavement Evaluation, Madonna Road, Los Osos Valley Road to Highway 101 On-
Ramp, by Pavement Engineering, Inc., dated December 2016.
Refer to Appendix C: Full Depth Reclamation Mix Design
APPENDICES
36
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the
Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall
provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and
transportation services required to complete all the work of construction of
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by
the Owner, in strict compliance with the Contract Documents hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work
performed and completed under the direction and supervision and subject to the approval of the Owner or its
authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents,
the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in
the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work which the
Contractor may be required to do, or respecting the size of any payment to the Contractor, during the
performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and
conclusive.
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.
3. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda.
4. Plans.
5. Caltrans Standard Specifications and Standard Plans 2010
6. Accepted Bid.
7. List of Subcontractors.
APPENDICES
37
8. Public Contract Code Sections 10285.1 Statement.
9. Public Contract Code Section 10162 Questionnaire.
10. Public Contract Code Section 10232 Statement.
11. Labor Code Section 1725.5 Statements.
12. Bidder Acknowledgements.
13. Qualifications.
14. Attach Bidders Bond to Accompany Bid.
15. Non-collusion Declaration.
16. Agreement and Bonds.
17. Insurance Requirements and Forms.
ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend,
indemnify, protect and hold the City and its agents, officers and employees harmless from and against any
and all claims asserted or liability established for damages or injuries to any person or property, including
injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused
or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in
performing the work or services herein, and all expenses of investigating and defending against same;
provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or
liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or
employees. In the event of conflict with any other indemnification or hold harmless provisions of this
Agreement, the provision that provides the most protection to the City shall apply.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any
conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control
and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date
first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Katie Lichtig, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
Rev. 12-28-09
Rev. 2 5/12/16 DMA
Appendix A
(Insert Caltrans Encroachment Permit)
Appendix B
Former Kermit McKenzie Junior High School Campus& Former Mary Buren Elementary School CampusGuadalupe, CAMay 2014
San Luis Obispo, CA
December 2016
Pavement Evaluation
Madonna Road
Los Osos Valley Road to Highway 101 On-Ramp
Pavement Engineering Inc.
You can ride on our reputation
December 30, 2016 Project No. 160275-01
Mr. Brian Nelson
City of San Luis Obispo
919 Palm Street
San Luis Obispo, CA 93401
Subject: Pavement Analysis for the City of San Luis Obispo - Madonna Road from
Los Osos Valley Road to Highway 101 On-ramp
Dear Brian:
In accordance with your request, we have completed the deflection testing and
structural analysis for the subject project and are herein providing our findings and
recommendations.
Introduction
PEI evaluated Madonna Road from Los Osos Valley Road to Highway 101 On-ramp in
the City of San Luis Obispo. The pavement was visually evaluated, deflection tested
and cored on December 7, 8, and 9, 2016, in general conformance with CTM 356. The
traffic index used in this analysis was provided by the City of San Luis Obispo.
Included are several appendices that can be referred to while reviewing this report.
They include Table A - Coring Log, Dynaflect Data Sheets, R-value Test Results and
project photographs.
Pavement Analysis
The pavement was split into two sections based on the structural condition, existing
pavement thickness and profile. The two sections are Los Osos Valley Road to
Oceanaire Drive and Oceanaire Drive to Highway 101.
Los Osos Valley Road to Oceanaire Drive
The pavement exhibits moderate raveling, block shrinkage cracking and areas of
alligator cracking. Some intermittent areas of alligator cracking are starting to develop
into base failures in the #2 lanes. Previous maintenance includes pavement repairs,
crack sealing and a Micro Surfacing.
Mr. Brian Nelson
December 30, 2016
160275-01
Page 2
Z:\Shared\R Drive\Active Projects\San Luis Obispo, City of\160275\Task 01\Text\ER01.docx
The existing pavement thickness at our boring locations consisted of 3-1/2 to 16-1/2
inches of asphalt concrete over 6 to 14-1/2 inches of aggregate base. Generally, the
existing asphalt concrete layer is 5 to 7 inches. Please refer to the coring plans for
more details.
The native soils sampled at our boring locations consisted of brown clays and brown
sandy clays with R-values ranging from 7 to 23.
Based on the deflection analysis, the pavement is structurally deficient by 2 inches of
asphalt concrete for a traffic index of 8.5.
Highway 101 on-ramp to Oceanaire Drive
The pavement exhibits moderate raveling, block shrinkage cracking, longitudinal
cracking and moderate alligator cracking. Areas of alligator cracking have developed
into base failure in the #3 lane southwest. Previous maintenance includes pavement
repairs, crack sealing and a Micro Surfacing.
The existing pavement thickness at our boring locations consisted of 5 to 15-3/4 inches
of asphalt concrete over 2 to 13-1/4 inches of aggregate base. Approximately half of
the core locations for this section show the existing asphalt concrete over the native
soil. Please refer to the coring plans for more details.
The native soils sampled at our boring locations consisted of brown clays and brown
clayey silts with R-values ranging from 7 to 48.
Based on the deflection analysis, the pavement is structurally adequate for a traffic
index of 8.5.
Discussion
The pavement from Los Osos Valley Rd. to Oceanaire Dr. is thinner than the pavement
from Oceanaire Dr. to Highway 101 On-ramp. In addition, this section of pavement is
structurally deficient by 2 inches of asphalt concrete.
The thicker pavement from Oceanaire Dr. to Highway 101 On-ramp is structurally
adequate by deflection and has a steeper profile. Placing an overlay in this area would
create an excessive profile and reflective cracking criteria would require an overlay of
approximately 4 inches.
Mr. Brian Nelson
December 30, 2016
160275-01
Page 3
Z:\Shared\R Drive\Active Projects\San Luis Obispo, City of\160275\Task 01\Text\ER01.docx
Based on these conditions, the recommended rehabilitation for each section will be
different. The structural requirements of the thinner pavement from Los Osos Valley
Rd. to Oceanaire Dr. will require increasing the profile with an overlay. Milling and
replacing will be necessary from Oceanaire Dr. to Highway 101 On-ramp to maintain the
existing profile. Rubberized Hot Mix Asphalt (RHMA) will be necessary for both section
to meet reflective cracking requirements.
The most cost-effective available options are overlays including milling of the section
West of Oceanaire Dr., Cold In-place Recycling (CIR), or Full Depth Reclamation
(FDR).
Because of the variable requirements of the two sections, the designer will need to take
special care to conform the rehabilitation alternatives for each section. It would be
advisable to involve PEI in the design process to insure the recommendations are
implemented properly.
Recommendations
Los Osos Valley Road to Oceanaire Drive
Based on the deflection analysis, the pavement is structurally deficient by 2 inches of
HMA using a traffic index of 8.5. PEI is providing alternatives for overlaying, CIR and
FDR.
Resurfacing Alternative
We recommend 4 inch digouts for base failures, placing a 1/2 inch HMA leveling course
and a 1-3/4 inch RHMA overlay.
CIR Alternative
We recommend recycling to a depth of 3 inches, placing a 1 inch HMA leveling course
and a 2 inch RHMA overlay.
FDR Alternative
We recommend removing 5 inches of the existing pavement structure, treating the
remaining asphalt concrete, aggregate base and native soil with a cement/lime
combination to a depth of 18 inches, and placing 5 inches of new HMA in two lifts.
Mr. Brian Nelson
December 30, 2016
160275-01
Page 4
Z:\Shared\R Drive\Active Projects\San Luis Obispo, City of\160275\Task 01\Text\ER01.docx
Oceanaire Drive to Highway 101 On-ramp
Based on the deflection analysis, the pavement is structurally adequate for a traffic
index of 8.5. Because the pavement is thicker for this section, reflective cracking and
existing profile conditions control the rehabilitation requirements. PEI is providing
alternatives for milling and replacement, CIR and FDR.
Resurfacing Alternative
We recommend milling off 3 inches of the existing pavement structure, placing a 1 inch
HMA leveling course and a 2 inch RHMA overlay. The exception is the eastbound
lanes near Oceanaire Dr. where the pavement is thinner and the profile is not as steep.
This area should be overlaid and conformed to the mill and overlay.
CIR Alternative
For Cold In-place Recycling, we recommend milling off 2-1/2 inches, CIR to a depth of 3
inches and placing a 2-1/2 inch RHMA overlay. The exception is the eastbound lanes
near Oceanaire Dr. where the pavement is thinner and the profile is not as steep. This
area should not be milled prior to the CIR work. The overlay over the milled pavement
of the rest of this section should be conformed to the overlay in the eastbound lanes
near Oceanaire.
Because the profile is very steep in some areas, there may be a desire to reduce the
crown. If the city would like to reduce the crown in some areas, PEI will investigate the
feasibility of milling off additional existing asphalt concrete in those areas, once they are
identified.
FDR Alternative
For Full Depth Reclamation, we recommend removing 5 inches of the existing
pavement structure, treating the remaining asphalt concrete, aggregate base and native
soil with a cement/lime combination to a depth of 18 inches, and placing 5 inches of
new HMA in two lifts.
Materials and Construction
HMA recommended for leveling courses less than 1 inch should be constructed using
3/8 inch maximum HMA or #4 mix. The leveling course should be rolled and compacted
with an 8 to 12 ton pneumatic-tire roller.
HMA and RHMA with thicknesses of 1 to 2 inches should be constructed using 1/2 inch
maximum HMA. HMA layer thicknesses greater than 2 inches can be constructed with
either 1/2 or 3/4 inch maximum HMA.
Mr. Brian Nelson
December 30, 2016
160275-01
Page 5
Z:\Shared\R Drive\Active Projects\San Luis Obispo, City of\160275\Task 01\Text\ER01.docx
All HMA work should be placed in accordance with Caltrans 2010 Section 39 using the
standard process.
Limitations
This report has been prepared on the basis of the indicated field testing and application
of our knowledge of pavement technology. The repair strategies in this report are
based upon industry standards. The overlays have been designed in general
conformance with California Test Method 356.
The report contains projections of future life. These are given to provide a broad outline
for pavement maintenance budgeting. They should not be interpreted as providing
definitive predictions of future pavement performance.
Our professional services were performed, findings obtained, and recommendations
prepared in accordance with generally accepted engineering principles and practices.
No warranty is either expressed or implied.
Summary
We have completed the structural analysis for Madonna Road from Los Osos Valley
Road to Highway 101 On-ramp in the City of San Luis Obispo. We have provided
alternatives for placing overlays, cold in place recycling and full depth reclamation.
If you have any questions, please give me a call at (530) 224-4535.
Very truly yours,
PAVEMENT ENGINEERING INC.
Joseph L. Ririe, P.E.
Principal Engineer
Attachments: Table A - Coring Log
Dynaflect Data Sheets
R-value Test Results
Project Photographs
pc: C File; 160275-01
10+00.0011+00.0012+00.0013+00.0014+00.0015+00.0016+00.0017+00.0018+00.0019+00.0020+00.0021+00.00 780 LF FROM LOS OSOS VALLEY RD 80 LF FROM LOS OSOS VALLEY RDMATCHLINE A-APEREIRA DRCITY OF SAN LUIS OBISPO - 160275MADONNA RDLOS OSOSVALLEY RDHUASNA DR36123534331137132310BORING LOG (STA 11+00)CORE IDLANE &DIRAC AB R-VALUE36E13-1/2"6"---12 E210-1/2"7" ---35W15-3/4" 6-1/4---34W28-1/2" 12-1/2"---33 W3 6-1/2" 13---11 W44-1/2" 14-1/27BORING LOG (STA 18+00)CORE IDLANE &DIRAC ABR-VALUE37E15-3/4" 13-1/2"---13E25-1/2" 14-1/2"---23W15-3/4"14" ---10W2 7"9" 23NCORING LOCATIONLEGEND
20+00.0021+00.0022+00.0023+00.0024+00.0025+00.0026+00.0027+00.0028+00.0029+00.0030+00.001,860 LF FROM LOS OSOS VALLEY RD 1,325 LF FROM LOS OSOS VALLEY RDMATCHLINE A-AMATCHLINE B-BPINECOVE DRCITY OF SAN LUIS OBISPO - 160275MADONNA RDLIMA DRBORING LOG (STA 23+50)CORE IDLANE &DIRAC ABR-VALUE38E16" 5"---39E25-1/2" 5-1/2"---22 W1 7"6"---9W26-1/2" 6-1/2"---38392294140218BORING LOG (STA 28+50)CORE IDLANE &DIRAC AB R-VALUE41 E16-1/4" 6-1/2"---40E26"7" ---21 W15-1/2" 12-1/2"---8W27-1/2" 6-1/2"---NCORING LOCATIONLEGEND
29+00.0030+00.0031+00.0032+00.0033+00.0034+00.0035+00.0036+00.0037+00.0038+00.0039+00.002,330 LF FROM LOS OSOS VALLEY RD2,780 LF FROM LOS OSOS VALLEY RDMATCHLINE B-BMATCHLINE C-CCITY OF SAN LUIS OBISPO - 160275NCORING LOCATIONLEGENDMADONNA RDOCEANAIRE DRBORING LOG (STA 33+00)CORE IDLANE &DIRAC ABR-VALUE43E19" 6-1/2"---42 E2 7"6"---20W1 7"6"---32W211-1/2"2" ---7W3 12-1/4" 5"---43423274445196BORING LOG (STA 38+00)CORE IDLANE &DIRAC ABR-VALUE44 E15-1/4" 0"---45E25" 0" 4819W113" 0"---6W215-3/4" 0"---
38+00.0039+00.0040+00.0041+00.0042+00.0043+00.0044+00.00
4
5
+
0
0
.
0
0
4
6
+
0
0
.
0
0
4
7
+
0
0
.
0
0
4
8
+
0
0
.
0
0
4
9
+
0
0
.
0
0MATCHLINE C-CMATCHLINE D-DCITY OF SAN LUIS OBISPO - 1602753,772 LF FROM LOS OSOS VALLEY RDMADONNA RD3,280 LF FROM LOS OSOS VALLEY RDDALIDIO DR47461855357483130174NCORING LOCATIONLEGENDBORING LOG (STA 43+00)CORE IDLANE &DIRAC AB R-VALUE47 E17-1/4" 6"---46E27-1/2" 6-1/2"---18W110"7" ---5W211-3/4" 8-1/2"---BORING LOG (STA 47+50)CORE IDLANE &DIRAC AB R-VALUE48E115-1/2" 0"---57E210" 10"---53 E3 13.25" 10-3/4"---31W18" 0"---30W28" 0"---17W3 12-1/2" 0"---4 W413-1/4 0"7
47+00.00 48+00.00 49+00.00 50+00.00 51+00.00
5
2
+
0
0
.
0
0
5
3
+
0
0
.
0
0
5
4
+
0
0
.
0
0
5
5
+
0
0
.
0
0
5
6
+
0
0
.
0
0MATCHLINE D-DMATCHLINE E-ECITY OF SAN LUIS OBISPO - 160275BORING LOG (STA 53+50)CORE IDLANE &DIRAC AB R-VALUE49E110-1/2"3-3/4"---58E213-3/4"4" ---54 E3 12-1/4" 0"---29W19-3/4" 4-1/4"---28W210-1/2" 0"---27W3 10" 0"---16W49-3/4 0"---3 W5 7-3/4 13-1/4---MADONN
A
RD4,350 LF FROM LOS OSOS VALLEY RDEL MERCADO5
4
5
8
4
9
2
9
2
8
2
7
1
6
3
NCORING LOCATIONLEGEND
54+00.00 55+00.00 56+00.00 57+00.00
5
8
+
0
0
.
0
0
5
9
+
0
0
.
0
0
6
0
+
0
0
.
0
0
6
1
+
0
0
.
0
0
6
2
+
0
0
.
0
0
6
2
+
9
3
.
2
6
HWY 1 ON-RAMPMATCHLINE E-ECITY OF SAN LUIS OBISPO - 160275BORING LOG (STA 62+00)CORE IDLANE &DIRAC AB R-VALUE51E111-1/2" 4-1/2"---52E211-1/2" 0"---60 E3 7-1/2" 6-1/2"---56E412-1/4" 0"---24 W111-1/2" 6-1/2"---14 W212-1/4"7" ---1W3 9-1/2" 2-1/2"---BORING LOG (STA 58+00)CORE IDLANE &DIRAC ABR-VALUE50E110-1/2" 7-1/2"---59E29" 5-1/2"---55 E3 13-1/2" 6-1/2"---26W18-1/2" 6-1/2"---25W28-3/4" 9"---15 W3 8-1/2" 8-1/2"---2 W48" 13" 8MADONN
A
RD
5
0
5
9
5
5
2
6
2
5
1
5
2
5
1
5
2
6
0
5
6
1
4
1
2
4
5,240 LF FROM LOS OSOS VALLEY RDNCORING LOCATIONLEGEND4,815 LF FROM LOS OSOS VALLEY RD
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.40 8.575
2 0.32 6.760
3 0.34 7.213
4 0.37 7.894
5 0.52 11.297
6 0.57 12.431
7 0.27 5.625
8 0.22 4.491
9 0.25 5.172
10 0.23 4.718
11 0.37 7.894
12 0.43 9.255
13 0.25 5.172
14 0.27 5.625
15 0.30 6.306
16 0.34 7.213
17 0.26 5.399
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
Comments
Redding
(530) 224-4535
Dalidio Drive
Highway 101 On-ramp
EB3
12/14/2016
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
17 4.49 7.12 12.43 2.26
Road Surface
Thickness Traffic Index
1.00 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 9.02 10.02 0.00 0.00
HMA Overlay
0.00
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Highway 101 On-ramp
EB3
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
1.00
8.50
160275-01
Madonna Road
Dalidio Drive
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Madonna Road
Dalidio Drive
Highway 101 On-ramp
EB3
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.66 14.473
2 0.62 13.566
3 0.59 12.885
4 0.61 13.339
5 0.65 14.246
6 0.59 12.885
7 0.52 11.297
8 0.46 9.936
9 0.40 8.575
10 0.44 9.482
11 0.25 5.172
12 0.30 6.306
13 0.69 15.154
14 0.26 5.399
15 0.22 4.491
16 0.21 4.264
17 0.24 4.945
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
Comments
Redding
(530) 224-4535
Highway 101 On-ramp
Dalidio Drive
WB3
12/14/2016
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
17 4.26 9.79 15.15 3.99
Road Surface
Thickness Traffic Index
1.00 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 13.14 14.90 0.00 0.00
HMA Overlay
0.00
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Dalidio Drive
WB3
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
1.00
8.50
160275-01
Madonna Road
Highway 101 On-ramp
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Madonna Road
Highway 101 On-ramp
Dalidio Drive
WB3
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.37 7.894
2 0.40 8.575
3 0.46 9.936
4 0.61 13.339
5 0.68 14.927
6 0.41 8.802
7 0.34 7.213
8 0.30 6.306
9 0.27 5.625
10 0.52 11.297
11 1.21 26.951
12 0.52 11.297
13 0.63 13.793
14 0.48 10.390
15 0.56 12.205
16 0.51 11.070
17 0.54 11.751
18 0.41 8.802
19 0.45 9.709
20 0.30 6.306
21 0.26 5.399
22 0.29 6.079
23 0.25 5.172
24 0.34 7.213
25 0.30 6.306
26 0.62 13.566
27 0.74 16.288
28 0.71 15.608
29 0.31 6.533
30 0.55 11.978
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
Comments
Redding
(530) 224-4535
Highway 101 On-ramp
Oceanaire Drive
WB1
12/14/2016
PAVEMENT ENGINEERING INCORPORATED
0.88
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
30 5.17 10.34 26.95 4.51
Road Surface
Thickness Traffic Index
0.88 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 14.14 16.12 0.00 0.00
HMA Overlay
0.00
0.88
8.50
160275-01
Madonna Road
Highway 101 On-ramp
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Oceanaire Drive
WB1
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Highway 101 On-ramp
Oceanaire Drive
WB1
0.88
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.70 15.381
2 0.63 13.793
3 0.54 11.751
4 0.59 12.885
5 0.45 9.709
6 0.48 10.390
7 0.54 11.751
8 0.31 6.533
9 0.27 5.625
10 0.84 18.557
11 1.28 28.539
12 0.30 6.306
13 0.25 5.172
14 0.29 6.079
15 0.33 6.987
16 0.39 8.348
17 0.44 9.482
18 0.36 7.667
19 0.25 5.172
20 0.37 7.894
21 0.45 9.709
22 0.29 6.079
23 0.26 5.399
24 0.33 6.987
25 0.37 7.894
26 0.41 8.802
27 0.45 9.709
28 0.44 9.482
29 0.32 6.760
30 0.47 10.163
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
Comments
Redding
(530) 224-4535
Highway 101 On-ramp
Oceanaire Drive
WB2
12/14/2016
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
30 5.17 9.63 28.54 4.78
Road Surface
Thickness Traffic Index
1.00 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 13.65 15.75 0.00 0.00
HMA Overlay
0.00
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Oceanaire Drive
WB2
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
1.00
8.50
160275-01
Madonna Road
Highway 101 On-ramp
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Madonna Road
Highway 101 On-ramp
Oceanaire Drive
WB2
1.00
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 1.26 28.085
2 1.18 26.270
3 1.20 26.724
4 1.24 27.631
5 0.76 16.742
6 0.81 17.876
7 0.69 15.154
8 0.73 16.061
9 0.84 18.557
10 0.80 17.649
11 0.87 19.237
12 0.91 20.145
13 0.75 16.515
14 0.72 15.834
15 0.67 14.700
16 0.98 21.733
17 0.74 16.288
18 0.77 16.969
19 0.75 16.515
20 0.73 16.061
21 0.69 15.154
22 0.66 14.473
0.50
8.50
160275-01
Comments
Redding
(530) 224-4535
Los Osos Valley Road
Oceanaire Drive
EB1
PAVEMENT ENGINEERING INCORPORATED
12/14/2016
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
22 14.47 18.84 28.09 4.40
Road Surface
Thickness Traffic Index
0.50 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 22.53 24.46 33.42 0.30
HMA Overlay
0.16
0.50
8.50
160275-01
Madonna Road
Los Osos Valley Road
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Oceanaire Drive
EB1
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Madonna Road
Los Osos Valley Road
Oceanaire Drive
EB1
0.50
8.50
160275-01
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.58 12.658
2 0.47 10.163
3 0.35 7.440
4 0.67 14.700
5 0.76 16.742
6 0.72 15.834
7 0.73 16.061
8 0.86 19.010
9 0.89 19.691
10 0.96 21.279
11 1.61 36.025
12 0.71 15.608
13 0.64 14.019
14 0.80 17.649
15 0.83 18.330
16 0.96 21.279
17 1.15 25.590
18 0.79 17.422
19 0.84 18.557
20 0.44 9.482
21 0.35 7.440
22 0.86 19.010
23 0.84 18.557
12/14/2016
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
PAVEMENT ENGINEERING INCORPORATED
Comments
Redding
(530) 224-4535
Los Osos Valley Road
Oceanaire Drive
EB2
0.67
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
23 7.44 17.07 36.03 6.10
Road Surface
Thickness Traffic Index
0.67 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 22.19 24.87 32.40 0.28
HMA Overlay
0.15
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Oceanaire Drive
EB2
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
0.67
8.50
160275-01
Madonna Road
Los Osos Valley Road
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Los Osos Valley Road
Oceanaire Drive
EB2
0.67
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.34 7.213
2 0.32 6.760
3 0.77 16.969
4 0.80 17.649
5 0.65 14.246
6 0.47 10.163
7 0.51 11.070
8 0.42 9.028
9 0.40 8.575
10 0.43 9.255
11 0.46 9.936
12 0.44 9.482
13 0.40 8.575
14 0.38 8.121
15 0.42 9.028
16 0.46 9.936
17 0.29 6.079
18 0.25 5.172
19 0.38 8.121
20 0.41 8.802
21 0.27 5.625
22 0.25 5.172
23 0.54 11.751
24 0.62 13.566
25 0.46 9.936
26 0.41 8.802
27 0.36 7.667
28 0.33 6.987
29 0.29 6.079
30 0.25 5.172
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
Comments
Redding
(530) 224-4535
Oceanaire Drive
Highway 101
EB1
12/14/2016
PAVEMENT ENGINEERING INCORPORATED
0.92
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
30 5.17 9.16 17.65 3.16
Road Surface
Thickness Traffic Index
0.92 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 11.82 13.22 0.00 0.00
HMA Overlay
0.00
0.92
8.50
160275-01
Madonna Road
Oceanaire Drive
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Highway 101
EB1
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Oceanaire Drive
Highway 101
EB1
0.92
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.46 9.936
2 0.33 6.987
3 0.55 11.978
4 0.68 14.927
5 0.66 14.473
6 0.69 15.154
7 0.51 11.070
8 0.54 11.751
9 0.49 10.616
10 0.37 7.894
11 0.29 6.079
12 0.24 4.945
13 0.42 9.028
14 0.28 5.852
15 0.23 4.718
16 0.45 9.709
17 0.49 10.616
18 0.38 8.121
19 0.27 5.625
20 0.24 4.945
21 0.19 3.810
22 0.26 5.399
23 0.33 6.987
24 0.40 8.575
25 0.46 9.936
26 0.49 10.616
27 0.51 11.070
28 0.50 10.843
29 0.54 11.751
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
Comments
Redding
(530) 224-4535
Oceanaire Drive
Highway 101
EB2
12/14/2016
PAVEMENT ENGINEERING INCORPORATED
0.75
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
29 3.81 9.08 15.15 3.16
Road Surface
Thickness Traffic Index
0.75 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 11.74 13.13 0.00 0.00
HMA Overlay
0.00
0.75
8.50
160275-01
Madonna Road
Oceanaire Drive
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Highway 101
EB2
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Oceanaire Drive
Highway 101
EB2
0.75
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.86 19.010
2 0.91 20.145
3 0.58 12.658
4 0.67 14.700
5 0.73 16.061
6 0.85 18.784
7 0.90 19.918
8 0.98 21.733
9 1.20 26.724
10 1.24 27.631
11 1.15 25.590
12 1.06 23.548
13 1.12 24.909
14 0.81 17.876
15 0.75 16.515
16 0.49 10.616
17 0.45 9.709
18 0.91 20.145
19 0.97 21.506
20 0.57 12.431
21 0.60 13.112
22 0.64 14.019
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
Comments
Redding
(530) 224-4535
Oceanaire Drive
Los Osos Valley Road
WB1
12/14/2016
PAVEMENT ENGINEERING INCORPORATED
0.58
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
22 9.71 18.52 27.63 5.25
Road Surface
Thickness Traffic Index
0.58 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 22.93 25.24 34.58 0.32
HMA Overlay
0.17
0.58
8.50
160275-01
Madonna Road
Oceanaire Drive
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Los Osos Valley Road
WB1
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Oceanaire Drive
Los Osos Valley Road
WB1
0.58
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Date:
Client:Interval:
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Test
Points Dynaflect Conditions Deflection Exclude
1 0.99 21.960
2 1.25 27.858
3 0.71 15.608
4 0.61 13.339
5 0.52 11.297
6 0.58 12.658
7 0.89 19.691
8 0.92 20.372
9 0.97 21.506
10 0.74 16.288
11 0.79 17.422
12 0.54 11.751
13 0.41 8.802
14 0.40 8.575
15 0.42 9.028
16 0.79 17.422
17 0.82 18.103
18 0.64 14.019
19 0.58 12.658
20 0.71 15.608
21 0.77 16.969
22 0.68 14.927
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
City of San Luis Obispo
Madonna Road
100'
Comments
Redding
(530) 224-4535
Oceanaire Drive
Los Osos Valley Road
WB2
12/14/2016
PAVEMENT ENGINEERING INCORPORATED
0.67
8.50
160275-01
12/14/16 Page 1
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
Deflection Data Analysis
Deflection Readings (Equivalent Deflectometer Units)
No. of Tests Low Mean High Std. Dev.
22 8.57 15.72 27.86 4.77
Road Surface
Thickness Traffic Index
0.67 8.50
Structural Design
Tolerable 80th Percentile 90th Percentile % Reduction GE Deficient
15.00 19.73 21.82 23.96 0.16
HMA Overlay
0.08
0.67
8.50
160275-01
Madonna Road
Oceanaire Drive
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
Los Osos Valley Road
WB2
Petaluma
(707) 769-5330
San Luis Obispo
(805) 781-2265
Redding
(530) 224-4535
12/14/16 Page 2
Road:Survey Date:
From:Thickness:
To:Traffic Index:
Lane/Line:Project Number:
PAVEMENT ENGINEERING INCORPORATED
City of San Luis Obispo
San Luis Obispo
(805) 781-2265
Petaluma
(707) 769-5330
Redding
(530) 224-4535
Madonna Road
Oceanaire Drive
Los Osos Valley Road
WB2
0.67
8.50
160275-01
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
0 10 20 30 40 50 60 70 80 90 100
Test PointDeflectometer Deflection
Laboratory No.:L162807
Project No.:160275
Sample Date:December 7, 2016
Report Date:December 16, 2016
Client:City of San Luis Obispo
Project Name:Madonna Road, LOVR to Hwy 101 Pavement Evaluation and CIR
Sample Description:Brown Clay with Gravel
Sample Location:Los Osos Valley Rd., WB Lane 4, Sta. 11+00, Core #11
Specimen No.10 11 12
Moisture Content (%)17.1 18.3 16.5
Dry Density (PCF)117.4 116.2 120.5
Resistance Value (R)11 4 16
Exudation Pressure (PSI)400 214 554
Expansion Pressure 26 17 69
17.1
RESISTANCE VALUE AT 300 P.S.I. 7
Reviewed By:
Materials Engineer
Brandon Rodebaugh
RESISTANCE (R) VALUE TEST
ASTM D 2844
As Received Moisture Content (%)
0
10
20
30
40
50
60
70
80
90
100
0100200300400500600700800 Resistance ValueExudation Pressure (P.S.I.)
Resistance Value Test 300 P.S.I.
Laboratory No.:L162812
Project No.:160275
Sample Date:December 9, 2016
Report Date:December 19, 2016
Client:City of San Luis Obispo
Project Name:Madonna Road, LOVR to Hwy 101 Pavement Evaluation and CIR
Sample Description:Brown Clayey Silt
Sample Location:Madonna Rd., EB Lane 2, Core #45, Sta. 38+00
Specimen No.1 2 3
Moisture Content (%)16.1 14.8 14.2
Dry Density (PCF)118.1 120.7 121.7
Resistance Value (R)15 38 71
Exudation Pressure (PSI)105 240 438
Expansion Pressure 0 9 17
8.5
RESISTANCE VALUE AT 300 P.S.I. 48
Reviewed By:
Materials Engineer
Brandon Rodebaugh
RESISTANCE (R) VALUE TEST
ASTM D 2844
As Received Moisture Content (%)
0
10
20
30
40
50
60
70
80
90
100
0100200300400500600700800 Resistance ValueExudation Pressure (P.S.I.)
Resistance Value Test 300 P.S.I.
Laboratory No.:L162809
Project No.:160275
Sample Date:December 7, 2016
Report Date:December 19, 2016
Client:City of San Luis Obispo
Project Name:Madonna Road, LOVR to Hwy 101 Pavement Evaluation and CIR
Sample Description:Brown Clayey Sand
Sample Location:Madonna Rd., WB Lane 2, Core #10, Sta. 18+00 Near Huasna Dr.
Specimen No.7 8 9
Moisture Content (%)12.4 13.6 11.9
Dry Density (PCF)124.6 123.5 126.8
Resistance Value (R)24 5 47
Exudation Pressure (PSI)310 200 596
Expansion Pressure 30 17 69
8.6
RESISTANCE VALUE AT 300 P.S.I. 23
Reviewed By:
Materials Engineer
Brandon Rodebaugh
RESISTANCE (R) VALUE TEST
ASTM D 2844
As Received Moisture Content (%)
0
10
20
30
40
50
60
70
80
90
100
0100200300400500600700800 Resistance ValueExudation Pressure (P.S.I.)
Resistance Value Test 300 P.S.I.
Laboratory No.:L162809
Project No.:160275
Sample Date:December 7, 2016
Report Date:December 19, 2016
Client:City of San Luis Obispo
Project Name:Madonna Road, LOVR to Hwy 101 Pavement Evaluation and CIR
Sample Description:Brown Clay
Sample Location:Madonna Rd., WB Lane 4, Core #2, Sta. 58+00, Near Shopping Center Entrance
Specimen No.1 2 3
Moisture Content (%)20.0 21.3 22.2
Dry Density (PCF)113.9 112.2 110.3
Resistance Value (R)17 10 5
Exudation Pressure (PSI)480 336 228
Expansion Pressure 56 26 0
20.0
RESISTANCE VALUE AT 300 P.S.I. 8
Reviewed By:
Materials Engineer
Brandon Rodebaugh
RESISTANCE (R) VALUE TEST
ASTM D 2844
As Received Moisture Content (%)
0
10
20
30
40
50
60
70
80
90
100
0100200300400500600700800 Resistance ValueExudation Pressure (P.S.I.)
Resistance Value Test 300 P.S.I.
Laboratory No.:L162809
Project No.:160275
Sample Date:December 7, 2016
Report Date:December 19, 2016
Client:City of San Luis Obispo
Project Name:Madonna Road, LOVR to Hwy 101 Pavement Evaluation and CIR
Sample Description:Brown Clay
Sample Location:Madonna Rd., WB Lane 4, Core #4, Sta. 47+50 Near Dalidio Rd.
Specimen No.4 5 6
Moisture Content (%)15.7 17.2 18.0
Dry Density (PCF)118.7 116.8 116.4
Resistance Value (R)17 10 5
Exudation Pressure (PSI)542 370 235
Expansion Pressure 17 0 0
15.7
RESISTANCE VALUE AT 300 P.S.I. 7
Reviewed By:
Materials Engineer
Brandon Rodebaugh
RESISTANCE (R) VALUE TEST
ASTM D 2844
As Received Moisture Content (%)
0
10
20
30
40
50
60
70
80
90
100
0100200300400500600700800 Resistance ValueExudation Pressure (P.S.I.)
Resistance Value Test 300 P.S.I.
MADONNA ROAD
~400 SW of HIGHWAY 101 WB DIRECTION FACING EAST
MADONNA ROAD
~400 SW of HIGHWAY 101 WB DIRECTION FACING WEST
MADONNA ROAD
DALIDIO DRIVE WB DIRECTION FACING EAST
MADONNA ROAD
DALIDIO DRIVE WB DIRECTION FACING WEST
MADONNA ROAD
OCEANAIRE DRIVE WB DIRECTION FACING EAST
MADONNA ROAD
OCEANAIRE DRIVE WB DIRECTION FACING WEST
MADONNA ROAD
~100LF EAST OF LOS OSOS VALLEY ROAD FACING EAST
MADONNA ROAD
~100LF EAST OF LOS OSOS VALLEY ROAD FACING WEST
MADONNA ROAD
~50 LF EAST OF OCEANAIRE DRIVE EB DIRECTION FACING WEST
MADONNA ROAD
~50 LF EAST OF OCEANAIRE DRIVE EB DIRECTION FACING EAST
MADONNA ROAD
~250 LF WEST OF HIGHWAY 101 EB DIRECTION FACING EAST
MADONNA ROAD
~250 LF WEST OF HIGHWAY 101 EB DIRECTION FACING WEST
Appendix C
(Insert Mix Design)