Loading...
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)