Loading...
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