HomeMy WebLinkAboutCasa-Stenner-Murray Waterline Replacement Specification 91312 - Provisions
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Waterline Abandonment & Connections 2016
Specification No. 91312
February 2019
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Waterline Abandonment & Connections 2016
Specification No. 91312
Approval Date: May xx, 2019
May xx, 2019
May xx, 2019
TABLE OF CONTENTS
NOTICE TO BIDDERS .................................................................................................... V
BID SUBMISSION ..................................................................................................................................... V
BID DOCUMENTS ................................................................................................................................... VI
PROJECT INFORMATION....................................................................................................................... VI
QUALIFICATIONS ................................................................................................................................... VII
AWARD .................................................................................................................................................. VIII
ACCOMMODATION ................................................................................................................................. IX
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR WATERLINE ABANDONMENT & CONNECTIONS 2016, SPECIFICATION NO.
91312 ......................................................................................................................................................... A
LIST OF SUBCONTRACTORS ................................................................................................................ C
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D
LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D
NON-COLLUSION DECLARATION .......................................................................................................... F
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G
QUALIFICATIONS .................................................................................................................................... H
ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3
14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 3
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
77 LOCAL INFRASTRUCTURE ............................................................................................................ 3
DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 5
84 MARKINGS ....................................................................................................................................... 5
DIVISION XI MATERIALS ......................................................................................................................... 5
90 CONCRETE ...................................................................................................................................... 5
DIVISION XIII APPENDICES .................................................................................................................... 5
APPENDIX A - FORM OF AGREEMENT ....................................................................... 0
APPENDIX B - PROJECT MITIGATION MEASURES .................................................... 3
APPENDIX C - SHUTDOWN AREA MAP ....................................................................... 4
APPENDIX D - GEOTECHNICAL REPORTS ................................................................. 5
APPENDIX E - CALTRANS ENCROACHMENT PERMIT .............................................. 6
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
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 June xx, 2019
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
Waterline Abandonment & Connections 2016, Specification No. 91312
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
vi
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. $30.00 if picked up in person, or
2. $50.00 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, Hai Nguyen at 805-781-7108 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project consists of the installation of a new waterline and abandoning of
the existing. The project also consists of removing and replacing existing corrugated
metal pipe (CMP) storm drain, removing and replacing existing catch basins.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
vii
The project estimated construction cost is $1,500,000
Contract time is established as 80 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 or C34 Contractor's License at the time of the bid
opening.
You and any subcontractors required to pay prevailing wage must be registered
with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
You must have experience constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
All referenced projects must be for underground pipeline projects completed for a
public agency. One referenced project must be for an underground waterline
project including service connections.
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
NOTICE TO BIDDERS
NOTICE TO BIDDERS
viii
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
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
ix
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact
Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805)
781-7107. Requests should be made as early as possible in the bidding process to allow
time for accommodation.
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 WATERLINE ABANDONMENT & CONNECTIONS 2016,
SPECIFICATION NO. 91312
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 7 TRAFFIC CONTROL LS 1 --------------
2 77 POTHOLING LS 1 --------------
3 77 8 INCH PVC WATERLINE LF 1570
4 77 12 INCH PVC WATERLINE LF 1440
5 77 12 INCH DIP WATERLINE LF 140
6 77 12 INCH PVC STORMDRAIN
(SDR 35) LF 20
7 77 ABANDON WATERLINE AND
FACILITIES LS 1 --------------
8 77
WATERLINE TIE IN AND
APPURTENANCES AT MURRAY
& SANTA ROSA
LS 1 --------------
9 77
WATERLINE TIE IN AND
APPURTENANCES AT
MURRAY & CASA
LS 1 --------------
10 77
WATERLINE TIE IN AND
APPURTENANCES AT MURRAY
& STENNER
LS 1 --------------
11 77
WATERLINE TIE IN AND
APPURTENANCES AT 1224
MURRAY
LS 1 --------------
12 77
WATERLINE TIE IN AND
APPURTENANCES AT MURRAY
& HATHWAY
LS 1 --------------
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
13 77
WATERLINE TIE IN AND
APPURTENANCES AT CASA &
DESERET
LS 1 --------------
14 77
WATERLINE TIE IN AND
APPURTENANCES AT END OF
STENNER
LS 1 --------------
15 77
WATERLINE TIE IN AND
APPURTENANCES AT CHORRO
& MURRAY
LS 1 --------------
16 77
WATERLINE TIE IN AND
APPURTENANCES AT CHORRO
& MEINECKE
LS 1 --------------
17 77 TYPE 1 WATER SERVICE TIE IN EA 11
18 77 TYPE 2 WATER SERVICE TIE IN EA 59
19 77 TYPE 3 WATER SERVICE TIE IN EA 15
20 77 TYPE 4 WATER SERVICE TIE IN EA 3
21 77 TYPE 5 FIRE SERVICE TIE IN EA 6
22 77 TYPE 6 FIRE SERVICE TIE IN EA 2
23 77 TYPE 7 FIRE SERVICE TIE IN EA 2
24 77 TYPE 8 WATER SERVICE TIE IN EA 1
25 77 FIRE HYDRANT EA 10
26 85 BLUE FIRE HYDRANT MARKER EA 10
27 77 WATER METER BOX EA 1
28 77 12" GATE VALVE EA 3
29 6,15 CONSTRUCTION SURVEY AND
MONUMENT PRESERVATION EA 5
30 84 REPLACE TRAFFIC STRIPING &
MARKERS LS 1 --------------
31 73 CROSS GUTTERS SQFT 20
32 7 COMPLY WITH OSHA LS 1 --------------
33 14 COMPLY WITH MITIGATION
MEASURES LS 1 --------------
34 73 REMOVE (E) & INSTALL (N)
SIDEWALK SQFT 400
35 73 REMOVE (E) & INSTALL (N)
CURB AND GUTTER LF 70
36 77 (N) 6'x2' STORMDRAIN CATCH
BASIN EA 1
Bid Total (or Base Bid) $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
BID FORMS
BID FORMS
C
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write “NONE” and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
% of
Total
Base
Bid
Attach additional sheets as needed.
BID FORMS
BID FORMS
D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not
____ been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
BID FORMS
BID FORMS
E
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
BID FORMS
BID FORMS
F
NON-COLLUSION DECLARATION
I, , declare that
I am of ,
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on , 20 , in __
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
(SEAL)
Subscribed and sworn to before me
this _______day of _________, 20_____
Notary Public
Company Name:____________________
BID FORMS
BID FORMS
G
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration
Date .
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected” by the City.
Signature of Bidder
(Print Name and Title of Bidder)
DIR– Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
Indicate One: Sole-proprietor Partnership Corporation
List Partners/Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
BID FORMS
BID FORMS
H
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Did this project include underground
pipeline construction?
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):
Did this project include underground
pipeline construction?
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):
Did this project include underground
pipeline construction?
Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
BID FORMS
BID FORMS
I
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we ____________________________________________, AS PRINCIPAL, and
_______________________________________________________, AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
____________________________________________________ Dollars (_____________) to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden ______________________________________________________________________
to construct ___________________________________________________________________
(insert name of street and limits to be improved or project)
dated _____________________ is accepted by the City of San Luis Obispo, and if the above
bounden _______________________________________________________, his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
______________________________________________________, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____.
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6-30-14)
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of
the Standard Specifications. Each special provision begins with a revision clause that
describes or introduces a revision to the Standard Specifications. Any paragraph added
or deleted by a revision clause does not change the paragraph number of the Standard
Specifications for any other reference to a paragraph of the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1-1.01 GENERAL:
The work must be done in compliance with the City of San Luis Obispo, Department of
Public Works:
1. Waterline Abandonment & Connections 2016 Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2018 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General
with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all
forms and must be signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
Add Section 3-1.18B Caltrans Encroachment Permit
Compliance with Caltrans Encroachment permit and traffic control shall conform to the
provisions of Section 12 “Temporary Traffic Control”, of the Standard Specifications and
these Special Provisions
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
The lump sum contract price paid to comply with Caltrans Encroachment Permit shall
include full compensation for furnishing all labor, materials, tools, equipment, personnel,
and for doing all the work involved to comply with all Caltrans encroachment permit
requirements. The contract price shall also include the application fee of $000.00 for
obtaining a double permit for Encroachment Permit XXXX. See Appendix C for additional
information.
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 6, 7, 14, 15, 73, 77, 84 and 85 for general,
material, construction, and payment specifics.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
For those areas not restricted, work hours are Monday through Friday between 7:00 a.m.
to 4:00 p.m. at all the affected streets with the exception of tie-ins that would interrupt
water service to residents/businesses/hospital. Tie-ins can be scheduled for night work
with hours to be determined at the discretion the construction inspector/manager.
Work hours are restricted Monday through Friday between 7:00 a.m. to 3:00 p.m. on
Murray Avenue where closure of the westbound right turn lane is required at the
intersection of Santa Rosa/Murray.
Restrict parking on one or both sides as necessary in order to maintain two-way
circulation with 10’ lanes at all times at all the affected streets.
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.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3
DIVISION II GENERAL CONSTRUCTION
14 ENVIRONMENTAL STEWARDSHIP
Add to Section 14-2.03A ARCHAEOLOGICAL RESOURCES, General
Archeological monitoring will be required on Murray Avenue due to proximity to
archeological sensitive areas. The contractor must comply with the Project Mitigation
Measures approved through ER 10-07 (Appendix B). Full compensation for conforming
to the requirements of this section shall be included in the lump sum price and no
additional compensation will be allowed therefore.
DIVISION VIII MISCELLANEOUS CONSTRUCTION
77 LOCAL INFRASTRUCTURE
Add to Section 77-1.01 EXCAVATION AND RESTORATION, General
Excavation and restoration includes removal and replacement of concrete per applicable
city engineering standards.
Protection and restoration of survey monuments and bench marks must comply with
Section 5-1.26 and 5-1.36.
Four geotechnical borings were performed pertaining to this project.
Boring #1 (Muray): 8” AC
Boring #2 (Murray/Casa): 8.5” AC
Boring #5 (Stenner): 9” AC
Boring #6 (Casa): 10.25” AC
Add to Section 77-1.03A(1) EXCAVATION, Utilities
No additional compensation will be allowed for underground facilities not shown on the
plans. All work related to underground facilities not shown in the plans is consider
incidental to the project work and no additional compensation will be allowed, therefor.
Add to Section 77-1.03B(1) TRENCH CONSTRUCTION, General
All abandoned waterlines encountered partially or entirely within the trench section for the
new waterline must be removed and disposed of. The active/abandoned status of all
waterlines has been shown on the plans. The Contractor must notify the City immediately if
any waterline shown as abandoned is found to be active.
If, at any point during the project, a trench is excavated within 5 feet of the wall of the trench,
of an active utility such as a waterline, or any other utility that could potentially break, the
Contractor must provide shoring as necessary to prevent movement of existing lines.
Add to Section 77-1.03D Surface Restoration
Repair trench paving on Murray between Santa Rosa and Casa including the intersection
of Santa Rosa and Murray must be repaired with 10 inches of AC.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
Repair trench paving on Casa including the intersection of Murray and Casa must be
repaired with 10 inches of AC.
Trench paving at the intersections of Chorro and Murray, Chorro and Meinecke must be
repaired with 10 inches of AC.
All other sections of Murray, Stenner and Hathway must be repaired with 6 inches of AC.
Add to Section 77-2.02 Materials
Add to 77-2.02B(1) Ductile Iron Pipe
Ductile iron pipe must be fully restrained at all joints. Joint restraint must be achieved with
the use of the following methods:
1. Restrained joint pipe, TR FLEX by US pipe, or approved equal
2. Push-on joint pipe with restraining gaskets. FIELD LOK 350 is not allowed.
3. Other approved methods as shown on the plans
Method and materials of joint restraints must be approved by the ductile iron pipe
manufacturer.
Add to 77-2.02G Nuts, bolts, Wedges and Hardware
Use high strength carbon steel with a fluoropolymer coating for:
1. nuts
2. bolts
3. gripping wedges
4. associated hardware
for below grade joint restraints.
Use stainless steel type 304 with an electrostatically applied Xylan Coating, Tripac 2000
blue, or approved equal for:
1. nuts
2. bolts
3. associated hardware
for flanged connections.
Add to Section 77-2.03C Fire Hydrant
Existing fire hydrants taken out of service or new fire hydrants, not yet connected to the
water system, or in any way, not ready for service must be designated as out of service.
Out of service hydrants must be covered with a bag for the entire duration each hydrant
is out of service.
Add to Section 77-2.03H Existing Water Pipes
A complete crew must be available per each water line tie-in. A complete crew must
include, at a minimum, excavation equipment, and operator, and two laborers
experienced in pipeline work. Tie-ins must be completed within eight (8) hours from the
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
time water is turned off until the system is put back into service. Liquidated damages
will be assessed in the amount of $500 per hour for each hour or portion thereof
for which the reinstatements of water supplies are delayed beyond 8 hours.
Add to Section 77-2.03J(2) Flushing
Discharge of water into a sanitary sewer manhole must not exceed 150 gallons per minute
and only during dry weather conditions and must be properly dechlorinated. Downstream
manholes must be monitored for any surcharging while discharging water into a manhole.
Discharge locations must be coordinate with the Engineer.
Add to Section 77-3.04 Payment
Thrust blocks and encasement are measured and paid for as part of the unit price for the
size and type of pipe installed.
DIVISION IX TRAFFIC CONTROL DEVICES
84 MARKINGS
Add to Section 84-2.03C Application of Stripes and Markings
Preformed thermoplastic is only allowed with the approval of the Engineer.
DIVISION XI MATERIALS
90 CONCRETE
Add to Section 90-1.01C(6) Mix Design
Concrete must contain a maximum of 15% pozolone or fly ash. Course aggregate for
concrete must comply with the gradation specifications for the 1 inch x No. 4 primary
aggregate nominal size.
DIVISION XIII APPENDICES
1. Appendix A - Form of Agreement
2. Appendix B – Project Mitigation Measures
3. Appendix C - Shut Down Area Maps
4. Appendix D - Geotechnical Reports
5. Appendix E – Caltrans Encroachment Permit
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
NAME OF PROJECT, SPEC NO.
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
APPENDIX
APPENDIX
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 City, provided such active negligence is determined
APPENDIX
APPENDIX
2
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
APPENDIX
APPENDIX
3
APPENDIX B - PROJECT MITIGATION MEASURES
KEEP
CLEAR
STOPSTOP +100+200+300+400+500+600+700+800WATERLINE ABANDONMENT & CONNECTIONS 2016ARCHEOLOGICAL SENSITIVE SITES1 OF 10SCALE IN FEET80NARCHEOLOGICALLYSENSITIVE AREA (2,3)SANTA ROSA (HWY 1)MURRAY AVE.CASA ST.
APPENDIX
APPENDIX
4
APPENDIX C - SHUTDOWN AREA MAP
A-D
A-DA-C
A,B420 A-C12831287534A1-2
EDCB5057901911831731761801908088268368408488568988908828708642001941125114211441223
1227
1239
1259
1269
1271
12735005025045065085105121291514516518520AF520528534536515517521523529533537518524530536539535531525541549551547545546544542550560abcJGHFCBDALKE
592594596552A552B1275A-Fabbca#1#2#3#4890892894 896A 896B972c25885973 #1-7 981977 #1-5783111115121129133139141147273345783780794737763676951535928268063032804810814818850862894
47 A-B100 to 339152113(19)5911505864666872806808812814822830836844 813879
75894
884
878
860
854
889
885
883
875
871
869865859851916938950
962
974
9
8
0
1
3
6
148152977
965
957
949 807815823829837843116128814842844902917901849841150158923166931945
165164176188175177191
197
1901011021031010
1050100110
10251043104510854155A110711111127114128383630324025ABABABABABCD771251231271571591631651041061021
1027
1035
1037
1041ab
1047-49-51-53
1061
1067205221
2042081145
1155
1165 190-196184170 A-C1561112
1118
1124-6
1152
1158
1164 14814012810484ABDCEFG3260100a1a
2
b
d
1
d
2
d
3
c
35
65ABCD455575851172 185183163159153#A,B,C1231151031206
1212
1224
1230
167131418190178176146144136132128124abcd193612901275 1277
1279
1271
1273
1269
1267
1265
1247
1213
1209
1175165 2226B
1010
1064
1262 11851513139A B10283A BA BCC1481641721274
1256
1254
1279
1269
1243
1239 1591711912302482741220
1219306322348331321301 2912812692152412
58
2
50 244 224
220
204
abc
a
b
c
101201301
308208108ABC,D89 1011062
8
0
2
8
6
2
9
0
3603643901212
1220
1230
1240
1260
1270
1280
1282
1209
1229
1237
1239
1241
1243
1251
1267
1269
1273
1283abcd4344461226
1228
1230
1248
1254
1256
1260
1274 275450AB416424A,B1213
1215AB1214
1216
121866 1/2#2#11045 1/2281 1/212013,A71023ABC155948
WATERLINE ABANDONMENT & CONNECTIONS 2016SHUTDOWN AREA MAP1 OF 10SCALE IN FEET300N
APPENDIX
APPENDIX
5
APPENDIX D - GEOTECHNICAL REPORTS
Ea rth Systems
Pacific 4378 Old Santã Fe Road
San Luis Obispo, CA 93401
Ph: 805.5¿14.3276
esp@earthsystems.com
www,earthsystems.com
August LL,20L6 FILE NO.: SL-17140-DB
Mr. ManuelGuzman, PE
City of San Luis Obispo, Public Works Department
919 Palm Street
San Luis Obispo, CA 93401
PROJECT:CITY OF SAN LUIS OBISPO - WATERLINE REPLACEMENT PROJECT
VARIOUS LOCATIONS
SAN LUIS OBISPO, CALIFORNIA
SUBJECT: SubsurfaceConditionsEncounteredDuringExploratoryDrilling
REF.:City of San Luis Obispo, Purchase Order LOSI7, dated July 18, 20L6
Dear Mr. Guzman:
Per the referenced purchase order, 11 exploratory borings were drilled to a maximum depth of
6.5 feet at locations designated by the client, between August 8 and August IO,2Ot6. A Simco
EP200 Drill Rig, equipped with a 4-inch outside diameter solid stem auger and an automatic
hammer for sampling, was used to drill the borings. As the borings were drilled, Standard
Penetration Tests (SPT) were conducted (ASTM D L586-11) at selected depths to assist in
categorizing and logging the subsurface materials. The approximate locations of the borings are
shown on the attached Boring Location Map.
Soils encountered in the borings were categorized and logged in general accordance with the
Unified Soil Classification System and ASTM D 2488-09a. Where bedrock was encountered, its
properties were described based upon observation of SPT samples, observation of the spoils, the
effort required to drill into the bedrock, and the energy required to drive the sampler into the
bedrock. Logs of the borings are attached, along with a Boring Log Legend. ln reviewing the
boring logs and legend, the reader should recognize that the legend is intended as a guideline
only, and there are a number of conditions that may influence the characteristics observed during
drilling. These include, but are not limited to, the presence of cobbles or boulders, cementation,
variations in soil moisture, presence of groundwater, and otherfactors. Consequently, the logger
must exercise judgment in interpreting soil and bedrock characteristics, possibly resulting in
descriptions that vary from the legend. lt should be noted that descriptions of the properties of
bedrock must span a much wider range than those of soil. As a result, very soft bedrock may be
harder than dense sand or hard clay. The legend takes these differences into account.
City of San Luis Obispo
Waterline Replacement Project
August LL,2OL6
The borings were drilled through the existing asphalt concrete and/or Portland Cement Concrete
roadway surfaces. Upon completion of the drilling, the borings were backfilled with a L-sack
sand/cement slurry mixture up to approximately 1 foot below the finish pavement surface; the
uppermost L foot was capped with fast-setting concrete. The soil cuttings were removed from
the site.
We appreciate the opportunity to have provided services for this project and look forward to
workingwithyouinthefuture. lfthereareanyquestionsconcerningthismatter,pleasedonot
hesitate to contact the undersigned.
Sincerely,
Earth Systems Pacific
e Martinez, PE
2
Project Engineer.øl*ft<
Attachments:
Doc. No
Boring Location Map (4 sheets)
Boring Log Legend (1 page)
Boring Logs (11 pages)
1608-060.1TR
No,80666
Ea, a/+lf+
crvrL
J
azo
=(_)oImI:
@o
¡FOU
otLîzU
UOfùut
Uz
JEU
ì
oJa
o
ÈO
H'¡RNT SA STREET
TT
A'tn
dú
¿6050
SID.
STENNER
STEN ER S.T
Þ
I
:
\,
,t\
{>é
\
\
\
\
ät
o*\
Rilm (Ð FRE mN
PER ilG. M. 60S ND F
U)ANmN
ENG. S,(E) 6'
æ50
MURRAY STREET
9Ì;
É\
\
INSTATI(2) 12'V[ffi
-9'\
oo
9
fr
I
Ë
ffiDON
PER ENO.
(E) w TqRUNE
srD. æso
\;:
\¡:l,o,
9\>Á
MURRAY S'T
a ?o4
IvlV
I
LEGEND BORING LOCATION MAP1,2,5,6+Boring Location (Approx.)NOT TO SCALEeEarth Systems Pacific 4378 Old Santa Fe Road
San Luis Obispo, CA 93401-8116
CITY OF SAN LUIS OBISPO
WATERLI N E REPLACEMENT PROJECT
Various Locations
San Luis Obispo, CaliforniaAugust 11,20'16 CS
(8Os)544-3276 o FAX (805)544-1786
E-mail: esp@earthsystems.com
sL-17140-DB SHEET 1 OF 4
1
|Ã
o
,.,uV*o I I
SMH
ø!!o.Ld stttER
(ABI]D) I.O] SEIL€R
SEWTR
_ GE4D.¿,!0 jt{r L
O
Ë
o
P
'Ë
:tl
o
!s I
_{ø T!
rrb bl
%,-(r) 6"MTI,
íar .: :i\:
\o
1
CITY OF SLO WATERLINE RTPLACEMINT PROJECT_o81 ll6BLOCATIONSË¡Ê-sñsóalF+F8=CHORRO ST.L._l-IlEÚ(nlnzV):l,uoEúo(t)rdzU)Fl'../9+II¡'_1 -....-.._. .,ROSA(^);iIilsñaSANTA.^lI"ri, vt¡riit¡t¡¿)äoÈ9¿zoì8ë=62etPãE=srÂlE_F7w--CarlJrlUrir'-liÌ Ofì5a" :tr{_Êii,t-momzowoÐzol-oo-{oz!G).À+(Do=.f(ot-ool¡)*ofÞEaoxzo-{-{oU)c)t-m@m¡fJaoFTo3o!qlo-a-hı'Ø0¡ft-c6'À^ (¡)ËdoOY-o.oØ>gE6ÞrYoo¡Aoa0)o) o.ãlc)l-MJP<q =çi5fis#7çzE8 c) -sä H;Ë 1oT@AØYI8oc(oc(t,-_Noo)oaGo{,(,lTÈJo)0¡ N)={"O)$.ırExø t8t-<(¡t ctvì dçt'=5À61:,öë;@Jo)a-mm-{N)o-ÎtÀt..Lz)i-:4tJ!NN
CIry OF SLO WATERLINE REPLACEMENT PROJECT_o81 lloBLOCATIONS,.,f r6âMN 4\\/çT^ãÌiÈ;qÈì8'1N11,,,-."i ì'I.;-'-"- -----F'i--vìl .oty-^l/.'@PERtNÌ- t/.'frerl+-@_Ú:j!!!q-o¡¡Ë{15ô.aaLlì.ARCHERWALKER\,Ê\N/ATCHLINE,,.-"Æ.:Æ;l f;,;1l:,i;i¡tI;.æL.:G\¡M.)ô@--.¿e.-ö*CI-i*oj@_CARMELBEACH: sl IVATCHUNEIVATCHLINI,:-al| -*€i^-**€.'mE 6ìs:l":.,. . ,L:ÈI.'t'LEE:l',r I,.1t,' . i.:io'rloO,*BEACHNIPOMOWORK I, ; ,;JEt-momzowo7zol-oo-{oz!--.t-@.(o+@o=.f,(o|-oc)f¡)=ofroEoxzo-{-loU)c)rmãlo| -MJP<f^ 20g ma¡15flgE8 c) t-sä H;X-=1^.$' -{ \J!wAcnY-oBo@m!¡IJØoF}o3o!A¡o-hı'Ø0):tr6'À^(,Y\¡;@€a'o,oØ>gg6Qilo¡ror0)o)oc(oc(ni]\)(>o)oØGo{,(rìrnÈ:rJO)0rN= \.¡.'o)$.ırExø ã8l- \< ('rt atvì dE:5ÀEriögd(p Jo)U):Emm-l(¡)ollÀI{I
CITY OF StO WATERLINE REPLACEMENT PROJECT-o81 1 loBLOCATIONSNz€o!{In..;'an2!dII:Ao37-aÃzITæSTA. f9! Nttt,pIo4zI!7zaIP-ir -...-...{rQND..__ ¿COPPER21 81i7",21 L121i19')3214 i212,5',)2t9120ei{3atÍ,,@o ---_Io ----U)rnFFz'//N/ATCH LINI!I,/,+./'^2oozzz€=r9=Iv-zoñNiOPB:22Ìtu1 .0o+66L,t.-t.LE(.t )USo22tz€oEx:zot2a-¡Yq!?,()2.32t1.2f26"'j^.lr'/ ..'ïcri'202 t.rcai'ìo41:4,2ù4.r9Q:)(t)rnFFÞ(nÊ2-()1@nÐEO4ÕmZz^om9øsãÕn'a7t.tr/.v,/'SHT[Tn=9IÐTIuzzIIpooz07!ç!Az9,I9Io/o2-ql=ot-momzoTDo7zot-oo--tozT]-o+(Do_4.f(ot-oc)ß¡âofooıxzo-l-{oU)ot-mãloI -MJP<f^ 20g ma1i5 frg#1 çz88 c) -sä H;d iolUTDAØYIBo@mofJaoF}oJo!qlo-ltı'(n0)=t-c6À8$rnE9'o.oØ>gg6Þð'tb¡roroCDo.c(oc(h-_Noo)oØ6o{,OlTÈi(torN={"o,$.ırEx+6ur60r\<c¡, (n-ì do-ìi3ËðriüëdII] J O,CN-mm-{Ào'TlÀ
Earth S ms Pacific
BORING
LOG
LEGEND
uNlFtED SOIL CLASSIF|CATION SYSTEM (ASTM D 2487)
MAJOR
DIVISIONS
GROUP
SYMBOL TYPICAL DESCRIPTIONS GRAPH.
U)J
ı
U)
o
trjz
at(,
til
a)
É.
o
O
J
ÉUF^<ı>$ra
9ÉHT* ı$iu
'H
ñs&6Êl
Hqo
GW W-ELL GBADED GRAVELS, GRAVEL-SAND MIXTURES, LITTLE OR
NO FINFS isiãiãi
GP POORLY GRADED GRAVELS, OR GRAVEL-SAND
MIXTURES, LITTLE OR NO FINES O
GM SILTY GRAVELS, GRAVEL-SAND.SILT MIXTURES, NON.PLASTICFINES
GC ç_!aY_EY GRAVELS, G RAVEL-SAN D-CLAY M|XTURES, PLAST|CFINES o
SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES
SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO
FINES
SM SILTY SANDS, SAND-SILT MIXTURËS, NON.PLASTIC FINES
SAMPLE / SUBSURFACE
WATER SYMBOLS
GRAPH.
SYMBOT
SC CLAYEY SANDS, SAND-CLAY MIXTURES, PLASTIC FINES
a)J
ıa
o
trlz
É.
C'
tUz
tr
J
s
tsx<iì22,,,
^[<ru-
H! üj
9g d'"¿6
íq)Ø
I
ML INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CLAYEY
FINE SANDS OR CLAYEY SILTS W|TH SLIGHT PLASTICITYCALIFORNIA MODIFfED I
CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLYCLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYSSTANDARD PENETRATION TEST (SPT)o OL ORGANIC SIL
PLASTICITY
TS AND ORGANIC SILTY CLAYS OF LOW
SHELBY TUBE E MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY
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
AFÏËR DRILL|NG V PT PEAT AND OTHER HIGHLY ORGANIC SOILS V
OBSERVED MOISTURE CONDITION
DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED)
CONSISTENCY
COARSE GRAINED SOILS FINE GRAINED SOILS
BLOWS DESCRIPTIVE TERM DESCRIPTIVE TERMSPÏiCA SAMPLER
o-'10 o-1 6 LOOSE o-2 o-3 VERY SOFT
11-30 7-50 MEDIUM DENSE 3-4 4-7 SOFT
31-50 51-83 DENSE 8-13 MEOIUM STIFF
OVER 50 OVER 83 VERY DENSE 9-1 5 14-25
26-50
t)OVER 50
GRAIN SIZES
U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING
# 200 #40 #10 #4 3t4"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 HËAVY HAMMER
q{lNqT BE SCRATCHED WITH KNIFE OR SHARP PICK; CAN ONLY BE CHtppEDBLOWS
VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVYHAMMER BLOWS
HARD CAN BE SCRATCHED WITH KNIFE
RËQUIRED TO BREAK SPECIMEN
OR SHARP PICKWITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLOW
MODERATELY HARD CAN BE GROOVED 1/16 INCH DEEP BY KNIFE OR SHARPOR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR P!çK WlTtl MoDERATE oR HEAVY PRESSURE; CoREHEAVY MANUAL PRESSURE
SOFT qAN 9E GROOVED OR GOUGE-q.E.LS!LY BY KNIFE OR SHARPf!ç6 ryTH LIGHT PRESSURE, CAN BE SCRATCHED WTHFINGERNAIL; BREAKS WITH LIGHT TO MODERATE MANUAL PRESSURE
VERY SOFT CAN BE RËADILY INDENTED,
LIGHT MANUAL PRESSURË
GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED W|TH KNTFE: BREAKS WITH
TYPICAL BEDROCK WEATHERING
MAJOR DIVISIONS TYPICAL DESCRIPTIONS
FRESH NO DISCOLORATION. NOT OXIDIZED
SL¡GHTLY WEATHERED ÞISCOLORATION OR OXIDATION IS LIMITED TO SURFACE OF, OR SHORT DISTANCE FROM, FRACTURES: SOMEFELÐSPAR CRYSTALS ARE DULL
MODERATELY
WEATHERED
DISCOLORATION OR OXIDAT¡ON EXTENDS FROM.RUSTY', FELDSPAR CRYSTALS ARE "CLOUDY'
FRACTURES. USUALLY THROUGHOUT; Fe-Mg MINERALS ARE
INTENSELY WEATHERED DISCOLORATION OR OXIDATION THROUGHOUT; FELDSPAR AND FE-MO MINERALS ARETO SOME EXTENT, OR CHEMICAL ALTERATION PRODUCES IN SITU DISAGGREGATION
ALTERED TO CLAY
DECOMPOSED QISCOLORATION OR OXIDATION THROUGHOUT, BUT RESISJANT MINERALS SUCH AS QUARTZ MAY BE UNALTERED;FELDSPAR AND Fe-Mg MTNERALS ARE COMpLEiELy ALTERED TO CLÁv
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q Cran Sample l-l Shelby Tube Sample I Ser
NOTE: This log of subsurface condilions is a simpl¡f¡cation of actual conditions encountered. lt applies at the location and time of drilling
Subsurface cond¡t¡ons may differ at other locations and times.
Boring No. 1
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 0B/08i16
SAMPLE DATACITY OF SAN LU¡S OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
Jod¡
U)
U)
ct)
5o
U)(J
.J)
l S@IL DES@R[PT[(0)N
J
ú-E
z
Ës<F
U)
F
-u)ZCuloog
É.o
ñ
t¡..1
É.lt-
l,t>
o
=
ØZ
=ıQtıH
8.0" AC over 3.0" Class lll AB
\
\
\
\
CL SANDY LEAN CLAY: dark brown, medium stiff,
moist (Alluvium)
T^
EEo-
15
2
5
6
7
I
9
10
11
12
13
14
16
17
l8
19
20
21
22
24
26
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 2
3
3
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample r-l Shelby Tube Sample I Sef
NOTE: This log of subsurface conditions is a simplification of actual cond¡t¡ons encountered. lt applies at the locat¡on and time of drilling.
Subsurface conditions may differ at other locations and times.
Boring No. 2
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/08/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, Galifornia
U)
U)fo
(/)o.nf,
Jom
U)
S@[L DtrSGRIPTI@N
J
>ôÍa8,9
z
t!
=¡ uJTLù
<F
at)
F
ØZÇ
"të
É.o
s
uJÉlFLo
=
ø23;O.a
dÈu
8.5" AC over 3.0" Clâss lll AB
\
S
\\
\\
CL SANDY LEAN CLAY: dark brown, medium stiff,
slightly moist to moist (Alluvium)
moist, increasing sand content
F^
hd)ü,Eo-
11
12
13
o
3
4
5
7
10
14
15
1ô
17
18
19
20
22
23
24
26
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 2
3
4
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem er
LEGEND: I Ring Sample Q CraU Sample II Shelby Tube Sample {t Sef
NOTE: This log of subsurface conditions ¡s a simplification of actual cond¡tions encountered. lt applies at the location and time of drilling.
Subsurface conditions may differ al other locat¡ons and times.
Boring No. 3
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/09/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U)
U)fo
U)()
a/)
f
Jodt
=
U)
S@[L EtrSGRIPTI@N
J
>ôÉatu.E
z
uJ
dH
<F
U)
l-
U)ZC
Hê
É.o
s
uJ
É.ft-
9,o
ØZ
=-O.¿
ıH
7.5" AC over 2.0" Class lll AB
\\\
N\\
S
CL SANDY LEAN CLAY: dark brown, medium stiff,
moist (Alluvium)
gray brown, stiff, increasing sand content
I^
ilEo-
16
2
3
4
5
7
I
9
10
11
12
13
14
15
17
t8
l9
20
21
22
23
24
25
26
End of Boring @ 6 5'
No subsurface water encountered
5.0 - 6.5 o 5
6
6
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I ning Sample Q CraO Sample l-1 Shelby Tube Sample I Sef
NOTE: This log of suþsurface conditions is a s¡mplification of actual conditions encountered. lt applies at the location and time of dr¡lling.
Subsurface cond¡tions may differ at other locations and times.
Boring No. 4
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/09/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERL¡NE REPLACEMENT PROJECT
San Luis Obispo, California
at)
U)
5o
aJ)o
U)l
Jo
fD
@
S@[L DtrSGRIPTI@N
J
>ôrf 0)EP
z
UJ
=J t!È[
=><¡-
t-
U)ZC
Hë
É.o
s
IIJtf,F
U)
o
ØZ
=.o,y
ıH
7.5" AC over 4.0" Class lll AB
I^
EEo-
10
11
12
1J
14
15
16
17
18
19
20
21
22
23
24
2
5
4
5
I
I
25
26
CH
CL SANDY LEAN CLAY: olive gray, medium stiff,
moist, increasing sand content with depth
End of Boring @ 6.5'
No subsurface water encountered
brown to mediumSANDY FAT CLAY: dark
stiff, moist (Alluvium)
5.0 - 6.5 o 2
2
3
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem Au
LEGEND: I Ring Sample Q CraO Sample r-¡ Shelby Tube Sample I Ser
NOTE: This log of subsurface cond¡tions is a simpl¡fication of actual cond¡tions encountered. lt applies at the locat¡on and time of drilling
Subsurface cond¡tions may d¡ffer at other locat¡ons and times.
Boring No. 5
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/08/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U)
U)fo
Øo
U)l
Jo
c0
U)
S@IL EtrSGRIPTI@N
J
>ô(YAEE
z
=J uJtLlã>< r--
U)
F
(/)
ZCLlloO¿q
É.o
ul
É.
f^Fro(/) -ı
=
<n2
=ãQ, r.ıH
9.0" AC
SANDY LEAN CLAY: brown, stiff, moist, trace
gravel (Alluvium)
CL
DY LEAN CLAY: olive gray, stiff, moist,
increasing sand content with depth (Residual Soil)
CL
DSTONE: light gray brown, moderately hard,
slightly moist (Franciscan Melange)
T^
h0fi,9o-
2
3
4
7
8
19
20
21
23
24
26
10
1l
12
13
14
l5
16
17
1a
End of Boring @ 5 5'
No subsurface water encountered
5.0 - 5.5 o 5012.5"
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q Crao Sample E Shelby Tube Sample I Ser
NOTE: This log of subsurface cond¡tions ¡s a simpl¡fication of actual conditions encountered. lt applies at the location and t¡me of drilling.
Subsurface conditions may d¡ffer at other locations and times.
Boring No.6
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/08/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
Jo
c0
U)
at)a
5o
.no
U)l S@IL DtrSGRIPTI@N
J
>âtf 0)E.p
=
IJJJUJfL o-
<j-
t-
U)ZÇ
Hê
É.o
s
uJ
É.l
l.-Lo
ØZB.9ødH
10.25" AC
\
N
\\
CL SANDY LEAN CLAY:dark brown, medium stiff,
moist (Alluvium)
gray brown, increasing sand content
F^
ild)ü,po-
18
19
0
2
5
16
17
20
21
22
23
2+
25
26
6
7
8
I
10
11
12
13
14
15
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 3
4
4
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q OraU Sample E Shelby Tube Sample I Sef
NOTE: _This log of subsurface cond¡t¡ons is a simplif¡cat¡on of actual conditions encountered. lt applies at the location and time of drilling.
Subsuface conditions may differ at other locations and times.
Boring No. 7
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08110116
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U)
U)fo
U)()
U)f,
Jo
É¡
U)
S@IL DtrS@RIPTION
J
>âÉat
uJ ,E
z
uJ
*- o-t
<F.J)
F
ØZC
tsê
É.o
IJJ
É.f^F-oØ3)ı
ØZ
=ãO,s
coH
1.75" AC over 6.25" PCC
\
\
\
\
CL SANDY LEAN CLAY WITH GRAVEL: brown, stiff,
moist (Alluvium)
medium stiff, increasing sand content
I^
hd)fi.so-
11
12
13
0
4
5
6
7
10
23
24
26
14
15
16
17
18
l9
20
21
22
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 2
3
3
Earth Systems PacificcLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample E Shelby Tube Sample I Sef
NOTE: This log of subsurface cond¡tions is a s¡mplificat¡on of actual conditions encountered. lt applies at the location and time of drilling.
Subsurface conditions may differ at other locations and times.
Boring No. 8
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08110116
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U)
U)f(J
U)()
aJ)f
Jom
=
U)
S@[L DtrSGRIPTI@N
-J>ô(YAEP
z
TJJ
dH>;< r--u)
F
U)ZC
"tê
É.o
IU
É.l^F:oØe)
ı
ØZ
=;Qo¿dH
1.0" AC over 7.25" PCC
\
'.\a\
\
\
CL SANDY LEAN CLAY: brown, stiff, moist, some
fine gravel (Alluvium)
trace gravel, soft
I^
IEo-
10
11
16
0
3
+
5
6
8
I
12
13
14
15
17
18
19
20
21
22
23
2+
25
26
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 2
2
2
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: f Ring Sample Q CraO Sample l-1 Shelby Tube Sample I Sef
NOTE: This log of subsurface conditions is a s¡mplification of actual conditions encountered. lt appl¡es at the location and time of drill¡ng.
Subsurface conditions may differ at other locations and times.
Boring No. 9
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08110116
SAMPLE DATACITY OF SAN LU¡S OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U'
U)fo
U)(J
Øf
Jom
U)
S@[L DtrSGRIPTI@N
J
>ôÉa
uJ ,P
z
ulJrlltLI
<F
aJ)
F
(/)ZÇ
Hê
É.o
uJ
É.l^l- :oØ?)ı
ø2
=.Qv
coH
2.0" AC over 6.75" PCC
N\\
NN
$t
CL
SC
SANDY LEAN CLAY: brown, stiff, moist, some
fine gravel (Alluvium)
CLAYEY SAND WITH GRAVEL: orange brown,
medium dense, moist
orange brown
T^
hd)üeo-
17
2
3
+
5
6
18
19
20
21
22
23
24
26
7
a
I
10
11
12
13
14
15
End of Boring @ 6.5'
No subsurface water encountered
5.0 - 6.5 o 8 I
9
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q CraO Sample l-l Shelby Tube Sample I Sef
NOTE: This log of subsurface conditions is a simplificat¡on of actual cond¡tions encountered. lt applies at the location and t¡me of dr¡lling
Subsurface condit¡ons may differ at other locations and t¡mes.
Boring No. 10
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/09/16
SAMPLE DATACITY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, California
U)
U)fo
U)o
U)l
Jod)
U)
S@ilL EESGRIPT!@N
-J>âMAtrp
z
IJJ
=J lJl
3e<t
F
U)ZC
Hê
É.o
s
u
É.lF
U)
ı
ø2
=-QødH
4.5" AC over 2.0" Redrock
N
CH SANDY FAT CLAY: dark brown to black, stiff,
moist (Alluvium)
dark gray, increasing sand
SANDSTONE: gray, soft, moist (Franciscan Melange)
mocleralelv hard
I^
IEô-
17
2
3
4
5
8
I
10
11
12
13
14
15
16
18
19
20
21
22
23
2+
25
End of Boring @ 5.5'
No subsurface water encountered
5.0 - 5.5 o NO RE iTURN 5012.5"
Earth Systems PacificeLOGGED BY: R. Wagner
DRILL RIG: SIMCO EP200 with Automatic Hammer
AUGER TYPE: 4" Solid Stem
LEGEND: I Ring Sample Q OraO Sample l-l Shelby Tube Sample I Sef
NOTE: -This log of subsurface conditions is a simpl¡fication of actual conditions encountered. lt applies at the location and time of dr¡lling.
Subsurface conditions may differ at other locations and t¡mes.
Boring No. 11
PAGE 1 OF 1
JOB NO.: SL-17140-DB
DATE: 08/09/16
SAMPLE DATAC¡TY OF SAN LUIS OBISPO
WATERLINE REPLACEMENT PROJECT
San Luis Obispo, Galifornia
U>
U)fo
U)o
U)l
Jod]
Ø
S@!L DtrSGRIPTI@N
J
>ô.ì/0tEP
z
JUJtLù
<t-
t-
U)ZC
Hë
É.o
uJ
É.l^F:oØ?)ı
.nz
=ãO.s
dH
4.5" AC over 2.0" Redrock
SANDY FAT CLAY: dark brown to black, stiff,
moist (Alluvium)
gray to blue gray, increasing sand content
CH
I^
iroft.9o-
14
2
3
4
23
24
25
26
6
7
I
I
10
11
12
13
15
16
17
18
19
20
21
22
End of Boring @ 5 5'
No subsurface water encountered
5.0 - 5.5 o NO RI iTURN 50
APPENDIX
APPENDIX
6
APPENDIX E - CALTRANS ENCROACHMENT PERMIT