HomeMy WebLinkAboutItem 07_Islay Park Renovation_b_COUNCIL READING FILE - Special Provisions
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Islay Hill Park Playground Renovation
Specification No. 91654
NOVEMBER 2019
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Islay Hill Park Playground Renovation
Specification No. 91654
Approval Date: <<date of CAR Report Authorizing Advertisement>>
<<Engineer of Record Stamp>>
<<Signature Date>>
<<Signature Date>>
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................................................... I
BID SUBMISSION ...................................................................................................................................... I
BID DOCUMENTS .................................................................................................................................... II
PROJECT INFORMATION........................................................................................................................ II
QUALIFICATIONS .................................................................................................................................... III
AWARD .................................................................................................................................................... IV
ACCOMMODATION .................................................................................................................................. V
BID FORMS .................................................................................................................... A
BID ITEM LIST FOR ISLAY HILL PARK PLAYGROUND PARK, SPECIFICATION NO. 91654 ............. A
LIST OF SUBCONTRACTORS ................................................................................................................ D
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... E
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... E
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. E
LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E
NON-COLLUSION DECLARATION ......................................................................................................... G
BIDDER ACKNOWLEDGEMENTS .......................................................................................................... H
QUALIFICATIONS ...................................................................................................................................... I
ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. J
SPECIAL PROVISIONS .................................................................................................. 1
DIVISION I GENERAL PROVISIONS ....................................................................................................... 1
1 GENERAL ........................................................................................................................................... 1
2 BIDDING ............................................................................................................................................. 1
3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1
4 SCOPE OF WORK ............................................................................................................................. 2
6 CONTROL OF MATERIALS ............................................................................................................... 2
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2
8 PROSECUTION AND PROGRESS ................................................................................................... 2
DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3
73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 3
80 FENCES ........................................................................................................................................... 3
DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 6
84 MARKINGS ....................................................................................................................................... 6
DIVISION XI MATERIALS ......................................................................................................................... 6
90 CONCRETE ...................................................................................................................................... 6
DIVISION XII BUILDING CONSTRUCTION ............................................................................................. 6
99 BUILDING CONSTRUCTION ........................................................................................................... 6
DIVISION XIII APPENDICES .................................................................................................................... 9
APPENDIX A - FORM OF AGREEMENT ..................................................................... 10
APPENDIX B – GEOTECHNICAL ENGINEERING REPORT ....................................... 13
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works
Administration Office located at 919 Palm Street, California 93401, until
2:00 p.m. on December 19, 2019
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope
plainly marked:
Islay Hill Park Playground Renovation, Specification No. 91654
Any bid received after the time and date specified will not be considered and will be
returned to the bidder unopened. Bids received by Fax or Email will not be considered.
By submission of bid you agree to comply with all instruction and requirements in this
notice and the contract documents.
All bids must be submitted on the Bid Item List form(s) provided and submitted with all
other Bid Forms included in these Special Provisions.
Each bid must be accompanied by either a:
1. certified check
2. cashier's check
3. bidder's bond
made payable to the City of San Luis Obispo for an amount equal to ten percent of the
bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the
bidder, to whom the contract is awarded, fails to enter into the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive
any informality in a bid.
All bids are to be compared based on the City Engineer's estimate of the quantities of
work to be done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions
of Chapter 9, Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a
responsible contractor whose bid complies with the requirements prescribed. If the
contract is awarded, the contract will be awarded within 60 calendar days after the
opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute
a waiver of those defects.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ii
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the
City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals
A printed copy may be obtained at the office of the City Engineer by paying a non-
refundable fee of:
1. $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. $20.00 if picked up in person, or
2. $25.00 if by mailing to the office of the City Engineer
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be
available to download at the City’s website listed above or at the office of the City
Engineer.
Contact the project manager, Shelsie Kloepper at (805) 783-7735 or the Public Works
Department at (805) 781-7200 prior to bid opening to verify the number of addenda
issued.
You are responsible to verify your contact information is correct on the plan holders list
located on the City’s website at:
www.slocity.org/government/department-directory/public-works/public-works-bids-
proposals.
PROJECT INFORMATION
In general, the project includes removal of existing playground structures and surfacing
and concrete sidewalk. It also includes the installation of new playground elements and
surfacing, site furniture, and new concrete sidewalk.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iii
The project estimated construction cost is $270,000
Contract time is established as 60 working days.
The fixed liquidated damages amount is established at $500 per day for failure to
complete the work within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of
Industrial Relations has established prevailing hourly wage rates for each type of
workman. Current wage rates may be obtained from the Division of Labor at:
https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
QUALIFICATIONS
You must possess a valid Class A Contractor's License at the time of the bid opening.
You and any subcontractors required to pay prevailing wage must be registered
with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
You must have experience constructing projects similar to the work specified for this
project. Provide three similar reference projects completed as either the prime or
subcontractor. All referenced projects must have been completed within the last five years
from this project’s bid opening date.
One of the three reference projects must have been completed under contract with
a city, county, state or federal government agency as the prime contractor.
2 of the referenced projects must be for playground installation.
Failure to provide reference projects as specified in this section and as required on the
qualification form is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails
to provide a bid that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non-responsibility of
the bidder if the Director of Public Works or Designee finds, after providing notice and a
hearing to the bidder, that the bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
NOTICE TO BIDDERS
NOTICE TO BIDDERS
iv
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project
in the best interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the
requirements in this Notice to Bidders.
It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive
bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or
may be improperly awarded, the bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding
the protest if submitted in compliance to the specified time limits. Anything submitted after
the specified time limit will be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be
submitted within three days of the request, unless otherwise specified, and will notify the
protester of ruling within ten days of determination.
If the protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will
make public records available upon request.
AWARD
The lowest bidder will be determined in compliance with Public Contract Code Section
20103.8(c) with the Publicly Disclosed Funding Amount of $300,000 using the TOTAL
PROJECT BID.
As a condition to executing a contract with the City, two bonds each equal to one hundred
percent of the total contract price are required in compliance with Section 3-1.05 of the
Standard Specifications.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
v
You may substitute securities for moneys withheld under the contract in compliance with
the provisions of the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact
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 ISLAY HILL PARK PLAYGROUND PARK, SPECIFICATION NO.
91654
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 13 WATER POLLUTION
CONTROL LS 1
2 10 MOBILIZATION (5%) LS 1
3 15 REMOVE PLAY EQUIPMENT &
FOUNDATIONS LS 1
4 17
REMOVE RUBBER
SURFACING & CONCRETE
SUB-SLAB
SQFT 2690
5 17 REMOVE PLAY CURBS LF 53
6 15 REMOVE PICNIC TABLE
(CONCRETE)EA 2
7 15 REMOVE BENCH (CONCRETE) EA 2
8 82 REMOVE ADA SIGN POLES
AND FOOTINGS EA 2
9 82, 90 RELOCATE ADA SIGNS (NEW
POLES & FOOTINGS)EA 2
10 15 RELOCATE TRASH
RECEPTACLE EA 1
11 20 REMOVE TREE & GRIND
STUMP EA 2
12 15, 19
REMOVE CONCRETE
SIDEWALKS / CURB &
GUTTER
SF 2772
BID FORMS
BID FORMS
B
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
13 15, 19 REMOVE HMA PAVEMENT
AND BASE SF 303
14 15, 71 REMOVE DRAINAGE ITEMS LS 1
15 19 PLAYGROUND EXCAVATION CY 251
16
19, 26,
52, 73,
90
CONCRETE PLAY AREA
CONTAINMENT CURB 6”
WIDTH
LF 225
17
19, 26,
52, 73,
90
EWF CONCRETE TRANSITION
RAMP SF 130
18 73 DETECTABLE WARNING
SURFACE LS 1
19 19, 26,
73, 90
CONCRETE
FLATWORK/SIDEWALK SF 2740
20 19, 26,
73, 90
CONCRETE CURB AND
GUTTER LF 111
21
19, 21,
26, 52,
73, 90
6” CURB AT SLOPE LF 26
22 19, 26,
73, 90 6” CURB (CITY STANDARD) LF 34
23 19, 39 HMA PAVEMENT SF 303
24 84 STRIPING & MARKING LS 1
25 15 ADJUST SS CLEANOUT TO
GRADE EA 1
26 19, 89 (F) CRUSHED DRAIN ROCK
5.5” THK AVG LAYER CY 97
27 64 4” PIPE CLEANOUTS EA 4
28 64 4” PERFORATED PVC DRAIN LF 144
29 64 4” SOLID PVC DRAIN
(CONNECT TO EXISTING)LF 50
30 19, 96 ENGINEERED WOOD FIBER
AND FILTER FABRIC SF 5709
31 80 METAL FENCE LF 33
32 99 PLAYGROUND EQUIPMENT,
SHADE SAIULS, AND 1 BENCH LS 1
33 96 WEAR MATS FOR SWINGS &
SLIDES (30” X 30”)EA 6
34 99 BOTTLE FILLING STATION &
DRINKING FOUNTAIN EA 1
35 99 PICNIC TABLES EA 4
36 82 DIRECTIONAL SIGN EA 2
37 20 TREE PLANTING – 24” BOX EA 3
38 20 SOD INSTALLATION SF 55
39 20 MULCH SF 130
BID FORMS
BID FORMS
C
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
40 15 IRRIGATION ADJUSTMENT LS 1
41 20 LANDSCAPE MAINTENANCE –
90 DAYS LS 1
Total Project 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
D
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
E
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
F
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
G
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
H
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
I
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
or did this project include playground
installation? Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
or did this project include playground
installation? Yes □ No □
Describe the services provided and how this project is similar to
that which is being bid:
Date project completed:
Was this contract for a public agency?
Yes □ No □
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Is this similar to the project being bid
or did this project include playground
installation? 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
J
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
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. Islay Hill Park Playground Park Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards –
2018 edition
3. State of California, Department of Transportation Standard Specifications and
Standard Plans – 2015 edition
In case of conflict between documents, governing ranking must comply with section 5-
1.02 of the City of San Luis Obispo’s Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 5 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77-1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General
with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all
forms and must be signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
Add Section 3-1.18B CONTRACT EXECUTION, Building Permit:(For Projects
requiring a Building Permit)
3-1.18B Building Permit
SPECIAL PROVISIONS
SPECIAL PROVISIONS
2
The contractor must obtain a no-fee building permit from the Community Development
Department. All requirements of the building permit shall be applied to the project.
4 SCOPE OF WORK
Add to Section 4-1.03 WORK DESCRIPTION:
Comply with the provisions of Sections 10, 13, 15, 17, 19, 20, 21, 26, 39, 52, 64, 71, 73,
82, 84, 89, 90, 96, and 99 for general, material, construction, and payment specifics.
Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage: {Include for
Measure Y & G projects}
Maintain Revenue Enhancement Funding signage in work area. Return Revenue
Enhancement Funding signs at the end of the project or upon the Engineer’s request.
6 CONTROL OF MATERIALS
Add to Section 6-2.03 DEPARTMENT ACCEPTANCE:
The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain
Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon
the Engineer’s request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll
Records (labor code 1776) with:
Furnish the Engineer one Portable Document Format (PDF) file which contains all certified
payroll records for the prior month’s work. Redact the PDF file making the employee’s social
security number illegible. Failure to submit PDF file with other monthly payroll records is
considered an incomplete payroll submission and penalties will be assessed.
Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan
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 VIII MISCELLANEOUS CONSTRUCTION
73 CONCRETE CURBS AND SIDEWALKS
Add to Section 73-1.01 General
Concrete removal shall be per Section 73-1.03A and City Standard Detail 4910. Dowel
existing concrete into new concrete per Section 73-1.03F and City Standard Detail 4110.
All new sidewalk shall be integral with adjacent new sidewalk.
80 FENCES
Add to Section 80 FENCES
80-1.01 GENERAL
The contractor shall provide all labor, materials and appurtenances necessary for
installation of the welded ornamental steel fence system defined herein at Islay Hill
Playground Equipment Replacement Project,
The manufacturer shall supply a total fence system of Montage Industrial® Welded and
Rackable (ATF – All Terrain Flexibility) Ornamental Steel, Majestic design. The system
shall include all components (i.e., panels, posts, and hardware) required.
The contractor shall provide laborers and supervisors who are thoroughly familiar with the
type of construction involved and materials and techniques specified.
80-1.02 References
ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated
(Galvanized) or Zinc-Iron Alloy Coated (Galvannealed) by the Hot-Dip Process.
ASTM B117 - Practice for Operating Salt-Spray (Fog) Apparatus.
ASTM D523 - Test Method for Specular Gloss.
ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint.
ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and
Materials using Filtered Open-Flame Carbon-Arc Light and Water Exposure
Apparatus.
ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens
Subjected to Corrosive Environments.
ASTM D2244 - Test Method for Calculation of Color Differences from
Instrumentally Measured Color Coordinates.
ASTM D2794 - Test Method for Resistance of Organic Coatings to the Effects of
Rapid Deformation (Impact).
ASTM D3359 - Test Method for Measuring Adhesion by Tape Test.
ASTM F2408 – Ornamental Fences Employing Galvanized Steel Tubular Pickets.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
4
80-1.03 Submittal
The manufacturer’s literature shall be submitted prior to installation.
80-1.04 Product Handling and Storage
Upon receipt at the job site, all materials shall be checked to ensure that no damage
occurred during shipping or handling. Materials shall be stored in such a manner to ensure
proper ventilation and drainage, and to protect against damage, weather, vandalism and
theft.
80-2 MATERIALS
80-2.01 GENERAL
The metal fence system shall conform to Montage Industrial Welded and Rackable
(ATF – All Terrain Flexibility) Ornamental Steel, Majestic design, extended picket
bottom rail treatment, 2-Rail style manufactured by Ameristar Fence Products, Inc., in
Tulsa, Oklahoma.
80-2.02 Material
1. Steel material for fence panels and posts shall conform to the requirements of
ASTM A653/A653M, with a minimum yield strength of 45,000 psi (344 MPa) and
a minimum zinc (hot-dip galvanized) coating weight of 0.60 oz/ft2 (184 g/m2),
Coating Designation G-60.
2. Material for pickets shall be 1” square x 16 Ga. tubing. The rails shall be steel
channel, 1.75” x 1. 75” x .105”. Picket holes in the rail shall be spaced 4.715” o.c.
Fence posts shall be 2-1/2" square x 14 Ga. tubing.
80-2.03 Fabrication
1. Pickets, rails and posts shall be pre-cut to specified lengths. Rails shall be pre-
punched to accept pickets.
2. Pickets shall be inserted into the pre-punched holes in the rails and shall be aligned
to standard spacing using a specially calibrated alignment fixture. The aligned
pickets and rails shall be joined at each picket-to-rail intersection by Ameristar’s
proprietary fusion welding process, thus completing the rigid panel assembly.
3. The manufactured panels and posts shall be subjected to an inline
electrodeposition coating (E-Coat) process consisting of a multi-stage
pretreatment/wash, followed by a duplex application of an epoxy primer and an
acrylic topcoat. The minimum cumulative coating thickness of epoxy and acrylic
shall be 2 mils (0.058 mm). The color shall be Bronze. The coated panels and
posts shall be capable of meeting the performance requirements for each quality
characteristic shown in Table 1.
4. The manufactured fence system shall be capable of meeting the vertical load,
horizontal load, and infill performance requirements for Industrial weight fences
under ASTM F2408.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
5
80-3 CONSTRUCTION
80-3.01 GENERAL
All new installation shall be laid out by the contractor in accordance with the construction
plans.
80-3.02 Fence Installation
Fence post shall be spaced according to the plans and details, plus or minus ½”. Fence
panels shall be attached to posts with brackets supplied by the manufacturer. Posts shall
be set in concrete footers having a minimum depth of 36”. The “Earthwork” and
“Concrete” sections of this specification shall govern material requirements for the
concrete footer.
80-3.03 Fence Installation Maintenance
When cutting/drilling rails or posts adhere to the following steps to seal the exposed steel
surfaces; 1) Remove all metal shavings from cut area. 2) Apply zinc-rich primer to
thoroughly cover cut edge and/or drilled hole; let dry. 3) Apply 2 coats of custom finish
paint matching fence color. Failure to seal exposed surfaces per steps 1-3 above will
negate warranty. Ameristar spray cans or paint pens shall be used to prime and finish
exposed surfaces; it is recommended that paint pens be used to prevent overspray. Use
of non-Ameristar parts or components will negate the manufactures’ warranty.
80-3.04 Cleaning
The contractor shall clean the jobsite of excess materials; post-hole excavations shall be
scattered uniformly away from posts.
Table 1 – Coating Performance Requirements
Quality
Characteristics
ASTM Test Method Performance Requirements
Adhesion D3359 – Method B Adhesion (Retention of Coating) over 90%
of test area (Tape and knife test).
Corrosion
Resistance
B117, D714 & D1654 Corrosion Resistance over 1,500 hours
(Scribed per D1654; failure mode is
accumulation of 1/8” coating loss from
scribe or medium #8 blisters).
Impact
Resistance
D2794 Impact Resistance over 60-inch lb.
(Forward impact using 0.625” ball).
Weathering
Resistance
D822 D2244, D523
(60˚ Method)
Weathering Resistance over 1,000 hours
(Failure mode is 60% loss of gloss or color
variance of more than 3 delta-E color
units).
80-3.05 PAYMENT
Full compensation for work specified in Section 80 and applicable Engineering Standards
is included in the payment shown on the Bid Item List. Metal Fence is measured by linear
foot along the direction of the fence.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
6
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 XII BUILDING CONSTRUCTION
99 BUILDING CONSTRUCTION
Replace Section 99 BUILDING CONSTRUCTION with:
99-1 PLAYGROUND CONSTRUCTION
99-1.01 GENERAL
The contractor shall provide all labor, materials and appurtenances necessary for
installation of the Playground Equipment, Shade Sails, Benches, Picnic Tables, and
Bottle Filling Station & Drinking Fountain systems defined herein at Islay Hill Playground
Equipment Replacement Project.
The manufacturer shall supply a total playground system of GameTime design as shown
on the plans. The system shall include all components (i.e., panels, posts, rope cables,
components and hardware) required.
The contractor shall provide laborers and supervisors who are thoroughly familiar with the
type of construction involved and materials and techniques specified.
99-1.02 References
ASTM D1248 - Polyethylene Plastics - Type 2, Class A and Federal Specification
LP-390C, Type 1, Class M, Grade 2, Category 3.
ASTM A500 Cold-Formed Welded and Seamless Carbon Steel Structural Tubing.
ASTM F1487-07ae1 - Standard Consumer Safety Performance Specification for
Playground Equipment for Public Use.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
7
99-1.03 Submittal
The manufacturer’s literature shall be submitted prior to installation.
99-1.04 Product Handling and Storage
Upon receipt at the job site, all materials shall be checked to ensure that no damage
occurred during shipping or handling. Materials shall be stored in such a manner to ensure
proper ventilation and drainage, and to protect against damage, weather, vandalism and
theft.
99-2 PLAYGROUND EQUIPMENT MATERIALS
99-2.01 GENERAL
The playground equipment system shall conform to Game Time Islay Hill Park Project
#: P70102 manufactured by Game Time and available through Great Western
Recreation. Contact: Tyler Kyriopoulos (tyler@gwpark.com), phone: (435) 760-5103.
99-2.02 Playground Equipment Material
The Playground Equipment color scheme shall follow the Game Time Bayou colors and
the shade structures shall follow the Cloud color scheme.
2-5 Year Old Playground Part List:
Quantity Part Number Description
1 RDU Game Time - 2-5 Play Structure
1 243 Game Time - Buck-A-bout, 2 Seat
1 388 Game Time - Duck Only Seat
1 359 Game Time - Frog Only Seat
1 5055 Game Time - Merry-Go-All
1 QRI388 GT-Shade - SD303014IG 14' IN-GE-SQ
5-12 Year Old Playground Part List:
Quantity Part Number Description
1 RDU Game Time - 5-12 Play Equipment
1 RDU Game Time - Swings
1 2133 Game Time - 8' Wld. Alum. Angle Leg Bench
1 QRI386 GT-Shade - RD253014IG 14' IN-GE-REC
2 178749 Game Time - Owner's Kit
99-2.03 Playground Equipment Fabrication
Contractor shall install all playground equipment according to manufacturers
specifications.
PowerScape® features 5" O.D. uprights with a positive bolt-through TRU-LOC fastening
system. The uprights shall be factory drilled to ensure accurate placement of components
and ease of installation. Field drilling and measuring are not required. PowerScape® is
a direct bolt system NOT a clamp system. All uprights shall receive factory installed
aluminum post caps and shall be shipped with a factory applied label indicating proper
surfacing level.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
8
All decks and components shall connect to support posts by means of a through-bolt
connection for strong, durable connections. Deck/Collar attachments shall not be
acceptable. All climbing attachments shall include a 15"" wide deck entryway or archway
to control deck access to one child at a time and help prevent inadvertent falls.
All decks and components shall connect to support posts by means of a through-bolt
connection for strong, durable connections. Deck/Collar attachments shall not be
acceptable. All climbing attachments shall include a 15"" wide deck entry archway to
control deck access to one child at a time and help prevent inadvertent falls
99-3 PICNIC TABLE MATERIALS
99-3.01 GENERAL
The Picnic Tables shall conform to Game Time Islay Hill Park Project #: P70102
manufactured by Game Time and available through Great Western Recreation. Contact:
Tyler Kyriopoulos (tyler@gwpark.com), phone: (435) 760-5103.
99-3.02 Picnic Table Material
The Picnic Tables shall be Wabash Valley Signature Picnic Tables - 8', Portable, 1-5/8"
diameter tubing, Perforated Top: Model Number SG110P
The ADA Picnic Tables shall be Wabash Valley Signature Picnic Tables - 8', Portable, 2-
3/8" diameter tubing, Perforated Top: Model Number SG115P
The Picnic Tables color shall be Blue.
99-3.03 Picnic Table Fabrication
Contractor shall install all playground equipment according to manufacturers
specifications. Install with Wabash Surface Mount Package.
99-4 BOTTLE FILLING STATION & DRINKING FOUNTAIN MATERIALS
99-4.01 GENERAL
The Bottle Filling Station & Drinking Fountain shall conform to Most Dependable
Fountains, Inc Phone: (800) 552-6331.
99-4.02 Bottle Filling Station & Drinking Fountain Material
The Bottle Filling Station & Drinking Fountain shall be Most Dependable Fountains: Model
Number 10495 WM
The Bottle Filling Station & Drinking Fountain color shall be Blue.
99-4.03 Picnic Table Fabrication
Contractor shall install the Bottle Filling Station & Drinking Fountain according to
manufacturers specifications.
Comply with Section 9, California Proposition 6 and the Federal Safe Drinking Water Act.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
9
99-5 WEAR MATS FOR SWINGS AND SLIDES MATERIALS
99-5.01 GENERAL
The Wear Mats for Swings and Slides shall conform to Direct Rubber Mulch. Phone:
(877) 884-3660.
99-5.02 Wear Mats for Swings and Slides Material
The Wear Mats for Swings and Slides shall be Direct Rubber Mulch Rubber Wear Mats
30" x 30"
99-5.03 Wear Mats for Swings and Slides Fabrication
Contractor shall install the Wear Mats for Swings and Slides according to manufacturers
specifications in the locations indicated on the plans.
DIVISION XIII APPENDICES
Appendix A – Form of Agreement
Appendix B – Geotechnical Engineering Report
APPENDIX
APPENDIX
10
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on __________________, 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
ISLAY HILL PARK PLAYGROUND EQUIPMENT REPLACEMENT, SPEC NO 91654.
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
11
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
by agreement between the parties or by the findings of a court of competent jurisdiction. In
APPENDIX
APPENDIX
12
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
13
APPENDIX B – GEOTECHNICAL ENGINEERING REPORT
GEOTECHNICAL ENGINEERING REPORT
CITY OF SAN IUIS OBISPO
ISTAY HILL PARK PTAYGROUND
EQUIPMENT REPLACEMENT PROJECT
TANK FARM ROAD, SAN LUIS OBISPO, CATIFORNIA
November L,2OL8
Prepared for
Ms. Ann Sever
Wallace Group
Prepared by
Earth Systems Pacific
4378 Old Santa Fe Road
San Luis Obispo, CA 93401
Copyright @ 2018
Earth Systems
4378 Old Santa Fe Road I San Luis Obispo, CA 93401, I Ph: 805.544.3276 | www.earthsystems.com
November t,àOLB
FILE NO.: 302536-001
Ms. Ann Sever
Wallace Group
6L2 Clarion Court
San Luis Obispo, CA 93401
PROJECT:CITY OF SAN LUIS OBISPO ISLAY HILL PARK PLAYGROUND
EQUIPM ENT REPLACEMENT PROJECT
TANK FARM ROAD, SAN LUIS OBISPO, CALIFORNIA
SUBJECT: Geotechnical Engineering Report
REFERENCE:Proposal to Provide a Geotechnical Engineering Report, lslay Hill Park
Playground Equipment Replacement Project, Tank Farm Road, San Luis
Obispo, California, by Earth Systems Pacific, Doc. No. 1808-094.PRP, dated
August 2L,2OI8
Dear Ms. Sever:
As per your authorization of the referenced proposal, this geotechnical engineering report has
been prepared for use in the development of plans and specifications for the playground
equipment replacement project at lslay Hill Park on Tank Farm Road in San Luis Obispo, California.
Preliminary geotechnical engineering recommendations for site preparation, grading,
foundations, pedestrian flatwork, drainage and maintenance, and observation and testing are
presented herein. Two bound copies and one electronic copy of the report are furnished for your
use.
We appreciate the opportunity to have provided professional services for this project and look
forward to working with you again in the future. lf there are any questions concerning this report,
please do not hesitate to contact the undersigned.
Sincerely,
Earth Systems Pacific
Robert Down, PE
Senior Engineer
tt/tlt (
Doc. No.: 1811-004.SER/pm
2/*.*
TW
C/VIL
[xp
No.70206
*
*
Or CAL\f
Table of Contents
COVER LETTER.
L.0 INTRODUCTION AND SITE SETTING
2.0 SCOPE OF SERVICES.
3.0 FIELD INVESTIGATION AND LABORATORY ANAYLSIS ......
4.O GENERAL SUBSURFACE PROFILE
5.0 coNcLUStoNs.............
6.0 PRELIMINARYGEOTECHNICAL ENGINEERING RECOMMENDATIONS
Site Preparation....
Grading
Foundations ................
Pedestrian Flatwork....
Drainage and Maintenance
Observation and Testing.
7.O CLOSURE..
TECH N ICAL REFERENCE LIST
APPENDICES
APPENDIX A Figure 1 - Site Vicinity Map
Figure 2 - Exploration Location Map
Boring Log Legend
Boring Logs
APPENDIX B Laboratory Test Results
..... il
.....1
.....L
,.,.,2
.....3
.4
.5
.6
.6
.8
..10
.,TL
..L2
..13
..15
City of San Luis Obispo
lslay Park Playground November I,2OLB
1.0 INTRODUCTION AND SITE SETT¡NG
This report addresses the planned replacement of the existing playground equipment and the
construction of new pedestrian flatwork within lslay Hill Park in San Luis Obispo, California. The
area where the new playground equipment and flatwork will be constructed is referred to herein
as the site. The project location is shown on Figure 1, the Site Vicinity Map in Appendix A.
We understand that the City is working with the playground equipment manufacturer to
determine the layout and type of new playground equipment. We have assumed that
conventional continuous and/or spread foundations are desired to support the playground
equipment. For the purposes of this report, maximum continuous loads of L klf (dead plus live
load), and maximum isolated loads of 2 kips (dead plus live load) have been assumed for the
playground equipment. Flatwork for pedestrian use only, surfaced with Portland Cement
Concrete (PCC), will provide access to the new playground equipment. To our knowledge, no
additional improvements are planned. We estimate that only very minor grading will be needed
to develop the playground and surface improvement areas, to improve access, and to improve
drainage.
lslay Hill Park is located south of the intersection of Tank Farm Road and Orcutt Road in the City
ofSanLuisObispo. Thesiteisgenerallyintheareaoftheexistingplaygroundequipment;west
of the existingtennis courts and north of the existingvolleyball court. The approximate central
site coordinates from the Google Earth Website (Google 2018) are latitude 35.2498 degrees
north, longitude L20.6252 degreeswest. The site is relativelyflat, and drainage is bysheetflow
into existing drainage improvements at the park.
2.0 SCOPE OF SERVTCES
The scope of work for the Geotechnical Engineering Report included a general site
reconnaissance, subsurface exploration, laboratory analysis of soilsamples, geotechnicalanalysis
of the data, and the preparation of this report. The analysis and subsequent recommendations
were based, in part, upon verbal information and a conceptual grading plan provided by the
client.
This report and recommendations are intended to comply with applicable requirements of
Sections 1803.1 through L803.6, J104.3 and J104.4 of the 2016 California Building Code (CBC),
and common geotechnical engineering practice in this area under similar conditions at this time.
L302536-001 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2OI8
The test procedures were accomplíshed in general conformance with the standards noted, as
modified by common geotechnical engineering practice in this area under similar conditions at
this time.
Preliminary geotechnical engineering recommendations for site preparation, grading,
foundations, pedestrian flatwork, drainage and maintenance, and observation and testing are
presented herein. As there may be geotechnical issues yet to be resolved, the geotechnical
engineer should be retained to provide consultation as the design progresses, and to review
project plans as they near completion to assist in verifying that pertinent geotechnical issues have
been addressed and to aid in conformance with the intent of this report.
It is our intent that this report be used exclusively by the client to form the geotechnical basis of
the design of the project and in the preparation of plans and specifications. Application beyond
this intent is strictly at the user's risk.
This report does not address issues in the domain of contractors such as, but not limited to, site
safety, loss of volume due to stripping of the site, shrinkage of soils during compaction,
excavatability, temporary slope angles, construction means and methods, etc. Analyses of site
or areal geology and of the soilfor corrosivity, man-made or naturally occurring asbestos, lead or
mold potential, radioisotopes, hydrocarbons or other chemical properties are beyond the scope
of this report. Evaluation of additional features such as access roads, fences, light and flag poles,
signage, and nonstructural fills are all not within our scope and are also not addressed.
ln the event that there are any changes in the nature, design, or location of improvements, or if
any assumptions used in the preparation of this report prove to be incorrect, the conclusions and
recommendations contained in this report shall not be considered valid unless the changes are
revíewed and the conclusions of this report verified or modified in writing by the geotechnical
engineer. The criteria presented in this report are considered preliminary until such time as any
peer review or review by any jurisdiction has been completed, conditions are observed by the
geotechnical engineer in the field during construction, and the recommendations have been
verified as appropriate, or modified in writing by the geotechnical engineer.
3.0 FIELD INVESTIGATION AND TABORATORY ANALYSIS
On September 14, 20L8, three exploratory borings were drilled at the site to depths of
approximately 14.5 to 16.5 feet below the ground surface (bgs). The borings were drilled with a
2302s36-001 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2018
Mobile Drill Model B-53 truck-mounted drill rig, equipped with 6-inch outside diameter hollow
stem auger and an automatic trip hammer for sampling. As the borings were drilled, soil samples
were obtained using a 3-inch outside diameter ring-lined barrel sampler (ASTM D 3550-L7 with
shoe similar to D 2937-L7). Standard penetration tests (SPT) using a 2-inch outside diameter
split-spoon samplerwere also performed in the borings (ASTM D L586-1L)at selected depths. A
bulk soil sample was obtained from the auger cuttings. After sampling was complete, the borings
were backfilled with the soil cuttings. Approximate boring locations are depicted on Figure 2, the
Exploration Location Map.
Soils encountered in the borings were categorized and logged in general accordance with the
Unified Soil Classification System and ASTM D2488-L7. Where bedrockwas encountered, its
properties were described based upon observation of ring or Standard Penetration Test samples,
observation of the spoils, the effort required to drill into the bedrock, and the energy required to
drive or push samplers into the bedrock. Copies of the boring logs and a Boring Log Legend are
included in Appendix A.
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 soil or bedrock
characteristics as observed during drilling. These include, but are not limited to, the presence of
cobbles or boulders, cementation, variations in soil moisture, presence of groundwater, and
other factors. Consequently, the logger must exercise judgment in interpret¡ng the subsurface
characteristics, possibly resulting in soil or bedrock descriptions that vary somewhat 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 rock may be harder than very dense sand or hard
clay. The legend takes these differences into account. The reader should also consider the
sampler type used when reviewing the blow counts.
Selected ring samples were tested for bulk density (ASTM D 2937-L7l and moisture (ASTM
D 22f6-LO). Two bulk samples were tested for maximum density and optimum moisture (ASTM
D L557-121and one was also tested for expansion index (ASTM D 4829-LI). The laboratory test
results can be found in Appendix B.
4.O GENERAL SUBSURFACE PROFILE
Generally, the site is surfaced with fill and/or alluvial deposits overlying sandstone bedrock. ln
Borings L and 2 fill material comprised the upper 4 feet. The fill was logged as being medium stiff
3302536-001 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2OI8
to stiff sandy lean clay. Alluvium was encountered from the ground surface in Boring 3 and below
4 feet in Borings I and 2. The alluvial deposits consisted of soft to stiff sandy fat clay and loose
clayey sand. Sandstone bedrock was encountered in Boring 3 at a depth of 9 feet below ground
surface to the maximum depth explored. The sandstone bedrock was logged as being very soft.
At the time of drilling, the soils and bedrock were generally moist to very moist. Free subsurface
water was not encountered in any of the borings to the maximum depth explored of L6.5 feet.
5.0 coNcrustoNs
ln our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed
project provided the recommendations contained herein are implemented in the design and
construction. From a geotechnical engineering standpoint, the primary concerns at the site are
the potential for excessive total and differential settlement, the expansion potential of the site
soils, and the erodible nature of soils above the bedrock. Additionally, seismic analysis and the
potential for liquefaction are discussed below.
Excessive Total and Differential Settlement
Excessive settlement (total and differential) can occur when foundations or improvements span
materials having variable consolidation, moisture, and density characteristics, such as the soils
and bedrock at this site. Such a situation can stress and possibly damage structures and
improvements, often resulting in severe cracks and displacement. To reduce this settlement
potential, it is necessary for all foundations and surface improvements to bear on material that
is as uniform as practicable. A program of overexcavation, scarification, moisture conditioning,
and compaction of the upper soils (and bedrock if encountered) in the playground and surface
improvement areas is recommended to provide more uniform soil moisture and density and
appropriate support.
Expansive Soils
An expansion index test was performed on a sample of the sandy lean clay fill material taken
from Boring L. The test produced a value of 66. Per Section 1803.5.3 of the 20L6 CBC, this soil
is considered to be expansive. Expansive soils tend to swell with seasonal increases in soil
moisture and shrink during the dry season as soil moisture decreases. The volume changes that
the soils undergo in this cyclical pattern can stress and damage flatwork and foundations if
precautionary measures are not incorporated into the desígn and construction procedure. Use
of deepened foundations, and thickened edges and a layer of nonexpansive material beneath the
PCC flatwork is recommended to reduce the potential for damage related to expansive soils.
4302536-001 1811-004.SER
City of San Luis Obispo
lslay Park Playground November t,2OL8
Erosion Potential
The soils above the bedrock are considered erodible. Caution should be exercised to protect the
soil from erosion during and following construction.
Seismic Analvsis
The site is in a region of high seismic activity, with the potential for large seismic events that could
generate strong ground shaking. The CBC requires that seismic loads are considered in structural
design. A seismic analysis was undertaken to provide seismic acceleration design parameters; the
results are presented in the "Foundations" section of this report for use by others in the process
of structural design.
The 20L0 ASCE 7 method with 2013 updates, available on the United States Geological Survey
Earthquake Hazards Program website (USGS 2}t8l, was used for the seismic analysis. Based on
our understanding of the nature of occupancy of the structures, they would not be designated
as "essentialfacilities" (Risk Category lV) per CBC Table L604.5 (CBSC 2OL6l, so the option for Risk
Categories l, ll, or lll was selected. Site coordinates of 35.2498 degrees north and L2O.6252
degrees west as taken from the Google Earth website (Google 2018) were used in the analysis.
Based upon the subsurface conditions encountered during our investigation, Site Class D (Stiff
Soil)was used.
Liq uefaction Potential
Given the shallow depth to bedrock, the potential for liquefaction at the site is considered to be
nil.
6.0 PRELIMINARYGEOTECHNICALENGINEERINGRECOMMENDATIONS
These recommendations are applicable for the proposed playground and associated
improvements as described in the "lntroduction and Site Setting" section of th¡s report. lf
improvements not previously mentioned are included, or if loads, elevations, etc. change the
geotechnical engineer should be contacted for revised recommendations, if determined to be
needed.
Unless otherwise noted, the following definitions are used in these recommendations presented
below. Where terms are not defined, definitions commonly used in the construction industry are
intended.
5302536-001 18L1-004.SER
City of San Luis Obispo
lslay Park Playground November I,2OL8
Foundation Area: The footprint of the foundations for the proposed playground
equipment, which will utilize conventional continuous and/or spread foundations.
Pedestrian Flatwork Area: The footprint on any PCC flatwork that will accommodate
pedestrian foot traffic only.
Grading Area: The entire area to be graded, including the foundation areas,
pedestrian flatwork areas, and any other areas to be graded.
Scarified: Thoroughly plowed or ripped in two orthogonal directions to a depth of not less
than L2 inches.
Moisture Conditioned: Soil moisture content adjusted to optimum moisture content, or
just above, prior to application of compactive effort.
Compacted / Recompacted: Soils placed in level lifts not exceeding 8 inches in loose
thickness and compacted to a minimum of 90 percent of maximum dry density, unless
specified otherwise. The standard tests used to establish maximum dry density and field
density should be ASTM D L557-12 and ASTM D 6938-17a, respectively, or other methods
acceptable to the geotechnical engineer and jurisdiction.
Site Preparation
L. The ground surface in the grading area should be prepared for construction by removing
all existing playground equipment, flatwork, foundations, concrete, vegetation, debris,
and other deleterious materials. Any existing utility lines that will not remain in service
should be either removed or abandoned. The appropriate method of utility
abandonment will depend upon the type and depth of the utility. Recommendations for
abandonment can be made as necessary.
2. Voids created by the removal of materials or utilities described above should be called to
the attention of the geotechnical engineer. No fill should be placed unless the underlying
soil has been observed by the geotechnical engineer.
Grading
Foundation Areas
Following site preparation, the soil in foundation areas should be excavated to a level
plane a minimum of L foot below planned bottom of footing elevation, or a minimum of
a
o
a
a
a
a
L.
6302536-001 1811-004.SER
3.
City of San Luis Obispo
lslay Park Playground November 1,20t8
2 feet below lowest adjacent grade, whichever is deeper. During construction, locally
deeper removals may be recommended based on field conditions. The resulting soil
surface should then be scarified, moisture conditioned, and recompacted.
Pedestrian Flatwork Areas
2. The soil in the pedestrian flatwork areas should be excavated to subgrade elevation.
During construction, locally deeper removals may be recommended based on field
conditions. The subgrade should be then scarified, moisture conditioned, and
recompacted.
ln conventional construction, it is common to use 4 to 6 inches of sand beneath flatwork.
Due to the expansive soil conditions, there is a moderate risk of movement and damage
to such flatwork if conventional measures are used. Heaving and cracking are likely to
occur. Where limiting the movement of the flatwork is of high importance, a minimum
of 18 inches of nonexpansive material should be placed below the flatwork. The subgrade
should be thoroughly moisture conditioned and no desiccation cracks should be present
prior to placement of the nonexpansive material.
ln areas where movement of the flatwork is not as critical, 4to L2 inches of nonexpansive
material may be appropriate, however, the decision to place nonexpansive material and
the depth to which it is placed is left to the architect, engineer, andf or client. The deeper
the layer of nonexpansive material in the flatwork area, the better the protection from
potential damage due to expansive soil movement.
Nonexpansive materials are generally defined as materials that fall in the GW, GP, GM,
GC, SP, SW, SC and SM categories per ASTM D 2487-t7, and that have an expansion index
of L0 or less (ASTM D 4829-tLl.
Gradine - General
ln the remainder of the grading area, prior to placement of fill or filling excavations to
grade, the existing or excavated soil surfaces should be scarified, moisture conditioned,
and recompacted.
Voids created by dislodging rocks and/or debris during scarification should be backfilled
and compacted, and the dislodged materials should be removed from the work area.
4
5
6
7
7302536-001 1811-004.SER
8
City of San Luis Obispo
lslay Park Playground November 1,,20L8
lf the soils are overly moist so that they become unstable or if the recommended
compaction cannot be readily achieved, drying the soil to optimum moisture content, or
just above, ffiây be necessary. Placement of gravel layers or geotextiles may also be
necessary to help stabilize unstable soils. lf such conditions are found, the geotechnical
engineer should be contacted to assist the contractor in selecting appropriate measures
for stabilization of unstable soils.
The recommended soil moisture content should be maintained throughout construction.
Failure to maintain the soil moisture content can result in cracks and disturbance, which
are an indication of degradation of the soil compaction. lf cracks are allowed to develop,
or if soils near improvements such as foundations, flatwork, curbs, etc. are otherwise
disturbed, damage to those improvements may result. Soils that have cracked or are
otherwise disturbed should be removed, moisture conditioned, and compacted.
Materials used as fill should be cleaned of all debris and any rocks larger than 3 inches in
maximum dimension. When fill material includes rocks, the rocks should be placed in a
sufficient soil matrix to ensure that voids caused by nesting of the rocks will not occur and
that the fillcan be properly compacted. Voids created by dislodging rocks and/or debris
during scarification, if necessary, should be backfilled and recompacted, and the
dislodged materials should be removed from the work area.
Lt. All f¡ll should be placed in level lifts, moisture conditioned, and compacted
Foundations
Continuous and spread footings bearing in properly compacted structuralfill, as described
in the "Grading" section, may be used to support the playground equipment. Footings
should penetrate a minimum of 18 inches below lowest adjacent firm soilgrade.
Continuous footings should be reinforced, at a minimum, by two No. 5 rebar, one at the
top and one at the bottom, or as required by the architect/engineer. Spread footings
should be reinforced in accordance with the requirements of the architect/engineer.
Footings bearing in properly compacted structural fill may be designed using maximum
allowable bearing capacities of 1,500 psf dead load and 2,OOO psf dead plus live loads.
Using these criteria, maximum settlement and differential settlement are expected to be
I/2inch and 3/8 inch, respectively.
9
10.
L
2
3
I302s36-001 L811-004.SER
4
City of San Luis Obispo
lslay Park Playground November L,201.8
ln calculating resistance to lateral loads, a passive equivalent fluid pressure of 250 pcf in
the soil may be used. Coefficient of friction for soil of 0.35 may also be utilized in the
design. Lateral capacity is based on the assumption that the soil adjacent to the
foundations is undisturbed. Passive and friction components of resistance may be
combined in the analysis without reduction to either value.
Allowable bearing capacities may be increased by one-third when transient loads such as
wind or seismicity are included. Based on the subsurface conditions encountered in the
borings, the Site Class per Chapter 20 Table 20.3-L (ASCE, 20L3) is"D" , a "Stiff Soil Profile."
Using the Earthquake Hazards Program website (USGS, 2OL8l, the ASCE Standard 7-10
setting, the option for "Risk Category I or ll or lll", and the site coordinates from the
"lntroduction and Site Setting" section of this report, the following seismic parameters
were determined.
5.
9302s36-001 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2OI8
SEISMIC PARAMETERS
6.Foundation excavations should be observed by the geotechnical engineer during
excavation and prior to placement of formwork, reinforcing steel or concrete. Soil in
foundation excavations should be lightly moistened and no desiccation cracks should be
present prior to concrete placement.
Pedestrian Flatwork
PCC pedestrian flatwork should have a minimum thickness of 4 full inches. Reinforcement
size, placement, and dowels should be as directed by the architect/engineer; minimum
pedestrian flatwork reinforcement should consist of No. 3 rebar placed at 24 inches on-
center each way.
Where maintaining the elevation of the pedestrian flatwork is critical, the flatwork should
be doweled to the perimeter of adjacent improvements, at a minimum, by No. 3 dowels
lapped to the flatwork rebar. ln other areas, the flatwork may be doweled to the
foundation or the flatwork may be allowed to "float flree," at the discretion of the
architect/engineer. Flatwork that is intended to float free should be separated from
foundations or other improvements by a felt joint or other means.
3. ln addition to the placement of nonexpansive material in the pedestrian flatwork areas
as described in the "Grading" section, another measure that can be taken to reduce the
risk of movement of flatwork due to expansive soils is to provide thickened edges or grade
beams around the perimeters of the flatwork. The thickened edges or grade beams could
be from L2 to 2I inches deep, with the deeper edges or grade beams providing better
protection. At a minimum, the thickened edge or grade beam should be reinforced by
302536-001 10 1811-004.SER
L
2
Mapped Spectral
Response Acceleration
for Site Class B
Site Coefficients for Site
CIass D
Adjusted MCE
Spectral Response
Accelerations for Site
Class D
Design Spectral
Response
Accelerations for Site
Class D
Seismic
Parameter
Value
(e)
Site
Coefficíent Value
Seismic
Parameter Value (g)Seismic
Parameter
Value
(e)
Ss L.L48 F"L.O4T Srvrs L.1_95 Sos 0.797
Sr 0.439 Fu 1.561_Srvrr 0.686 Sor 0.457
Peak Mean Ground Acceleration (PGA'') : 0.480 g
Seismic Design Category = I
4
City of San Luis Obispo
lslay Park Playground November L,2OL8
two No. 5 rebar, one at the top and one at the bottom. The use of thickened edges or
grade beams is left to the discretion of the city and/or architect/engineer.
To reduce shrinkage cracks in concrete, the concrete aggregates should be of appropriate
size and proportion, the water/cement ratio should be low, the concrete should be
properly placed and finished, contraction joints should be installed, and the concrete
should be properly cured. Concrete materials, placement, and curing specifications
should be at the direction of the architect/engineer; ACI 302.1R-L5 is suggested as a
resource for the architect/engineer in preparing such specifications.
Drainage and Maintenance
Unpaved ground surfaces should be graded during construction and, per Section L804.4
of the 2016 CBC, finish graded to direct surface runoff away from foundations, slopes,
and other improvements at a minimum 5 percent grade for a minimum distance of
L0 feet. lf this is not feasible due to the terrain, or other factors, swales with improved
surfaces, area drains, or other drainage features should be provided to d¡vert drainage
away from these areas.
2.Finished surfaces should be sloped to freely drain toward appropriate drainage facilities.
Water should not be allowed to stand or pond on or adjacent to foundations or
improvements.
Surface drains should be provided for areas adjacent to flatwork that would not otherwise
freely drain.
The site soils are erodible. To reduce erosion damage it is essentialthat the surface soils,
particularly those disturbed during construction, be stabilized by vegetation or other
means during ond following construction. Care should be taken to establish and maintain
vegetation. The landscaping and flatwork should be installed to maintain the surface
drainage recommended above.
Maintenance of drainage, erosion control, and other improvements is critical to the long-
term stability of slopes and the integrity of the improvements. Site improvements,
particularly drainage improvements, should be inspected and maintained on a regular
basis.
I
3
4
5
302536-001 tt 1811-004.SER
6
City of San Luis Obispo
lslay Park Playground November L,20L8
Vegetation, erosion matting or other forms of erosion protection should be used in all
areas disturbed by construction, as required by the architect/engineer. Vegetation,
erosion matting, etc., should be maintained or augmented as needed. lrrigation systems
should be maintained so that the soils are not over-watered or allowed to desiccate.
To reduce the potential for undermining of foundations, flatwork, and other
improvements, all rodent activity should be aggressively controlled and kept to an
absolute minimum.
Observation and Testing
L. lt must be recognized that the recommendations contained in this report are based on a
limited number of exploratory borings and rely on continuity of the subsurface conditions
encountered.
2.At a minimum, the geotechnical engineer should be retained to provide:
. Consultation during the design phase
. Professional observation during grading
. Oversight of compaction testing and special inspection during grading
. Oversight of special inspection during foundation construction
Special inspection of grading and backfill should be provided as per CBC Section 1705.6
and CBC Table 1705.6 (CBSC, 201.6l. The special inspector should be under the direction
of the geotechnical engineer. lt is our opinion that none of the grading construction is of
a nature that should warrant continuous special inspection; periodic special inspection
should suffice. Subject to approval by the Building Official, the exception to cont¡nuous
special inspection as described in CBC Section L7O4.2 (CBSC, 20fq may be specified by
the architect/engineer and periodic special inspection of the following items should be
provided by the special inspector:
. Stripping and clearing of vegetation and unsuitable materials
o Overexcavation to the recommended depths
. Scarification, moisture conditioning, and compaction of the soil
. Fill quality, placement, and compaction
. Foundationexcavations
7
3
302536-001 t2 1811-004.SER
5
City of San Luis Obispo
lslay Park Playground November I,2OL8
4.A program of quality control should be developed prior to the beginning of the project.
The contractor or project manager should determine any additional inspection items
required by the architect/engineer or the governing jurisdiction.
Locations and frequency of compaction tests should be as per the recommendation of
the geotechnical engineer at the time of construction. The recommended test location
and frequency may be subject to modification by the geotechnical engineer, based upon
soil and moisture conditions encountered, size and type of equipment used by the
contractor, the general trend of the results of compaction tests, or other factors.
A preconstruction conference among the geotechnical engineer, the City, the soil special
inspector, the architect/engineer, and contractors is recommended to discuss planned
construction procedures and quality control requirements.
The geotechnical engineer should be notified at least 48 hours prior to beginning
construction operations. lf Earth Systems Pacific is not retained to provide construction
observation and testing services, it shall not be responsible for the interpretation of the
information by others or any consequences arising therefrom.
7.O CLOSURE
Our intent was to perform the investigation in a manner consistent with the level of care and skill
ordinarily exercised by members of the profession currently practicing in the locality of this
project under similar conditions. No representation, warranty, or guarantee is either expressed
or implied. This report is intended for the exclusive use by the client as discussed in the "Scope
of Services" section. Application beyond the stated intent is strictly at the user's risk.
This report is valid for conditions as they exist at this time for the type of project described herein.
The conclusions and recommendations contained in this report could be rendered invalid, either
in whole or in part, due to changes in building codes, regulations, standards of geotechnical or
construction practice, changes in physical conditions, or the broadening of knowledge. lf Earth
Systems Pacific is not retained to provide construction observation and testing services, it shall
not be responsible for the interpretation of the information by others or any consequences
arising there from.
6
7
302s36-001 13 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2OL8
lf changes with respect to project type or location become necessary, if items not addressed in
this report are incorporated into plans, or if any of the assumptions used in the preparation of
this report are not correct, the geotechnical engineer shall be notified for modifications to this
report. Any items not specifically addressed in this report should comply with the CBC and the
requirements of the governing jurisdiction.
The preliminary recommendations of this report are based upon geotechnical conditions
encountered at the site, and may be augmented by additional requirements of the
architect/engineer, or by additional recommendations provided by the geotechnical engineer
based on peer or jurisdictional reviews, or conditions exposed at the time of construction.
This document, the data, conclusions, and recommendations contained herein are the property
of Earth Systems Pacific. This report shall be used in its entirety, with no individual sections
reproduced or used out of context. Copies may be made only by Earth Systems Pacific, the client,
and the client's authorized agents for use exclusively on the subject project. Any other use is
subject to federal copyright laws and the written approval of Earth Systems Pacific.
Thank you for this opportunity to have been of service. lf you have any questions, please feel
free to contact this office at your convenience.
End ofText.
302536-001 t4 1811-004.SER
City of San Luis Obispo
lslay Park Playground November L,2018
TECHNICAT REFERENCE TIST
ACI (American Concrete lnstitute). 2015. "Guide to Concrete Floor and Slab Construction."
Documents 302.1R-15.
ASCE (American Society of Civil Engineers). 20L3. Minimum Design Loads for Buildings and other
Structures (7-70, third printing), Stondards ASCE/SEl 7-1,0.
ASTM (American Society for Testing Materials). 2OL7. Annuol Book of Standards. ASTM.
CBSC (California Building Standards Commission). 20L6. Cølifornio Building Code (CBC). CBSC.
Google Earth. 20L8. Google Earth [website], retr¡eved from:
http ://www. google.com/ea rth/i n dex. htm I
USGS (United States Geological Survey). 20L8. Earthquake Hazards Program, retrieved from:
http ://e a rt h q u a ke. u sgs. gov/h aza rd s/d esi gn m a ps/
302536-001 15 1811-004.SER
APPENDIX A
Figure 1 - Site Vicinity Map
Figure 2 - Exploration Location Map
Boring Log Legend
Boring Logs
F¡gure 1DateSeptember 201 8Proiect No.302536-001City of San Luis Obispo lslay Hill ParkTank Farm RoadSan Luis Obispo, CaliforniaSITE VICINITY MAP-N-,J."^.,NOTEarth Systems Pacific4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276. Fax (805) 544-1786e
Figure 2DateSepiember 201 IPro¡ect No.302536-001EXPLORATION LOCATION MAPCity of San Luis Obispo lslay Hill Park PlaygroundTank Farm RoadSan Luis Obispo, California!¡N_LEGEND'+Boring Location (Approx.)BASE MAP PROVIDED BY: GOOGLE EARTHNOT TO SCALEEarth Systems Pacific4378 Old Santa Fe Road, San Luis Obispo, CA 93401www.earthsystems.com(805) 544-3276 ¡ Fax (805) 544-1786e
CLASSffFgCAT¡ON {AsTM zã"EV!Eun¡ðFt sof,t_(-?sYsTEiþr D
TYPICAL DËSCRIPTIONS
GW WELL GRAOED
NO FINÊS
GRAVELS. GRAVEL-SA$ID MIXTUREg, UTTLË, OR
GP POORLY GRADEÐ
MIXÏURES, LITTLE
GRAVELS, OR GRAVEL.SAND
OR NO FINES
GM SILry
FINES
GRAVELS, GRAVEL.SANÐ-SIL-r M'XTURES.NON-PLASTIC
GC CLAYEY
FINES
GRAVELS, GRAVEL€ANЀLAY MIXTURES, PLASTIC
SW VVELL GRADED SANDS, GRAVELLY SANDS, LITTLË OR NO FINES
SP POORL
FINES
Y GRADED SANDS OR GRAVELL Y SANDS, LITTLE OR NO
BORING
LOG
LEGEND
Pacsffic.FartF¡
SM SILTY SANDS, SAND.SILT MIXTURES, NON-PLASTIC FINES
tf)JgÉ
osã
z o1u
= uìN# $;q
CI 1rpï
#Ë;tc
LJ
O ù(-CLAYEY SANDS, SANÐ-CLAY MIXTURES, PLASTIC FINESSAMPLE / SUBSURFACË
WATER SYMBOLS
GRAPH.
ML INORGANIC
FINE SANDSCALIFORNIA MODIFIED I
CL INORGANIC CLAYS OF
CLAYS, SANDY CLAYS.
LOW TO MEDIUM PLASTICITY
SILTY CLAYS, LEAN CLAYS
GRAVELL
STANDARD PÊNETRATION TEST (SPT)O OL ORGANIC SILTS
PLASTICITY
AND ORGANIC SILTY CLAYS OF LOW
SHËLBYTUBE E MH INORGANIC SoR slLTY sor ILTS, MICACEOUS OR
LS. ELASTIC SILTS
DIATOMACEOUS F¡NE
BULK
\-ñ INORGANIC ÇLAYS OF HIGH PLASTIÇITY, FAT CLAYSSUBSURFACF WATER
DURING DRILLING g
OH ORGANIC
SILÏS CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC
SUBSURFACË WATER
AFTER DRILL¡NG V
U)J
ı
U)
tltrlz
É.
C}
illz
LL
5d^
Ê¡íS*
ñas
Ètü9iû
;¿6
fãiø
i
PÏ PEATAND OTHER HIGHLY ORGANIC SOILS VV
OBSERVED MOISTURE COf,¡D¡T¡ON
DRY SLIGHTLY MOIST MOfST VERY MOIST WET ÏU
CONSIST'ENCY
COARSE GRA¡NED SOILS FINE GRAINED SOILS
SPT DESCRIPTIVE TERM DESCRIPTIVE TERM
o-2
GRA¡ñ{ SIZES
U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING
3/4"# 2AO #40 #10 #4 12"J
SAND GRAVELÞlL I ı( ULAY
FINE MEDIUM COARSE FINE COARSE
COBBLES BOULDERS
TYPICAL BEDROCK Í-IAR,Dil¡ESS
MAJOR DIVISIONS TYPICAL DESCR¡PTIONS
EXTREMELY HARD CORE, FRAGMENT, OR EXPOSURE CANNOT BE SCRATCHEDWITHREPEATED HEAVYHAMMERRLÓWs -- _- "''-'WITH KNIFE OR SHARP PICK; CAN ONLY BE CHtppED
VERY HARD qANNOf BE SCRATCHEÐ W|TH KN¡FE OR SHARPHAMMER BLOWS PICK; CORE OR FRAGMENT BREAKS WITH REPEATED I,{EAVY
HARD CAN BË SCRA.|-CHED WITH KNIFE OR SHARP PICKREQUIRED TO BREAK SPECIMEN PRESSURE); HEAVY HAMMER BLoWWITH D¡FFICULTY (HEAVY
MODERATELY HARD CAN BE GROOVEÐ 1/16 INCH DEEP BY KN¡FE OR SHARPoR FRAGMENT BREAKS wtrH LTGHT HAMMER ar_ovi¡ ôn PICK WITH MODERATE OR HEAVYHEAVY MANUAL PRESSURE COREPRESSURE;
SOFT OR SHARP PICK WITH
MANUAL PRESSURE
LIGHT CANPRESSURE,BE SCRATCHED WITH
VERY SOFT caN BE READ|LY INDENTED, GROOVËD OR GOUGEÐLIGHT MANUAL PRESSURE OR CARVED WITH KNIFE; BREAKS WITHWITH FINGERNA|L,
TYP¡CAI- BEDROCK WEATÍ-IER¡ñ¡G
MAJOR DIVISIONS TYPIÇAL DESCRIPTIONS
FRESH NO DISCOLORATION, NO-f OXIDIZED
SLIGHTLY WEATHERED DISCOLORATION OR OXIDATION IS LIMITED TOFELDSPAR CRYSTALS ARE DULL DISÏANCE FROM, FRACTURES: SQMESURFACE OF, OR SHORT
DISCOLORATION OR"RUSTY', FELDSPAR FRACTURES, USUALLY THROUGHOUT:Fe-Mg MINERALS ARE
INI-ENSELY WEATHERED DISCOLORATION OR OXIDATION THROUGHOUT: FELDSpARfo soME EXTÉNT, oR GHEMtcAL ALTERAIoN ÞRoÐucÉs AND Fe-Mq MINERALS ARE
IN SITU DISAGGREGATION AL IUTERED CLAY
DÊCOMPOSED ASSUCH MAYQUARTZ BE UNAL D;TEREARE
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO ISLAY HILL
PARK PLAYGROUND
Tank Farm Road
San Luis Obispo, Galifornia
U)
aJ)f(J
Ø()
U)f
Jot¡
an
S@IL DESGRIPTI@N
J
>Õff ø,trp
z
JulfLÈ
<F
U)
l--
ØZC
Hê
É.o
uJ
É.f^F-:oU' ?)
ı
(¿.
=ãO.s
ıH
CL SANDY LEAN CLAY: dark brown, medium stiff,
moist (Fill)
brown/dark brown mottled, trace organics
CH SANDY FAT CLAY: dark brown to black, medium
stiff, moist (Alluvium)
very moist
brown
F^
E$o-
-o-
5
6
7
I
10
11
12
13
14
15
16
17
18
19
20
21
22
2
+
23
24
25
?6
End of Boring @ 16.5'
No subsurface water encountered
1.0 - 4.0
3.0 - 4.5
5.0 - 6.5
5.0 - 8.0
10.0 - 11.5
15.0 - 16.5
o
o
I
r
111.3
106.0
94.8
104.7
12.3
19.7
23.6
21.9
11
10
5 I
3
6
3
3
5
1
4
4
e LOGGED BY: R. Wagner
DRILL RIG: Mobile B-53 with Automatic Hammer
AUGER TYPE: 6" Hollow Stem
LEGEND: I Ring Sample Q CraO Sample l---l Shelby Tube Sample {t Ser
NOTE: Thislogofsubsurfacecond¡tionsisasimplificat¡onofactual conditionsencountered. ltappl¡esatthelocat¡onandt¡meofdrill¡ng.
Suþsurface conditions may differ at other locat¡ons and times.
Boring No. 1
PAGE 1 OF 1
JOB NO.: 302536-001
DATE: 9114118
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO ISLAY HILL
PARK PLAYGROUND
Tank Farm Road
San Luis Obispo, Galifornia
Ø
U)
5o
(/)o
U)l
Joû¡
Ø
S@[L DtrSGRIPTI@N
J
>â
trË
z
IUJUJTL ô.
<FU'
t-
ØZC
Hg
É.o
s
lrJ
É.:)t-
9.o
ØZ
=ãO.s
dH
CL SANDY LEAN CLAY: dark gray to dark brown,
stiff, moist, lenses of clayey sand, trace gravel
(F¡il)
SC
CH SANDY FAT CLAY: dark brown to black, stiff,
moist, trace caliche (Alluvium)
CLAYEY SAND: olive brown, loose, very moist
increasing clay content
F^
EEo-
-o-
2
4
7
a
I
10
11
12
13
14
15
17
1a
19
20
21
22
23
24
25
26
End of Boring @ 16.5'
No subsurface water encountered
0.0 - 4.0
5.0 - 6.5
10.0 - 11.5
15.0 - 16.5
o
r
o
112.O
93.2
16.9
31.3
11
4 I
3
4
5
1
1
2
e LOGGED BY: R. Wagner
DRILL RIG: Mobile B-53 with Automatic Hammer
AUGER TYPE: 6" Hollow Stem
LEGEND: I ning Sample Q Crao Sample - Shelby Tube Sample I Ser
NOTE: This log of subsurface condit¡ons ¡s a simplification of actual conditions encountered. lt applies at the location and time of drilling.
Subsurface conditions may differ at other locat¡ons and t¡mes.
Boring No. 2
PAGE 1 OF 1
JOB NO.: 302536-001
DATE: 9114118
Earth Systems Pacific
SAMPLE DATACITY OF SAN LUIS OBISPO ISLAY HILL
PARK PLAYGROUND
Tank Farm Road
San Luis Obispo, Galifornia
U)Ø
5o
at)(J
U)f
Joo
U)
S@[L DtrSGRIPTI@N
o)
d)
J
É
IJJFz
IU
=J ul
39< t--
F
at)ZCuloo-9
É.o
s
ul
É.lF
U)
o
ø2
=;Q, r.ıH
CH SANDY FAT CLAY: dark brown to black, stiff,
moist, trace gravel (Alluvium)
SANDSTONE: light brown to light gray, very soft,
very weathered, clayey
T^
^d)üeo-
-o-
21
2
3
+
5
ô
7
a
s
1C)
20
22
23
24
26
11
12
13
14
15
16
17
18
19
End of Boring @ 14.5'
No subsurface water encountered
5.0 - 6.5
10.0 - 11.5
14.0 - 14.5
I
o
105.5
117.5
18.2
12.1
11
16
4 I
7
29
50/5"
e LOGGED BY: R. Wagner
DRILL RIG: Mobile B-53 with Automatic Hammer
AUGER TYPE: 6" Hollow Stem
LEGEND: I Ring Sample Q Cran Sample l---1 ShelbyTube Sample ! Sef
NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. lt applies at the location and time of drilling.
Subsurface conditions may differ at other locations ând times.
Boring No. 3
PAGE 1 OF 1
JOB NO.: 302536-001
DATE: 9114118
APPENDIX B
Laboratory Test Results
City of San Luis Obispo
lslay Hill Park Playground
BULK DENSITY TEST RESUTTS ASTM D 2937-17 (modified for ring liners)
302536-001
October 2, 20L8
BORING
NO.
DEPTH
feet
MOISTURE
CONTENT, %
WET
DENSITY, pcf
DRV
DENSIW, pcf
4.0 - 4.5
6.0 - 6.s
11.0 - 11.5
16.0 - 16.5
6.0 - 6.5
11.0 - 11.5
6.0 - 6.5
11.0 - 11.5
EXPANS¡ON INDEX TEST RESULTS
t
t
t
7
2
2
3
3
12.3
19.7
23.6
2t.9
16.9
31.3
L8.2
12.1
r24.9
!26.9
177.L
127.6
130.9
122.4
124.7
131.8
I17.3
106.0
94.8
104.7
t!2.o
93.2
105.5
1t7.5
ASÏM D 4829.7I
BORING
NO.
DEPTH EXPANSION
INDEXfeet
L 0.0 - 4.0 66
City of San Luis Obispo
lslay Hill Park Playground
MOISTURE-DENSITY COMPACTION TEST
302536-001
ASTM D L557-L2 (Modified)
PROCEDURE USED: A
PREPARATION METHOD: Moist
RAMMER TYPE: Mechanical
SPECIFIC GRAVITY: 2.70 (assumed)
SIEVE DATA:
Sieve Size % Retained (Cumulative)
3/4"
3/9"
#4
October 2,20L8
Boring f1 @ 0.0 - 4.0'
Dark Brown Sandy Lean Clay (CL)
MAXIMUM DRY DENSITY:119.9 pcf
OPTIMUM MOISTURE: 12.1%
0
0
0
ÈrI
f
Fr
(âzr-ìt{
l3l
130
129
128
t77
126
t25
t24
123
t22
t2t
t20
n9
I l8
117
1r6
lt5
l14
ll3
il2
ltr
0 I 2 3 4 5 6 7 8 9 t0 ll 12 t3 14 t5 16 17 t8 19 20 2t 22 23 24 25
MOISTURE CONTENT, percent
Compaction Curve Zero Air Voids Curve
City of San Luis Obispo
lslay Hill Park Playground
MOISTURE.DENSIW COM PACTION TEST
302536-00L
ASTM D r557-t2 (Modified)
PROCEDURE USED: B
PREPARATION METHOD: Moist
RAMMER WPE: Mechanical
SPECIFIC GRAVITY: 2.70 (assumed)
SIEVE DATA:
Sieve Size % Reta¡ned (Cumulative)
October 2,20t8
Boring #2 @ 0.0 - 4.0'
Dark Gray Brown Sandy Lean Clay with Gravel (CL)
MAXIMUM DRY DENSITY: 122.O pcf
OPTIMUM MOISTURE: 10.5%
L
4
2t
3/4"
3/9"
#4
rÈiI
f
t.r
(nztrl
tl
l3l
130
t29
128
127
126
125
124
123
t22
t2t
120
il9
118
t17
l16
I l5
lt4
I l3
nz
lil
0 I 2. 3 4 5 6 7 8 9 l0 il 12 t3 t4 15 tó l7 t8 t9 20 2t 22 23 24 25
MOISTURE CONTENT, percent
Compaction Curve Zero Air Voids Curve