Loading...
HomeMy WebLinkAboutMeadow Park Pedestrian Bridge Replacement Project Special Provisions SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO MEADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT Specification No. 1000017 FEBRUARY 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 MEADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT Specification No. 1000017 Approval Date: February 5, 2019 February 6, 2019 February 6, 2019 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I  BID SUBMISSION ...................................................................................................................................... I  BID DOCUMENTS .................................................................................................................................... II  PROJECT INFORMATION........................................................................................................................ II  QUALIFICATIONS .................................................................................................................................... III  AWARD .................................................................................................................................................... IV  ACCOMMODATION .................................................................................................................................. V  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR MEADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT, SPECIFICATION NO. 1000017 ................................................................................................................ A  LIST OF SUBCONTRACTORS ................................................................................................................ C  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D  LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D  NON-COLLUSION DECLARATION .......................................................................................................... F  BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G  QUALIFICATIONS .................................................................................................................................... H  ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I  SPECIAL PROVISIONS .................................................................................................. 1  DIVISION I GENERAL PROVISIONS ....................................................................................................... 1  1 GENERAL ........................................................................................................................................... 1  2 BIDDING ............................................................................................................................................. 1  3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1  4 SCOPE OF WORK ............................................................................................................................. 2  6 CONTROL OF MATERIALS ............................................................................................................... 2  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 2   DIVISION II GENERAL CONSTRUCTION ............................................................................................... 2  13 WATER POLLUTION CONTROL ..................................................................................................... 2  15 EXISTING FACILITIES ..................................................................................................................... 3  DIVISION III EARTHWORK AND LANDSCAPE ....................................................................................... 3  17 GENERAL ......................................................................................................................................... 3  19 EARTHWORK ................................................................................................................................... 3  20 LANDSCAPING ................................................................................................................................ 4  DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 4  39 HOT MIX ASPHALT ......................................................................................................................... 4  DIVISION VI STRUCTURES ..................................................................................................................... 4  51 CONCRETE STRUCTURES ............................................................................................................ 4  60 EXISTING STRUCTURES ............................................................................................................... 5  DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 7  73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 7  DIVISION XI MATERIALS ......................................................................................................................... 7  90 CONCRETE ...................................................................................................................................... 7  DIVISION XIII APPENDICIES ................................................................................................................... 7  APPENDIX A - FORM OF AGREEMENT ....................................................................... 8  APPENDIX B - GEOTECHNICAL REPORT ................................................................. 11  APPENDIX C – ASPHALT CONCRETE PATHWAY EXHIBIT ...................................... 12  NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on MARCH 7, 2019 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Meadow Park Pedestrian Bridge Replacement Project, Specification No. 1000017 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. 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. NOTICE TO BIDDERS NOTICE TO BIDDERS ii BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals A printed copy may be obtained at the office of the City Engineer by paying a non- refundable fee of: 1. $20.00 if picked up in person, or 2. $30.00 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 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, Shelsie Kloepper at (805)783-7735 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project consists of removal of existing wood bridges and their abutments, installation of prefabricated steel bridge with concrete deck and other appurtenance, and installation of asphalt and concrete pedestrian paths. NOTICE TO BIDDERS NOTICE TO BIDDERS iii The project estimated construction cost is $190,000 Contract time is established as 60 working days. Contract start time shall commence 25 working days prior to delivery date of prefabricated bridges. 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 Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All of the referenced projects, must be for pedestrian bridge projects complete for public agency. One referenced project must be for pre-fabricated pedestrian bridge projects including installation of concrete abutments. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. NOTICE TO BIDDERS NOTICE TO BIDDERS iv The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. NOTICE TO BIDDERS NOTICE TO BIDDERS v As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact 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. BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR MEADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT, SPECIFICATION NO. 1000017 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 13 Water Pollution Control LS --- --- 2 15 Remove Existing Asphalt Concrete Paths at King Bridge SF 510 3 15 Remove Existing Concrete Paths at Meadow Bridge SF 56 4 15 Relocate and Rehang Existing Utilities on King Bridge LS --- --- 5 15 Remove Existing Wood Bridges and Handrails EA 2 6 15 Remove Existing Abutments EA 4 7 17 Clearing and Grubbing LS --- --- 8 19 Earthwork LS --- --- 9 51 Pedestrian Bridge Abutment EA 4 10 60 29’ Prefabricated Pedestrian Bridge LS --- --- 11 60 49’ Prefabricated Pedestrian Bridge LS --- --- 12 60 Concrete Bridge Decking SF 470 13 73 Concrete Curb LF 56 14 39 4 inch Asphalt Concrete (Type B, ½” Max Med) SF 510 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 15 39 Remove and Replace 2 inch Asphalt Concrete Pathway (Type B, ½” Max Med See Appendix C) SF 2100 16 51 Concrete Pedestrian Path SF 56 17 20 Landscaping LS --- --- 18 51 Traffic Rated Vaults EA 4 Bid Total $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS BID FORMS C LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS BID FORMS D PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS BID FORMS E under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS BID FORMS F NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS BID FORMS G BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date BID FORMS BID FORMS H QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid? 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? 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? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS I ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Meadow Park Pedestrian Bridge Replacement Project, Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2018 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Add Section 3-1.18B CONTRACT EXECUTION, Building Permit: 3-1.18B Building Permit The contractor must obtain a no-fee building permit from the Community Development Department. All requirements of the building permit shall be applied to the project. SPECIAL PROVISIONS SPECIAL PROVISIONS 2 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 13, 15, 17, 19, 20 39, 51, 60, and 73 for general, material, construction, and payment specifics. Add Section 4-1.03A WORK DESCRIPTION, 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. 6 CONTROL OF MATERIALS Add to Section 6-2.03 DEPARTMENT ACCEPTANCE: 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. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Provide traffic and pedestrian control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. DIVISION II GENERAL CONSTRUCTION 13 WATER POLLUTION CONTROL Add to Section 13-1.04 PAYMENT Payment for all labor and materials to develop, implement, and perform all required reporting for the WPCP plan are included Bid Item 1. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 15 EXISTING FACILITIES Add Section 15-2.01 SHORE, PROTECT IN-PLACE, REHANG EXISTING UTILITIES UNDER KING BRIDGE: Multiple utility conduits are attached to the underside of the existing King bridge. These utilities are irrigation cable, Charter cable, and PG&E. PG&E will be relocated outside the construction zone prior to work starting. It is the Contractors responsibility to maintain, coordinate, and relocate these existing two services outside the work zone during the removal of the existing bridge and construction of the new bridge. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to relocating and reconnecting existing utilities to the bridge is included in the payment for a bid item of work is shown on the bid item list. No more than 50% of the lump sum bid item will be paid at completion of temporary relocation work. Add Section 15-3.01 BRIDGE REMOVAL: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to removal and disposal of the (2) wood bridges is included in the payment for a bid item of work is shown on the bid item list. Add Section 15-4.01 BRIDGE ABUTMENT REMOVAL: Demolition of the existing concrete abutments shall conform to these Special Provisions and as shown on the plans. Demolition shall include the removal of four existing concrete bridge abutments prior to the construction of the new bridge. The Contractor shall prevent any concrete, soil or debris from falling into the creek below. Materials removed shall be disposed of in accordance with the provisions in Section 15 of the Standard Specifications, these Special Provisions and as shown on the plans. Full compensation for delivery, labor, tools, incidentals and for doing all the work involved in demolition of the existing abutments and bridge beam as specified in the Special Provisions and as directed by the Engineer shall be included in the Contract price and no additional compensation shall be allowed therefore DIVISION III EARTHWORK AND LANDSCAPE 17 GENERAL Replace Section 17-2.04 PAYMENT with: Full compensation for work specified in Section 17 and applicable engineering standards shall be included in the payment for Bid Item 7. Clearing and grubbing limits are shown on the plans. 19 EARTHWORK Add to Section 19-1.03A CONSTRUCTION, General with: In addition to structural excavation and backfill for the construction of the bridge abutments, earthwork includes all necessary grading to conform creek bank slopes to the contours shown on the plans and as specified in these Special Provisions. SPECIAL PROVISIONS SPECIAL PROVISIONS 4 The lump sum price paid for earthwork shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in excavation and backfill of the bridge abutments and grading to final contours as shown on the plans and as specified in these Special Provisions. Delete Section 19-3.04 PAYMENT: Not used. 20 LANDSCAPING Add to Section 20-3.01B(2)(d) GENERAL, Materials – Plants - Hand Seeded Turf with: Grass seed shall be “Perineal Rye Grass” to match existing landscaping. Grass seed shall be applied to all disturbed areas per standard specifications. Add Section 20-3.01D GENERAL, Payment with: The contract lump sum for Landscaping shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in “Landscaping”, complete in place, as specified and required in the Standard Specifications, these Special Provisions, as shown on the plans, and as directed by the Engineer. DIVISION V SURFACINGS AND PAVEMENTS 39 HOT MIX ASPHALT Add to Section 39-3.01 GENERAL with: Asphalt concrete shall be Type B. Aggregate grading for the trail and miscellaneous areas shall conform to ½” maximum, medium grading. The grade of asphalt binder to be mixed with aggregate for Type B asphalt concrete shall be PBA Grade 64-10 and shall conform to the provisions in "Asphalt" of these special provisions. Add to Section 39-6 Payment with: The miscellaneous areas are to be paid for at the contract price, per square foot of asphalt concrete placed, including all work associated with abutment transitions. DIVISION VI STRUCTURES 51 CONCRETE STRUCTURES Add to Section 51-1.01A GENERAL, Summary with: Construction of the concrete bridge abutments shall conform to Section 51 “Concrete Structures” and Section 52 “Reinforcement” of the Standard Specifications, the provisions in these Special Provisions and as shown on the plans. Construction shall consist of four stub-type concrete abutments. The Contractor shall coordinate delivery of the concrete to the abutment areas with the Resident Engineer. The Contractor shall SPECIAL PROVISIONS SPECIAL PROVISIONS 5 contain all poured concrete to the abutment areas and shall prevent any concrete from overflowing the abutment formwork and the pumping apparatus and falling into the creek below. The Contractor shall not allow any displaced water to drain into the creek and shall collect and properly dispose the water according to all Federal and State regulations. The unit price paid for installation of the concrete abutments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in construction and placement of the concrete abutments as shown on the plans and as specified in these Special Provisions. 60 EXISTING STRUCTURES Add Section 60-6 PRE-FABRICATED PEDESTRIAN BRIDGE Contractor shall furnish and install (2) prefabricated steel truss-styled pedestrian bridge structure at the location shown on the contract plans. The Contractor shall submit three sets of each bridge design packages to the Engineer within 20 days of contract award. Bridge design packages shall include bridge specifications, design computations and standard sized shop drawings and shall be signed by an Engineer Registered in the State of California. Bridge designs shall be performed using AASHTO LRFD Design Specifications for Pedestrian Bridges, latest edition and shall conform to the following a. Bridge System Type: EXCEL H-Section Pratt Truss Pedestrian Bridge, or equivalent. b. Bridge Span at Meadow: 29-feet, 0-inches (Straight line dimension, measured from each end of the bridge structure). c. Bridge Span at King: 49-feet, 0-inches (Straight line dimension, measured from each end of the bridge structure). d. Deck Width: 6-foot wide (interior clearance measured at deck level) e. Truss Finish: Weathering Steel (COR-TEN). f. Safety Rails: A minimum 1”x1” - horizontal safety rails shall be placed on the side trusses to a minimum height of (42” inches including toe plate), and shall be placed so as to prevent a 4-inch sphere from passing through the truss. Safety rails may be placed on the inside or outside of the structure. The safety rail system shall be designed for an infill loading of 200-pounds, applied horizontally at right angles, to a one square foot area at any point in the system. g. Materials: All members of the vertical trusses (top and bottom chords, verticals, and diagonals) shall be fabricated from square and/or rectangular structural steel tubing. Other structural members and bracing shall be fabricated from structural steel shapes or square and rectangular structural steel tubing. High strength ASTM A500 or low alloy, atmospheric corrosion resistant ASTM A847 square and rectangular steel tubing, and/or ASTM A588, A242, A606 plate and shapes with maximum tensile strength of 50 ksi with corrosion index of 5.8. Splice bolts A325. h. Vertical Camber dimension at midspan equal to 100% of the full dead load SPECIAL PROVISIONS SPECIAL PROVISIONS 6 deflection plus 1% of the full length of the bridge. i. Truss Decking: bridge shall be furnished with a stay-in-place galvanized steel form deck suitable for pouring a reinforced concrete slab. j. Diagonals per panel: 1 k. Pedestrian live load: 24,000 lbs (maximum, unfactored value) l. Pedestrian dead load: 16,000 lbs (maximum, unfactored value) m. Wind uplift load: 13,000 lbs Vertical, 6,000 lbs (Transverse, maximum, unfactored value) n. Lifting dead load: 64,000 lbs (maximum, unfactored value) o. Seismic Load: 12,800 lbs (Transverse, maximum, unfactored value) p. Thermal: 6,500 lbs Contractor shall confirm loads (listed above per abutment) with Excel Bridge Manufacturing Co, or approved equal. Alternative bridge manufacturers shall be pre- approved by the City prior to bid submission per Standard Specifications Section 6-3.02. The Engineer will have 10 working days to review the bridge design packages. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit bridge design package within 5 working days of receipt of Engineer’s comments. The Engineer will have 5 working days to review the revisions. Upon Engineer’s approval of bridge design package, the Contractor shall order the bridge. Full compensation for the design, detail, fabrication and installation of the prefabricated bridge, shall be considered as included in the contract lump sum price paid for ‘Prefabricated Pedestrian Bridge’ and no additional compensation will be allowed therefore. Installation of the bridge, including decking, shall conform to the provisions in these Special Provisions, and as shown on the plans. The Contractor shall be responsible for traffic control during delivery of the bridge to the project site. The Contractor shall place the bridge by crane. The Contractor to review site to determine limitations of project site to adequately protect existing trees and other potential obstructions. The Contractor shall coordinate delivery of the bridge and having a crane on-site at the bridge staging area with Excel Bridge Co. and City Parks Staff. The crane used for bridge placement shall be rubber-tired and capable of lifting the bridge of approximately 10,000 pounds for the 49 FT bridge (King Bridge). Add Section 60-7 CONCRETE BRIDGE DECK INSTALLATION The Contractor shall be responsible for installation of the bridge deck concrete, including the reinforcing steel as indicated in the plans. The Contractor shall coordinate delivery of the concrete for decking with City Parks Staff. The Contractor shall, by all means necessary, contain all poured concrete to the deck area of the bridge and shall prevent any concrete from overflowing the deck area or leaking through the metal pan SPECIAL PROVISIONS SPECIAL PROVISIONS 7 decking seams into the creek below. Prior to concrete pour, contractor shall lay plastic sheeting beneath the bridge to capture any potential spill. The SF price paid for installation of the bridge deck shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in construction and placement of the concrete bridge decking as shown on the plans. DIVISION VIII MISCELLANEOUS CONSTRUCTION 73 CONCRETE CURBS AND SIDEWALKS Add to Section 73-2.04 PAYMENT Concrete curb shall be installed per City Standard Detail 4020. The LF price paid for installation of the concrete curb shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in construction and placement of the concrete curb as shown on the plans. DIVISION XI MATERIALS 90 CONCRETE Add to Section 90-1.01C(6) GENERAL, SUBMITTALS - Mix Design: Concrete must contain a maximum of 15% pozolone or fly ash. Course aggregate for concrete must comply with the gradation specifications for the 1 inch x No. 4 primary aggregate nominal size. DIVISION XIII APPENDICIES APPENDIX APPENDIX 8 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. APPENDIX APPENDIX 9 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of AGENCY, provided such active negligence is APPENDIX APPENDIX 10 determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT APPENDIX APPENDIX 11 APPENDIX B - GEOTECHNICAL REPORT                           GEOTECHNICAL ENGINEERING REPORT   CITY OF SAN LUIS OBISPO  MEADOW PARK PEDESTRIAN   BRIDGE REPLACEMENT PROJECT  SOUTHWEST CORNER OF SOUTH AND MEADOW STREETS  SAN LUIS OBISPO, CALIFORNIA          September 28, 2016          Prepared for    City of San Luis Obispo          Prepared by    Earth Systems Pacific  4378 Old Santa Fe Road  San Luis Obispo, CA  93401          Copyright © 2016 Earth Systems Pacific September 28,2016 Mr. ManuelGuzman, PE City of San Luis Obispo, Public Works Department 919 Palm Street San Luis Obispo, CA 93401 PROJECT: 4378 Old Santa Fe Road San Luis Obispo, CA 93401 Ph: 805.544.3276 esp@earthsystems.com www.earthsystems.com FILE NO.: SL-L7897-5A CITY OF SAN LUIS OBISPO MEADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT SOUTHWEST CORNER OF SOUTH AND MEADOW STREETS SAN LUIS OBISPO, CALIFORNIA Geotechnical Engineering Report Proposal for Geotechnical Engineering Report, City of San Luis Obispo, meadow Park Pedestrian Bridge Replacement Project, Southwest Corner of South and Meadow Streets, San Luis Obispo, California, by Earth Systems Pacific, Doc. No. 1608-181.PRP, dated August 3L,2016 Dear Mr. Guzman: As per your authorization of the referenced proposal, this geotechnical engineering report has been prepared for use ín the development of plans and specifications for the Meadow Park Pedestrian Bridge Replacement Project in San Luis Obispo, California. Preliminary geotechnical engineering recommendations for site preparation, grading, abutment walls, approach slabs, drainage and maintenance, and observation and testing are presented herein. An electronic copy of this report have been provided to you. We appreciate the opportunity to have provided professional services for this project and look forward to working with you again in the future. lf there are any questions concerning this report, please do not hesitate to contact the undersigned. Sincerely, Earth Systems Pacific e Martinez, PE SUBJECT: CONTRACT REF: Proiect Eneineer' 4/æh.*. No.8066û *,1ry CIVIL Exp M4 I Doc. No.1_609-129.SER         TABLE OF CONTENTS    COVER LETTER ..........................................................................................................................ii   1.0 INTRODUCTION AND SITE SETTING .................................................................................... 1  2.0 SCOPE OF SERVICES ............................................................................................................ 1  3.0 FIELD INVESTIGATION AND LABORATORY ANALYSIS ......................................................... 2  4.0 GENERAL SUBSURFACE PROFILE ......................................................................................... 3  5.0 CONCLUSIONS ..................................................................................................................... 4  6.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS ........................................................ 6  Site Preparation .................................................................................................................. 7  Grading ................................................................................................................................ 7  Abutment Walls .................................................................................................................. 9  Approach Slabs .................................................................................................................. 10  Drainage and Maintenance ............................................................................................... 12  Observation and Testing ................................................................................................... 13  7.0 CLOSURE............................................................................................................................ 14  TECHNICAL REFERENCE LIST ..................................................................................................... 16      Appendices    APPENDIX A Boring Location Map   Boring Log Legend    Boring Logs    APPENDIX B Laboratory Test Results                        iii  Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 1 1609‐129.SER  1.0 INTRODUCTION AND SITE SETTING  We understand that the project will involve the removal and replacement of the two existing  timber pedestrian bridges at Meadow Park in San Luis Obispo, California.  The first bridge is  located near the existing community center on the east portion of the site; herein referred to  as the “Community Bridge”.  The second bridge is located south of the King Street terminus at  the west end of the site; herein referred to as the “King Street Bridge”.   The new bridges will  be a prefabricated steel design, with clear spans ranging from approximately 25 to 45 feet and  widths of 5 to 6 feet.  The existing abutments associated with each bridge will also be removed  and replaced will new reinforced concrete abutments at each end; concrete approach slabs will  likely also be constructed at each end.  The approach slabs will likely be subject to both  pedestrian foot traffic and vehicle loads.    We also understand that the new bridges will be subject to pedestrian foot traffic only.  It is  preferred that the abutment walls be supported by conventional shallow footings, if conditions  permit.  For the purpose of this report, we have estimated maximum vertical loads of 50 kips  (25 kips at each abutment).      As with the existing bridges, the new bridges will span drainage swales within the park.  The  areas of the existing and new bridges are relatively flat beyond the limits of the swales;  therefore, we have assumed that grading for the project will be minor will cut and fill depths of  around 1 foot.  The new abutments are not expected to act as retaining structures.  No drainage  basins, LID, or other improvements are planned as part of the project.    2.0 SCOPE OF SERVICES  The scope of work for this report included a general site reconnaissance, subsurface exploration,  laboratory testing of samples secured during the subsurface investigation, geotechnical analyses  of the data, and preparation of this report.  The analysis and subsequent recommendations were  based on general information provided by the client.    This report and recommendations are intended to comply with the applicable considerations of  Sections 1803.1 through 1803.6, J104.3, and J104.4 of the 2013 California Building Code (CBC)  and common geotechnical engineering practice in this area under similar conditions at this time.   The test procedures were accomplished in general conformance with the standards noted, as  modified by common geotechnical engineering practice in this area under similar conditions at  this time.  The test procedures were accomplished in general conformance with the standards  noted, as modified by common geotechnical engineering practice in this area under similar  conditions at this time.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 2 1609‐129.SER    Preliminary geotechnical engineering recommendations for site preparation, grading, abutment  walls, approach slabs, drainage and maintenance, and observation and testing are presented  herein to guide the development of project plans and specifications.  As there may be  geotechnical issues yet to be resolved, the geotechnical engineer should be retained to provide  consultation as the design progresses, and to review project plans as they near completion to  assist in verifying that pertinent geotechnical issues have been addressed and to aid in the  conformance with the intent of this report.      It is our intent that this report be used exclusively by the client to form the geotechnical basis of  the design of the project and in the preparation of plans and specifications.  Application beyond  this intent is strictly at the user’s risk.      This report does not address issues in the domain of contractors such as, but not limited to, site  safety, loss of volume due to stripping of the site, shrinkage of soils during compaction,  excavatability, temporary slope angles, construction means and methods, etc.  Analyses of areal  or site geology, or of the soil for corrosivity, man‐made or naturally occurring asbestos, lead or  mold potential, radioisotopes, hydrocarbons or other chemical properties are beyond the scope  of this report.  Evaluation of ancillary features such as fences, light and flag poles, signage, and  nonstructural fills are all not within our scope and are also not addressed.      In the event that there are any changes in the nature, design, or location of improvements, or if  any assumptions used in the preparation of this report prove to be incorrect, the conclusions and  recommendations contained in this report shall not be considered valid unless the changes are  reviewed and the conclusions of this report modified or verified by the geotechnical engineer in  writing.  The criteria presented in this report are considered preliminary until such time as any  peer review or review by any jurisdiction has been completed, conditions have been observed by  the geotechnical engineer in the field during construction, and the recommendations have been  verified as appropriate, or modified by the geotechnical engineer in writing.    3.0 FIELD INVESTIGATION AND LABORATORY ANALYSIS  On September 12 and 13, 2006, four exploratory borings were drilled to a maximum depth of  25.5 feet below the existing ground surfaces on the site.  The borings were drilled with a Mobile,  Model B53, and Simco EP200 drill rigs, equipped with 6‐inch diameter hollow stem and 4‐inch  diameter solid stem augers respectively and an automatic trip hammer for sampling.  The  approximate locations of the borings are shown on the Boring Location Map in Appendix A.  Soil  samples were obtained using a ring‐lined barrel sampler (ASTM D 3550‐01/07 with shoe similar   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 3 1609‐129.SER  to D 2937‐10).  Bulk soil samples were obtained from the auger cuttings.  Standard penetration  tests were also performed in the borings (ASTM D 1586‐11) at selected depths.  The borings were  backfilled with auger spoils.       Soils encountered in the borings were categorized and logged in general accordance with the  Unified Soil Classification System and ASTM D 2488‐09a.  Where bedrock was encountered, its  properties were described based upon observation of the auger cuttings, and the effort required  to drill and drive samplers into it.  Copies of the boring logs and a Boring Log Legend are included  in Appendix A.  In reviewing the boring logs and legend, the reader should recognize that the  legend is intended as a guideline only, and there are a number of conditions that may influence  the soil characteristics as observed during drilling.  These include, but are not limited to, the  presence of cobbles or boulders, cementation, variations in soil moisture, presence of  groundwater, and other factors. It should also be noted that the descriptions of bedrock must  span a much wider range of density and strength characteristics than soil, and are relative to  other bedrock strata.  For example, weathered bedrock may be described as “soft,” yet it will be  considerably harder than almost any type of soil.  Conversely, a clay soil may be described as  “hard,” however it will not be nearly as hard as even “moderately soft” bedrock such as the  sandstone and claystone encountered on this site.  Consequently, the logger must exercise  judgment in interpreting the subsurface characteristics, possibly resulting in soil and bedrock  descriptions that vary somewhat from the legend.      The ring samples were tested for bulk density (ASTM D 2937‐10) and moisture (ASTM D 2216‐ 10).  Two bulk samples were tested for maximum density and optimum moisture content (ASTM  D 1557‐12) and remolded and tested for shearing resistance (ASTM D 3080/D 3080M‐11); one  bulk sample was tested also tested for expansion index (ASTM D 4829‐11).  The results of the  laboratory tests are presented in Appendix B.      4.0 GENERAL SUBSURFACE PROFILE  Generally, the site is underlain with fill and older alluvium overlying bedrock.  The depth of the  fill ranged from 5 to 5.5 feet in the community bridge area and 2.5 to 6 feet in the King Street  bridge area.  The fill material generally consisted of loose to medium dense clayey sand with  gravel.  The older alluvium underlying the fill consisted of medium stiff to very stiff sandy lean  clay and sandy fat clay.  In Borings 1 and 4, soft to moderately hard sandstone and claystone  bedrock of the Franciscan Melange was found underlying the older alluvium at depths of 23 and  18 feet, respectively.       Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 4 1609‐129.SER  The soils were logged as being moist to wet.  During drilling operations, free subsurface water  was encountered in Borings 1, 2, and 3 at respective depths of 20.5, 15, and 15 feet.  It should be  noted however that while free subsurface water was not encountered in Boring 4 at the time of  drilling, free water was later observed in this boring at a depth of 17 feet, once the drilling  operations were completed.  The free water surface in Boring 1 was also measured once drilling  was complete and had risen from a depth of 20.5 feet to 12 feet below the existing ground  surface.     5.0 CONCLUSIONS  In our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed  pedestrian bridges and other improvements discussed in the “Introduction and Site Setting”  section of the report, provided the recommendations contained herein are implemented in the  design and construction.  From a geotechnical engineering standpoint, the primary concerns at  the site are the presence of fill, the potential for differential settlement, and the expansion  potential of some of the site soils.  The results of our seismic analysis, groundwater, liquefaction,  and the erodible nature of the site soils are also discussed below.      Existing Fill and Differential Settlement  Approximately 2.5 to 6 feet of fill material was encountered at the site.  We are unaware of any  documentation (i.e., records of grading observation and compaction tests) regarding the  placement of the fill.  Undocumented fill has a greater potential for variability than fill that has  been placed and tested in a controlled earthwork program.  The fill soils were logged as being  loose to medium dense, further indicating its variability.  Additionally, removal of the existing  abutment structures is also anticipated to disturb the soil to variable depths.  Such conditions  (i.e., undocumented/variable fill and disturbed soil) can lead to differential settlement, which  could stress and possibly damage abutment wall foundations, often resulting in severe cracks  and displacement if they are not mitigated.     Due to the variable thickness of the fill material, there is also the potential for portions of the  abutment wall foundations to bear in fill and/or older alluvium.  Foundations bearing in materials  such as these, would have different compression characteristics, and create additional potential  for differential settlement.  The portion of the foundation supported by the more compressible  material (loose fill) will settle more than the portion supported by the less compressible material  (medium stiff older alluvium).  This can also stress and damage the abutment wall foundations.   To reduce the potential for differential settlement, it is necessary for abutment foundations to  bear in sufficiently uniform material.  This may mean 1) overexcavating the soil in the upper few  feet of the abutment foundation areas and replacing them with a sufficiently uniform thickness  of properly compacted structural fill or, 2) extending foundations to bear into bedrock.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 5 1609‐129.SER    Per our discussion with the client, it is our understanding that extending the foundations to bear  into the bedrock is not desired.  As a result, recommendations for overexcavation and  recompaction of the site soil, and the use of conventional shallow foundations are addressed  within this report. If discussion of the use of deep foundations is desired, the geotechnical  engineer should be consulted.    Expansive Soils  Expansion index testing of the sandy lean clay older alluvium yielded a result of 52.  This indicates  that the older alluvium soils at the site are moderately expansive.  Expansive soils tend to swell  with seasonal increases in soil moisture and shrink during the dry season as soil moisture  decreases.  The volume changes that the soils undergo in this cyclical pattern can stress and  damage foundations if precautionary measures are not incorporated into the design and  construction procedure.  Use of deepened foundations are recommended to reduce the potential  for damage related to expansive soils.  Thickened edges and a layer of nonexpansive beneath the  approach slabs is also suggested.    The recommendations for mitigation of expansive soils, as described above, reflect methods that  have been used in this area for some time.  There are a number of other options available,  including, drilled cast‐in‐place concrete caisson foundations, post‐tensioned slab foundations,  and conventionally reinforced mat foundations.  These types of solutions, however, are expected  to not be as practical or as cost‐effective for this project as the method discussed previously and,  therefore, are not addressed in this report.  The economics of these options may, however,  change with time, or specific solutions may be applicable for specific situations at the subject  site.  If discussion of other options is desired, the geotechnical engineer should be contacted for  additional consultation.      Seismic Analysis  A seismic analysis was undertaken to provide seismic acceleration design parameters.  The 2010  ASCE 7 method with 2013 updates, available on the United States Geological Survey Earthquake  Hazards Program website (USGS 2016), was used.  The project was considered to be a  “nonessential” facility from the perspective of risk category as described by the CBC. Site  coordinates of 35.2677 degrees north and 120.6603 degrees west as taken from the Google Earth  website (Europa Technologies 2016) were used in the analysis.  Based upon the subsurface  conditions encountered during our investigation, Site Class C (very dense soil and soft rock) was  used.  The results of the seismic hazard analysis are presented in the “Abutment Walls” section  of this report.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 6 1609‐129.SER    Groundwater  Free subsurface water was encountered at depths as shallow as 15 feet during drilling operations,  and 12 feet following the completion of drilling.  Due to the minor grading anticipated for this  project, groundwater is not expected to be encountered during grading or construction of the  abutment wall foundations.    Liquefaction  Given the cohesive nature of the site soils and shallow depth to bedrock, the potential for  liquefaction at the site is considered to be nil.    Erosion Potential  The site soils are considered to be erodible and should be protected during and after construction  from erosion.    6.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS  These recommendations are applicable for the planned bridge and site improvements as  described in the “Introduction and Site Setting” section of this report.  If other improvements not  previously mentioned are included, the geotechnical engineer should be contacted for revised  recommendations.      Unless otherwise noted, the following definitions are used in these recommendations presented  below.  Where terms are not defined, definitions commonly used in the construction industry are  intended.   Abutment Wall Area:  The areas within and extending a minimum of 3 feet  beyond the footprint of each of the planned abutment wall foundations.    Approach Slab Area:  The areas within the limits of each of the bridge’s concrete  approach slabs.   Grading Area:  The entire area to be graded, including abutment and approach  slab areas, and any areas where surface improvements will be constructed.    Subgrade:  The elevation of the surface upon which nonexpansive material and/or  aggregate base will be placed for the approach slabs, if any.     Existing Grade:  Elevations of the site that existed as of the date of this report.   Scarified:  Thoroughly plowed or ripped in two orthogonal directions to a depth  of not less than 8 inches.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 7 1609‐129.SER   Moisture Conditioned:  Soil moisture content adjusted to optimum moisture  content, or just above, prior to application of compactive effort.     Compacted / Recompacted:  Soils placed in level lifts not exceeding 8 inches in  loose thickness and compacted to a minimum of 90 percent of maximum dry  density, unless specified otherwise.  The standard tests used to establish  maximum dry density and field density should be ASTM D 1557‐12 and ASTM  D 6938‐15, respectively, or other methods acceptable to the geotechnical  engineer and jurisdiction.    Site Preparation  1. The ground surface in the grading area should be prepared for construction by removing  the existing bridges, abutment walls, foundations, improvements, concrete, debris, and  other deleterious materials.  Any existing utility lines that will not remain in service should  be either removed or abandoned.  The appropriate method of utility abandonment will  depend upon the type and depth of the utility.  Recommendations for abandonment can  be made as necessary.      2. Voids created by the removal of materials or utilities described above should be called to  the attention of the geotechnical engineer.  No fill should be placed unless the underlying  soil has been observed by the geotechnical engineer.      Grading  Abutment Walls  Following site preparation, the soil in the abutment wall areas should be excavated to a level  plane to the deepest point of the fill, or a minimum of 4 feet below existing grade, whichever is  deeper.  For planning purposes, the deepest point of the fill encountered during the subsurface  investigation was 6 feet below existing grade at Boring 4.  The exact depth of fill should be  determined by the geotechnical engineer at the time of construction.  The resulting soil surface  should be moisture conditioned and compacted.  Site soils or similar soils should be moisture  conditioned and placed as properly compacted fill, up to planned finish grade elevation.    Approach Slabs  1. Following site preparation, the soil in the approach slab areas should be excavated to 1  foot below planned subgrade elevation.  The resulting soil surface should be scarified,  moisture conditioned, and recompacted.  If fill is required to reach subgrade elevation,  the existing ground surface should be scarified, moisture conditioned, and compacted  prior to the placement of any fill.  Site soils or similar soils should then be moisture  conditioned and placed as properly compacted fill up to planned subgrade elevation.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 8 1609‐129.SER    2. The approach slabs should be underlain by a minimum of 8 inches of Class 2 aggregate  base.  Additional aggregate base or non‐expansive material may be placed to limit the  movement of the slabs, as discussed in the “Conclusions” and “Approach Slabs” sections.   If the additional nonexpansive material is not aggregate base, then the aggregate base  should be placed at the top of the nonexpansive and directly below the slabs.    3. The upper foot of subgrade and all aggregate base should be compacted to a minimum  of 95 percent of maximum dry density.  Subgrade and aggregate base should be firm and  unyielding when proofrolled with heavy, rubber‐tired grading equipment prior to  continuing construction.    General  1. In the remainder of the grading area, the exposed soil surfaces should be scarified,  moisture conditioned, and recompacted prior to any placement of fill and/or construction  of improvements.     2. Voids created by dislodging rocks and/or debris during scarification should be backfilled  and replaced with appropriate fill material, and the dislodged materials should be  removed from the work area.     3. Nonexpansive materials are defined as materials that fall in the GW, GP, GM, GC, SP, SW,  SC and SM categories per ASTM D 2487‐11, and that have an expansion index of 10 or less  (ASTM D 4829‐11).      4. All materials used as fill should be cleaned of all debris and any rocks larger than 3 inches  in maximum dimension.  When fill material includes rocks, the rocks should be placed in  a sufficient soil matrix to ensure that voids caused by nesting of the rocks will not occur  and that the fill can be properly compacted.      5. If the soils become unstable, or if the recommended compaction cannot be readily  achieved, drying the soil to optimum moisture content, or just above, may be necessary.   Placement of gravel layers or geotextiles may also be necessary to help stabilize unstable  soils.  Soils that are disturbed in any manner should be removed, moisture conditioned,  and recompacted.     Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 9 1609‐129.SER  6. The recommended soil moisture content should be maintained throughout construction.   Failure to maintain the soil moisture content can result in cracks and disturbance, which  are an indication of degradation of the soil compaction.  If cracks are allowed to develop,  or if soils near improvements such as foundations, approach slabs, etc. are otherwise  disturbed, damage to those improvements may result.  Soils that have cracked or are  otherwise disturbed should be removed, moisture conditioned, and compacted.      Abutment Walls  1. Continuous and/or spread footings bearing in properly compacted fill as described in the  “Grading” section of this report and having a minimum overall depth of 21 inches below  lowest adjacent grade may be used to support the proposed abutment walls.  If spread  footings are utilized, they should be connected by grade beams, having the same overall  depth as the footings themselves.    2. Continuous footings and grade beams should be reinforced, at a minimum, by two No. 5  rebar, one at the top and one at the bottom, or as required by the architect/engineer.   Spread footings should be reinforced in accordance with the requirements of the  architect/engineer.     3. Foundations constructed on the existing slope should be deepened to maintain a  minimum setback distance of 5 feet from the outermost face of the foundation to the  face of the existing slope.     4. Foundations bearing in properly compacted structural fill, as described in the “Grading”  section of this report, may be designed using maximum allowable bearing capacity of  2,500 psf.  Using this criterion, maximum total and differential settlement under static  conditions are expected to be less than 3/4 inch.      5. In calculating resistance to lateral loads, a passive equivalent fluid pressure of 300 pcf for  compacted structural fill may be used.  A coefficient of friction for compacted soil of 0.35  may also be utilized in the design.  Lateral capacity is based on the assumption that soil  adjacent to the abutment walls is properly compacted.  Passive and friction resistance  components may be combined in the analysis without reduction to either value.    6. Allowable capacities may be increased by one‐third when transient loads such as wind or  seismicity are included.  Foundations may be designed using the following 2013 CBC  seismic parameters:   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 10 1609‐129.SER      SEISMIC PARAMETERS  Mapped Spectral  Response  Acceleration  for Site Class B  Site Coefficients for  Site Class C  Adjusted MCE  Spectral Response  Accelerations for  Site Class C  Design Spectral  Response  Accelerations for  Site Class C  Seismic  Parameter  Value  (g)  Site  Coefficient    Value  Seismic  Parameter Value  (g)  Seismic  Parameter  Value  (g)  SS 1.179 Fa 1.000 SMS 1.179 SDS 0.786  S1 0.449 Fv 1.351 SM1 0.606 SD1 0.404  Peak Mean Ground Acceleration (PGAm) :  0.479 g  Seismic Design Category = D      7. Footing excavations should be observed by the geotechnical engineer prior to placement  of reinforcing steel.  Footing excavations should be lightly moistened and no desiccation  cracks should be present prior to concrete placement.    Approach Slabs  1. Approach slabs should be underlain by a minimum of 8 inches of Class 2 aggregate base  (Caltrans 2015 Specifications, Section 26).  Design of vehicular flatwork may be based on  a modulus of subgrade reaction (k30) of 300 pci (psi/in.).  If additional non‐expansive  material is placed as discussed below, and the additional material is not aggregate base,  then the minimum 8‐inch layer of aggregate base should be placed at the top of the  nonexpansive and directly below the slabs.    2. Approach slabs should have a minimum thickness of 5 full inches.  Reinforcement size,  placement, and dowels should be as directed by the architect/engineer; minimum  flatwork reinforcement should consist of No. 4 rebar placed at 18 inches on‐center each  way.  Approach slabs should be doweled to abutment wall foundations or other  improvements with No. 4 dowels lapped to the slab rebar at 18‐inch spacing.    3. Any approach slabs that will be subject to maneuvering of heavy trucks should have a  minimum thickness of 8 inches, with reinforcing per the specifications of the  architect/engineer, and should be cast on a minimum 12‐inch thick layer of Class 2  aggregate base.     Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 11 1609‐129.SER  4. Due to the expansive soils on this site, there is a risk of movement and damage to the  approach slabs.  Heaving and cracking may occur.  Potential movement could be reduced  by the placement of additional aggregate base and/or nonexpansive material beneath the  approach slabs.  Based upon the expansion index tested for the site, a minimum of 18  inches of nonexpansive material may be provided below approach slabs; this minimum  includes the above recommended 8 inches of Class 2 aggregate base.  If it is acceptable  for the flatwork to experience movement, the thickness of the nonexpansive soil can be  reduced; however, the thicker the nonexpansive layer, the better the expansive soil  protection.  Prior to placement of the nonexpansive material, if utilized, the underlying  soil should be moisture conditioned and no desiccation cracks should be present.       5. For an added level of protection, the approach slabs can be provided with perimeter  thickened edges 21 inches deep.  The thickened edges, if utilized, should be reinforced at  a minimum with No. 4 rebar top and bottom.      6. It is recognized that the above suggestions for protection of the approach slabs from  expansive soil damage are expensive.  Consequently, the degree to which slabs are  protected is left to the discretion of the City and/or architect/engineer.  If cracks would  be particularly unsightly, or where heaving of approach slabs would cause a trip hazard,  protecting those areas from expansive soil damage should be given serious consideration.    7. Flatwork that is cast directly over expansive soil (or over a minimal sand layer) should be  constructed with frequent joints to allow articulation as flatwork moves in response to  expansion and contraction of the soil.  The expansive soil should be moistened to at least  optimum moisture and no desiccation cracks should be present prior to casting the  flatwork.    8. Where it is desired to maintain the elevation of approach slabs adjacent to abutment  walls, the slabs should be doweled to the walls, at a minimum, by No. 4 dowels lapped to  the slab rebar at 18 inches on‐center, or matching the slabs’ rebar spacing.  The approach  slabs may be allowed to “float free,” at the discretion of the City and/or  architect/engineer.  Slabs that is intended to float free should be separated from  abutment walls by a felt joint or other means.     9. Approach slabs should be provided with frequent construction joints and felt spacers to  allow movement in response to seasonal moisture and temperature variations.     Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 12 1609‐129.SER  10. To reduce shrinkage cracks in concrete, the concrete aggregates should be of appropriate  size and proportion, the water/cement ratio should be low, the concrete should be  properly placed and finished, contraction joints should be installed, and the concrete  should be properly cured.  Concrete materials, placement, and curing specifications  should be at the direction of the City and/or architect/engineer; ACI 302.1R‐04 is  suggested as a resource for the architect/engineer in preparing such specifications.    Drainage and Maintenance   1. Unpaved ground surfaces should be graded during construction, and per Section 1804.3  of the CBC, should be finish graded to direct surface runoff away from foundations,  slopes, and other improvements at a minimum 5 percent grade for a minimum distance  of 10 feet.  If this is not practicable due to the terrain, proximity of property lines, etc.,  swales with improved surfaces, area drains, or other drainage features should be  provided to divert drainage away from these areas.      2. Finished surfaces should be sloped to freely drain toward appropriate drainage facilities.   Water should not be allowed to stand or pond on or adjacent to foundations.    3. Runoff should discharge to an appropriate outlet in a nonerosive manner away from  improvements in accordance with the requirements of the governing agencies.  Erosion  protection should be placed at drainage outlets unless discharge is to an improved  surface.    4. The on‐site soils are erodible.  Stabilization of surface soils, particularly those disturbed  during construction, by vegetation or other means during and following construction is  essential to protect the site from erosion damage.  Care should be taken to establish and  maintain vegetation.     5. Vegetation, erosion matting or other forms of erosion protection should be used in all  areas disturbed by construction, as required by the architect/engineer.  Vegetation,  erosion matting, etc., should be maintained or augmented as needed to ensure a high  level of erosion protection.  Irrigation systems should be maintained so that the soils are  not over‐watered or allowed to desiccate.    6. To reduce the potential for undermining of foundations, approach slabs, and other  improvements, all rodent activity should be aggressively controlled and kept to an  absolute minimum.     Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 13 1609‐129.SER  Observation and Testing  1. It must be recognized that the recommendations contained in this report are based on a  limited number of borings drilled at the site and rely on continuity of the subsurface  conditions encountered.     2. It is assumed that the geotechnical engineer will be retained to provide consultation  during the design phase, to interpret this report during construction, and to provide  construction monitoring in the form of testing and observation.    3. At a minimum, the geotechnical engineer should be retained to provide:    • Consultation during the design phase   • Review of project plans prior to construction   • Professional observation during grading   • Oversight of special inspection and compaction testing during grading and  foundation construction    3. Special inspection of grading should be provided as per Section 1705.6 and Table 1705.6  of the 2013 CBC; the special inspector should be under the direction of the geotechnical  engineer.  In our opinion, there are no operations that are sufficiently critical as to warrant  continuous special inspection; periodic special inspection should suffice. Subject to the  approval of the Building Official, the exception to continuous special inspection (Section  1704.2, Subparagraph 1) should be specified by the architect/engineer and periodic  special inspection of the following should be provided by the special inspector:   • Stripping and clearing of existing improvements, vegetation, and debris    • Verification of overexcavation to the correct depth   • Fill quality, placement, moisture conditioning, and compaction    • Foundation excavations   • Approach slab subgrade and aggregate base    4. A program of quality control should be developed prior to the beginning of the project.   The contractor or project manager should determine any additional inspection items  required by the architect/engineer or the governing jurisdiction.       Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 14 1609‐129.SER  5. Locations and frequency of compaction tests should be as per the recommendation of  the geotechnical engineer at the time of construction.  The recommended test location  and frequency may be subject to modification by the geotechnical engineer, based upon  soil and moisture conditions encountered, size and type of equipment used by the  contractor, the general trend of the results of compaction tests, or other factors.    6. A preconstruction site meeting among the City, the geotechnical engineer, the soil special  inspector, the architect/engineer, and contractors is recommended to discuss planned  construction procedures and quality control requirements.      7. The geotechnical engineer should be notified at least 48 hours prior to beginning  construction operations    7.0 CLOSURE  Our intent was to perform the investigation in a manner consistent with the level of care and skill  ordinarily exercised by members of the profession currently practicing in the locality of this  project and under similar conditions.  No representation, warranty, or guarantee is either  expressed or implied.  This report is intended for the exclusive use by the client as discussed in  the “Scope of Services” section.  Application beyond the stated intent is strictly at the user's risk.    This report is valid for conditions as they exist at this time for the type of project described herein.   The conclusions and recommendations contained in this report could be rendered invalid, either  in whole or in part, due to changes in building codes, regulations, standards of geotechnical or  construction practice, changes in physical conditions, or the broadening of knowledge.  If Earth  Systems Pacific is not retained to provide construction observation and testing services, it shall  not be responsible for the interpretation of the information by others or any consequences  arising there from.    If changes with respect to project type or location become necessary, if items not addressed in  this report are incorporated into plans, or if any of the assumptions used in the preparation of  this report are not correct, this firm shall be notified for modifications to this report.  Any items  not specifically addressed in this report should comply with the CBC and the requirements of the  governing jurisdiction.      The preliminary recommendations of this geotechnical report are based upon the geotechnical  conditions encountered at the site and may be augmented by additional requirements of the  architect/engineer, or by additional recommendations provided by the geotechnical engineer  based on conditions exposed at the time of construction.    Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 15 1609‐129.SER    This document, the data, conclusions, and recommendations contained herein are the property  of Earth Systems Pacific.  This report shall be used in its entirety, with no individual sections  reproduced or used out of context.  Copies may be made only by Earth Systems Pacific, the client,  and the client’s authorized agents for use exclusively on the subject project.  Any other use is  subject to federal copyright laws and the written approval of Earth Systems Pacific.      Thank you for this opportunity to have been of service.  If you have any questions, please feel  free to contact this office at your convenience.      End of Text.   Meadow Park Pedestrian Bridge    September 28, 2016   Replacement Project   San Luis Obispo, California    SL‐17897‐SA 16 1609‐129.SER  TECHNICAL REFERENCE LIST    ACI (American Concrete Institute). 2004. "Guide for Concrete Floor and Slab Construction."    Document 302.1R04.  ASCE (American Society of Civil Engineers). 2013. Minimum Design Loads for Buildings and  other Structures (7‐10, third printing), Standards ASCE/SEI 7‐10.  Caltrans (California Department of Transportation). 2015. "Standard Specifications."   Europa Technologies. 2016. Google Earth [website], retrieved from:  http://www.google.com/earth/index.html  USGS (United States Geological Survey). 2016. Earthquake Hazards Program, retrieved  from: http://earthquake.usgs.gov/hazards/designmaps/    APPENDIX A Boring Location Map Boring Log Legend Boring Logs N¡EADOW PARK PEDESTRIAN BRIDGE REPLACEMENT PROJECT-092016BoringsàÉqã(xnc srnreràäàÈèÉ àÉgSôòxi43t<:j/grÉIIìIIò.G)+j\\IIIIIIIl9-IIIìIII1.9u*EË dBR:IIjI1lJIIIIIóIIIIÊ\Iì\(-II\II3.\gÊrtË.+rB--tztltlllII!:IìIIIILIII2IÌIIIIIe4p,u-ÌII{a,-IIoì\IIdlIIIIéh4P/aIIèà5II!I:;ìmomzo.À+TDo-f(ot-oc)f¡)áofEEıxzo-{-loCNc)|-m-*--+*wonzol-oo-loz!@llloI¿ØoÉo3oTq¡o-ftı'ØÂtJt-c(hà¡.1 OJY{;.@E9'o-oØ>gEı'3oønJor0tO, O,moofoU-ì+aî<qãH qt8ì øq+Ð >Yvãza ó-;Æo-Fåññ tãe # ø)ã qi oflö wu, ltl -iq;onImo{U,oıo3ctoIN-oNooU'(D6o{,(,lTÈl(,0¡N={"o)$.6tsx,äer-<(¡I thvÈåËIb,--93ts7--=-æW=+=æ le Earth Svstems Pacific BORING LOG LEGEND uNtFlED SOIL CLASS|FICAT|ON SYSTEM (ASTM D 24871 MAJOR DIVISIONS GROUP SYMBOL TYPICAL DESCRIPTIONS GRAPH. U).J o(n Õ tuz to tlj(n É. o C) J Éuts^<ı;! 9ÍH3!.6Si u -zttA ìt Vao GW W-EI+.GRADED GRAVELS, GRAVEL-SAND M|XTURES, LTTTLE ORNO FINES GP POORLY GRADED MIXTURES, LITTLE GRAVELS, OR OR NO FINES GRAVEL-SAND GM qILTY GRAVELS, GRAVEL-SAND-StLT MtXTURES, NON-pLAST|CFINES GC :CLAYEY GRAVELS, GRAVEL.SAND.CLAY MIXTURES, PLASTICFINES SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NOFINES SM SILTY SANDS, SAND-SILT MIXTURES, NON-PLASTIC FINES SAMPLE / SUBSURFACE WATER SYMBOLS GRAPH, SYMBOI. SC CLAYEY SANDS, SAND.CLAY MIXTURES, PLASTIC FINES U)J o U) Õ utz É.(, UJz tL gd^ >; 4<ii ilË fr9g ú &4',iØJØr ML LNORGANTC STLTS AND VERY F|NE SANDS, StLTy OR CLAyEy FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICIryCALIFORNIA MODIFIED I CL INORGANIC CLAYS OF CLAYS, SANDY CLAYS, LOWTO MEDIUM PLASTICIry SILTY CLAYS, LEAN CLAYS GRAVELLY STANDARD PENETRATION TEST (SPT)o OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITYSHELBY TUBE E MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDYOR SILTY SOILS, ELASTIC SILTSBULK CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYSSUBSURFACE WATER DURING DRILLING g OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANICSILTSSUBSURFACE WATER AFTER DRILLING V:PT PEAT AND OTHER HIGHLY ORGANIC SOILS V OBSERVED MOISTURE CONDITION DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED) CONSISTENCY COARSE GRAINED SOILS FINE GRAINED SOILS BLOWS/FOOT DESCRIPTIVE TERM DESCRIPTIVE TERMSPTCA SA R SPT CA SA o-10 o-1 6 LOOSH o-2 o-3 VERY SOFT 1 1-30 17-50 3-4 SOFT 31-50 51-DENSE 5-8 a-1 3 MEDIUM STIFF OVER 50 VERY DENSE 9-1 5 14-25 STIFF t6-30 2Íi-50 VERY STIFF OVER iU OVE HARD GRAIN SIZES U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING # 200 #40 #10 #4 314 3 12" SILT & CLAY SAND GRAVEL COBBLES BOULDERS FINE MEDIUM COARSE FINE COARSE TYPICAL BEDROCK HARDNESS MAJOR DIVISIONS TYPICAL DESCRIPTIONS EXTREMELY HARD CORE, FRAGMENT, OR EXPOSURE CANNOT WITH REPEATED HEAVY HAMMER BLOWS BE SCRATCHED WITH KNIFE OR SHARP PlcK; CAN ONLY BE CHtppED VERY HARD CANNOT HAMMER BE SCBATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVYBLOWS HARD CAN BE SCRATCHED WITH KNEE OR SHARP PICKWITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLOWREQUIRED TO BREAK SPECIMEN MODERATELY HARD çAN BE GRooVED 1/16 INCH PEEF.IY KNIEE OR SHARP PlcK WITH MoDERATE oR HEAVY PRESSURE: coREOR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE SOFT CAN BE GROOVED OR GOUGED EASILY BY KNIFEFINGERNAIL; BREAKS WITH LIGHT TO MODERATE 9R.S-HARPfIqK W|TH LIGHT PRESSURE, CAN BE SCRATCHED WTHMANUAL PRESSURE VERY SOFT 9Ary,gF.BFAq!LY-!!qEN.IE_D, GROOVED OR GOUGED W|TH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WÍTHLIGHT MANUAL PRESSURE TYPICAL BEDROCK WEATHERING MAJOR DIVISIONS TYPICAL DESCRIPTIONS FRESH NO DISCOLORATION, NOT OXIDIZED SLIGHTLY WEATHERED DISCOLORATION OR OXIDA FELDSPAR CRYSTALS ARE IION lS LIMITED TO SURFACE OF, OR SHORT DISTANCE FROM, FRACTURES: SOMEDULL MODERATELY WEATHERED p.lgQOl.OBATlON oR OXIDATIoN EXTE¡IDS FRoM FRACTURES, USUALLY THRoUGHOUT; Fe-Ms MINËRALS ARE'RUSTY', FELDSPAR CRYSTALS ARE'CLOUDY' INTENSELY WEATHERED DISCOLORATION OR OXIDATION THROUGHOUT; FELDSPAR AND Fe-Mg MINERALS ARE ALTERED TO CLAYTO SOME EXTENT, OR CHEMICAL ALTERATION PRODUCES IN SITU DISAGGREGATION DECOMPOSED DISCOLORATION OR OXIDATION THROUGHOUT, BUT RESISTANT MINERALSFELDSPAR AND Fê-Mg MINERALS ARE COMPLEÌELY ALTERED TO CLAY SUCH AS QUARTZ MAY BE UNALTERED; Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q CraO Sample E Shelby Tube Sample I Ser NOTE: This log of subsurface conditions is a simplification of actual condit¡ons encountered. lt applies at the location and time of drilling Subsurface conditions may d¡ffer at other locations and t¡mes. Boring No. 1 PAGE 1 OF 1 JOB NO.: SL-17897-SA DATE: 09112116 SAMPLE DATAC¡TY OF SAN LUIS OBISPO Meadow Park Pedestrian Bridge Replacement Project SWG of South and Meadow Streets San Luis Obispo, California aJ) .J) 5o Øo U)l Jo c0 U) S@IL DtrS@RIPTI@N J >âÉau.9 z JurÀ[ <r- U> F U)ZGt!oog É.o lU É.l^ F\OØ31ı = ØZ3;Q,tıH SC CLAYEY SAND WITH GRAVEL: orange brown, medium dense, moist, flne to coarse gravel (Fill) CL SANDY LEAN CLAY:gray brown, stiff, moist, trace fine gravel (Older Alluvium) increasing sand content, very moist thin, discontinuous lenses of clayey sand and poorly graded sand very stiff, wet V Y SANDSTONE: gray brown, soft, moist, weathered, friable (Franciscan Melange) Subsurface water encountered between 20.5' and22 ,-mo?e-rateiy h-ard - durin dridrilland12'followi of Boring @25.5' T^ -[Eo- 15 0 2 5 25 26 6 7 I 10 1'l 't2 13 14 16 17 18 20 21 24 0.0 - 5.0 2.5 - 4.0 5.0 - 6.5 6.0 - 8.0 10.0 - 11.5 15.0 - 16.5 20.o -21.5 25.0 -25.5 I o I I o I I o o 107.5 106.9 105.9 114.9 20.5 24.6 16.4 9.7 50/1.5" 11 18 12 13 14 11 25 7 20 5 I 5 I 4 5 Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: Simco EP200 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q Cran Sample l-] Shelby Tube Sample I Snf NOTE: This log of subsurface conditions is a simplif¡cat¡on of actual conditions encountered. lt appl¡es at the location and time of drilling. Subsurface conditions may differ at other locat¡ons and t¡mes. Boring No. 2 PAGE 1 OF 1 JOB NO.: SL-17897-SA DATE: 09112116 SAMPLE DATACITY OF SAN LUIS OBISPO Meadow Park Pedestrian Bridge Replacement Project SWC of South and Meadow Streets San Luis Obispo, Galifornia (t) .J)fo U)o U>f Joûl U) S@[L DtrSGRIPTI@N J iE z u¡Jl!O- ô_ <r- U) l- (/) ZC H=R É.o s UJ É.f l--ao = ø2 =.Qr coH SC CLAYEY SAND WITH GRAVEL: orange brown, medium dense, moist, fine to coarse gravel (Fill) CL SANDY LEAN CLAY:gray brown, very stiff, moist, trace fine gravel (Older Alluvium) thin lenses of clayey sand Ywet15 oo It-fL uJo 2 J 4 24 26 5 6 7 8 I lo 11 12 13 14 tb '17 18 19 20 21 End of Boring @ 16.5' Subsurface water encountered 1 5.0' 5.0 - 6.5 10.0 - 11.5 15.0 - 16.5 o 103.4 107.8 23.0 20.7 14 19 14 15 10 I I 6 I Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: Simco EP200 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q CraO Sample E Shelby Tube Sample I Ser NOTE: This log of subsurface condit¡ons is a simplification of actual condit¡ons encountered. lt appl¡es at the location and time of drilling. Subsurface conditions may differ at other locat¡ons and times. Boring No. 3 PAGE 1 OF 1 JOB NO.: SL-17897-SA DATE: 09112116 SAMPLE DATACITY OF SAN LUIS OBISPO Meadow Park Pedestrian Bridge Replacement Project SWC of South and Meadow Streets San Luis Obispo, California U'Øf() U'oØ:f Jodl at) S@[L DtrS@RIPTI@N J >Õ ffiË z =J IUILÀ <r-u) t- U)ZC tsê É.o uJ É.f^F:oØe) ı ØZ >(oOn dH 5'' AU UVÊI-< 3'' AB lr' L_ CL -cTr CLAYEY SAND WITH GRAVEL:orange medium dense, moist, fine to coarse gravel (Fill) SANDY FAT CLAY:dark gray to black, medium stiff, moist, trace organics End of Boring @ 16.5' Subsurface water encountered 1 5.0' moist (OlderAlluvium) Y stiff, wet F^[$o- 10 11 4 5 6 7 I I 20 12 13 1+ 15 16 17 18 19 21 22 24 26 3.0 - 5.0 5.0 - 6.5 7.0 - 10.0 10.0 - 11.5 15.0 - 16.5 o o I o 103.5 91.5 19.9 29.1 2 4 7 3 4 I 3 4 5 Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q CraO Sample E Shelby Tube Sample I Ser NOTÊ: This log of subsurface cond¡tions is a simplification of actual cond¡tions encountered. lt applies at the location and time of drill¡ng. Subsurface conditions may differ at other locations and times. Boring No. 4 PAGE 1 OF 1 JOB NO.: SL-17897-SA DATE: 09113116 SAMPLE DATACITY OF SAN LUIS OBISPO Meadow Park Pedestrian Bridge Replacement Project SWC of South and Meadow Streets San Luis Obispo, California U) U)fo (/)o U)l Jod¡ =U) S@IL DtrSGRIPTI@N J >ârf 0ttrp z uJ dH =;<F al) F U)ZC Hê É.o IJJ x.l^F:oØ?) ı ØZ =;O.t dÈu 2.5" AC OVER 2.0'' AB SC CLAYEY SAND WITH GRAVEL: orange brown, loose, moist, fine to coarse gravel (Fill) CL CH c . ..1 SANDY LEAN CLAY: dark brown to dark gray, stiff, moist, trace gravel (Older Alluvium) - -sá¡-oV FAT ı LAY: bt ãr, mei ¡[m st¡r¡nìrst - - - - SANDY LEAN CLAY: dark gray brown, medium thin lense of clayey sand, very moist Y stiff, moist, trace fine gravel tTt CLAYSTONE: gray, soft, moist, weathered (Franciscan Melange) moderately hard t^ EEo- 0 5 4 5 6 7 8 I 10 11 12 13 14 l5 16 17 18 19 20 21 23 24 25 26 Refusal @22.0' No subsurface water encountered during drilling Subsurface water encountered @ 17' after drilling operations 2.5 - 4.0 5.0 - 6.5 10.0 - I 1.5 15.0 - 16.5 20.0 - 20.5 I I I o 106.2 107.0 84.5 16.5 35.5 10.1 10 5 7 7 4 7 2 4 6 3 4 5 50 APPENDIX B Laboratory Test Results DIRECT SHEAR ASTM D 3080/D3080M-11 (modífied for consolidated, undrained conditions) September 27,2076 City of San Luis Obispo Meadow Park Pedestrian Bridge Boring #1 @ 0.0 - 5.0' Clayey Sand (SC) Compacted lo90% RC, saturated 3,000 2,500 2,000 1,500 1,000 sL-L7897-SA ¡NlTlAL DRY DENSITY: 109.9 pcf lNlTlAL MOISTURE CONTENT:9.6 % PEAK SHEAR ANGLE (@):30" COHESION (C): 173 psf ø CL U;g, t¡J É. Ø É, t¡Jro SHEAR vs. NORMAL STRESS J -a ) 1,000 1,5000 500 500 NORMAL STRESS, psf 2,000 2,500 City of San Luis Obispo Meadow Park Pedestrian Bridge MOISTU RE-DENSITY COM PACTION TEST sL-L7897-SA ASTM D LssT-L2 (Modified) PROCEDURE USED: A PREPARATION METHOD: Moist RAMMER TYPE: Mechanical SPECIFIC GRAVITY: 2.65 (assumed) SIEVE DATA: Sieve Size % Retained (Cumulative) 3/4" 3/8" #4 133 132 131 130 129 128 127 126 125 124 123 122 121 120 119 1't 8 117 116 115 114 113 September 27,20t6 Boring #1 @ 0.0 - 5.0' Orange Brown Clayey Sand (SC) MAXIMUM DRY DENSITY: t22J pcf OPTIMUM MOISTURE:9.6% 0 0 0 lh(J CLt tsØz LUo É.o 0 1 2 3 4 5 6 7 8 I l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 MOISTURE CONTENI percent Compaction Curve Zero Air Voids Curve MOISTURE-DENSITY COMPACTION TEST AsrM D tssT-tz(Modiried) City of San Luis Obispo Meadow Park Pedestrian Bridge PROCEDURE USED: A PREPARATION METHOD: Mo¡st RAMMER WPE: Mechanical SPECIFIC GRAVITY: 2.70 (assumed) SIEVE DATA: Sieve Size % Retained (Cumulative) 128 127 126 125 124 123 122 121 120 119 118 117 116 115 114 113 112 111 110 109 '108 sL-17897-SA September 27,20L6 Boring #3 @ 3.0 - 5.0' Dark Brown Sandy Lean Clay (CL) MAX¡MUM DRY DENSIW: 118.3 pcf OPTIMUM MOISTURE: 12.6% 314 3/8 #4 0 0 0 oo.tl- 6z IrJo ú.o 3 4 5 6 7 I I 10 11 12 13 14 15'16 17 18 19 20 21 22 23 24 25 26 27 28 MOISTURE CONTENT, percent Compaction Curve Zero Air Voids Curve City of San Luis Obispo Meadow Park Pedestrian Bridge DIRECT SHEAR ASTM D 3080/D3080M-11 (modified for consolidated, undrained conditíons) sL-L7897-SA Boring #3 @ 3.0 - 5.0' Sandy Lean Clay (CL) Compacted to90% RC, saturated 3,000 2,500 2,000 1,500 1,000 500 SHEAR vs. NORMAL STRESS r,000 1,500 September 27,2Ot6 lNlTlAL DRY DENSITY: 106.4 pcf INITIAL MOISTURE CONTENT: t2.6% PEAK SHEAR ANGLE (Øl:5" COHESTON (C):939 psf o CL sî cnul É. Ø É, t¡Jr U' 0 0 I 500 NORMAL STRESS, psf 2,000 2,500 City of San Luis Obispo Meadow Park Pedestrian Bridge DIRECT SHEAR continued ASTM D 3080/D3080M-11 (modífied for consolidated, undrained conditions) sL-L7897-SA Boring #1. @ 0.0 - 5.0' Clayey Sand (SC) compacted to90% RC, saturated SAMPIE NO.:32t September 27,20t6 SPECIFIC GRAVITY: 2.65 (assumed) AVERAGE INITIAL WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, inches HEIGHT, inches AT TEST 9.6 1"09.9 50.4 0.s05 2.410 1.00 9.6 109.9 50.4 0.505 2.4t0 L.00 9.6 109.9 50.4 0.505 2.4L0 1.00 9.6 109.9 50.4 0.505 WATER CONTENT % DRY DENSIW, pcf SATURATION, % VOID RAÏIO HEIGHT, inches 2,000 1,500 1,000 0 Ø CL Uìtt, LU É,t-o É, u,¡ :Eü, it L6.9 L10.4 90.0 0.497 1.00 18.8 111.8 100.0 o.479 0.98 19.9 116.9 100.0 0.415 0.94 486 psf 971 psf 1,942 psÍ 500 0.05 0.10 0.15 0.20 HORIZONTAL DEFORMATION, inches 0.00 0.25 City of San Luis Obispo Meadow Park Pedestrian Bridge DIRECT SHEAR continued ASTM D 3080/D3080M-11 (modified for consolidated, undraíned conditions) sL-17897-SA Boring #3 @ 3.0 - 5.0' Sandy Lean Clay (CL) Compacted to90% RC, saturated SAMPIE NO.:32I September 27,2016 SPECIFIC GRAVITY: 2.70 (assumed) AVERAGE INITIAT WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, inches HEIGHT, inches AT TEST t2.6 106.4 58.4 0.583 2.41O 1.00 L2.6 106.4 58.4 0.583 2.4t0 1.00 L2.6 706.4 58.4 0.583 2.4LO 1.00 12.6 L06.4 58.4 0.583 WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO HEIGHT, inches 2,000 1,500 1,000 0 o CL Uí U' IIJ É.t- CN ú, l¡l Ø -- 7 24.5 106.8 100.0 0.578 1.00 23.7 108.0 100.0 0.56L 0.99 25.6 LL0.2 100.0 0.s29 0.97 - 486 psf 971 psf 1,942 ps'Í 500 0.05 0.10 0.15 HORIZONTAL DEFORMATION, inches 0.00 0.20 0.25 City of San Luis Obispo Meadow Park Pedestrian Bridge BULK DENSIW TEST RESUTTS ASTM D 2937-tO (modified for ring liners) sL-L7897-SA September 27,2076 BORING NO. DEPTH MOISTURE CONTENT, % WET DENSITY, pcf DRY DENSITY, pcffeet L 1. t t 2 2 3 3 4 4 4 3.5 - 4.0 6.0 - 6.s 11.0 - 11.5 16.0 - 16.s 6.0 - 6.s 11.0 - 11.5 6.0 - 6.5 11.0 - 11.5 3.5 - 4.0 6.0 - 6.5 LL.0 - 11.5 DEPTH feet 9.7 20.s 24.6 L6.4 23.O 20.7 19.9 29.1. 10.1 16.5 35.5 EXPANSION INDEX LI7.9 128.9 132.0 133.7 127.2 L30.L 724.L 118.1 116.8 124.6 174.6 107.5 106.9 105.9 7L4.9 t03.4 107.8 103.5 91.5 706.2 107.0 84.5 EXPANSION INDEX TEST RESULTS ASTM D 4829-TL BORING NO. 3 3.0 - s.0 52 APPENDIX APPENDIX 12 APPENDIX C – ASPHALT CONCRETE PATHWAY EXHIBIT (P) BRIDGE SEE BRIDGE PLANS KING STREET 2" MILL AND FILL (1,500 SF) (E) AC PATH PROTECT IN PLACE (E) AC PATH PROTECT IN PLACE 2" MILL AND FILL (600 SF) (E) SEWER MANHOLE PROTECT IN PLACE (TYP.) (E) AC PATH PROTECT IN PLACE (E) AC PATH PROTECT IN PLACE CORRIDA DRIVE LEGEND 2" MILL AND FILL MEADOW PARK PEDESTRIAN BRIDE REPLACEMENT 1 OF 12" MILL AND FILL 0 SCALE IN FEET 40 N C I V I LREGISTERED P R O F ESSIONA L E NGINEERS TATE OF CA L IF O R NIANo. C 84733HAI-LO N G Q. NG U YEN