Loading...
HomeMy WebLinkAboutEl Capitan Pedestrian Bridge Replacement Spec No 90254 Special Provisions SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO El Capitan Way Pedestrian Bridge Replacement Specification No. 90254 April 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 El Capitan Way Pedestrian Bridge Replacement Specification No. 90254 Approval Date: April 2, 2019 <<Insert Tom Martin Engineer Stamp>> <<Signature Date>> <<Signature Date>> 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 .......................................................................................................................................... A  LIST OF SUBCONTRACTORS ................................................................................................................. B  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C  LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C  NON-COLLUSION DECLARATION .......................................................................................................... E  BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F  QUALIFICATIONS .................................................................................................................................... G  ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H  SPECIAL PROVISIONS .................................................................................................. 1  DIVISION I GENERAL PROVISIONS ....................................................................................................... 1  1 GENERAL ........................................................................................................................................... 1  2 BIDDING ............................................................................................................................................. 1  4 SCOPE OF WORK ............................................................................................................................. 1  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 2   14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 2  DIVISION III EARTHWORK AND LANDSCAPE ....................................................................................... 4  19 EARTHWORK ................................................................................................................................... 4  21 EROSION CONTROL ....................................................................................................................... 5  DIVISION IV SUBBASES AND BASES .................................................................................................... 5  26 AGGREGATE BASES ...................................................................................................................... 5  DIVISION VI STRUCTURES ..................................................................................................................... 5  55 STEEL STRUCTURES ..................................................................................................................... 5  60 EXISTING STRUCTURES ............................................................................................................. 18  DIVISION VIII MISCELLANEOUS CONSTRUCTION ............................................................................ 19  73 CONCRETE CURBS AND SIDEWALKS ....................................................................................... 19  DIVISION XI MATERIALS ....................................................................................................................... 19  90 CONCRETE .................................................................................................................................... 19  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  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 May XXX, 2019 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: El Capitan Way Pedestrian Bridge Replacement Specification No. 90254 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, Brian Nelson at (805) 781-7113 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 involves removal of existing bridge and installation of a new prefabricated steel bridge utilizing the existing abutments. NOTICE TO BIDDERS NOTICE TO BIDDERS iii The project estimated construction cost is $100,000 Contract time is established as 30 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A 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. 3 of the referenced projects must be for bridge installation. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible NOTICE TO BIDDERS NOTICE TO BIDDERS iv 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. 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. NOTICE TO BIDDERS NOTICE TO BIDDERS v 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 El Capitan Way Pedestrian Bridge Replacement Specification No. 90254 Ite m Item Unit of Estimated Item Price Total No. SS(1) Description Measu re Quantity (in figures) (in figures) 1 9 Mobilization LS 1 2 13 Water Pollution Control LS 1 3 15 Remove Existing Timber Bridge LS 1 4 15 Remove Existing Concrete Trail SF 72 5 19 Structure Excavation & Backfill CY 15 6 55 Pre-Fabricated Steel Bridge LS 1 7 90 Lightweight Concrete Decking LS 1 8 26 Class 2 Aggregate Base CY 1 9 73 Concrete Path SF 72 Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS BID FORMS B 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 C 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 BID FORMS BID FORMS D that is under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS BID FORMS E 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 F 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 G QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include bridge installation activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include bridge installation activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include bridge installation activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS H 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. El Capitan Way Pedestrian Bridge Replacement 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. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section(s) 9, 13, 15, 19, 26, 55 for general, material, construction, and payment specifics. SPECIAL PROVISIONS SPECIAL PROVISIONS 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work hours are restricted to 7 a.m. to 4 p.m. on El Capitan Way. Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Add to Section 8-1.04B: Contract time will start 3 weeks before delivery of the prefabricated bridge. The Contractor must submit a letter from the supplier at the preconstruction meeting indicating the bridge delivery date. 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-1.01: 14-1.01 Avoidance and Minimization Measures The following avoidance and minimization measures will be implemented as a part of the project and are intended to avoid and/or minimize potential effects to biological resources: A. All construction personnel shall participate in an environmental training to be conducted prior to the start of construction. B. A preconstruction survey for special-status species with potential to occur, including California red-legged frog (Rana draytonii), shall be conducted by a qualified biologist immediately prior to the start of the project. If any special-status species are observed during the survey, work shall immediately stop and the species shall be allowed to leave the area on its own volition. If necessary, the U.S. Fish and Wildlife Service and California Department of Fish and Wildlife will be contacted regarding the potential for take of listed species. C. If work is planned to occur between February 1 and September 15, a qualified biologist shall survey the area for nesting birds within one week prior to activity SPECIAL PROVISIONS SPECIAL PROVISIONS 3 beginning on site. If nesting birds are located on or near the proposed project site, they shall be avoided until they have successfully fledged or the nest is no longer deemed active. A non-disturbance buffer of 50 feet will be placed around non-listed, passerine species, and a 250-foot buffer will be implemented for raptor species. All activity will remain outside of that buffer until a qualified biologist has determined that the young have fledged or that proposed construction activities would not cause adverse impacts to the nest, adults, eggs, or young. If special-status avian species are identified, no work will begin until an appropriate buffer is determined in consultation with the local California Department of Fish and Wildlife biologist, and/or the U.S. Fish and Wildlife Service. D. Only foot traffic shall be allowed below top of bank by project personnel. All equipment shall work from top of bank. No equipment shall be operated in flowing water. E. Work shall be delayed during rain events or on any day for which the National Weather Service has predicted a 25 percent or more chance of at least 0.25-inch of precipitation within 24 hours (Predicted Rain Event). Effective erosion and sediment control shall be installed no later than the day prior to the Predicted Rain Event, and prior to the start of any rainfall. Construction activities may resume after the rain has ceased, the National Weather Service predicts clear weather for at least 24 hours, and site conditions are dry enough to continue work without discharge of sediment or other pollutants from the project site into the creek. F. Equipment staging areas for vehicle fueling and storage shall be at least 50 feet away from any water body, in a location where fluids or accidental discharges cannot flow into storm drains or waterways. G. Any soil stockpile(s) shall be kept a minimum of 50 feet from the banks of any water body to prevent material from entering a water body. At no time shall any stockpiles, waste piles, or debris associated with this project be located within the banks of the creek, or where it can be washed into the creek or storm drains. H. High-visibility flagging or fencing shall be installed along the limits of disturbance to ensure no inadvertent impacts to the water body. All construction activities and personnel shall remain outside of the flagged/fenced area, and flagging/fencing shall be maintained for the duration of construction. I. Erosion and sediment control measures shall be on site prior to the start of project activities and kept on site at all times so they are immediately available for installation in anticipation of rain events. J. Erosion and sediment control measures and other construction best management practices (BMPs) shall be implemented and maintained in accordance with all specifications detailing the installation, operation, and maintenance of the BMPs. No BMPs containing monofilament netting shall be used. K. Appropriate spill control and clean up materials (e.g., oil absorbent pads) shall be on site at all times in case spills occur. Spill clean-up kits and secondary containment shall be used to prevent spills or leaks from entering the creek or storm drains. L. All temporarily disturbed areas shall be stabilized with temporary BMPs and seeded with a native erosion control seed mix. SPECIAL PROVISIONS SPECIAL PROVISIONS 4 DIVISION III EARTHWORK AND LANDSCAPE 19 EARTHWORK Add to Section 19-1.01A: This work shall consist of furnishing all labor, equipment, tools, materials and performing all of the work necessary to complete the work as shown on the plans, in conformance with these specifications and to the satisfaction of the Engineer. Excavated and/or cleared materials shall remain the property of the City, and shall be placed and recompacted on-site, and shall be distributed as shown on the plans and as directed by the Engineer. Excess and unsuitable overexcavated and/or cleared materials shall become Contractor's property and shall be removed from Project site. The Engineer or its representative shall determine the suitability of the excavated materials for the purposes of reincorporating it into the project elements. Protect all existing benchmarks, structures, roads, sidewalks, paving and curbs to remain against damage resulting from construction equipment and vehicles. Protect excavations by shoring, bracing, sheet piling or underpinning to protect adjacent existing site improvements and utilities and to prevent cave-ins or loose soil from falling into excavations. Notify Engineer of unexpected sub-surface conditions and discontinue work in area until City provides notification to resume work. Prevent surface water run-off into excavated areas. 19-3.02E Slurry Cement Backfill (Two Sack) Slurry cement backfill must be a fluid workable mixture of aggregate, cement, water, and contain a maximum of 15% pozzolan or fly ash. The aggregate must be one of the following: 1. Commercial-quality concrete sand 2. Excavated or imported material in any combination, free of organic material and other deleterious substances and complying with the gradation requirements shown in the following table: Sieve size Percentage passing 1-1/2" 100 1" 80–100 3/4" 60–100 3/8" 50–100 No. 4 40–80 No. 100 10–40 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 The cement must comply with section 90-1.02B(2) except testing is not required. The water must be free from oils, salts, and other impurities that adversely affect the backfill. Proportion slurry cement backfill by weight or volume. The backfill must contain at least 188 pounds of cement per cubic yard and enough water to produce a fluid workable mix that flows and can be pumped without segregation during placement. Mix materials thoroughly by machine. Use slurry that is mixed at a batch plant, transported to the construction site and placed. Mix until cement and water are thoroughly dispersed. 21 EROSION CONTROL Seed mix shall comply with Section 21-2.02F of the City of San Luis Obispo Standard Specifications. DIVISION IV SUBBASES AND BASES 26 AGGREGATE BASES Class 2 Aggregate Base must comply with Section 26-1.02B of the Standard Specifications. Class 2R Aggregate Base (Recycled) must not be used. DIVISION VI STRUCTURES 55 STEEL STRUCTURES Replace Section 55 with: 55-1 Pre-Fabricated Steel Bridge 55-1.01 General 55-1.01A Summary These specifications are for a fully engineered clear span bridge of steel construction and must be regarded as minimum standards for design and construction. 55-1.01B Qualified Suppliers Contractor must identify their intended bridge supplier at the pre-construction conference. Suppliers must have at least 10 years of experience fabricating these type structures, including 10 years of experience designing and fabricating these types of SPECIAL PROVISIONS SPECIAL PROVISIONS 6 structures and a minimum of 10 successful bridge projects, of similar construction, each of which has been in service at least seven years. The contractor must provide the following documentation, within 10 days after award of contract: 1. Product Literature 2. Provide a list of a minimum of 10 bridge projects of similar construction, each of which has been in service at least seven years. List the location, bridge size, owner, and a contact for reference for each project. 3. All documentation to ensure the proposed supplier will be in compliance with these specifications. This must include: ‐ Representative design calculations ‐ Representative drawings ‐ Splicing and erection procedures ‐ Warranty information ‐ Inspection and Maintenance procedures ‐ AISC Shop Certification ‐ AWS Certified Fabricator Certification ‐ Welder Qualifications ‐ Evidence of 2 Certified Weld Inspectors (CWI’s) on staff The Engineer will evaluate and verify the accuracy of the submittal. If the Engineer determines that the qualifying criteria have not been met, the contractor's proposed supplier must be rejected. The Engineer's ruling must be final. The Manufacturer’s representative is to be in attendance at the project pre-construction meeting. 55-2 Features of Steel Bridge 55-2.01 Span Bridge span must be 22’-0” (straight line dimension) and must be as measured from each end of the bridge structure (out to out dimension). 55-2.02 Width Bridge width must be 8’-0" clear and must be as measured from the inside face of the elements comprising the safety system or truss structural members (chords and verticals) 55-2.03 Bridge System Type Bridge(s) must be designed as a Connector® (Half-Thru Pratt truss) (or equal), that has one diagonal per truss panel and plumb end vertical members. Interior vertical members must be perpendicular to the chord faces. SPECIAL PROVISIONS SPECIAL PROVISIONS 7 Bridge(s) must be designed utilizing an under hung floor beam (top of floor beam welded to the bottom of the bottom chord). The bridge manufacturer must determine the distance from the top of the deck to the top and bottom truss members based upon structural and/or shipping requirements. The top of the top chord must not be less than 54 inches above the deck (measured from the high point of the bridge deck of the structures. 55-2.04 Member Components All members of the vertical trusses (top and bottom chords, verticals, and diagonals) must be fabricated from square and/or rectangular structural steel tubing. Other structural members and bracing must be fabricated from structural steel shapes or square and rectangular structural steel tubing. Unless the floor and fastenings are specifically designed to provide adequate lateral support to the top flange of open shape stringers (w-shapes or channels), a minimum of one stiffener must be provided in each stringer at every floor beam location. 55-2.05 Steel Bridge Attachments 55-2.05A Safety Rails – Horizontal system Safety rails will consist only of horizontal steel tubes. Horizontal safety rails must be placed on the structure up to a minimum height of 3-6 above the deck surface. Steel tubing must be placed so as to prevent a 4 sphere from passing through the truss up to 3’-6” and an 8” sphere from 3’-6” to 4’-6” above deck surface. Safety rails must be placed on the inside or outside of the structure. Safety rails placed on the inside of the truss, flush with interior verticals and must have their ends sealed and ground smooth so as to produce no sharp edges. The safety rail system must 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. 55-2.05B Toe Rail The bridge must be supplied with a steel toe plate mounted to the inside face of both trusses. The toe plate must be a minimum of 4 inches high. Toe plating will be welded to the truss members at a height adequate to provide a 2” gap between the bottom of the plate and the top of the deck or the top of the bottom chord, whichever is higher. The span of unstiffened flat toe plating (from center to center of supports) must not exceed 5’-8” 55-2.05C Rub Rails The bridge will be supplied with a 1"x 5-1/2" (actual size) naturally durable hardwood Ipe (Tabebuia Spp Lapacho Group) rubrail. Rubrail must be partially air dried to a SPECIAL PROVISIONS SPECIAL PROVISIONS 8 moisture content of 15% to 20%, must be supplied S4S (surfaced four sides), E4E (eased four edges), with the edges eased to a radius of 1/8”. Measured at 30% moisture content, the width and thickness must not vary from specified dimensions by more than +/- 0.04 inches. Ends of each piece must be sealed with “Anchorseal” Mobil CER-M or an equal aquious wax log sealer. Rubrails must be attached flush to the inside face of the bridge truss verticals and fastened with two carriage bolts at each support location. The span of the rubrail from centerline to centerline of support must not exceed 6’-6”. The top of the rubrail must be 1’-2” above the top of the deck (measured at the outside edge of the deck). 55-2.06 Camber The bridge must have a vertical camber dimension at mid-span equal to 100% of the full dead load deflection plus 1% of the full length of the bridge. 55-2.07 Elevation Difference The bridge abutments must be constructed at the same elevation on both ends of the bridge. 55-3 ENGINEERING Structural design of the bridge structure(s) must be performed by or under the direct supervision of a licensed professional engineer and done in accordance with recognized engineering practices and principles. The Licensed Professional Engineer is to hold a current P.E. or S.E. license (where required) in the state where the bridge will be erected. 55-3.01 Design Loads In considering design and fabrication issues, this structure must be assumed to be statically loaded. No dynamic analysis must be required nor must fabrication issues typically considered for dynamically loaded structures be considered for this bridge. 55-3.01A Dead Load The bridge structure design must consider its own dead load (superstructure and original decking), as well as other loads described in Section 55-3.01. 55-3.1.2 Uniform Live Load 55-3.01B (1) Pedestrian Live Load Main Members: Main supporting members, including girders, trusses and arches must be designed for a pedestrian live load of 60 pounds per square foot of bridge walkway SPECIAL PROVISIONS SPECIAL PROVISIONS 9 area in accordance with Table 1607A.1 of the 2015 California Building Code(CBC). Reduction in live loads must be in accordance with Section 1607.9 of the CBC. 55-3.01B (2) Concentrated Loads The bridge superstructure, floor system and decking must be designed for each of the following point load conditions: 1) A concentrated load of 1000 pounds placed on any area 2.5 ft x 2.5 ft square. 2) A 1200 pound two wheel vehicle with a wheelbase and tire print area as shown in the following diagram: 3) An 8,000 pound four wheeled vehicle with the appropriate wheelbase, tire track and tire print area as shown in the following diagram: (See Table 1 for the values corresponding to the selected vehicle.) Table 1 1.5" 600 LBS. 600 LBS. 60" 4" DIRECTION OF BRIDGE SPAN INSIDE OF TRUSS MEMBERS OR CURB PR PF REAR FRONT L WB DIRECTION OF BRIDGE SPAN SPECIAL PROVISIONS SPECIAL PROVISIONS 10 Vehicle Axle and Wheel Spacings Front Wheels Rear Wheels Weight WB T PF L W PR L W C* 4,000# 48" 32" 1,000# 2.0" 5.0" 1,000# 2.0" 5.0" 9" 6,000# 66" 48" 1,500# 2.5" 6.0" 1,500# 2.5" 6.0" 12" 8,000# 102" 60" 1,600# 3.0" 8.0" 2,400# 3.0" 8.0" 15" 10,000# 120" 72" 2,000# 3.5" 8.5" 3,000# 3.5" 8.5" 18" (*C is the minimum dimension from center of wheel to the inside face of truss or curb. ) All of the concentrated or wheel loads must be placed so as to produce the maximum stress in each member being analyzed. Critical stresses need be calculated assuming there is only one vehicle on the bridge at any given time. Assumptions that vehicles only travel down the center of the bridge or that the vehicle load is a uniform line load will not be allowed. Each four wheeled vehicle load listed in Table 1, up to and including the maximum weight vehicle selected, must be used in determining critical deck stresses. The wheel distribution for deck design must be as specified in Section 55-4.02. Stringers must be designed for the applied wheel loads assuming no lateral load distribution to adjacent stringers. A vehicle impact allowance is not required. 55-3.01B(3) Wind Load 1) Horizontal Forces The bridge(s) must be designed for a wind load of 25 pounds per square foot on the full vertical projected area of the bridge as if enclosed. The wind load must be applied horizontally at right angles to the longitudinal axis of the structure. The wind loading must be considered both in the design of the lateral load bracing system and in the design of the truss vertical members, floor beams and their connections. 2) Overturning Forces The effect of forces tending to overturn structures must be calculated assuming that the wind direction is at right angles to the longitudinal axis of the structure. In addition, an upward force must be applied at the windward quarter point of the transverse superstructure width. This force must be 20 pounds per square foot of deck. 3) Top Chord/Railing Loads SPECIAL PROVISIONS SPECIAL PROVISIONS 11 The top chord, truss verticals, and floor beams must be designed for lateral wind loads (per section 55-3.01B(3)) and for any loads required to provide top chord stability as outlined in Section 55-3.03C(1); however, in no case must the load be less than 50 pounds per lineal foot or a 200 pound point load, whichever produces greater stresses, applied in any direction at any point along the top chord or at the top of the safety system (42" or 54" above deck level), if higher than the top chord. 55-3.02 Design Limitations 55-3.02A Deflection 55-3.02A(1) Vertical Deflection The vertical deflection of the main trusses due to service pedestrian live load must not exceed 1/400 of the span. The vertical deflection of cantilever spans of the structure due to service pedestrian live load must not exceed 1/300 of the cantilever arm length. The deflection of the floor system members (floor beams and stringers) due to service pedestrian live load must not exceed 1/360 of their respective spans. The service pedestrian live load must be 100 PSF, reduced in accordance with Section 55-3.01B(1), but should in no case be less than 50 PSF for deflection checks. Deflection limits due to occasional vehicular traffic may not be considered. 55-3.02A(2) Horizontal Deflection The horizontal deflection of the structure due to lateral wind loads must not exceed 1/500 of the span under an 85 MPH (25 PSF) wind load. 55-3.02A(3) Minimum Thickness of Metal The minimum thickness of all structural steel members must be 3/16" nominal and be in accordance with the AISC Manual of Steel Constructions' "Standard Mill Practice Guidelines". For ASTM A500 and ASTM A847 tubing, the section properties used for design must be per the Steel Tube Institute of North America's Hollow Structural Sections "Dimensions and Section Properties". 55-3.03 Governing Design Codes / References Structural members must be designed in accordance with recognized engineering practices and principles as follows: 55-3.03A Structural Steel Allowable Stresses American Institute of Steel Construction (AISC). SPECIAL PROVISIONS SPECIAL PROVISIONS 12 Structural steel design must be in accordance with those sections of the "Manual of Steel Construction: Allowable Stress Design" related to design requirements and allowable stresses. 55-3.03B Welded Tubular Connections American National Standards Institute / American Welding Society (ANSI/AWS) and the Canadian Institute of Steel Construction (CISC). All welded tubular connections must be checked, when within applicable limits, for the limiting failure modes outlined in the ANSI/AWS D1.1 Structural Welding Code or in accordance with the "Design Guide for Hollow Structural Section Connections" as published by the Canadian Institute of Steel Construction (CISC). When outside the “validity range” defined in these design guidelines, the following limit states or failure modes must be checked:  Chord face plastification  Punching shear (through main member face)  Material failure o Tension failure of the web member o Local buckling of a compression web member  Weld failure o Allowable stress based on “effective lengths” o “Ultimate” capacity  Local buckling of a main member face  Main member failure: o Web or sidewall yielding o Web or sidewall crippling o Web or sidewall buckling o Overall shear failure All tubular joints must be plain unstiffened joints (made without the use of reinforcing plates) except as follows:  Floor beams hung beneath the lower chord of the structure may be constructed with or without stiffener (or gusset) plates, as required by design.  Floor beams which frame directly into the truss verticals (H-Section bridges) may be designed with or without end stiffening plates as required by design.  Where chords, end floor beams and in high profiles the top end struts weld to the end verticals, the end verticals (or connections) may require stiffening to transfer the forces from these members into the end vertical.  Truss vertical to chord connections. SPECIAL PROVISIONS SPECIAL PROVISIONS 13 NOTE: The effects of fabrication tolerances must be accounted for in the design of the structure. Special attention must be given to the actual fit-up gap at welded truss joints. 55-3.03C Concrete American Association of State Highway and Transportation Officials (AASHTO). Concrete must be in accordance with AASHTO, “LRFD Bridge Design Specifications”, latest edition. 55-3.03C(1) Top Chord Stability Structural Stability Research Council (SSRC), formerly Column Research Council. The top chord must be considered as a column with elastic lateral supports at the panel points. The critical buckling force of the column, so determined, must exceed the maximum force from dead load and live load (uniform or vehicular) in any panel of the top chord by not less than 50 percent for parallel chord truss bridges or 100 percent for bowstring bridges. The design approach to prevent top chord buckling must be as outlined by E.C. Holt's research work in conjunction with the Column Research Council on the stability of the top chord of a half through truss. See Appendix B for the calculation of the spring constant C and the determination of an appropriate K factor for out-of-plane buckling. In addition, for the dead load plus vehicle load combination, the spring constant “C” furnished by the transverse “U-Frames” must not be less than “C” required as defined by: L PrequiredCc46.1 where Pc is the maximum top chord compression due to dead load plus the vehicle load times the appropriate safety factor (1.5 for parallel chord truss bridges or 2.0 for bowstring bridges) and L is the length in inches of one truss panel or bay. For uniformly loaded bridges, the vertical truss members, the floor beams and their connections (transverse frames) must be proportioned to resist a lateral force of not less than 1/100k times the top chord compressive load, but not less than .004 times that top chord load, applied at the top chord panel points of each truss. The top chord load is determined by using the larger top chord axial force in the members on either side of the "U-frame" being analyzed. For end frames, the same concept applies except the transverse force is 1% of the axial load in the end post member. For bridges with vehicle loads, the lateral force applied at the top chord elevation for design of the transverse frames must not be less than 1% of the top chord compression due to dead load plus any vehicle loading. SPECIAL PROVISIONS SPECIAL PROVISIONS 14 The bending forces in the transverse frames, as determined above, act in conjunction with all forces produced by the actual bridge loads as determined by an appropriate analysis which assumes that the floor beams are “fixed” to the trusses at each end. NOTE: The effects of three dimensional loading (including “U-frame” requirements) must be considered in the design of the structure. The “U-frame” forces must be added to the forces derived from a three dimensional analysis of the bridge. 55-4 MATERIALS 55-4.01 Steel: Unpainted Weathering Steel Bridges must be fabricated from high strength, low alloy, atmospheric corrosion resistant ASTM A847 cold formed welded square and rectangular tubing and/or ASTM A588, or ASTM A242, ASTM A606 plate and structural steel shapes (Fy = 50,000 psi). The minimum corrosion index of atmospheric corrosion resistant steel, as determined in accordance with ASTM G101, must be 6.0. 55-4.02 Concrete Decking The bridge must be furnished with edge deck supports and a stay-in-place galvanized steel form deck suitable for pouring a reinforced concrete slab. The form deck must be designed to carry the dead load of the wet concrete, weight of the form decking, plus a construction load of 20 PSF uniform load or a 145 pound concentrated load on a 1’-0” wide section of deck. Edge support deflections are limited to 1/180 of the span or ¾”, whichever is less. The form deck must be either smooth or composite. Composite decking must not be used as reinforcing when designing for vehicular wheel loads. The form deck material must be supplied in accordance with ASTM A653 and galvanized to a minimum G90 coating weight. The deck slab must be constructed using light weight concrete (120 pcf) with a minimum 28-day strength of 4,000 psi. Concrete deck design must be performed by the bridge manufacturer. Concrete decks must be designed for concentrated loads as specified in Section 55-3.01B. The wheel loads used for deck design must be distributed per the Structural Engineering Handbook, 4th Ed., by Gaylord, Gaylord and Stallmeyer. The load distribution width is equal to the tire width plus 0.6 times the slab span but in no case will it be greater than the smallest of the following values: 1. 1/2 the deck width, 2. 75% of the wheel track spacing, or 3. 4’ + 0.06S, per AASHTO, where S = slab span in feet 55-5 WELDING SPECIAL PROVISIONS SPECIAL PROVISIONS 15 55-5.01 Welding Welding and weld procedure qualification tests must conform to the provisions of ANSI/AWS D1.1 “Structural Welding Code”, latest edition. Filler metal must be in accordance with the applicable AWS Filler Metal Specification. For exposed, bare, unpainted applications of corrosion resistant steels (i.e. ASTM A588 and A847), the filler metal must be in accordance with AWS D1.1. 55-5.02 Welders Welders must be properly certified, each of whom must submit certification of satisfactorily passing AWS standard qualification tests for all positions with unlimited thickness of base metal, have a minimum of 6 months experience in welding tubular structures and have demonstrated the ability to make uniform sound welds of the type required. 55-6 SUBMITTALS 55-6.01 Submittal Drawings Schematic drawings and diagrams must be submitted to the customer for their review after receipt of order. Submittal drawings must be unique drawings, prepared to illustrate the specific portion of the work to be done. All relative design information such as member sizes, bridge reactions, and general notes must be clearly specified on the drawings. Drawings must have cross referenced details and sheet numbers. All drawings must be signed and sealed by a Professional Engineer who is licensed in accordance with Section 55-3. 55-6.02 Structural Calculations Structural calculations for the bridge superstructure must be submitted by the bridge manufacturer and reviewed by the approving engineer. All calculations must be signed and sealed by a Professional Engineer who is licensed in accordance with Section 55-3. The calculations must include all design information necessary to determine the structural adequacy of the bridge. The calculations must include the following:  All AISC allowable stress checks for axial, bending and shear forces in the critical member of each truss member type (i.e. top chord, bottom chord, floor beam, vertical, etc.).  Checks for the critical connection failure modes for each truss member type (i.e. vertical, diagonal, floor beam, etc.). Special attention must be given to all welded tube on tube connections (see Section 55-3.3.2 for design check requirements).  All bolted splice connections.  Main truss deflection checks.  U-Frame stiffness checks (used to determine K factors for out-of-plane buckling of the top chord) for all half through or "pony" truss bridges.  Deck design. SPECIAL PROVISIONS SPECIAL PROVISIONS 16 NOTE: The analysis and design of triangulated truss bridges must account for moments induced in members due to joint fixity where applicable. Moments due to both truss deflection and joint eccentricity must be considered. 55-6.03 Welding Welder certifications in compliance with AWS standard qualification tests. Welding procedures in compliance with Section 55-5.1 55-7 FABRICATION 55-7.01 General 55-7.01A Drain Holes When the collection of water inside a structural tube is a possibility, either during construction or during service, the tube must be provided with a drain hole at its lowest point to let water out. 55-7.01B Welds Special attention must be given to developing sufficient weld throats on tubular members. Fillet weld details must be in accordance with AWS D1.1, Section 55-3.9.2. Unless determined otherwise by testing, the loss factor “Z” for heel welds must be in accordance with AWS Table 2.9. Fillet welds which run onto the radius of a tube must be built up to obtain the full throat thickness. The maximum root openings of fillet welds must not exceed 3/16” in conformance with AWS D1.1, Section 55-5.22. Weld size or effective throat dimensions must be increased in accordance with this same section when applicable (i.e. fit-up gaps> 1/16”). 55-7.02 Quality Certification Bridge(s) must be fabricated by a fabricator who is currently certified by the American Institute of Steel Construction to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for the category Intermediate “Major Steel Bridges” as set forth in the AISC Certification Program with Fracture Critical Endorsement. Bridge fabricator must also be currently certified by the American Welding Society (AWS) as an AWS Certified Fabricator. Quality control must be in accordance with procedures outlined for AISC certification. 55-7.03 Weld Testing All weld testing must be done by a person qualified in accordance with ASNT SNT-TC- 1A. All full penetration welds in the chords are to be ultrasonically tested in accordance with AWS specifications. All fillet and partial penetration groove welds must be 100 percent visually inspected with 10 percent also being magnetic particle tested in SPECIAL PROVISIONS SPECIAL PROVISIONS 17 accordance with AWS specifications. A written testing report must be submitted upon completion. 55-8 FINISHING All Blast Cleaning must be done in a dedicated OSHA approved indoor facility. Blast operations must use Best Management Practices and exercise environmentally friendly blast media recovery systems. To aid in providing a uniformly “weathered” appearance, all exposed surfaces of steel must be blast cleaned in accordance with Steel Structures Painting Council Surface Preparation Specifications No. 7 Brush-Off Blast Cleaning, SSPC SP7 latest edition. Exposed surfaces of steel must be defined as those surfaces seen from the deck and from outside of the structure. Stringers, floor beams, lower brace diagonals and the inside face of the truss below deck and bottom face of the bottom chord need not be blasted. 55-9 DELIVERY AND ERECTION Delivery is made to a location nearest the site which is easily accessible to normal over- the-road tractor/trailer equipment. All trucks delivering bridge materials will need to be unloaded at the time of arrival. The manufacturer will provide detailed, written instruction in the proper lifting procedures and splicing procedures (if required). The method and sequence of erection must be the responsibility of others. Chord splices must have loose splice plates that are inserted into the tubular chord members. The splice plates must have a splice nut retention device consisting of a capture plate(s) with hexagonal holes held in place by either an angle on each side of the capture plate(s) or C channel(s). Tack welding of splice nuts to splice plates is not acceptable unless an approved Weld Procedure Specification (WPS) can be provided. The sections are then bolted together by bolting through the wall of the tube, nut capture assembly and nut. The bridge manufacturer must provide written inspection and maintenance procedures to the owner. 55-10 BEARINGS 55-10.01 Bearing Devices Bridge bearings must consist of a steel setting or slide plate placed on the abutment or grout pad and a fabric reinforced elastomeric pad with Teflon on top of the setting plate. The bridge bearing plate which is welded to the bridge structure must will have a stainless steel plate welded to bottom side acting as a slide surface and must bear on bearing pad and setting plate. One end of the bridge will be fixed and will have fully SPECIAL PROVISIONS SPECIAL PROVISIONS 18 tightened nuts on the anchor bolts. The expansion end will have finger tight only nuts to allow movement under thermal expansion or contraction. Both ends of bridge must have slotted holes to facilitate installation tolerance. 55-10.02 Elastomeric Bearings Bridge must be supplied with a fabric reinforced elastomeric pad. The bridge bearings must sit in a recessed pocket on the concrete abutment. Minimum 28-day strength for the abutment concrete must be a minimum 3,000 PSI. The bearing seat must be a minimum of 16" wide. The step height (from bottom of bearing to top-of-deck) must be determined by the bridge manufacturer. Bridges must have stainless steel on teflon slide bearings placed between the bridge bearing plate and the fabric reinforced elastomeric pad. The top slide plate must be large enough to cover the lower teflon slide surface at both temperature extremes. 55-12 FOUNDATIONS Unless specified otherwise, the bridge manufacturer must determine the number, diameter, minimum grade and finish of all anchor bolts. The anchor bolts must be designed to resist all horizontal and uplift forces to be transferred by the superstructure to the supporting foundations. Engineering design of the bridge supporting foundations (abutment, pier, bracket and/or footings), including design of anchor bolt embedment length, must be the responsibility of the foundation engineer. The contractor must provide all materials for (including anchor bolts) and construction of the bridge supporting foundations. The contractor must install the anchor bolts in accordance with the manufacturer's anchor bolt spacing dimensions. Information as to bridge support reactions and anchor bolt locations will be furnished by the bridge manufacturer after receipt of order and after the bridge design is complete. 55-14 WARRANTY The bridge manufacturer must warrant their steel structures are free of design, material and workmanship defects for a period of ten years from the date of delivery. 60 EXISTING STRUCTURES 60-2.02 Bridge Removal Add to Section 60-2.02A: As shown on the plans, the existing timber bridge superstructure must be removed in its entirety. Submit bridge removal work plan in conformance with Section 60-2.02A(3). The existing bridge abutments must be protected in place as shown on the plans. Completely remove all timber material within the limits of the new bridge. Do not use SPECIAL PROVISIONS SPECIAL PROVISIONS 19 equipment, facilities, or methods that might damage members, portions of the structure to be preserved, or adjacent construction. Notify the Engineer if the portion of a structure remaining in place is damaged. Do not conduct construction operations that would obscure that damage or cause additional damage until the Engineer has had an opportunity to assess the structural significance of the damage. Provide the Engineer with means to access the site to make this determination. Repair damage done during removal as the engineer directs. Remove materials not designated for salvage or incorporation in the work from the right of way resulting from bridge removal. Ensure that disposal sites are neatly constructed. DIVISION VIII MISCELLANEOUS CONSTRUCTION 73 CONCRETE CURBS AND SIDEWALKS Concrete path must comply with City of San Luis Obispo Standard Specifications Section 73. DIVISION XI MATERIALS 90 CONCRETE Add to section 90-6.01A: Concrete decking on the pre-fabricated bridge must be lightweight concrete. Replace the 2nd paragraph of section 90-6.02A with: The air-dry unit weight of lightweight concrete furnished for each mix design must be a single weight from 115 to 125 pcf. APPENDIX APPENDIX 0 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 El Capitan Way Pedestrian Bridge Replacement 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 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of AGENCY, provided such active negligence is APPENDIX APPENDIX 2 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                                 GEOTECHNICAL ENGINEERING REPORT  CITY OF SAN LUIS OBISPO   EL CAPITAN BRIDGE REPLACEMENT  EL CAPITAN WAY  SAN LUIS OBISPO, CALIFORNIA          December 29, 2017          Prepared for    Rick Engineering Company          Prepared by    Earth Systems Pacific  4378 Old Santa Fe Road  San Luis Obispo, CA  93401          Copyright © 2017 Appendix C Ea rt h Syste m s 4378 old santa Fe Road I san Luis obispo, cA 93401 | Ph: 805.544.3276 | www.earthsystems.com December 29,201-7 FILE NO.: SL-18218-SA Mr. Nate Stong, PE Rick Engineering Company L160 Marsh Street, Suite 150 San Luis Obispo, CA 9340L PROJECT: SUBJECT: CONTRACT REF: Nick Project Engineer CITY OF SAN LUIS OBISPO EL CAPITAN BRIDGE REPLACEMENT EL CAPITAN WAY SAN LUIS OBISPO, CALIFORNIA Geotechnical Engineering Report PE Proposal for Geotechnical Engineering Report, City of San Luis Obispo, El Capitan Pedestrian Bridge Replacement Project, El Capitan Way, San Luis Obispo, California, by Earth Systems Pacific, Doc. No. tT}g-t46.pRp, dated September 29,20t7 Dear Mr. Stong: As per the authorization of the referenced proposal, this geotechnical engineering report has been prepared for use in the development of plans and specifications for the City of San Luis Obispo El Capitan Bridge Replacement project in San Luis Obispo, California. Preliminary geotechnical engineering recommendations for lateral and bearing values regarding the existing footings that currently support the existing (and damaged) bridge and will support the proposed bridge are presented herein. An electronic copy of this report has 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 Robe rt Down, PE ii C /9By j Exp.9/30/18 fna B.¿ C/V\L (!É OT ES ff,? + L\ç0FCA ?ROF CAL *Ð * O¡ Doc. No.L7I2-t2!.SER/jr Senior Engineer t z l>?/t 7 Appendix C         TABLE OF CONTENTS    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 ..................................................................................................................... 3  6.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS ........................................................ 5  7.0 CLOSURE.............................................................................................................................. 6  TECHNICAL REFERENCE LIST ............................................................................................... 8      APPENDICES    APPENDIX A  Figure 1 – Site Vicinity Map    Figure 2 – Exploration Location Map    Boring Log Legend     Boring Logs    APPENDIX B  Laboratory Test Results                                        iii Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 1 1712‐121.SER  1.0 INTRODUCTION AND SITE SETTING  We understand that the project will consist of the removal and replacement of the existing  timber pedestrian bridge, which was damaged by a falling tree, and is located at the eastern  terminus of El Capitan Way in San Luis Obispo, California (see Figure 1 – Site Vicinity Map for  location). We also understand the bridge will be replaced by a prefabricated steel bridge and  concrete deck of the same general span (approximately 22 feet) and dimensions (approximately  8 feet wide), and that utilization of the existing shallow foundations supporting the existing  bridge is desired to support the new bridge. Finalized dead plus live abutment loads have not yet  been provided; however, based on the construction type and pedestrian loading only, and  preliminary load estimates by the bridge manufacturer, loads on the order of 10 kips or less are  anticipated for each abutment.  It is our understanding that no other improvements, such as  reconstruction of existing flatwork or regrading of the creek embankments, will be performed,  and that only design values for the existing footings is desired at this time. 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, as applicable, of the 2016 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.    Preliminary geotechnical engineering parameters of the site soils relative to the existing footings  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.    Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 2 1712‐121.SER  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  Two exploratory borings were drilled on November 30, 2017 to depths of approximately 15.5  feet and 9.5 feet below the existing ground surfaces for Borings 1 and 2, respectively.  The borings  were drilled with a Mobile Drill rig, Model B53, equipped with 6‐inch diameter hollow stem auger,  and with a Simco EP 200 equipped with 4‐inch diameter solid stem auger, both with an automatic  trip hammer for sampling. Soil samples were obtained from the borings at selected depths using  a ring‐lined barrel sampler (ASTM D 3550‐17 with shoe similar to ASTM D 2937‐17) or by standard  penetration test sampler (ASTM D 1586‐11); bulk soil samples were also obtained from the auger  cuttings. The borings were backfilled with auger spoils. The approximate locations of the borings  are shown on Figure 2 – Exploration Location Map in Appendix A.       Soils encountered in the borings were categorized and logged in general accordance with the  Unified Soil Classification System and ASTM D 2488‐17. 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 the rock. 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  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 3 1712‐121.SER  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 may not be nearly as hard as even “ soft” bedrock such as the metavolcanic  bedrock  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.      All three ring samples were tested for bulk density (ASTM D 2937‐17) and moisture (ASTM D  2216‐10); one of the samples was also tested for cohesion and angle of shearing resistance (ASTM  D 3080‐11/D 3080M‐11, modified for consolidated, undrained conditions). One bulk sample was  tested for maximum density and optimum moisture content (ASTM D 1557‐12).  The results of  the laboratory tests are presented in Appendix B.      4.0 GENERAL SUBSURFACE PROFILE  The site is generally underlain by fill over alluvium and bedrock.  The depth of the fill ranged from  6 to 7 feet below the surface at the top of each of the banks, and generally consisted of loose to  dense clayey sand. The fill was underlain by alluvium that consisted of loose poorly graded to  well graded sand with  variable amounts  of clay and gravel, and stiff sandy lean clay, over  metavolcanic bedrock of the Franciscan Mélange, which was encountered to the maximum depth  explored of approximately 15.5 feet. Practical refusal to drilling was met in both borings.      During drilling operations, free subsurface water was encountered only in Boring 1, at a depth of  roughly 11 feet below existing grade.      5.0 CONCLUSIONS  In our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed  pedestrian bridge replacement discussed in the “Introduction and Site Setting” section of this  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 and the potential for differential static settlement, as well as reduced to no  lateral capacity of the existing footings. The results of our seismic analysis, seismic settlement,  groundwater, and the erodible nature of the site soils are also discussed below.      Existing Fill and Potential for Differential Static Settlement  As discussed, up to 7 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  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 4 1712‐121.SER  loose  to  medium  dense,  further  indicating  its  variability.  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.     Based on our reconnaissance of the area, the bottoms of the existing footings are at least 4 feet  below the surface grades (the actual bottom of footing was not verified but is at or below the  estimated level above) where our exploratory borings were performed, leaving roughly 3 feet of  fill below the footings, or less. Based on the remaining thickness of the fills below the footing  bottoms and the proximity of bedrock to the bottom of the footings, the potential for minor  increases in the loading on the existing footings, and the duration the bridge has been in service  (estimated to be on the order of 15 years), we anticipate additional settlement due to any load  increases and any remaining long‐term settlement of the fill materials themselves to be less than  1/2 inch, with differential static settlement on the order of 1/4 inch or less.     Reduced to No Lateral Capacity of Existing Footings adjacent to Creek Banks  The existing footings have been constructed within the creek banks. As such, any lateral capacity  from the fill materials on the creek side of the footings should be neglected, due to the limited  lateral distance between the footings and the face of the creek banks.     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  2017),  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 35.24765 degrees north and 120.63923 degrees west as taken from the Google  Earth  website  (Google  Earth  2017)  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 “Foundations” section of  this report.    Seismic Settlement  Seismic  settlement  due  to  dry  sand  shaking  is  estimated  to  be  negligible.  Additionally,  we  evaluated the potential for liquefaction settlement at the site. Although we encountered ground  water at roughly 11 feet below existing grades, we anticipate the water is perched water and is  not indicative of a long‐term ground water level. Given this and the low probability of water  flowing  at  a  high  level  in  the  creek  during  a  seismic  event,  the  potential  for  liquefaction  settlement at the site is considered to be low.  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 5 1712‐121.SER    Groundwater  Free subsurface water was encountered at a depth of roughly 11 feet below the existing top of  creek bank grade during drilling operations. Ground water (not including water flow in the creek)  is anticipated to be as high as 10 feet below top of creek bank grades. Due to little to no grading  anticipated for this project, groundwater is not expected to be encountered during grading or  construction.    Erosion Potential  The site soils are considered to be erodible and should be prot ected during and after construction  from erosion.    6.0 PRELIMINARY GEOTECHNICAL RECOMMENDATIONS  These recommendations are applicable for the existing footings and abutment/retaining walls 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.      Foundations and Abutment/Retaining Walls  1. Maximum allowable bearing capacities of 1,000 psf for dead loads and 1,500 psf for dead  plus live loads are recommended for the existing abutment footings.  Using these criteria,  total maximum settlement and differential settlement under combined static and seismic  conditions are expected to be on the order of less than 1 inch, and ½ inch.     2. The allowable capacities provided above may be increased by one‐third when transient  loads such as wind or seismicity are included. Foundations may be designed using the  following 2016 CBC seismic parameters:  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 1.171 Fa 1.000 SMS 1.171 SDS 0.781  S1 0.448 Fv 1.352 SM1 0.605 SD1 0.404  Peak Mean Ground Acceleration (PGAm):  0.477g  Seismic Design Category = D  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 6 1712‐121.SER  3. The following parameters may be used in the design of retaining walls:    Active equivalent fluid pressure (existing clayey sand backfill) ......................... 40 pcf    Passive equivalent fluid pressure (existing site soils) .......................................300 pcf    Maximum toe pressure (compacted fill) ....................................................... 1,500 psf    Coefficient of sliding friction ................................................................................. 0.35    4. Please note that the passive pressure presented above does not apply to the sides of  footings closest to the creeks banks, where no lateral capacity should be accounted for.  Passive and friction resistance components may be combined in the analysis without  reduction to either value.    5. No surcharges are taken into consideration in the values presented above.  The maximum  toe pressure is an allowable value; no factors of safety, load factors or other factors have  been applied to the remaining values.      6. The active pressure presented above is applicable to a horizontal retained surface behind  the wall.  Walls having a retained surface that slopes upward from the wall should be  designed for an additional equivalent fluid pressure of 1 pcf for every degree of slope  inclination.     7. Section 1803.5.12.1 of the 2016 CBC requires that dynamic seismic lateral earth pressures  be provided by the geotechnical engineer for walls retaining more than 6 feet of backfill.   The existing abutment walls are less than 6 feet tall; therefore, evaluation of seismic  lateral earth pressures is not required.    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.  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 7 1712‐121.SER    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.     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.  Appendix C   City of San Luis Obispo  December 29, 2017    El Capitan Bridge Replacement     SL‐18218‐SA 8 1712‐121.SER  TECHNICAL REFERENCE LIST  ASCE (American Society of Civil Engineers). 2013. Minimum Design Loads for Buildings and  other Structures (7‐10, third printing), Standards ASCE/SEI 7‐10.  California Building Code. 2016. California Code of Regulations, Title 24, Part 2.  Google  Earth.  2017.  Google  Earth  [website],  retrieved  from:  http://www.google.com/earth/index.html  Pradel. 1998. Procedure to Evaluate Earthquake‐Induced Settlements in Dry Sandy Soils.  USGS (United States Geological Survey). 2017. Earthquake Hazards Program, retrieved  from: http://earthquake.usgs.gov/hazards/designmaps/    Appendix C APPENDIX A Figure 1 - Site Vicinity Map Figure 2 - Exploration Location Map Boring Log Legend Boring Logs Appendix C oì! 6o EN ñ ñ Iu(,â É. co z ts o- O)u -N- NOT TO SCALE Earth Systems Pacific 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 www.earthsystems.com (805) 544-327$ r Fax (805) 544-1786e SITE VICINITY MAP CITY OF SAN LUIS OBISPO EL CAPITAN BRIDGE REPLACEMENT San Luis Obispo, California Datê December 12, Project No. sL-1821 8-SA 2017 F¡gure I Appendix C EL CAPITAN BRIDGE-121217mops.dwgi.,'*¡T-. t..U-!9r-r \ ,.,IIJ'ÕiIIaa,Èa,ra\eTt-momzo>.IzI.N)+TDo_-.ã(ot-oof¡)=ofÞo-ox,>-@(nm1l.IlÐoomo@Iooo(oı-mOJ=Jzo-l--1oU)or-m@m!¡I5U,oF}o3oT!lo-¡{rı'6€ AEã äRß Oj\fèßëff-..1 øi f,OJı.ı¡3rtTP o98æg=.å{rØ('l otÀf+-c-.¡ 6'EoqU'ı-oo(o(,ÀomXT'oÐ-lozoo-lozTmt-os,ìao) -:-liiãØGts=gË RE_8t3eãä- gömz-{oo9r¡ I- i l! 5i! rto ¿E SIE qI8* ËF Ë"ìAppendix C EantÍ¡FacEf¡-c BORING LOG LEGEND UhllFlED SCIlL CLASSIFICATIOI\¡ SYSTEM (ASTM D 24BTl MAJORDtvtstoNs GROUP SYMBOL TYPICAL DESCRIPTIONS GRAPH. SYMBOL U)J ı U)o UJzat(, IU a) É. o(.] dut=o ;tot üulN1trØ>r U :-ü ñ :d øÈf Vqo GW W-EL_!.G¡ADED GRAVELS, GRAVEL-SAND MIXTURES, LITTLE OR NO FINES GP POORLY GRADED GRAVELS, OR GRAVEL-SANDMIXIURES, LITTLE OR NO FINES o GM SILTY GRAVELS, GRAVEL-SAND-SILT MIXTURES, NON.PLASTICFINES ldi GC C.L.AYEY GRAVELS, GRAVEL-SAND€LAY MIXTURËS, PLASTICFINES O 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 IVIÍXTURES, NON-PLASTIC FINES ilil SAMPLE / SUBSURFACE WATER SYMBOLS GRAPH SC CLAYEY SANDS, SAND-CLAY MIXTURES, PLASTIC FINES U)J o U) O tuz É. C9 ulz U- t_ <ìÈ uft !l ;Ê Ø öq ì ã4ri Pô)Ø I ML [{o8GANIC STLTS AND VERY FINE SANDS, StLTy OR CLAyEy FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICÍTCALIFORNIA MODIFIED I CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLYCLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYSSTANDARD PENETRATION TEST (SPT)a OL ORGANIC SILTS AND ORGAN¡C SILTY CLAYS OF LOW PLASTICITYSHELBY TUBE E MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND'Y OR SILTY SOILS, ELASTIC SILTSBULK CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYSSUBSURFACE WATER DURING DRILLING Y OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICIry, ORGANICSILTSSUBSURFACE WATER AFTER DRILLING û¿:PT PEAT AND OTHER HIGHLY ORGANIC SOILS 7VV OBSERVED MOISTURE CONDITION DRY SLIGHTLY MOIST MOIST VERY MOÍST WET (SATURATED) CONSISTENCY COARSE GRAINED SOILS FINË GRAINED SOILS I DESCRIPTIVE TERM DESCRIPTIVE TERMSPTCA SAMPLER CA SAMPLER o-1 0 o-16 LOOSE o-2 VERY SOFT 17-50 4-7 SOFT 3',]-50 51-83 DENSE o- lJ MEDIUM STIFF OVER 50 OVER 83 VERY DENSÉ 9-15 14-25 s I il-.F 1 6-30 26-50 OVER 30 OVER 50 GRAIN SIZES U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING # 200 #40 #10 #4 3/4 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 WITH REPEATED HEAVY HAMMER -q{NNqT BE SCRATCHED WITH KNIFE OR SHARP PtCKi CAN ONLY BE CHtppEDBLOWS VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMEN.| BREAKS WITH REPEATED HEAVYHAMMER BLOWS HARD CAN BE SCRATCHED WITH KNIFE REQUIRED TO BREAK SPECIMEN OR SHARP PICK WITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLoW MODERATELY HARD CAN BE GRooVÉD 1/16 INCH PqEP BY KNIFE oR SHARP PICK WITH MoDERATE OR HEAVY PRESSURE: coREOR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE SOFT ÇAN BE GROOVED OR GOUGED EASILY BY KNIFE FINGERNAIL; BREAKS WlïH LIGHT TO MOÐERATE OR SHARP PICK WITH LIGHT PRESSURE, CAN BE SCRATCHED WITHMANUAL PRESSURE VERY SOFT CAN BE READILY INDENTED, LIGHT MANUAL PRESSURE GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED W|TH KNTFE; BREAKS W|TH TYPICAL BEDROCK WEATHERING MAJOR DIVISIONS TYPICAL DESCRIPTIONS FRESH NO DISCOLORATION, NOT OX¡DIZED SLIGHTLY WËATHERED DISCOLORATION OR OXIDATION lS LIMITEÐ IO SURFACE OF, OR SHORT DISTANCE FROM, FRACTURES: SOMEFELDSPAR ÇRYSTALS ARE DULL MODERATELY WEATHERED DISCOLORATION OR OXIDATION EXTENDS FROM FRACTURES. USUALLY THROUGHOUT: Fe-Mg MTNERALS ARE'RUSTY", FELDSPAR CRYSTALS ARE'CLOUDY' IN-fENSELY WEATHERED DISCOLORATION OR OXIDATION'fHROUGHOUT; FELDSPAR AND Fe-Ms MINERALS ARE TO SOME EXTENT, OR CHEMICAL ALTERATION PROÐUCES IN SITU DISAGGREGATION ALTERED TO CLAY DECOMPOSED DISCOLORATION OR OXIOATION THROUGHOUT, BUT RESISTANT FELDSPAR AND Fe-Mg MINERALS ARE COMPLETELY ALTEREÐ TO NIINERALS SUCH AS QUARTZ MAY BE UNALTERED;CLAY Appendix C Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: Mobile Drill, Model B-53 AUGER TYPE: 6" Hollow Stem LEGEND: f Ring Sample Q Cran Sample l-- Shelby Tube Sample I Sef NOTE: Thislogof subsurfaceconditionsisasimplificationofactual condit¡onsencountered. ltappliesatthelocationandtimeofdrill¡ng Subsurface condit¡ons may differ at other locations and times. Boring No. 1 PAGE 1 OF 1 JOB NO.: SL-18218-SA DATE: 11130117 SAMPLE DATACITY OF SAN LUIS OBISPO EL CAPITAN BRIDGE REPLACEMENT San Luis Obispo, Galifornia U) U)f C) U)o U)l Jodl U' S@[L EtrSGRIPTI@N J tfûEP z ËtU' t- ØZCLuoog É.o s lrJ É.lF 9.o øàt.QadH SC CLAYEY SAND: dark brown, medium dense, slightly moist, trace gravel, trace debris and organics (Fill) loose, moist SW SC CLAYEY SAND WITH GRAVEL: dark brown, loose, moist (Alluvium) WELL GRADED SAND WTH GRAVEL: daTK brown, loose, wet _Y METAVOLCANIC ROCK: olive gray, soft, weathered (Franciscan Melange) '-moGãtãv ñãd- - - T^ IEo- 5 6 7 I I 10 11 12 13 14 15 't6 17 18 19 20 21 22 23 24 25 2 3 4 26 End of Boring @ 15.5' due to refusal Subsurface water encountered between 11.0' and 12.s', 0.0 - 4.0 5.0 - 6.5 7.0 - 10.0 10.0 - 11.5 15.0 - 15.5 o I o o 120.9 83.1 17.8 14.4 50t2.0" 3 4 5 4 6 7 Appendix C Earth Systems PacificeLOGGED BY: R. Wagner DRILL RIG: SIMCO EP 200 AUGER TYPE: 4" Solid Stem LEGEND: I Ring Sample Q Cran Sample r-l Shelby Tube Sample I Sef NOTE: This log of subsurface cond¡tions is a simplification of actual conditions encountered. lt applies at the location and time of drilling Subsurface cond¡tions may differ at other locations and times. Boring No.2 PAGE 1 OF 1 JOB NO.: SL-18218-SA DATE: 11130117 SAMPLE DATACITY OF SAN LUIS OBISPO EL CAPITAN BRIDGE REPLACEMENT San Luis Obispo, California U) U>fo (/)o U)l Jo d) = U) S@[L DtrSGRIPTI@N J>âIY ø)EP z UJJUJfLL <Fu) t- U)ZG Hë É.o s ut É.lt-Ø o (Dz3;9adH SC CLAYEY SAND: brown, medium dense, slightly moist, trace gravel (Fill) dense, some gravel and cobbles \ CL SANDY LEAN CLAY: dark brown, stiff, slightly moist (Alluvium) METAVOLCANIC ROCK: olive gray, moderately hard, weathered (Franciscan Melange) I^ E3o- 17 0 3 4 5 6 7 8 9 10 11 12 13 '14 15 18 19 20 21 22 24 25 26 End of Boring @ 9.5'due to refusal No subsurface water encountered. 7.5 - 8.5 I 120.3 9.8 15 50/3.0" Appendix C APPENDIX B Laboratory Test Results Appendix C City of San Luis Obispo El Capitan Bridge Replacement BULK DENSITY TEST RESULTS sL-18218-SA ASTM D 2937-L7 (modified for ring liners) BORING DEPTH feetNO. MOISTURE CONTENT, % WET DENSIW, pcf December 27,2077 DRY DENSIW, pcf t 1 2 6.0 - 6.s 11.0 - 11.5 7.5 - 8.0 17.8 t4.4 9.8 97.9 L38.2 t32.2 83.1 120.9 L20.3 Appendix C MOISTU RE.DENSITY COM PACTION TEST ASTM D t557-t2 (Modified) City of San Luis Obíspo El Capitan Bridge Replacement PROCEDURE USED: B PREPARATION METHOD: Moist RAMM ER TYPE: Mechanical SPECIFIC GRAVIW: 2.65 (assumed) SIEVE DATA: Sieve Size % Retained (Cumulative) 3/4" 3/8" #4 133 132 131 130 129 128 127 126 125 124 123 122 121 120 119 118 117 116 115 114 113 sL-182L8-SA December 27,20L7 Boring #1 @ 0.0 - 4.0' Dark Brown Clayey Sand (SC) MAXIMUM DRY DENSITY: 123.0 pcf OPTIMUM MOISTURE: 11.0% 0 4 10 lÊoo.tF ız t¡Jo É.o 0 1 2 3 4 5 6 7 8 I 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 MOISTURE CONTENI percent Compaction Curve Zero Air Voids Curve Appendix C City of San Luis Obispo El Capitan Bridge Replacement DIRECT SHEAR sL-18218-SA ASTM D 3080/D3080M-11 (modified for consolidated, undrained conditions) Boring #1 @ 6.0 - 6.5' Clayey Sand (SC) Ring sample, saturated 3,000 2,500 2,000 1,500 1,000 500 December 27,2077 lNlTlAL DRY DENSITY: 83.1 pcf INITIAL MOISTURE CONTENT: T7.8% PEAK SHEAR ANGLE (Øl:21" COHESION (C):673 psf SHEAR vS. NORMAL STRESS U, CL síU' IJJ É,t-(t, É, t¡J tt, -- 1,000 1,500 0 0 500 NORMAL STRESS, psf 2,000 2,500 Appendix C of San Luis Obispo El Capitan Bridge Replacement DIRECT SHEAR continued sL-18218-SA ASTM D 3080/D3080M-11 (modified for consolidated, undrained conditions) Boring #1 @ 6.0 - 6.5' Clayey Sand (SC) Ring sample, saturated SAMPIE NO.:32L December 27,2017 SPECIFIC GRAVITY: 2.65 (assumed) AVERAGE INITIAT WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, inches HEIGHT, inches AT TEST L7.8 80.6 44.9 1.051 2.410 1.00 L7.8 84.r. 48.9 0.965 2.41O 1.00 17.8 84.5 49.3 0.957 2.410 1.00 t7.8 83.1 47.7 0.991 WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO HEIGHT, inches 2,000 1,500 1,000 0 (r, CL Ui ct) ¡¡J É, rn É, l¡J I rt, I t / it I 39.0 81.3 100.0 1.033 0.99 32.9 88.s 100.0 0.869 0.9s 32.2 89.6 100.0 0.845 0.94 - 486 psf 97'1 psf 1,942 psf 500 0.05 0.10 0.15 0.20 HORIZONTAL DEFORMATION, inches 0.00 0.25 Appendix C 3765 South Higuera Street, Suite 102 San Luis Obispo, CA 93401 www.terraverdeweb.com El Capitan Pedestrian Bridge Replacement Project – Avoidance and Minimization Measures (AMMs) The following avoidance and minimization measures will be implemented as a part of the project and are intended to avoid and/or minimize potential effects to biological resources: AMM 1: An environmental training shall be conducted for all construction personnel prior to the start of construction. AMM 2: A preconstruction survey for special-status species with potential to occur, including California red-legged frog (Rana draytonii), shall be conducted by a qualified biologist immediately prior to the start of the project. If any special-status species are observed during the survey, work shall immediately stop and the species shall be allowed to leave the area on its own volition. If necessary, the U.S. Fish and Wildlife Service and California Department of Fish and Wildlife will be contacted regarding the potential for take of listed species. AMM 3: If work is planned to occur between February 1 and September 15, a qualified biologist shall survey the area for nesting birds within one week prior to activity beginning on site. If nesting birds are located on or near the proposed project site, they shall be avoided until they have successfully fledged or the nest is no longer deemed active. A non-disturbance buffer of 50 feet will be placed around non-listed, passerine species, and a 250-foot buffer will be implemented for raptor species. All activity will remain outside of that buffer until a qualified biologist has determined that the young have fledged or that proposed construction activities would not cause adverse impacts to the nest, adults, eggs, or young. If special-status avian species are identified, no work will begin until an appropriate buffer is determined in consultation with the local California Department of Fish and Wildlife biologist, and/or the U.S. Fish and Wildlife Service. AMM 4: Only foot traffic shall be allowed below top of bank by project personnel. All equipment shall work from top of bank. No equipment shall be operated in flowing water. AMM 5: Work shall be delayed during rain events or on any day for which the National Weather Service has predicted a 25 percent or more chance of at least 0.25-inch of precipitation within 24 hours (Predicted Rain Event). Effective erosion and sediment control shall be installed no later than the day prior to the Predicted Rain Event, and prior to the start of any rainfall. Construction activities may resume after the rain has ceased, the National Weather Service predicts clear weather for at least 24 hours, and site conditions are dry enough to continue work without discharge of sediment or other pollutants from the project site into the creek. Appendix D 2 AMM 6: Equipment staging areas for vehicle fueling and storage shall be at least 50 feet away from any water body, in a location where fluids or accidental discharges cannot flow into storm drains or waterways. AMM 7: Any soil stockpile(s) shall be kept a minimum of 50 feet from the banks of any water body to prevent material from entering a water body. At no time shall any stockpiles, waste piles, or debris associated with this project be located within the banks of the creek, or where it can be washed into the creek or storm drains. AMM 8: High-visibility flagging or fencing shall be installed along the limits of disturbance to ensure no inadvertent impacts to the water body. All construction activities and personnel shall remain outside of the flagged/fenced area, and flagging/fencing shall be maintained for the duration of construction AMM 9: Erosion and sediment control measures shall be on site prior to the start of project activities and kept on site at all times so they are immediately available for installation in anticipation of rain events. AMM 10: Erosion and sediment control measures and other construction best management practices (BMPs) shall be implemented and maintained in accordance with all specifications detailing the installation, operation, and maintenance of the BMPs. No BMPs containing monofilament netting shall be used. AMM 11: Appropriate spill control and clean up materials (e.g., oil absorbent pads) shall be on site at all times in case spills occur. Spill clean-up kits and secondary containment shall be used to prevent spills or leaks from entering the creek or storm drains. AMM 12: All temporarily disturbed areas shall be stabilized with temporary BMPs and seeded with a native erosion control seed mix. Appendix D