Loading...
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 |à 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