Loading...
HomeMy WebLinkAboutItem 06 - COUNCIL READING FILE_b_Project Specifications SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Jeffrey Sewer and Water Replacement Specification No. 1000090 November 2020 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Jeffrey Sewer and Water Replacement Specification No. 1000090 Approval Date: January 12, 2021 January XX, 2021 January XX, 2021 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I  BID SUBMISSION ...................................................................................................................................... I  BID DOCUMENTS .................................................................................................................................... II  PROJECT INFORMATION....................................................................................................................... III  QUALIFICATIONS .................................................................................................................................... III  AWARD ..................................................................................................................................................... V  ACCOMMODATION .................................................................................................................................. V  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR JEFFREY SEWER AND WATER REPLACEMENT, SPECIFICATION NO. 1000090 ................................................................................................................................................................... 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  4 SCOPE OF WORK ............................................................................................................................. 1  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 3   DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3  14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 3  DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 3  77 LOCAL INFRASTRUCTURE ............................................................................................................ 3  DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 7   84 MARKINGS ....................................................................................................................................... 7  DIVISION XIII APPENDICES .................................................................................................................... 7  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  APPENDIX B – PROJECT MITIGATION MEASURES ................................................... 3  APPENDIX C – GEOTECHNICAL REPORT .................................................................. 4  APPENDIX D – SHUTDOWN AREA MAP ...................................................................... 5  NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids shall be mailed to the following address: City of San Luis Obispo Public Works Administration Attn: Hai Nguyen 919 Palm Street San Luis Obispo, CA 93401 Bids delivered in person will not be accepted. All mailed bids must be delivered and in possession of the project manager by: 2:00 p.m. on February xx, 2020 at which time bids will be publicly opened and read aloud via Skype video conference and conference call. In-person attendance of the bid opening will not be permitted in adherence to social distancing measures. Use the following link: https://meet.lync.com/slocitycloud/achang/tpzqczf6?sl=1 or join by phone with this number: 1 (209) 645-4165 with Conference ID:219881247. Jeffrey Sewer and Water Replacement, Specification No. 1000090 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. NOTICE TO BIDDERS NOTICE TO BIDDERS ii 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. 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. $15.00 if picked up in person, or 2. $25.00 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. $30.00 if picked up in person, or 2. $50.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Hai Nguyen at 805-781-7108 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. NOTICE TO BIDDERS NOTICE TO BIDDERS iii You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project consists of the replacement of existing sewerlines and waterlines by open trenching and pipe bursting. The project estimated construction cost and contract time established for the project is a follows: BASE BID: $2,210,000 100 working days ADDITIVE ALTERNATIVE “A” $200,000 20 working days TOTAL PROJECT BID (BASE BID + ADD ALT. “A”): $2,410,000 The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or C34 Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. NOTICE TO BIDDERS NOTICE TO BIDDERS iv All referenced projects must be for underground pipeline projects of similar size constructed in the public Right of Way under contract with a city, county, state or federal government agency as the prime contractor. One of the three referenced projects must be for sewerline replacement by pneumatic pipe bursting. If you do not have the necessary pneumatic pipe bursting experience, you may elect to subcontract that work. If you elect to subcontract that work, you must submit subcontractor qualifications for one pneumatic pipe bursting on the form provided herein. Two of the three referenced projects must be for an underground waterline project including service connections. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation NOTICE TO BIDDERS NOTICE TO BIDDERS v 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 $2,410,000 using either:  TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $2,410,000 or  BASE BID, if Base Bid is less than $2,410,000 and Base Bid + Add. Alt. “A” is greater than $2,410,000. 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. 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 JEFFREY SEWER AND WATER REPLACEMENT, SPECIFICATION NO. 1000090 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 7 TRAFFIC CONTROL PLAN AND  IMPLEMENTATION LS 1 -------------- 2 77 POTHOLING LS 1 -------------- 3 84 REPLACE TRAFFIC STRIPING &  MARKERS LS 1 -------------- 4 7 COMPLY WITH OSHA LS 1 -------------- 5 14 COMPLY WITH MITIGATION  MEASURES AND  ARCHAEOLOGICAL  MONITORING PLAN LS 1 -------------- 6 7 COMPLY WITH NIGHT WORK  PERMIT LS 1 -------------- 7 6,15 CONSTRUCTION SURVEY AND  MONUMENT PRESERVATION EA 11 8 77 ABANDON WATERLINE, WATER  VALVES AND FACILITIES LS 1 -------------- 9* 19 ROCK EXCAVATION CY 100 10 77 8 INCH PVC WATERLINE LF 2441 11 77 8 INCH DIP WATERLINE LF 130 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 12 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  WESTMONT LS 1 -------------- 13 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  MARLENE LS 1 -------------- 14 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  DALY LS 1 -------------- 15 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  HIGHLAND LS 1 -------------- 16 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  WARREN LS 1 -------------- 17 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  DONNA LS 1 -------------- 18 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  CRAIG LS 1 -------------- 19 77 WATERLINE TIE IN AND  APPURTENANCES AT JEFFREY &  CERRO ROMAULDO LS 1 -------------- 20 77 WATERLINE TIE IN AND  APPURTENANCES AT 210 CERRO  ROMAULDO LS 1 -------------- 21 77 WATERLINE TIE IN AND  APPURTENANCES AT CERRO  ROMAULDO & SANTA LUCA LS 1 -------------- 22 77 TYPE 2 WATER SERVICE TIE IN EA 5 23 77 TYPE 3 WATER SERVICE TIE IN EA 21 24 77 REPLACE EXISTING WATER  METER BOX EA 49 25 77 FIRE HYDRANT EA 2 26 85 BLUE FIRE HYDRANT MARKER EA 2 27 77 ABANDON SEWERLINE,  MANHOLES AND FACILITIES LS 1 -------------- 28 77 BYPASS PUMPING LS 1 -------------- 29 77 REMOVE EXISTING SEWERLINE  AND INSTALL NEW 10" HDPE  SEWERLINE BY OPEN  TRENCHING LF 1758 BID FORMS BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 30 77 INSTALL NEW 10" HDPE  SEWERLINE BY PIPE BURSTING  THROUGH EXISTING SEWERLINE LF 1983 31 77 REMOVE EXISTING MANHOLE  AND INSTALL NEW MANHOLE EA 16 32 77 REMOVE EXISTING MANHOLE EA 1 -------------- 33 77 CONNECT EXISTING SEWER  LATERAL TO SEWER MAIN EA 78 34* 77 RE‐GRADE SEWER LATERAL  BEYOND 5 FEET LF 100 Base Bid $ 35  7  TRAFFIC CONTROL PLAN AND  IMPLEMENTATION LS  1 -------------- 36  77  POTHOLING  LS  1 -------------- 37  84  REPLACE TRAFFIC STRIPING &  MARKERS LS  1 -------------- 38  7  COMPLY WITH OSHA  LS  1 -------------- 39  77  BYPASS PUMPING  LS  1 -------------- 40  77  REMOVE EXISTING SEWERLINE  AND INSTALL NEW 10" HDPE  SEWERLINE BY OPEN  TRENCHING (JEFFREY DRIVE ‐  STA 29+94.56 TO 32+50.01)  LF  255  41  77  INSTALL NEW 10" HDPE  SEWERLINE BY PIPE BURSTING  THROUGH EXISTING SEWERLINE  (WESTMONT AVENUE –  STA 17+01.62 TO 20+09.74)  LF  308  42  77  REMOVE EXISTING MANHOLE  AND INSTALL NEW MANHOLE EA  2  43  77  CONNECT EXISTING SEWER  LATERAL TO SEWER MAIN EA  11  44* 77 RE‐GRADE SEWER LATERAL  BEYOND 5 FEET LF  10  Additive Alternative A $ Total Project Bid = (Base Bid + Additive Alternative A) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. * Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. 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? 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? 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 pneumatic pipe bursting activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS 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 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. Jeffrey Sewer and Water Replacement Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2020 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 6, 7, 14, 15, 19, 77, 84 & 85 for general, material, construction, and payment specifics. SPECIAL PROVISIONS SPECIAL PROVISIONS 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work within Foothill Boulevard is restricted to 7:00 P.M. and 5:00 A.M. Sunday through Thursday. For those areas not restricted, work hours are Monday through Friday between 7:00 a.m. to 4:00 p.m. at all the affected streets with the exception of tie-ins that would interrupt water services. Tie-ins must be scheduled for night work with hours to be determined at the discretion of the Engineer. Traffic control plans should consider any lane closures based on the following list of priorities (in order of most desired to least desired option): 1. Restrict parking on one or both sides as necessary in order to maintain two-way traffic circulation with minimum 10’ travel lanes 2. Two-way circulation with flaggers and minimum 10’ travel lane 3. One-way access and construct portions of the project at night. If night work is proposed, the night work will be subjected to approval by the City of San Luis Obispo Community Development. NIGHT WORK Night work is permitted separately. Night work shall comply with the restrictions set forth in the permit by the City of San Luis Obispo Community Development. Night work is defined as work between the hours of 7:00 P.M. and 7:00 A.M. Prior to commencing the project, the contractor must notify businesses and residences within 300 feet of the worksite about proposed night work. Any portable or fixed equipment that produces noise (such as generators, concrete saws, jack hammers, etc.) must be equipped with sound blankets, temporary sound barriers, or other attenuating devices so as to limit impacts to adjoining properties. When not in use, equipment must be kept in its lowest (quietest) idling state or switched off to limit noise impacts. Any portable lighting must be shielded and/or directed away from adjacent properties. Loudspeakers or other similar forms of communication is prohibited. Contractor will provide lighting for all operations, no exceptions are to be made. Any contractor personnel working outside the lights will be directed to return to a lighted area or the operation must be stopped. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 All contractor work vehicles, including heavy equipment, backhoes, trenching machines must have two working headlights and taillights. Vehicles without appropriate lighting will be kept from working until they are brought to compliance. Illumination level of 10-foot candles is required for all nighttime operations, which will normally be achieved with light plants or balloon lights. All lighting fixtures must be mounted and directed in manner precluding glare to approaching traffic. 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. DIVISION II GENERAL CONSTRUCTION 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-2.03A ARCHAEOLOGICAL RESOURCES, General Archaeological monitoring will be required due to proximity to archaeological sensitive areas. Monitoring will be performed by a consultant hired by the City. The contractor must comply with the Project Mitigation Measures approved through ER 10-07 and Archaeological monitoring plan (Appendix B). Full compensation for conforming to the requirements of this section shall be included in the lump sum price and no additional compensation will be allowed, therefore. DIVISION VIII MISCELLANEOUS CONSTRUCTION 77 LOCAL INFRASTRUCTURE Add to Section 77-1.03A(3) Groundwater Groundwater have been encountered within proximity of the site. Float rock may be substituted for initial backfill when ground water is present per Engineering Standard 6020. Full compensation for removing water or dewatering excavations and backfilling SPECIAL PROVISIONS SPECIAL PROVISIONS 4 with float rock is included in the payment for other bid items unless a bid item of work is shown on the Bid Item List. Add to Section 77-1.03B(1) TRENCH CONSTRUCTION, General All abandoned waterlines encountered partially or entirely within the trench section for the new waterline must be removed and disposed of. The active/abandoned status of all waterlines has been shown on the plans. The Contractor must notify the City immediately if any waterline shown as abandoned is found to be active. If, at any point during the project, a trench is excavated within 5 feet of the wall of the trench, of an active utility such as a waterline, or any other utility that could potentially break, the Contractor must provide shoring as necessary to prevent movement of existing lines. Add to Section 77-1.03D Surface Restoration Geotechnical borings and potholing indicate that Westmont, Jeffrey, Cerro Romauldo and Tassajara are paved with 3.5 inches through 9.5 inches of AC. Highland and Foothill are paved with 10 inches of AC. Repair trench paving on Highland Drive and at the intersection of Jeffrey and Highland must be repaired with 10 inches of AC. Repair trench paving on Foothill Boulevard and at the intersection of Cuesta and Foothill must be repaired with 10 inches of AC. All other sections of Westmont, Jeffrey, Cerro Romauldo and Tassajara must be repaired with 6 inches of AC. Add to Section 77-2.02 Materials Add to 77-2.02B(1) Ductile Iron Pipe Ductile iron pipe must be fully restrained at all joints. Joint restraint must be achieved with the use of the following methods: 1. Restrained joint pipe, TR FLEX by US pipe, or approved equal 2. Push-on joint pipe with restraining gaskets is not allowed. Method and materials of joint restraints must be approved by the ductile iron pipe manufacturer. Add to Section 77-2.03H Existing Water Pipes A complete crew must be available per each water line tie-in. A complete crew must include, at a minimum, excavation equipment, and operator, and two laborers experienced in pipeline work. Tie-ins must be completed within four (4) hours from the time water is turned off until the system is put back into service. Liquidated damages will be assessed in the amount of $500 per hour for each hour or portion thereof for which the reinstatements of water supplies are delayed beyond 4 hours. SPECIAL PROVISIONS SPECIAL PROVISIONS 5 Replace Section 77-2.03J(4) Pressure with: All new water facilities must be pressure tested, after water facilities: 1. have been placed and isolated from the existing water system 2. trenches have been backfilled 3. concrete thrust blocks have cured for a minimum of 36 hours 4. have passed disinfection testing You may pressure test a new water facility against an existing valve that is closed at your own risk. The existing valve cannot be guaranteed not to leak. If the valve leaks, resulting in a failed test, you are responsible to modify the new pipe work by adding temporary blow- offs or other method, approved by the Engineer, to allow the testing to occur at no additional cost to the City. If hydrants or blowoffs are not available for expelling air, taps must be made at points of highest elevation before any tests are made. After tests have been completed, insert plugs in the pipe taps. Pressure test new water and recycled water facilities as follows: 1. Pressurize new water facility to 225 psi (minimum of 215 psi and maximum of 235 psi); and 2. Maintain pressure for two hours Evaluate leakage 3. After steps 1 and 2, pressurize new water facility to 150 psi (minimum of 145 psi and maximum of 155 psi) for potable facilities and 200 psi (minimum of 195 psi and maximum of 205 psi) for recycled water facilities; and 4. Maintain pressure for four hours 5. Evaluate leakage New potable and recycled water facility will not be accepted until the leakage is less than the number of gallons as determined by the following table: Allowable Leakage (Gallons)per Joint per Hour Diameter (inches) 4” 6” 8” 10” 12” 14” 16” 18” 20” 24” PVC 0.0067 0.0100 0.0133 0.0167 0.0200 0.0233 0.0267 0.0300 0.0333 0.0400 Ductile Iron 0.0075 0.0110 0.0148 0.0184 0.0220 0.0258 0.0294 0.0332 0.0368 0.0442 The total allowable leakage is calculated by multiplying the leakage per joint in gallons per hour for the diameter of the pipe tested as obtained from the above table, by the duration of the test in hours and the total number of joints. Total Allowable Leakage (Gallons) = Allowable Leakage per Joint per Hour × Number of Hours × Number of Joints The measured leakage must be less than or equal to the total allowable leakage. SPECIAL PROVISIONS SPECIAL PROVISIONS 6 ܯ݁ܽݏݑݎ݁݀ ܮ݁ܽ݇ܽ݃݁ ൑ ܶ݋ݐ݈ܽ ܣ݈݈݋ݓܾ݈ܽ݁ ܮ݁ܽ݇ܽ݃݁ If the section under test contains joints of various diameters, the allowable leakage will be the sum of the computed leakage for each size joint. Remove and replace any defective: 1. pipes 2. fittings 3. valves 4. hydrants, or 5. consumer water services discovered during pressure test and repeat test. Add to Section 77-2.03C Fire Hydrant Existing fire hydrants taken out of service or new fire hydrants, not yet connected to the water system, or in any way, not ready for service must be designated as out of service. Out of service hydrants must be covered with a bag for the entire duration each hydrant is out of service. Add to Section 77-2.03J(2) Flushing Discharge of water into a sanitary sewer manhole must not exceed 150 gallons per minute and only during dry weather conditions and must be properly dechlorinated. Downstream manholes must be monitored for any surcharging while discharging water into a manhole. Discharge locations must be coordinate with the Engineer. Replace Section 77-3.03E Sewer Laterals with: The Contractor must locate all existing sewer laterals and re-establish all live sewer lateral connections. All sewer lateral connections must be identified and located prior to pipe bursting a minimum of 7 days before bursting operations are scheduled. Contractor must test all laterals using dye testing to confirm which laterals are in service (active) and which are dead. Dead or unused sewer laterals must be abandoned per Engineering Standard 6050. No payment shall be made for laterals that are determined to be out of service. The Contractor must provide portable restrooms, one per lateral closed unless an agreement is reached between the Contractor and affected resident or business that a portable restroom is not necessary. All agreements must be in writing and a copy given to the Engineer. Portable restrooms must be placed at a location preferred by the affected resident or business, and they must be sanitized and cleaned as directed by the Engineer. All portable restrooms must be removed from the public right away or private property at the end of each working day. The Contractor must immediately notify residents after their active sewer laterals are opened. The Contractor must notify affected residents and businesses a minimum of 7 calendar days prior to installation and give a 24-hour reminder prior to installation. The Contractor must state in the notification that the owner must not use the sewer system, length of time the sewer will be unavailable, the contact person, and that a portable restroom with a hand SPECIAL PROVISIONS SPECIAL PROVISIONS 7 washing station will be provided for their use during construction. The notification must state that an ADA accessible restroom will be provided upon request. Payment for all work necessary to reconnect live sewer laterals to the new sewer line including re-grading of existing sewer laterals within 5 horizontal feet of point of connection to new sewer line shall be included in the contract price per connection for bid item “Connect Existing Sewer Lateral to Sewer Main.” The work necessary to re-grade existing sewer laterals to align with the new wye, in excess of 5 horizontal feet from the point of connection to the (N) sewer line, shall be paid by the lineal foot contract price for bid item “Re-grade Sewer Lateral Beyond 5 Feet.” 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 XIII APPENDICES 1. Appendix A - Form of Agreement 2. Appendix B – Project Mitigation Measures 3. Appendix C - Geotechnical Reports 4. Appendix D – Shut Down Area Map APPENDIX APPENDIX 0 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 NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In APPENDIX APPENDIX 2 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 (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ APPENDIX APPENDIX 3 APPENDIX B – PROJECT MITIGATION MEASURES June 2020 ARCHAEOLOGICAL MONITORING PLAN JEFFREY SEWER AND WATER REPLACEMENT PROJECT SAN LUIS OBISPO, CALIFORNIA SPECIFICATION NO. 1000090 Submitted to: City of San Luis Obispo Department of Public Works Engineering Division 919 Palm Street San Luis Obispo, CA 93401 Prepared by: Kerrie Collison, RPA LSA 285 South Street, Suite P San Luis Obispo, CA 93401 (805)782-0745 LSA Project No. CBZ1801.03 A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) i TABLE OF CONTENTS TABLE OF CONTENTS ............................................................................................................................... i LIST OF ABBREVIATIONS AND ACRONYMS ............................................................................................. ii INTRODUCTION .......................................................................................................... 1 Project Description ........................................................................................................................ 2 Background Research .................................................................................................................... 2 Project Areas to be Monitored ...................................................................................................... 3 CULTURAL SETTING ..................................................................................................... 4 Precontact ..................................................................................................................................... 4 Ethnohistory .................................................................................................................................. 5 History ........................................................................................................................................... 6 CONSTRUCTION MONITORING PLAN .......................................................................... 8 Monitoring Personnel ................................................................................................................... 8 Monitoring Procedures ................................................................................................................. 8 Unanticipated Discoveries ............................................................................................................. 9 Human Remains ............................................................................................................................ 9 Native American Monitoring ......................................................................................................... 9 Report of Findings ....................................................................................................................... 10 ARCHAEOLOGICAL SITE TESTING ............................................................................... 11 Fieldwork ..................................................................................................................................... 11 Laboratory Analysis ..................................................................................................................... 12 Sites Not Eligible for the California Register ............................................................................... 12 Sites Eligible for the California Register ...................................................................................... 12 REFERENCES ............................................................................................................. 14 TABLE Table A: Chronological Sequence of the California Central Coast .......................................................... 4 APPENDICES A: PROJECT FIGURES B: PROJECT PLANS C: RECORD SEARCH RESULTS A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) ii LIST OF ABBREVIATIONS AND ACRONYMS cal B.P. calibrated years before present California Register California Register of Historical Resources Cal Poly formerly the California Polytechnic Institute; now California Polytechnic University, San Luis Obispo CCIC Central Coast Information Center CHC Cultural Heritage Committee City City of San Luis Obispo cm centimeter(s) Director Community Development Director DPR California Department of Parks and Recreation ft foot, feet GPS global positioning system Guidelines Archaeological Resource Preservation Program Guidelines MLD Most Likely Descendant NAHC Native American Heritage Commission National Register National Register of Historic Places OHP California Office of Historic Preservation Plan project archaeological monitoring plan PRC Public Resources Code project Jeffrey Sewer and Water Replacement Project RPA Registered Professional Archaeologist SLOCAS San Luis Obispo County Archaeological Society STP shovel test pit USGS United States Geological Survey A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 1 INTRODUCTION LSA has prepared this archaeological monitoring plan (Plan) for the City of San Luis Obispo (City) for the Jeffrey Sewer and Water Replacement Project (project). The project extends east from Westmont Avenue at approximately 295 feet (ft) west of Jeffrey Drive to Jeffrey Drive, south along the length of Jeffrey Drive from Westmont Avenue to Cerro Romauldo Avenue, east along Cerro Romauldo Avenue between Jeffrey Drive and North Tassajara Drive, and south along North Tassajara Drive from Cerro Romauldo Avenue to Foothill Boulevard in San Luis Obispo, California (Figures 1–3, provided in Appendix A). The City’s Archaeological Resource Preservation Program Guidelines (Guidelines), developed by the Cultural Heritage Committee (CHC), Section 1.30 defines archaeologically sensitive areas and sites as: A. Areas inside or within 200 ft (61 meters) of the boundaries of an archaeological site shown on USGS topographic maps on file in the Community Development Department and/or recorded with the Central Coast Information Center (CCIC); B. Areas within 200 ft of top of banks of San Luis Obispo, Stenner, Brizzolara, Acacia, Old Garden, Prefumo, and Froom Creeks; C. Areas inside a Historical District or within an area designated as being archaeologically sensitive, or within a burial sensitivity area as shown on maps on file at the Community Development Department; D. Sites designated on the Master List of Historic Resources, or determined to be eligible for listing on the National Register of Historic Places (National Register) or California Register of Historical Resources (California Register) (PRC Section 5024.1 (a)); E. Sites within a historically or archaeological sensitive designated by the CHC, City Council, or other governmental agency; or F. Sites identified as being sacred places or Traditional Cultural Properties as defined in National Register Bulletin 38, Guidelines for Evaluating and Documenting Traditional Cultural Properties by Northern Chumash community members who have been identified by the California Native American Heritage Commission (NAHC) as having ancestral ties to San Luis Obispo County, or by other local tribal representatives similarly recognized by the NAHC (City of San Luis Obispo 2009: 8-9). The Guidelines are a model for the identification, evaluation, and preservation of archaeological and other cultural resources in the city. They are based upon and implement policies in the City’s General Plan Land Use Element and Conservation and Open Space Element, and are part of the City’s environmental review process. Per Section 4.50 of the Guidelines, construction monitoring may be required if there is a possibility that significant or potentially significant archaeological resources are present in the impact zone of a construction project and that it is not reasonable to conduct additional physical investigations prior A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 2 to construction (City of San Luis Obispo 2009: 18). This Plan implements Section 4.50 and presents the project’s background setting, construction monitoring procedures, criteria for evaluating cultural resources identified during construction, and methods for archaeological data recovery and mitigation (if required). Per Section 4.50 of the Guidelines, the City must review and approve this plan prior to commencement of construction for the project. PROJECT DESCRIPTION The project involves the replacement of approximately 3,050 linear ft of existing waterline on Westmont Avenue, Jeffrey Drive, Cerro Romauldo Avenue, and North Tassajara Drive. Construction activities will include excavation (via trenching) to remove existing sewer and water lines, installation of new pipelines, backfilling/closing the trench, and replacing asphalt. Archaeological monitoring at certain locations will be required during excavation activities. According to project plans provided by the City (Appendix B), excavation activities are anticipated to range to a depth of approximately 6 ft to 8 ft. BACKGROUND RESEARCH Section 4.50 of the Guidelines requires construction monitoring if it is not reasonable to conduct additional physical investigations prior to construction. Due to the paved nature of the project, physical investigation of the project site was not reasonable. To determine which portions of the project site are sensitive for cultural resources, per Section 1.30 of the Guidelines, a record search for the project site and a 0.25-mile radius was conducted at the CCIC of the California Historical Resources Information System at the University of California, Santa Barbara. The CCIC, an affiliate of the California Office of Historic Preservation (OHP), is the official repository of cultural resources records and reports for San Luis Obispo County. The record search also included a review of the following State and federal inventories: • Directory of Properties in the Historic Property Data File (OHP 2012). The directory includes the listings of the National Register of Historic Places, National Historic Landmarks, the California Register of Historical Resources, California Historical Landmarks, and California Points of Historical Interest. • California Historical Landmarks (OHP 1996). • California Points of Historical Interest (OHP 1992). • Five Views: An Ethnic Historic Site Survey for California (OHP 1988). • California Inventory of Historic Resources (OHP 1976). The record search results indicate that no previous cultural resources studies have included the project site and 12 cultural resources studies have included the 0.25-mile radius around the project site (CCIC Record Search 20-107; Appendix C). These 12 studies consisted of 11 surveys and 1 archaeological site evaluation (for Site P-40-2090). No cultural resources have been recorded within the project site as a result of previous cultural resources studies. One precontact period archaeological site has been recorded within 0.25-mile of the project site: P-40-2090 (a surficial lithic scatter on a small ridge, approximately 0.25-mile northeast of the project site). Two additional A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 3 historic-period cultural resources are within 0.25-mile of the project site; both consist of historic- period buildings. PROJECT AREAS TO BE MONITORED Based on the results of the record search at the CCIC as well as an examination of maps, site records, and archaeological reports, archaeological monitoring is not required for the entire project site. Historic topographic maps (NETR 2020) depict an intermittent stream coursing east/west between Cerro Romauldo Avenue and Foothill Boulevard, as well as a separate intermittent stream coursing north/south around the intersection of Highland Drive and Princeton Place and then coursing southeast/northwest and crossing the project site at the intersection of Jeffrey Drive and Marlene Drive. Given the presence of previously recorded prehistoric resource P-40-2090 and the documented presence of intermittent streams along portions of the project site, archaeological monitoring is required for specific portions of the project site. Archaeological monitoring is required on all of Cerro Romauldo Avenue, all of North Tassajara Drive, Jeffrey Drive only between Station 34+00 and Station 29+94.56 (at the intersection with Westmont Avenue), and all of Westmont Avenue (Appendix A, Figure 3). A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 4 CULTURAL SETTING PRECONTACT Early California archaeologists largely passed over the Central Coast of California until cultural resources management took off in the 1970s (Jones et al. 2007: 130). Jones et al. (2007) employ a chronological system for Central Coast Prehistory that incorporates periods, locally defined phases, and regional cultures. For San Luis Obispo and the Central Coast, the six periods of cultural chronology are Late, Middle/Late Transition, Middle, Early, Milling Stone/Early Archaic, and Paleo- Indian (Table A) (Jones et al. 2007). Table A: Chronological Sequence of the California Central Coast Period Temporal Span (A.D./B.C.) Temporal Span (B.P.) Late A.D. 1250 to 1769 700 B.P. to historic Middle/Late Transition A.D. 1000 to 1250 1000 to 700 cal B.P. 1 Middle 600 B.C. to A.D. 1000 3000 to 1000 cal B.P. Early 3500 to 600 B.C 5500 to 3000 cal B.P. Milling Stone/Early Archaic 8000 to 3500 B.C. 10,000 to 5500 cal B.P. Paleo-Indian Pre-8000 B.C. Pre-10,000 cal B.P. Source: Jones et al. (2007) 1 cal B.P. is calibrated years before present. Paleo-Indian Period (Pre-10,000 cal B.P.) Early human presence in San Luis Obispo is suggested only by fluted project points from two locations in San Luis Obispo County: Nipomo and near Santa Margarita. However, no other evidence has been found to suggest habitation during this period (Jones et al. 2007: 135). Milling Stone Culture (10,000 to 5500 cal B.P.) The Milling Stone Culture is marked by “large numbers of well-made handstone and/or milling slabs, crude core and cobble-core tools, and less abundant flake tools and large side-notched projectile points” (Jones et al. 2007: 135). Pitted stones, contracting stemmed points, lanceolate points, and crescents have also been found in the context of some Milling Stone sites. Occupation dating to the Milling Stone has been identified at no fewer than 42 sites in various settings—rocky coasts, estuaries, and nearshore interior valleys. As very few sites with Milling Stone components have been found farther than 15 miles from the shore and most interior Milling Stone sites produce marine shells, it is believed that many groups from the Milling Stone period maintained some form of a connection with the coast (Jones et al. 2007: 135-137). Early Period (5500 to 3000 cal B.P.) The Early Period is marked by the co-occurrence of contracting-stemmed and Rossi square-stemmed points, as well as large-notched type points leftover from the Milling Stone Culture. Ground stone assemblages from the Early Period contain handstones and milling slabs, along with pitted stones. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 5 During this period, portable mortars and pestles appeared and the frequency of cobble-core tools decreased (Jones et al. 2007: 138). Middle Period (3000 to 1000 cal B.P.) Middle Period sites contain assemblages of contracting-stemmed points. These sites are also marked by the disappearance of the square-stemmed and large side-notched points. Ground stone assemblages reveal continued use of both slabs/handstones and portable mortars/pestles. Pitted stones and groove stone net sinkers are also commonly found at Middle Period sites. Bone flutes are occasionally found in association with burials dating to the Middle Period, and other burial accompaniments include bone tubes and Olivella beads. Toward the end of the Middle Period, smaller leaf-shaped projectile points appeared, marking the arrival of bow-and-arrow technology (Jones et al. 2007: 138-139). Middle/Late Transition (1000 to 700 cal B.P.) The transition between the end of the Middle Period and the beginning of the Late Period was marked by dramatic changes in assemblages and settlement patterns. This change was evidenced by the appearance of large numbers of arrow points, the disappearance of most stemmed points, and changes in bead types. The transition time dates slightly differently for various Chumash tribes, but in San Luis Obispo County the transition occurred sometime between A.D. 900 and A.D. 1280. Archaeological site CA-SLO-9 contained an assemblage dating to this time that was dominated by contracting-stemmed projectile points, small leaf-shaped arrow points, notched line sinkers, circular shell fishhooks, and Olivella saucer beads (Jones et al. 2007: 139). Late Period (700 B.P. to historic) Late Period sites contain assemblages consisting of large numbers of Desert side-notched and Cottonwood arrow points, small bifacial bead drills, bedrock mortars, hopper mortars, lipped and cupped Olivella beads, and steatite disk beads. The period is marked by single-component sites concentrated in the interior of the region, as opposed to concentrated in the coastal part of the region. Many sites dating to the Late Period are marked by small middens with associated (or nearby) bedrock mortars. ETHNOHISTORY The project site is within an area prehistorically occupied by the Northern (Obispeño) Chumash. The Obispeño Chumash are a subdivision within the larger Chumash cultural family and are named after their historical attachment to Mission San Luis Obispo de Tolosa, which was founded in 1772 (Greenwood 1978: 520). Early accounts of the Obispeño Chumash imply a hunter-gatherer lifestyle, but other aspects of accounts indicate that there was also a high level sociopolitical complexity (Jones et al. 2007: 129). Additionally, a house floor measuring 30 ft in diameter at Morro Bay was discovered during excavations (Greenwood 1978: 520), suggesting the existence of sedentary villages. There are fewer historical accounts and ethnographic studies of the Obispeño Chumash than for the Chumash of the Santa Barbara Channel. No villages were recorded by European visitors to the area; Pedro de Unamuno (1587), Sebastian Cermeño (1595), Gaspar de Portolá (1769), and Lieutenant A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 6 Pedro Fages (1772) all kept diaries, but none of them described large or heavily populated villages like those seen along the Santa Barbara Channel (Greenwood 1978: 520). While none of these expeditions reported large villages and, at the same time, the 30-ft house floor was found in Morro Bay in what is reportedly within sight of the Portolá camp, it is possible that villages flourished and declined before the years of European exploration. By the time historical contact occurred, the majority of Chumash houses were small, round, and domed. Other individuals apparently lived out in the open, and some dwellings near Morro Bay were constructed as a round hole with branches for a roof (Greenwood 1978: 521). While the archaeological record demonstrates that the Chumash exploited marine food resources, conditions did not favor the canoe and most marine food was harvested by hand, trap, pole, net, and hook-and-line from tidal pools and shallow waters (Greenwood 1978: 522). Obispeño chiefs had many wives and retained the right to divorce them. Social rank was derived from material wealth, and the chief received offerings of food, goods, and beads from those in the village (Greenwood 1978: 523). In 1914 and 1915, the last Obispeño speaker (Rosario Cooper) provided some details of Chumash life to American linguist and ethnologist J.P. Harrington, including cures for witchcraft, beliefs in nature, dances associated with the swordfish and coyote, and offerings thrown to the swordfish in Avila. Cooper also told Harrington of a game played with wild walnuts filled with brea, and of material culture items like brooms of juncus stalks, sleeping mats, foxskin quivers, and the use of white clay for shampoo (Greenwood 1978: 523). Following the establishment of the mission in San Luis Obispo and the conversion of the Chumash people, already-declining coastal villages suffered high mortality rates and the villages became barely inhabited. Obispeño culture also rapidly disappeared as a result of missionization (Greenwood 1978: 523). In 1803, Chumash population at the Mission was recorded to be 919; by 1838, the population was down to 170. By the time the Bureau of Indian Affairs compiled the Roll of 1928, only four Native Americans claimed to be survivors of San Luis Obispo neophytes (Greenwood 1978: 521). HISTORY Following its founding in 1772, Mission San Luis Obispo de Tolosa quickly became self-sufficient, and it was used as a stopover for those traveling between missions to the north and south of San Luis Obispo (HRG 2013: 13–14). Spanish and Mexican ranchos extended across what is now San Luis Obispo County but were subdivided after California’s admission to the Union in 1850 and the California Land Act of 1851. The California Land Act caused many rural landowners in the county to migrate into the City of San Luis Obispo, which was designated as the county seat in 1868. The Southern Pacific Railroad arrived in town in the late 1890s, and the California Polytechnic Institute (now California Polytechnic University, San Luis Obispo) (Cal Poly) was established in 1901 (HRG 2013: 14). The Mission and Cal Poly influenced the community’s growth, as did William Randolph Hearst’s San Simeon Ranch, which is more commonly known today as Hearst Castle. Development in San Luis Obispo began to expand in the 1900s due to the advent of the automobile, and tourism—particularly automobile tourism—played a role in the area’s continued development. While it affected most of the country, the Great Depression’s economic impacts in San Luis Obispo were mitigated by the establishment of a military training camp, Camp San Luis Obispo. The A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 7 establishment of the camp led to a dramatic increase in population, and the camp continued to draw in military families as training activity increased in preparation for World War II (HRG 2013: 15). Many soldiers permanently settled in San Luis Obispo after returning from the war, which spurred a need for single-family housing in the 1950s and 1960s (HRG2013: 15). The United States Census Bureau estimates that, as of July 1, 2017, the population of the city of San Luis Obispo was 47,541. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 8 CONSTRUCTION MONITORING PLAN MONITORING PERSONNEL A qualified archaeological monitor will observe all project-related excavation activities on Cuesta Drive and Loomis Street. Native American monitors will not initially be on site during construction. The archaeological monitor for the project will be a Registered Professional Archaeologist (RPA) or will be under the direction supervision of the RPA. Monitors will be thoroughly briefed in monitoring methodology, responsibilities, procedures, safety requirements, and rules. The archaeological monitor will also retain a copy of this Monitoring Plan while on duty. For this project, the LSA Project Manager and Project Archaeologist (Kerrie Collison, M.A., RPA No. 28731436) will oversee monitoring operations. The archaeological monitoring schedule will be coordinated with the City Inspector or other City staff (or their designated representative) as appropriate. MONITORING PROCEDURES Prior to the commencement of excavation activities on the first day of monitoring, an LSA archaeologist will provide cultural resources awareness training to construction personnel. This training should be in the form of a presentation and handout describing the types of possible archaeological deposits that may be encountered during construction activities and the procedures that should be used in the event of inadvertent discoveries of cultural resources during construction. All ground-disturbing activities within the designated monitoring areas, including clearing, grubbing, tree removal, grading, boring, digging, trenching, and other related activities will be monitored by the archaeological monitor. The archaeological monitor will record archaeological deposits identified during monitoring, unless field observations indicate that the deposits are not in situ. The monitor will complete a daily form that identifies the date and location of the monitoring as well as any cultural resources that are identified. Photographs will be taken of monitoring activities and as part of resource documentation, as necessary. If archaeological cultural resources are identified during monitoring, the monitor will be empowered to temporarily halt construction and flag the resource to protect it from project activities that may disrupt it. The monitor will make an initial assessment of the potential for the find to qualify as a historical or unique archaeological resource under the California Environmental Quality Act (Public Resources Code Sections 21084.1 and 23082.3), and, as warranted, make recommendations for additional analysis necessary (including excavation) to formally evaluate the eligibility of the find for the California Register. Eligibility of the resource for the California Register would depend on a combination of factors, including the horizontal and vertical extent of the archaeological deposits, the type and relative abundance of archaeological material found, and the extent of prior disturbance of the deposits, if any. Archaeological materials can include artifacts, ecofacts, and discrete features. LSA will immediately notify the Community Development Director (Director) of any archaeological finds during project work, per Section 4.60.1 of the Guidelines. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 9 UNANTICIPATED DISCOVERIES If archaeological cultural resources are found during the project, the following procedures would be implemented. If the find is not human remains, the area of the archaeological find would be flagged for avoidance at a distance determined by the monitor to avoid impacts to the resource by construction activities. The monitor would determine whether the find is an isolate (one or two cultural items located within 50 meters [164 ft]) of a site (three or more cultural items within 50 meters). If the find is determined to be an isolate, its location would be recorded using a handheld global positioning system (GPS) unit, the material collected, the resource characteristics recorded, and construction activities allowed to resume. If the find is determined to be an archaeological site, earth-moving activities would be diverted until the site type and boundary can be determined by following appropriate testing-evaluation procedures (discussed in further detail in Section 0 of this Plan). Regardless of whether the find is an isolate or site, all resources would be photographed and mapped using GPS, and descriptive notes would be taken before construction work would be allowed to resume. HUMAN REMAINS If human remains are found, the requirements of State Health and Safety Code Section 7050.5 must be met. State Health and Safety Code Section 7050.5 states that no further disturbance shall occur until the County Coroner has made a determination of origin and disposition pursuant to State Public Resources Code Section 5097.98. The County Coroner must be notified of the find immediately. If the remains are determined to be Native American, the County Coroner would notify the Native American Heritage Commission, which would determine and notify a Most Likely Descendant (MLD). With the permission of the landowner or his/her authorized representative, the MLD may inspect the site of the discovery. The MLD shall complete the inspection and make recommendations or preferences for treatment within 48 hours of being granted access to the site. The MLD recommendations may include scientific removal and nondestructive analysis of human remains and items associated with Native American burials, preservation of Native American human remains and associated items in place, relinquishment of Native American human remains and associated items to the descendants for treatment, or any other culturally appropriate treatment. In brief, the area of the find of human remains would be flagged off so that construction activity within at least 25 ft of the discovery would be redirected elsewhere, and the County Coroner (as well as the Director) would be notified immediately. Project activities would avoid any impacts to the human remains. NATIVE AMERICAN MONITORING A Native American tribal representative would be contacted in the event that Native American artifacts are encountered during ground-disturbing activities. If this occurs, the Native American tribal representative would be invited to observe remaining project ground-disturbing activities for additional Native American artifacts. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 10 REPORT OF FINDINGS Upon completion of the construction monitoring (and any necessary laboratory operations, as discussed below), LSA will prepare a monitoring report documenting the monitoring results and the status of cultural resource(s), if applicable. If no archaeological cultural resources are found during construction, the monitoring report would be a brief letter report submitted to the Director. If monitoring is positive and results in the identification of cultural resources, the report would be consistent with the Guidelines of the State Office of Historic Preservation’s Archaeological Resource Management Reports (ARMR): Recommended Contents and Format (OHP 1990) and would be submitted to the Director. A positive findings report will include the following information: 1. The location and dates of monitoring. 2. The methodology and procedures for field and laboratory work. 3. The location, description, and eligibility determination of the cultural resource(s) found during monitoring. 4. All forms (archaeological monitoring, photographic record, and artifact record) completed as a part of monitoring will be provided as appendices to the report. State of California Department of Parks and Recreation (DPR) Series 523 forms will be prepared in accordance with the guidelines established by the OHP for cultural resources found during the project. 5. The status of curation of the material found. Copies of any report prepared for this project will be submitted to the City and to the CCIC. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 11 ARCHAEOLOGICAL SITE TESTING If potentially significant, intact archaeological deposits or human remains are identified during construction monitoring, construction would be temporarily halted and the area of the find would be flagged for avoidance at a distance determined by the monitor to avoid impacts to the resource by construction activities (at least 25 ft in the case of human remains). The LSA Project archaeologist will contact the City and determine whether archaeological site testing is necessary. If determined necessary, archaeological site testing would be conducted to evaluate site importance/significance and, therefore, site eligibility for listing in the California Register. The archaeological site testing procedures will be conducted in a manner consistent with standard accepted professional archaeological methodology. Testing procedures can include surficial artifact collection, and excavation using shovel test pits (STPs), 1x1 meter excavation units, mechanized trenching, or a combination of these methods. Fieldwork Test excavation will consist of the excavation of STPs and 1x1 meter units. These excavations will be used to determine the character, integrity, and vertical (depth) and horizontal (size) extent of the site. Placement of STPs will be on a north-south axis or along the axis of greatest site length, whichever is more appropriate for a particular site. STPs will be excavated to determine the extent of midden deposits and to generally identify site areas where cultural material exists in quantity. STPs will measure approximately 40 centimeters (cm; 16 inches) in diameter and will be hand- excavated in 20 cm (8-inch) levels to a culturally sterile level or to a depth no greater than 100 cm (39 inches). Sediment from each STP level will be passed through 1/8-inch mesh screen and all cultural material will be saved in labeled Ziploc bags. Notes recorded at the time of excavation will identify sediment color, depth, and cultural material from each STP. Bagged material will be transported to the LSA laboratory for cleaning, sorting, identification, analysis, and curation. Based on the results of the STPs, units will be excavated to more accurately identify material density and depth. Units will be placed in areas of the site shown to contain the greatest potential for finding the deepest midden deposits, as well as the greatest quantity and diversity of cultural material. Excavation units will be hand-excavated in 10 cm (4-inch) levels following the natural surface contour. Excavated sediment will be screened through 1/8-inch mesh and cultural material from each level will be saved in labeled Ziploc bags. Bagged material will be transported to the LSA laboratory for cleaning, sorting, identification, analysis, and curation. Unit excavation will cease when sterile sediment or bedrock is encountered. During the course of unit excavation, if a distinct sediment type is identified, excavation may change to follow this new contour in 10 cm (4-inch) levels until it disappears or until another change occurs, whereupon excavation following the natural surface contour will resume. Once excavation ends, an STP may be placed in the unit floor to confirm that additional cultural material does not exist below what is thought to be the bottom of the unit. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 12 During unit excavation, a line-level placed at the ground surface will be used to record the basal depth of in situ artifacts and features. Fire-affected rock will be counted and weighed. Notes, measurements, and drawings will be recorded on unit level forms during excavation. Items and samples given exact provenance will be sketched on the floor plan of the appropriate level form. After excavation, one wall of each unit will be profiled and photographed. The wall selected will be the wall displaying the most representative stratigraphic development, including residual features. Distinctive subsurface horizons will be described by sediment type and color using the Munsell Color Chart. LABORATORY ANALYSIS All collected material remains the property of the landowner (for this project, the City). All artifacts and ecofacts collected during monitoring will be taken to the LSA laboratory where they will be cleaned and prepared for analysis. Cataloging and processing will take place based on methods for each material class; material will be cataloged as individual artifacts or as groups of ecofacts, as appropriate. Items may be analyzed by specialists, as warranted. Ecofactual material such as (nonhuman) bone, charcoal, and/or shell may be submitted for radiocarbon testing that can reveal the age of the material analyzed. Similarly, artifacts made of obsidian (volcanic glass) may be submitted for sourcing and hydration analyses that will reveal the geochemical source and time of manufacture. Other specialized studies may be conducted, but will be dependent upon the presence of material. Items such as beads and fish ear bones (otoliths) can provide information on chronological site occupation and seasonality, although these items must be found before specialized studies can occur. Items will be prepared for curation in accordance with standardized curation guidelines, and will be temporarily curated at LSA until they are deposited with an approved curation facility. LSA anticipates that curation of any items recovered during this project will take place at the San Luis Obispo County Archaeological Society (SLOCAS) Curation Facility on the Cuesta College campus. Final cataloging and artifact preparation will be consistent with SLOCAS requirements. SITES NOT ELIGIBLE FOR THE CALIFORNIA REGISTER Should site testing indicate the site is not eligible for listing in the California Register, then the resource shall be fully recorded on DPR Series 523 Forms and construction activities allowed to resume. SITES ELIGIBLE FOR THE CALIFORNIA REGISTER Series 523 DPR forms will be completed to record site location and to provide material descriptions. Completed forms will be appended to the monitoring report. Should site testing indicate that the site may be eligible for listing on the California Register, then adverse effects to the resource shall be avoided, or effects mitigated. Avoidance of impacts to resources is always the preferred alternative, although where avoidance is not feasible mitigation of impacts to a resource can consist of, but is not limited to, excavation in accordance with a data recovery plan. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 13 Data Recovery Excavation and Reporting Mitigation of impacts to an important (significant) resource can include excavation of the deposit in accordance with a data recovery plan (California Code of Regulations Title 14(3) Section 15126.4(b)(3)(C)), which states: When data recovery through excavation is the only feasible mitigation, a data recovery plan, which makes provision for adequately recovering the scientifically consequential information form and about the historical resource, shall be prepared and adopted prior to any excavation being undertaken. Such studies shall be deposited with the California Historical Resources Regional Information Center. Archaeological sites known to contain human remains shall be treated in accordance with the provisions of Section 7050.5 Health and Safety Code. As such, if a resource determined to be important and eligible for listing in the California Register is found during the project, then an attempt to avoid the resource through project redesign or other means would be made. If it is determined that the only feasible alternative is excavation and removal of the resource, a data recovery plan shall be written describing the scientific methodology to be employed during excavation. The data recovery plan will employ a research design to guide the excavation. Any studies developed as part of this effort will be reported upon in a manner that adheres to current professional standards, and reports will be filed with the City and the CCIC. If additional material is exposed at the same site after impacts have been mitigated, additional mitigation (excavation) will not be required unless the new material represents a new type of data (artifact classes and/or features) not recovered during previous mitigation. A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) 14 REFERENCES California Office of Historic Preservation (OHP) 1976 California Inventory of Historic Resources. California Department of Parks and Recreation, Sacramento. 1988 Five Views: An Ethnic Historic Site Survey for California. California Department of Parks and Recreation, Sacramento. 1990 Archaeological Resource Management Reports (ARMR): Recommended Contents and Format. February. 1992 California Points of Historical Interest. California Department of Parks and Recreation, Sacramento. 1996 California Historical Landmarks. California Department of Parks and Recreation, Sacramento. 2012 Directory of Properties in the Historic Property Data File. California Department of Parks and Recreation, Sacramento. April 5. City of San Luis Obispo 2009 Archaeological Resource Preservation Program Guidelines. Adopted October 20, 2009, by the San Luis Obispo City Council, Resolution No. 10120 (2009 Series). On file, LSA Associates, Inc. Available online: http://www.slocity.org/home/showdocument?id=4140. Greenwood, Roberta S. 1978 Obispeño and Purisimeño Chumash. In R. Heizer ed., Handbook of North American Indians, Vol. 8, California, pp. 520-523. Smithsonian Institution, Washington D.C. Historic Resources Group (HRG) 2013 City of San Luis Obispo Citywide Historic Context Statement. September 30. On file, LSA, San Luis Obispo, California. Jones, Terry L., Nathan E. Stevens, Deborah A. Jones, Richard T. Fitzgerald, and Mark G. Hylkema 2007 The Central Coast: A Midlatitude Milieu. In California Prehistory: Colonization, Culture, and Complexity. Terry L. Jones and Kathryn A. Klar, eds. pp. 125-146. AltaMira Press, Lanham, Maryland. National Environmental Title Research (NETR) 2020 Historic Aerials. Website: http://www.historicaerials.com (accessed May 28, 2020). A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) APPENDIX A PROJECT FIGURES Figure 1: Project Vicinity Figure 2: Project Location Figure 3: Jeffrey Project Site and Monitoring Area £¤101 ÃÃ1 ÃÃ135 ÃÃ176 ÃÃ1 ÃÃ166 ÃÃ229 ÃÃ227 ÃÃ46 ÃÃ58 ÃÃ41 San LuisObispoCounty SantaBarbaraCounty Project Location SOURCE: Esri (2019) I:\CBZ1801.03\GIS\MXD\JeffreyDriveProjVicnity.mxd (4/23/2020) FIGURE 1 Jeffrey Sewer and Water Replacement Project Vicinity LEGEND Project Location 0 3 6 MILES Project Location SOURCE: USGS 7.5' Quad. San Luis Obispo, CA (1994) I:\CBZ1801.03\GIS\MXD\JeffreyDriveProjLocation.mxd (4/23/2020) FIGURE 2 Jeffrey Sewer and Water Replacement Project Location LEGEND Project Location 0 1000 2000 FEET SOURCE: Bing Maps, 2020 I:\CBZ1801.03\GIS\MXD\Figure 3_JeffreyDriveProjSite.mxd (5/28/2020) FIGURE 3 Jeffrey Sewer and Water Replacement Jeffrey Project Site and Monitoring Area LEGEND Project Location Project Site (Archaeological Monitoring Required) No Archaeological Monitoring 0 170 340 FEET A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) APPENDIX B PROJECT PLANS Project LocationsReference Documents:City Standard Specifications - 2020 EditionCity Engineering Standards - 2020 Editionindex to planssheet no.descriptionsan luis obispo county, californiaSTATE OF CALI FOR N IA R EGISTER E D PROFESSIONAL ENGINEERCIVILM A TTHEW A. HORNNo. C 63611APPROVED BYSPECIFICATION NO.DATESHEETMatthew A. Horn, City Engineer R.C.E. C63611 Approved Date1000090FILE NO./LOCATION12345678910COVER SHEETWESTMONT AVENUEJEFFREY DRIVEJEFFREY DRIVEJEFFREY DRIVEJEFFREY DRIVECERRO ROMAULDO AVENUECERRO ROMAULDO AVENUETASSAJARA DRIVECONNECTION DETAILS10of1JEFFREY SEWER ANDWATER REPLACEMENTNOVEMBER 2020OO213##DEAD OR UNUSED SEWER LATERAL, VERIFY CONDITION. ABANDON INPLACE IF DEAD, UNUSED, OR CAPPED.CONNECT SEWER LATERALS PER ENG. STD. 6810.(E) STORM DRAIN(E) SEWER(E) WATER(E) GASDUDUSSSSSDSDSSSSWWGG(E) OIL(E) TELEPHONE(E) FIBER OPTICABANDONED SEWERABANDONED WATEROOTTFOFOASASAWAW(E) WATER METER BOX TO BE REPLACED. REPLACE CUSTOMER VALVE, WATERMETER (SIZE AS SHOWN), CITY VALVE AND ALL FITTINGS PER ENG. STD. 6210.INSTALL CAP OR PLUGINSTALL THRUST BLOCK - SIZE AS NEEDEDINSTALL WATER VALVE PER ENG. STD. #6340(E) SURVEY MONUMENT - REPLACE IF DAMAGED OR DESTROYED. SEEGENERAL NOTE 7.(E) SURVEY MONUMENT - PROTECT IN PLACEDETAIL NUMBERSHEET NUMBER(E) METER BOX TO REMAINCONNECT (E) WATER SERVICE TO NEWMAIN PER ENG. STD. #6220, TYPE 1.REPLACE (E) WATER SERVICE AND CONNECTTO NEW MAIN PER ENG. STD. #6210.REPLACE (E) WATER SERVICES AND ALLFITTINGS PER ENG. STD. #6260.SIZE & INVSIZEELEV OUTSEWER MANHOLE FLOW DIAGRAMSCHEMATIC. TROUGH VARIES WITH PIPELAYOUT. ARROWS INDICATE FLOW DIRECTION.INSTALL (N) FIRE HYDRANT ASSEMBLY PER ENG. STD. #6310. FIRESERVICE SEPARATION PER DETAIL 11, SHEET 10.N1.IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT"UNDERGROUND SERVICE ALERT U.S.A." TOLL FREE AT 1-800-227-2600 FORTY-EIGHT (48)HOURS PRIOR TO START OF CONSTRUCTION, FOR LOCATION OF POWER, TELEPHONE, OILAND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSOCONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER,DRAINAGE OR UNDERGROUND FACILITIES.2.THE CONTRACTOR SHALL POSSESS A CLASS "A" OR "C-34" LICENSE AT THE TIME OF BIDOPENING.3.CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL CROSSINGS PRIOR TO LAYINGPIPE SO THAT PIPE ALIGNMENT AND GRADE CAN BE ADJUSTED AS NEEDED.4.CONTRACTOR SHALL VERIFY DEPTH, LOCATION, SIZE AND MATERIAL OF PIPE AT ALLTIE-INS. WATERLINE ALIGNMENT AND GRADE SHALL BE ADJUSTED AS NEEDED BASED ONTHE FINDINGS. CONTRACTOR SHALL PROVIDE ALL THE NECESSARY PIPE, FITTINGSADAPTERS, THRUST BLOCKS AS NEEDED TO ACCOMPLISH THE TIE-IN.5.CONTRACTOR SHALL PROVIDE TEMPORARY BLOW-OFFS, CONNECTIONS, VALVES, ETC. ASNEEDED TO FACILITATE TESTING, DISINFECTING AND FLUSHING OF NEW PIPELINE.6.CONTRACTOR SHALL ASSUME ALL EXISTING WATER VALVES ARE UNRESTRAINED.7.TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED INACCORDANCE WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACEMONUMENT AND WELL PER ENG. STD. 9040.8.THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERSDISTURBED DURING CONSTRUCTION. ALL STRIPING IS PER STATE STANDARD PLANS ANDPER PER ENGINEERING STANDARD SPECIFICATION 84-1.01A.9.THERE SHALL BE NO FITTINGS ON ANY OF THE SERVICE LINES REGARDLESS OF PIPEMATERIAL BETWEEN THE MAIN AND THE WATER METERS UNLESS SHOWN ON ENG. STD.6210.10.THE CONTRACTOR MUST PROVIDE SHORING AS NECESSARY TO PREVENT MOVEMENT OFTHE EXISTING WATERLINE. ANY MATERIAL THAT FALLS INTO THE TRENCH FROM THESURROUNDING AREA SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE.11.SHORING IS REQUIRED WHEN NEW WATER MAIN IS INSTALLED WITHIN 5 FEET OF (E)TRANSITE WATER MAIN.12.ALL MECHANICAL JOINT FITTINGS AND CONNECTION COUPLINGS MUST HAVE RESTRAINTS13.PIPE INSTALLATION AND CROSSINGS MUST BE PER ENG. STD. 6110, 6140A AND 4140B.CENTER NEW PIPE OVER CROSSING.14.PIPE MUST BE INSTALLED IN COMPLIANCE WITH ENG. STD. 6020. PIPE INSTALLED WITH LESSTHAN 3 FEET OF COVER MUST BE INSTALLED WITH SLURRY TRENCH BACKFILL INCOMPLIANCE WITH ENG. STD. 6020.15.SEWER MAIN WITH LESS THAN 1% SLOPE MUST BE INSTALLED WITH 3/4" CRUSHED ROCK ASBEDDING AND INITIAL BACKFILL. SEE ENG. STD. 6020, NOTE 10 FOR ADDITIONALREQUIREMENTS.16.CONNECT EXISTING VCP SEWER MAIN TO NEW MANHOLE WITH PVC STUB AND RC STRONGBACK COUPLINGS17.CONNECT EXISTING HDPE SEWER MAIN TO NEW MANHOLE WITH HDPE STUB AND FUSEDCOUPLINGS OR BUTT FUSION.18.CONNECT EXISTING PVC SEWER MAIN TO NEW MANHOLE WITH PVC STUB AND PVCCOUPLINGS.19.ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYINGALL PIPE LENGTHS.20.APPROXIMATE LOCATION OF LATERALS ARE SHOWN ON PLANS. LOCATING LATERALS ISTHE RESPONSIBILITY OF THE CONTRACTOR AND ANY DAMAGE TO A LATERAL MUST BEREPAIRED IMMEDIATELY AND AT NO COST TO THE CITY. STOPSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDW WWWWSSSSSS SSSSSSSS SS SS SS SS SS SSSSSSWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGW SSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSS SSSS SSSS SSSS G GGGGWW W WWW (E) 2" GAS(E) 6" AC WATER(E) 2" GAS(E) 60" RCP(E) 6" AC WATER(E) 2" GAS(E) 60" RCP(E) SS LAT(E) 6" HPDE SEWER(E) 8" VCP SEWERABANDON (E) 6" AC WATER+1700+1800+1900+2000WESTMONT AVE(N) 255' - 10" HDPE SEWER(N) 8" PVC WATERSTA 17+01.62(N) SSMH H04-37RIM = 298.46'STA 20+09.74(N) SSMH H04-38RIM = 294.63'(N) 308' - 10" HDPE SEWERJEFFREY DRIVE25326527728926026827664328429230064414'9'17'40'REMOVE AND REPLACESSMH H04-38PER ENG. STD. 6610REMOVE AND REPLACESSMH H04-37PER ENG. STD. 66106" IN 293.5010" OUT 292.708" IN 292.8010" IN 288.6010" OUT 288.5028028529029530030531028028529029530030531016+7517+0017+2517+5017+7518+0018+2518+5018+7519+0019+2519+5019+7520+0020+25(N) 308' - 10" HDPE SEWER, S = 1.33%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWERSTA. 20+09.74(N) SSMH H04-38RIM = 294.63'10" IN 288.60' (W)10" OUT 288.50' (S)(E) 8" VCP SEWERSTA. 17+01.62(N) SSMH H04-37RIM = 298.46'8" IN 292.80' (W)6" IN 293.50' (N)10" OUT 292.70' (E)(E) GRADE0SCALE IN FEET2040WESTMONT AVENUE2SEE SHEET 3HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]N (N) 254' - 10" HDPE SEWER, S = 0.51%BY OPEN TRENCHING & REMOVE EXISTING 8" VCP SEWERSTA. 29+94.56(N) SSMH H04-38RIM = 294.63'10" IN 288.60' (W)10" OUT 288.50' (S)STA. 35+03.86(N) SSMH H05-7RIM = 289.07'10" IN 282.70' (N)6" IN 282.90' (W)10" OUT 282.60' (S)STA. 32+50.01(N) SSMH H04-47RIM = 287.18'10" IN 284.10' (N)6" IN 284.10' (W)10" OUT 284.00' (S)STA. 31+35.00INV: 285.17 STA. 31+85.00 INV: 284.45 (N) 140' - 10" HDPE SEWER, S = 2.37%BY OPEN TRENCHING & REMOVE EXISTING 8" VCP SEWER(N) 65' - 10" HDPE SEWER, S = 0.53%BY OPEN TRENCHING(E) 33" RCPWATERLINECONNECTION PERDETAIL 1, SHEET 10WATERLINECONNECTION PERDETAIL 2, SHEET 10WATERLINECONNECTION PERDETAIL 3, SHEET 10(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)3' MIN. 3' MIN.6" MIN(E) 2" GAS(E) 2" GAS(N) 45°MJxMJ(E) GRADE6"130 LF - 8" DIP (CLASS 350)DOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINE133 LF - 8" C900 PVC WATER (CLASS 305 DR-14)FULLY RESTRAINED WATERLINENO WATERLINE JOINTS WITHIN8' OF STORM DRAIN CROSSING.NO JOINTS6"WATERLINE AND SEWERLINE TO BE BACKFILLED WITH 1 SACK SLURRY20.0'FULLYRESTRAINEDWATERLINEFULLY RESTRAINED WATERLINESTATION 34+99 TO 35+39(N) 50' - 10" HDPE SEWERBY OPEN TRENCHING & REMOVINGEXISTING 8" VCP SEWERSTA. 30+03STA. 31+35 STA. 32+64 STA. 32+84 (N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)(N) 364' - 10" HDPE SEWER, S = 0.49%BY PIPE BURSTING THROUGHEXISTING 8" VCP SEWERSTOPSTOP GGGGGGGGGGGG GGGGGGGGGGGG SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD W W WWWWW WWWWW WWWW WWWWWWWW WWWW W W SSSSSSSSSS SSSSSSSSSSSSSS WWWWWWWWWWWW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG SS SS SS SS SS SS SS SS SS SS SSSSSSSSSS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SSSSSSSSSS SSSSSSSSSSSS SS SS SS SS SDSD WW WW WWGGGGG GWW WWSS SS SS GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG(E) 2" GAS(E) 6" AC WATER (E) 2" GAS(E) 2" GAS(E) 6" AC WATER (E) 6" VC P SEWER (E) 2" GAS (E) 6" AC WATER (E) 6" VCP SEWER (E) 2" GAS (E) 3 3 " R C P (E) 36" RCP (E) 60" RCP (E) 6" AC WATER(E) 2" GAS(E) 60" RCP(E) SS LATABANDON (E) 6" AC WATERABANDON (E) 6" AC WATER(N) 255' - 10" HDPE SEWER(N) 254' - 10" HDPE SEWER(N) 8" PVC WATER(N) 8" PVC WATERSTA 35+03.86(N) SSMH H05-7RIM = 289.07'STA 32+50.01(N) SSMH H04-47RIM = 287.18'(N) 308' - 10" HDPE SEWER STA 29+94.56(N) SSMH H04-38RIM = 294.63'JEFFREY DRIVEMARLENE DRIVE DALY AVE WESTMONT AVE 29662964463164328429230030862361761360559729629710'15'40'5'5' 10' 40' 10'10'+2970+3000+3100+3200+3300+3400+3500ABANDON (E) WATERLINEPER ENG. STD. 6050(N) 2" SERVICE(E) 1" COPPER 3(N) 1" SERVICE (E) 3/4" PE 2(N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE (E) 3/4" COPPER2 5/85/8 3/4 5/8 5/8 5/8 5/8 5/8 5/8 2101103105' 10'REMOVE AND REPLACESSMH H04-38PER ENG. STD. 661010" OUT 288.5010" IN 288.60REMOVE AND REPLACESSMH H04-47PER ENG. STD. 6610WITH TRAFFIC RATEDPREFABRICATED FLAT TOP10" OUT 284.006" IN 284.1010" IN 284.10REMOVE AND REPLACESSMH H05-7PER ENG. STD. 661010" OUT 282.606" IN 282.9010" IN 282.70(N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 329+7530+0030+2530+5030+7531+0031+2531+5031+7532+0032+2532+5032+7533+0033+2533+5033+7534+0034+2534+5034+7535+0035+2535+502752802852902953003050SCALE IN FEET2040JEFFREY DRIVE3MATCHLINE - STA. 35+50.00: SEE SHEET 4MATCHLINE - STA. 35+50.00: SEE SHEET 4 HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]N (N) 364' - 10" HDPE SEWER, S = 0.49%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWER(N) 286' - 10" HDPE SEWER, S = 2.03%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWERSTA. 38+67.58(N) H05-23RIM = 286.69'10" IN 280.80' (N)10" OUT 280.70' (S)(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)3' MIN. 3' MIN.(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)(E) GRADESTOPW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSDUDUDU SSSSSS SS SS SS SS WW WW WWWW GGGGG GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG(E) 2" GAS(E) 2" GASABANDON (E) 6" AC WATER(N) 364' - 10" HDPE SEWER(N) 286' - 10" HDPE SEWER(N) 8" PVC WATER(N) 8" PVC WATERSTA 38+67.58(N) H05-23RIM = 286.69'JEFFREY DRIVEABANDON (E) 6" AC WATER58557356154953752551351259722110'40'10'10'10' 10' 40' 10'10'10'+3600+3700+3800+3900+4000+4100REMOVE (E) FIRE HYDRANT PERENG. STD. 6050 AND REPLACEPER CITY ENG. STD. 6310 (6" DIA.)REMOVE (E) FIRE HYDRANT PERENG. STD. 6050 AND REPLACEPER CITY ENG. STD. 6310 (6" DIA.)ABANDON (E) WATERLINEPER ENG. STD. 60505/85/85/85/8 5/8 5/8 5/8 5/8 REMOVE AND REPLACESSMH H05-23PER ENG. STD. 661010" OUT 280.7010" IN 280.80HIGHLAND DRIVE (N) 2" SERVICE(E) 1" COPPER 3(N) 2" SERVICE(E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 327027528028529029530035+5035+7536+0036+2536+5036+7537+0037+2537+5037+7538+0038+2538+5038+7539+0039+2539+5039+7540+0040+2540+5040+7541+00JEFFREY DRIVE4MATCHLINE - STA. 41+20.00: SEE SHEET 5MATCHLINE - STA. 41+20.00: SEE SHEET 5 MATCHLINE - STA. 35+50.00: SEE SHEET 3 MATCHLINE - STA. 35+50.00: SEE SHEET 3 HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]0SCALE IN FEET2040N (N) 250' - 10" HDPE SEWER, S = 2.66%BY OPEN TRENCHING & REMOVE EXISTING 8" VCP SEWER(N) 303' - 10" HDPE SEWER, S = 0.82%BY OPEN TRENCHING & REMOVE EXISTING 6" VCP SEWERSTA. 41+55.83(N) SSMH H05-35RIM = 280.34'10" IN 274.85' (N)6" IN 274.85' (W)10" OUT 274.75' (S)STA. 44+09.79(N) SSMH H05-46RIM = 273.27'10" IN 268.00' (N)6" IN 268.00' (W)10" OUT 267.90' (S)(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)3' MIN.WATERLINE CONNECTIONPER DETAIL 5, SHEET 10WATERLINECONNECTION PERDETAIL 4, SHEET 10(E) 2" GAS(E) 2" GAS(E) 2"GAS(E) 21"RCP SD(E) GRADE6"1.0'6"6"DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 41+21 TO 41+61DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 43+80 TO 44+20DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 46+85 TO 47+25REMOVE (E) SSMH H05-40(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)STOPSTOP STOPG G G G G G G G G G GGGGGGGGGGG GGGGGGGGGGGSDSDSDSDSDSDSDSD SD SD SD SD SD SD SDWWWWWWWWWWWWWWWWWW W W W W W W W W WWWW WWSSSSSSSSSSWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SSSSSSSSSSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU DU SS SS SS SS SS SS WW WW WW WW G G G G G G G G G G G G G G G FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FOGGGGGGGGGGGGGGG(E) 2" GAS(E) 2" GAS(E) 6" AC WATER(E) 6" VC P SEWER(E) 2" GAS (E) 6" AC WATER (E) 6" VC P SEWER (E) 2" GAS (E) 2" GAS(E) 18"x11" ARCH SD(E) 21" RCP SDABANDON (E) 6" AC WATERABANDON (E) 6" AC WATER(N) 250' - 10" HDPE SEWER(N) 303' - 10" HDPE SEWER(N) 8" PVC WATER(N) 8" PVC WATERSTA 41+55.83(N) SSMH H05-35RIM = 280.34'STA 44+09.79(N) SSMH H05-46RIM = 273.27'WARREN WAY DONNA WAY 34735537739238036834438939940741542142429610'40'10'10'10' 10' 40' 5'5'10'10'+4200+4300+4400+4500+4600+47ABANDON (E) WATERLINEPER ENG. STD. 6050(N) 1" SERVICE(E) 3/4" COPPER 2(N) 2" SERVICE (E) 1" COPPER3 5/8 5/8 5/8 5/8 5/8 5/8 5/8 5/8 3/4 3/4 5/8 3/4 JEFFREY DRIVE410510REMOVE AND REPLACESSMH H05-35PER ENG. STD. 661010" OUT 274.756" IN 274.8510" IN 274.85REMOVE AND REPLACESSMH H05-46PER ENG. STD. 661010" OUT 267.906" IN 268.0010" IN 268.00RESTORE (E) CROSSGUTTER PER ENG. STD. 4310HIGHLAND DRIVE 5/8 (N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER3 (N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3REMOVE (E) SSMH H05-40REMOVESSMH H05-4010" OUT 272.6510" IN 272.7541+2541+5041+7542+0042+2542+5042+7543+0043+2543+5043+7544+0044+2544+5044+7545+0045+2545+5045+7546+0046+2546+5046+7547+00260265270275280285290JEFFREY DRIVE5MATCHLINE - STA. 47+00.00: SEE SHEET 6MATCHLINE - STA. 47+00.00: SEE SHEET 6 MATCHLINE - STA. 41+20.00: SEE SHEET 4 MATCHLINE - STA. 41+20.00: SEE SHEET 4 HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]0SCALE IN FEET2040N (N) 309' - 10" HDPE SEWER, S = 0.77%BY OPEN TRENCHING & REMOVE EXISTING 6" VCP SEWER(N) 239' - 10" HDPE SEWER, S = 0.83%BY OPEN TRENCHING & REMOVE EXISTING 6" VCP SEWERSTA. 47+14.53(N) SSMH H05-53RIM = 270.05'10" IN 265.40' (N)6" IN 265.55' (W)10" OUT 265.30' (S)STA. 50+25.87(N) SSMH H06-6RIM = 267.58'10" IN 262.90' (N)6" IN 263.10' (W)10" OUT 262.80' (S)STA. 52+66.78(N) SSMH H06-19RIM = 265.98'10" IN 260.80' (N)6" IN 260.90' (W)10" OUT 260.70' (SE)(N) 2,008 LF 8" C900 PVC WATER(CLASS 305 DR-14)3' MIN.WATERLINE CONNECTIONPER DETAIL 6, SHEET 10WATERLINE CONNECTIONPER DETAIL 7, SHEET 10WATERLINE CONNECTIONPER DETAIL 8, SHEET 10(E) 2" GAS(E) 50"X31" ARCH SD(36"x24" HDPE SLIPLINE)4"(N) 45°MJxMJ(E) GRADE6"8"DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 49+94 TO 50+34DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 52+15 TO 52+75DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 46+85 TO 47+25BACKFILL WITH 1 SACK SLURRYAT STORM DRAIN CROSSINGSTOPSTOPSD SD SD SD SD SD SD SD SD SD SD SD SD W W W W W W W W W WWWWWWWWW WWWWWWWW W W W W W W W W WW W WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWG G G G G G G G G G G GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG G G G G G G G G G G SDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SSSSSS SS SS SS SS SS SS SS SS SSSSSSSS DU DU DU DU DU DU DU DU DU SS SS SS SS SS SS SS SS SS SS SS SS WW WW WW WW WGGGGGG GGGG G G G G GGGG G G(E) 3" GAS(E) 50"x31" SD(E) 24" RCP(E) 18" PV C (E) 50"X31" SD(E) 2" GAS(E) 4" AC WATER(E) 6" VC P SEWER (E) 6" AC W A T E R (E) 6" VC P S E W E R (E) 2" GA S (E) 6" AC WATER (E) 6" VCP SEWER (E) 2" GAS ABANDON (E) 8" VCP SEWERABANDON (E) 6" AC WATERABANDON (E) 6" AC WATERABANDON (E) 6 " A C W A T E R(N) 309' - 10" HDPE SEWER(N) 239' - 10" HDPE SEWER(N) 8" PVC WATER(N) 8" PVC WATERSTA 47+14.53(N) SSMH H05-53RIM = 270.05'STA 50+25.87(N) SSMH H06-6RIM = 267.58'STA 52+66.78(N) SSMH H06-19RIM = 265.98'CRAIG W A Y CERRO ROMAULDO AVE 30830730125123722522624231132133332631420921210'40'5'5'10'10' 10' 40' 5'5'10'10'+00+4800+4900+5000+5100+5200(N) 4 8 ' - 1 0 " H D P E S E W E R (N) 8" PVC WATERREMOVE (E) FIREHYDRANT PER ENG.STD. 6050 ANDREPLACE PER CITYENG. STD. 6310 (6" DIA.)REMOVE (E) FIREHYDRANT PER ENG.STD. 6050 ANDREPLACE PER CITYENG. STD. 6310 (6" DIA.)ABANDON (E) WATERLINEPER ENG. STD. 6050(N) 2" SERVICE (E) 1" COPPER3 5/8 3/43/4 5/85/8 5/8 5/8 5/8 3/4 5/8 5/8 5/8 5/8 3/4 3/4 ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINEJEFFREY DRIVE610710810REMOVE AND REPLACESSMH H05-53PER ENG. STD. 661010" OUT 265.306" IN 265.5510" IN 265.40REMOVE AND REPLACESSMH H06-6PER ENG. STD. 661010" OUT 262.806" IN 263.1010" IN 262.90REMOVE AND REPLACESSMH H06-19PER ENG. STD. 661010" OUT 260.706" IN 260.9010" IN 260.80DONNA WAY (N) 2" SERVICE(E) 1" COPPER 3(N) 2" SERVICE(E) 1" COPPER3 (N) 2" SERVICE (E) 1" COPPER3 (N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3(N) 1" SERVICE (E) 3/4" COPPER2 (N) 2" SERVICE (E) 1" COPPER 3RESTORE (E) CROSSGUTTER PER ENG. STD. 431047+0047+2547+5047+7548+0048+2548+5048+7549+0049+2549+5049+7550+0050+2550+5050+7551+0051+2551+5051+7552+0052+2552+5052+75250255260265270275280JEFFREY DRIVE6MATCHLINE - STA. 47+00.00: SEE SHEET 5 MATCHLINE - STA. 47+00.00: SEE SHEET 5 SEE SHEET 7HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]0SCALE IN FEET2040N STA. 60+10.01(N) SSMH H06-19RIM = 265.98'10" IN 260.80' (N)6" IN 260.90' (W)10" OUT 260.70' (SE)(N) 48' - 10" HDPE SEWER, S = 5.61%BY OPEN TRENCHING ANDREMOVE EXISTING 8" VCP SEWERSTA. 60+55.96(N) SSMH H06-20RIM = 264.64'10" IN 258.00' (NW)6" IN 257.60' (S)10" OUT 257.50' (E)(N) 100' - 10" HDPE SEWER, S = 0.90%BY OPEN TRENCHING & REMOVE EXISTING 6" VCP SEWERSTA. 61+55.64(N) SSMH H06-21RIM = 262.81'10" IN 256.60' (W)6" IN 256.80' (S)10" OUT 256.50' (E)(N) 143' - 10" HDPE SEWER, S = 2.13%BY PIPE BURSTING THROUGH EXISTING 6" VCP SEWERSTA. 63+00.42(N) SSMH H06-22RIM = 257.46'10" IN 253.40' (W)6" IN 253.30' (N)10" OUT 253.30' (E)(N) 267' - 10" HDPE SEWER, S = 2.16%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWER(N) 300 LF 8" C900 PVC WATER(CLASS 305 DR-14)3' MIN.WATERLINE CONNECTIONPER DETAIL 9, SHEET 10WATERLINE CONNECTIONPER DETAIL 10, SHEET 10(E) 3" GAS(E) 50"X31" ARCH SD(36"x24" HDPE SLIPLINE)1.0' MIN.(E) 2" GAS45° MJxMJ45°MJxMJ(E) GRADE20 LF WATERNO JOINTSBACKFILL WITH1 SACK SLURRYAT CROSSING6"45° MJxMJ45° MJxMJ6"DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSFULLY RESTRAINED WATERLINESTATION 60+00 TO 62+0020.0'FULLYRESTRAINEDWATERLINESTA. 62+69 STA. 62+89STOPSTOPGGGGGGGGSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWWWWWWWWWWWWWWW WWWWWWWWWW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG G G G G G G G G G GSDSDSDSDSDSDSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDU SS SS SS SS SS SS DU DU DU DU SS SS SS SS DU DU DU SS SS SS GG GG DUDUDUSSSSSSSSW W W W W GG GFOFOFOFOFOFOFOFOFO FO FO FO FO FO FO FO FO FOGGGGGGGGGGABANDON (E) 8" VCP SEWER(E) 8" PVC WATERABANDONED (E) 6" AC WATER(E) 6" VCP SEWER(E) 6" AC WATER(E) 3" GAS(E) 50"X31" SD (E) 50"x31" SD(E) 24" RCP(E) 18" PVC(E) 50"X31" SD(E) 6" AC WATER(E) 6" VCP SEWER(E) 3" GAS(E) 3" GAS(E) 6" AC WATER(E) 6" VCP SEWER(E) 2" GAS(E) 2" GASABANDON (E) 6" AC WATERABANDON (E) 8" VCP SEWERABANDON (E) 8" VCP SEWERABANDON (E) 6" AC WATERABANDON (E) 6" AC WATER+6000+6100+6200+6300+6400+65CERRO ROMAULDO AVESANTA LUCA(N) 239' - 10" HDPE SEWER(N) 100' - 10" HDPE SEWER(N) 143' - 10" HDPE SEWER(N) 267' - 10" HDPE SEWER(N) 8" PVC WATER(N) 8" PVC WATERSTA 60+55.96(N) SSMH H06-20RIM = 264.64'STA 61+55.64(N) SSMH H06-21RIM = 262.81'STA 63+00.42(N) SSMH H06-22RIM = 257.46'STA 60+10.01(N) SSMH H06-19RIM = 265.98'3152103093013233313103243342092122992952916'7' 34' 7'10' 6'7'10' 34' 11'5'7.5'(N) 48' - 10" HDPE SEWER(N) 8" PVC WATERABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINEABANDON (E) WATERLINEPER ENG. STD. 6050(N) 2" SERVICE(E) 1" COPPER3 (N) 2" SERVICE (E) 1" COPPER3 5/8 5/8 3/43/4ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINE4' 4'7'JEFFREY DRIVE90° MJxMJFITTINGS9101010810REMOVE AND REPLACESSMH H06-19PER ENG. STD. 661010" OUT 260.706" IN 260.9010" IN 260.80REMOVE AND REPLACESSMH H06-20PER ENG. STD. 661010" IN 258.006" IN 257.6010" OUT 257.50REMOVE AND REPLACESSMH H06-22PER ENG. STD. 661010" IN 253.406" IN 253.3010" OUT 253.30ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINEABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINEREMOVE AND REPLACESSMH H06-21PER ENG. STD. 661010" IN 256.606" IN 256.8010" OUT 256.50ABANDON (E) SSMHPER ENG. STD. 6050RIM 256.83INV 251.1490° MJxMJFITTINGS7'5/8 (E) 3" GASJEFFREY DRIVE24024525025526026527027524024525025526026527027559+7560+0060+2560+5060+7561+0061+2561+5061+7562+0062+2562+5062+7563+0063+2563+5063+7564+0064+2564+5064+7565+000SCALE IN FEET2040CERRO ROMAULDO AVENUE7MATCHLINE - STA. 65+00.00: SEE SHEET 8 MATCHLINE - STA. 65+00.00: SEE SHEET 8SEE SHEET 6HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]N STA. 65+69.42(N) SSMH I06-17RIM = 252.37'10" IN 247.50' (W)6" IN 247.50' (N)10" OUT 247.40' (E)(N) 278' - 10" HDPE SEWER, S = 0.86%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWERSTA. 68+47.82(N) SSMH I06-18RIM = 251.16'10" IN 245.00' (W)8" IN 245.00' (NW)10" OUT 244.90' (S)(E) 6" AC WATER(E) 2" GAS(E) 18" HDPE SD(E) GRADE6"1.0'1.0'BACKFILL WITH 1 SACK SLURRYAT STORM DRAIN CROSSING(N) 267' - 10" HDPE SEWER, S = 2.16%BY PIPE BURSTING THROUGH EXISTING 8" VCP SEWERSTOPSTOPASASASASASASASASASSDSDSDWWWWWWWW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW W W W W W W W AW AW AW AW AW AW AW SSSSSSSSGGGGGGGGAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWGGGGGGGG G G G G GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG GSDSDSDSDSDSDSDSDWWWWG G G G G G G G G G GSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSS DU SS SS SSSS SSSS SSSSSSSS SS SSGGGGGG GG GW WSS SSWW W W (E) 8" PVC WATERABANDONED (E) 6" AC WATER(E) 3" GAS(E) 8" PVC WATERABANDONED (E) 6" AC WATER(E) 6" AC WATER(E) 8" VCP SEWER(E) 3" GAS(E) 6" VCP SEWER(E) 4" AC WATER(E) 2" GAS(E) 2" GASABANDONED (E) 6" VCP SEWER(E) 18" HDPE SDABANDON (E) 6" VCP SEWER+00+6600+6700+6800+ 6 9 0 0(N) 278' - 10" HDPE SEWERSTA 65+69.42(N) SSMH I06-17RIM = 252.37'STA 68+47.82(N) SSMH I06-18RIM = 251.16'3453593673853911713603723902116'7'10'34.0'11'5.5'(N) 337' - 10" HDPE SEWERABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINECERRO ROMAULDO AVELA CANADATASSAJARA DRREMOVE AND REPLACESSMH I06-17PER ENG. STD. 661010" IN 247.506" IN 247.5010" OUT 247.40REMOVE AND REPLACESSMH I06-18PER ENG. STD. 661010" IN 245.0010" OUT 244.908" IN 245.00TASSAJARA DR65+0065+2565+5065+7566+0066+2566+5066+7567+0067+2567+5067+7568+0068+2568+5068+75235240245250255260265235240245250255260265CERRO ROMAULDO AVENUE8MATCHLINE - STA. 65+00.00: SEE SHEET 7 MATCHLINE - STA. 65+00.00: SEE SHEET 7 SEE SHEET 9HORIZ1" = 20'VERT 1" = 4'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]0SCALE IN FEET2040N 23524024525025526026523524024525025526026570+0070+2570+5070+7571+0071+2571+5071+7572+0072+2572+5072+7573+0073+2573+50(N) 337' - 10" HDPE SEWER, S = 0.59%BY PIPE BURSTING THROUGH EXISTING 10" VCP SEWERSTA. 70+06.56(N) SSMH I06-18RIM = 251.16'10" IN 245.00' (W)8" IN 245.00' (NW)10" OUT 244.90' (S)STA. 73+43.59(N) SSMH I06-22RIM = 252.78'10" IN 242.90' (N)10" OUT 242.30' (E)(E) 3" GAS(E) 4'x10'RECTANGULARCHANNEL(E) GRADESTOPSTOPGGGGGGG OOOOOOOOOOOOOOOOOOASASASSDSDSD SD SD SD SD SD SD SD SD SD SDSDWWWWWWWWWWWWWW WWWWWWWWWWWWWWW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW W W W W W W WWAWAWWWSSSSSSGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG G G G GAWAWAWAWAWAWAWGGGGGGGGGGGGGGGGGG GGGGGGGGGGG WWW W W WSDSDSDSDSDSDSDSDSDSDWWWW WW WW W WW SDSDSD T T T TTTTTTTTTTTTTTTTTT T T T T T T T T T T T T T T T SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SSSSSS SS SS SS SSGG GGG G FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FOWW(E) 8" PVC WATERABANDONED (E) 6" AC WATER(E) 3" GAS ABANDONED (E) 6" AC WATER(E) 6" AC WATER(E) 3" GAS(E) 6" AC WATER(E) 3" GAS(E) 6" VCP SEWER(E) 6" VCP SEWER (E) 6" AC WATER (E) 6" GAS (E) 10" CI WATER (E) 8" VCP SEWER (E) 6" AC WATER (E) 6" GAS (E) 12" CI WATER ABANDONED OIL LINE (E) 10" PVC SEWER (E) TELEPHONE ABANDONED OIL LINE ABANDONED (E) 6" VCP SEWER(E) 18" HDPE SD(E) 4'x10' RECTANGULAR CHANNELABANDON (E) 8" VCP SEWERABANDON (E) 8" VCP SEWERABANDON (E) 6" VCP SEWER +7000+7100+7200+7300+7400TASSAJARA DR(N) 278' - 10" HDPE SEWERCERROROMAULDO AVE FOOTHILL BLVD STA 73+43.59(N) SSMH I06-22RIM = 252.78'STA 70+06.56(N) SSMH I06-18RIM = 251.16'40040539914239213314315939117112'5' 34'(N) 337' - 10" HDPE SEWER(N) 337' - 10" HDPE SEWER5'12'ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINEABANDON (E) SSMHPER ENG. STD. 6050RIM 251.18INV 245.18REMOVE AND REPLACESSMH I06-18PER ENG. STD. 661010" IN 245.0010" OUT 244.908" IN 245.00REMOVE AND REPLACESSMH I06-22PER ENG. STD. 661010" IN 242.9010" OUT 242.300SCALE IN FEET2040TASSAJARA DRIVE9HORIZ1" = 20'VERT 1" = 4'SEE SHEET 8CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr]N WATERLINE CONNECTION DETAILS10NTSNTS REFERENCE SHEET 3JEFFREY & WESTMONT1NTS REFERENCE SHEET 5JEFFREY & HIGHLAND4NTS REFERENCE SHEET 3JEFFREY & MARLENE2NTS REFERENCE SHEET 3JEFFREY & DALY3LEGENDFLANGEFLANGED COUPLING ADAPTERRESTRAINED MECHANICAL JOINTTRANSITION COUPLINGNTS REFERENCE SHEET 5JEFFREY & WARRENNTS REFERENCE SHEET 6JEFFREY & CERRO ROMAULDO AVE8NTS REFERENCE SHEET 6JEFFREY & DONNA6NTS REFERENCE SHEET 6JEFFREY & CRAIG7NTS REFERENCE SHEET 7210 CERRO ROMAULDO59NTS REFERENCE SHEET 7CERRO ROMAULDO & SANTA LUCA10(E) FIRE SERVICE(N) WATER(N) 45° MJxMJ(N) 45° MJxMJPROVIDE JOINT RESTRAINT WITHIN 20' OF NEW 45° FITTINGS(N) FIRE SERVICE2" MIN.(N) WATER(N) 45°MJxMJ(N) 45°MJxMJNOTES:1.EXISTING FIRE SERVICES MUST BE MAINTAINED DURING CONSTRUCTION.2.MAY WEST FITTINGS MAY BE USED TO ACHIEVE THE REQUIRED CLEARANCE.NTS REFERENCE SHEETS 3 THRU 7FIRE SERVICE SEPARATION11CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNJEFFREY SEWER AND WATER REPLACEMENT HNMHMHNOVEMBER 2020100009010APPROVED: [Mo Day, Yr](N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJ(E) 6" AC WATER (N) 8"x8"x8" TEEFLGxFLGxFLG(N) 6"TRANSITIONCOUPLINGABANDON (E) 6" AC WATER(N) 6" PVC WATER (N) 8"x6" REDUCER(N) 6" GATE VALVEFLGxMJ(N) 6" PVC WATER(N) 8"x6" REDUCER(N) 6" GATE VALVEFLGxMJ(N) 6" PVC WATER(E)6" AC WATER ABANDON (E) 6" AC WATER(N) 6" TRANSITIONCOUPLING(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 6" P V C W A T E R (N) 8"x8"x8" TEEFLGxFLGxFLG(E)6" AC W A T E R ABANDON (E) 6" AC WATER(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 6" GATE VALVEFLGxFLG(N) 11.25° FLGxMJ FITTINGS(N) 6" TRANSITIONCOUPLING(N) 6" PVC WATER (N) 8"x8"x8" TEEFLGxFLGxFLG(E)6" AC WATER ABAN D O N ( E ) 6 " A C W A T E R(N) 6" TRANSITIONCOUPLING(N) 8" PVC WATERABANDON (E) 6" AC WATER(N) 8" PVC WATERABANDON (E) 6" AC WATER(E) 6" AC WATER (N) 6" GATE VALVEFLGxMJ(N) 8" PVC WATER(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8"x6" REDUCER(N) 8" GATE VALVEFLGxMJ(E)6" AC WATER(N) 8" PVC WATERABANDON (E) 6" AC WATER(N) 8" GATE VALVEFLGxMJ(N) 8"x8"x8" TEEFLGxFLGxFLG(E) 8" PVC WATER(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxMJ(N) 8" PVC WATER(N) 6" PVC WATER(E)6" AC WATER ABANDON (E) 6" AC WATER(N) 6" TRANSITIONCOUPLING(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 8" PVC WATER(N) 6" PVC WATER(E)6" AC WATER ABANDON (E) 6" AC WATER(N) 6" TRANSITIONCOUPLING(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 8" PVC WATER(N) 6" PVC WATER(E)6" AC WATER ABANDON (E) 6" AC WATER(N) 6" TRANSITIONCOUPLING(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 8" PVC WATER(N) 4" PVC WATER(E)4" AC WATER ABANDON (E) 6" AC WATER(N) 4" TRANSITIONCOUPLING(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJABANDON (E) 6" AC WATER(N) 8" PVC WATER(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJ(N) 8"x6" REDUCER(N) 8" PVC WATER(N) 8" GATE VALVEFLGxMJ(N) 8"x6" REDUCER(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxFLG(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8" GATE VALVEFLGxMJ(N) 4" GATE VALVEFLGxFLG(N) 8"x4" REDUCER(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxFLG(N) 8"x6" REDUCER(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxFLG(N) 8"x6" REDUCER(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxFLG(N) 8"x6" REDUCER(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8" GATE VALVEFLGxMJ(N) 6" GATE VALVEFLGxFLG(N) 8"x6" REDUCER(N) 8"x8"x8" TEEFLGxFLGxFLG(N) 8" GATE VALVEFLGxMJ(N) 8"x6" REDUCERABANDON (E) 6" AC WATER A RCHAEOLOGICAL M ONITORING P LAN J UNE 2020 J EFFREY S EWER AND W ATER R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.03 - Jeffrey Sewer Archeo MP\Monitoring Plan\2020 06-02 Monitoring Plan_Jeffrey.docx (06/02/20) APPENDIX C RECORD SEARCH RESULTS 5/5/2020 Kerrie Collison LSA 285 South Street, Suite P San Luis Obispo, CA 93401 Re: Jeffrey Sewer and Water Replacement (CBZ1801.03) The Central Coast Information Center received your record search request for the project area referenced above, located on the San Luis Obispo USGS 7.5’ quad(s). The following reflects the results of the records search for the project area and a one-quarter mile radius: As indicated on the data request form, the locations of reports and resources are provided in the following format:  custom GIS maps ☐ shapefiles ☐ hand-drawn maps ☐ none Resources within project area: 0 Resources within ¼ mi. radius: 3: P-40-002090, P-40-040176, P-40-040765 Reports within project area: 0 Reports within ¼ mi. radius: 12: See report list Resource Database Printout (list):  enclosed ☐ not requested ☐ nothing listed Resource Database Printout (details):  enclosed ☐ not requested ☐ nothing listed Resource Digital Database Records: ☐ enclosed  not requested ☐ nothing listed Report Database Printout (list):  enclosed ☐ not requested ☐ nothing listed Report Database Printout (details):  enclosed ☐ not requested ☐ nothing listed Report Digital Database Records: ☐ enclosed  not requested ☐ nothing listed Resource Record Copies:  enclosed ☐ not requested ☐ nothing listed Report Copies: ☐ enclosed  not requested ☐ nothing listed OHP Historic Properties Directory: ☐ enclosed  not requested ☐ nothing listed Archaeological Determinations of Eligibility: ☐ enclosed ☐ not requested  nothing listed The following sources of information are available at http://ohp.parks.ca.gov/?page_id=28065. Some of these resources used to be available through the CHRIS but because they are now online, they can be accessed directly. The Office of Historic Preservation makes no guarantees about the availability, completeness, or accuracy of the information provided through the sources listed below. California State Lands Commission Shipwreck Database Caltrans Historic Bridge Inventory U.S. Geological Survey Historic Topographic Maps Rancho Plat Maps National Park Service National Register of Historic Places Nominations Natural Resource Conservation Service Soil Survey Maps US Bureau of Land Management General Land Office Records California Historical Landmarks Listing (by county) Five Views: An Ethnic Historic Site Survey for California (1988) Historical Soil Survey Maps Please forward a copy of any resulting reports from this project to the office as soon as possible. Due to the sensitive nature of archaeological site location data, we ask that you do not include resource location maps and resource location descriptions in your report if the report is for public distribution. If you have any questions regarding the results presented herein, please contact the office at the phone number listed above. The provision of California Historical Resources Information System (CHRIS) data via this records search response does not in any way constitute public disclosure of records otherwise exempt from disclosure under the California Public Records Act or any other law, including, but not limited to, records related to archeological site information maintained by or on behalf of, or in the possession of, the State of California, Department of Parks and Recreation, State Historic Preservation Officer, Office of Historic Preservation, or the State Historical Resources Commission. Due to processing delays and other factors, not all of the historical resource reports and resource records that have been submitted to the Office of Historic Preservation are available via this records search. Additional information may be available through the federal, state, and local agencies that produced or paid for historical resource management work in the search area. Additionally, Native American tribes have historical resource information not in the CHRIS Inventory, and you should contact the California Native American Heritage Commission for information on local/regional tribal contacts. Should you require any additional information for the above referenced project, reference the record search number listed above when making inquiries. Requests made after initial invoicing will result in the preparation of a separate invoice. Thank you for using the CHRIS. Sincerely, Brian Barbier Coordinator Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-00130 1977 Ferrini Project - Archaeological Potential none givenDills, Charles SL-03221 1997 Cultural Resource Investigation of 651 Foothill Boulevard Bertrando and Bertrando Research ConsultantsBertrando, Ethan SL-03225 1997 Cultural Resource Investigation of San Luis Obispo City and County Property On and Surrounding Bishop Peak, San Luis Obispo, CA. Bertrando and Bertrando Research ConsultantsBertrando, Ethan and Bertrando, Betsy 40-000696, 40-001808, 40-001809, 40-001810, 40-001811, 40-002857, 40-040984, 40-040985, 40-040986, 40-040987, 40-040988 SL-03922 1999 Cultural Resource Inventory Report for Williams Communications, Inc. fiber Optic Cable System Installation Project, San Luis Obispo to Los Osos Loop Jones & Stokes Associates, Inc.McGowan, Dana 40-000004, 40-001795, 40-001807, 40-002007 SL-04051 2000 Phase I Archaeological Survey Along Onshore Portions of the Global West Fiber Optic Cable Project SAIC (Science Applications International Corporation)none given 40-001528 SL-04051A 2000 Appendix A: Project Route Maps and Photographs Associated with Project Route as of July 1999; Appendix B: Project Route Maps and Photographs Associated with Project Route as of December 1999; Appendix C: Project Route Maps and Photographs Associated with Project Route as of March 2000 SAICn/a SL-04051B 2000 Appendix D: Confidential Archaeological Site Reocrd Search Maps of Recorded Sites and Previous Investigations Associated with Project Route as of July 1999 (removed); Appendix E: Confidential Site Record Search Maps of Recorded Sites and Previous Investigations Associated with Project Route as of December 1999 (removed); Appendix F: Confidential Archaeological Site Record Search Maps of Recorded Sites and Previous Investigations Associated with Project Route as of March 2000 (removed); Appendix G: Confidential Updated Site Record Forms (removed) SAICn/a SL-04059 2000 Cultural Resources Records Search and Survey Report for the WS06 Los Osos Re-route Fiber Optic Connection Corridor, City of San Luis Obispo, San Luis Obispo County, CA Chambers Gorup, Inc.Shepard, Richard Page 1 of 2 CCoIC 5/5/2020 9:05:42 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-04286 2001 Phase I Archaeological Survey of 30+ Acres for the Cal Poly Housing Project/Site H-9, San Luis Obispo County, CA Conejo Archaeological ConsultantsMaki, Mary K.40-002090 SL-04288 2001 Phase 1 Archaeological Survey of Approximately Four Acres for the cal Poly Housing Project/ Site H-8, San Luis Obispo Conejo Archaeological ConsultantsMaki, Mary 40-002858 SL-04303 1999 Cultural Resources Survey Report for the Level 3 Fiber Optic Project: WS06 Connection to San Luis Obispo 3R Facility and Los Osos Loop Connection Corridor, San Luis Obispo County, CA Chambers GroupShepard, Richard S. and Mason, Roger D. SL-04714 2001 Archaeological Assessment of CA-SLO-2090 for Cal Poly Faculty/Staff Housing Project, Site H-9 Cultural Resource Management ServicesHannahs, Todd and Farrell, Nancy 40-002090 SL-05064 2002 Negative Historic Property Survey Report for the Camp San Luis Median Barrier Project, San Luis Obispo County Caltrans, District 5Terry L. JoslinCaltrans - 05-0A1300 SL-07482 2016 Cultural Resource Records Search and Site Visit Results for Cellco Partnership and their Controlled Affiliates doing business as Verizon Wireless Candidate ‘West Foothill Blvd. SC1’, Public ROW Adjacent to 222 East Foothill Boulevard, San Luis Obispo, San Luis Obispo County, California HELIX Environmental Planning, Inc.Cher L. Peterson and Carrie D. Wills Page 2 of 2 CCoIC 5/5/2020 9:05:42 AM !. SL-07482 SL-00130 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 1 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius SL-03922 SL-03922 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 2 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius S L - 0 4 0 5 1 SL-04051 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 3 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius SL-04286 SL-04059 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 4 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius SL-03221 SL-05064 SL-03225 SL-04288 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 5 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius SL-04714 SL-04303 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 6 of 6 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius Primary No.Trinomial Resource List Other IDs ReportsTypeAgeAttribute codes Recorded by P-40-002090 CA-SLO-002090 Other - CP-1 SL-04286, SL-04714, SL-05712, SL-07466, SL-07586 Site Prehistoric AP02 2001 (M. Maki, Conejo Archaeological Consultants) P-40-040176 OHP PRN - 3401-0085-0000; OHP Property Number - 18626; Other - Delta Tau Fraternity SL-02651BuildingHistoricHP021983 (Historic Res. Survey Staff, City of San Luis Obispo) P-40-040765 OHP Property Number - 105926; OHP Property Number - 107195; OHP Property Number - 105927; OHP Property Number - 105928; OHP Property Number - 105977; Other - San Luis Obispo Ranger Unit Headquarters-8Bay Equipment Garage and Shop (ST. AG. 3540-0214); Other - San Luis Obispo Ranger Unit Headquarters-Office (ST. AG. 3540-0221); Other - San Luis Obispo Ranger Unit Headquarters-Ranger's Residence (ST. AG. 3540-0218); Other - San Luis Obispo Ranger Unit Headquarters-Ranger's Residence Garage (ST. AG. 3540-0219); Other - San Luis Obispo Ranger Unit Headquarters-Ranger's Residence Generator House (ST. AG. 3540-0220) SL-07466BuildingHistoricHP14; HP35 1994 (Mark V. Thornton, History-Consultant for CDF) Page 1 of 1 CCoIC 5/5/2020 9:04:37 AM P-40-040176 P-40-040765 P-40-040765 P-40-040765 P-40-040765 P-40-002090[approx loc] Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Sites M ap 1 of 2 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius !. P-40-40765 Jeffrey Sewer and Water Replacement (CBZ1801.03) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Sites M ap 2 of 2 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 140 280 420 56070Meters Legend Project Area One-Quarter Mile Radius APPENDIX APPENDIX 4 APPENDIX C – GEOTECHNICAL REPORT Ea rt h Syste m s 4378 Old Santa te Road I San Luis Obispo, CA 93401 | Ph:805.544.3276 | wwwearthsystems.com January 1.5,2020 File No 303603-001 Mr. Hai Nguyen, PE City of SLO Public Works 919 Palm Street San Luis Obispo, CA 9340L PROJECT CITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT VARIOUS LOCATIONS SAN LUIS OBISPO, CALIFORNIA SUBJECT: Subsurface Conditions Report - Sewer Line Replacement Project Mr. Nguyen: The purpose of this report and attached data is to summarize the subsurface conditions represented by the eight borings drilled on December 5 and December 1-3, 20L9 in various locations in the City of San Luis Obispo, California. 1.0 scoPE oF sERVrcEs The scope of services as requested by the client includes eight borings drilled to a maximum depth of ten feet using a six-inch hollow stem auger. Boring locations included Westmont Avenue, Jeffrey Drive, Cerro Romauldo Avenue, N. Tassajara Drive, Luneta Drive, Verde Drive and Ramona Drive. It is our intent that this report be used exclusively by the client in the preparation of plans and specificatíons. Application beyond this intent is strictly at the user's risk. 2.0 FIELD INVESTIGATION AND TABORATORY ANALYSIS On December 5,12 and L3, 2019, eight exploratory borings were drilled at various streets with a Mobile B-53 drill rig equipped with a 6-inch diameter solid stem auger, with an automatic hammer for sampling. The borings were drilled to a maximum depth of approximately 10 feet below the existing ground surface (bgs) at the site. Soils encountered in the borings were categorized and logged in general accordance with the Unified Soil Classification System and ASTM D 2488-L7. Where bedrock was encountered, its properties were described based upon observation of ring and/or Standard Penetration Test samples, observation of the auger cuttings, the effort required to drill into the bedrock, and the effort required to drive samplers into the bedrock. Logs of the borings are attached, along with a Boring Log Legend. ln reviewing the boring logs and legend, the reader should recognize that the legend is intended as a guideline only, and there are a number of conditions that may influence the characteristics observed during drilling. These include, but are not limited to, the presence of cobbles or boulders, cementation, variations in soil moisture, presence of groundwater, and other factors. lt should also be noted that the descriptions of bedrock must span a much wider range of density and strength City of San Luis Obispo Sewer Line Replacement Project January 75,2020 characteristics than soil and are relative to other bedrock strata. For example, weathered bedrock may be described as "soft," yet it will be considerably harder than almost any type of soil. Conversely, a clay soil may be described as "hard," however, it will not be nearly as hard as even "soft" bedrock such as the sandstone encountered at the site. Consequently, the logger must exercise judgment in interpreting soil characteristics, possibly resulting in soil descriptions that vary from the legend. 3.0 GENERAL SUBSURFACE PROFILE Boring l- was drilled on Westmont Avenue, and yielded a clayey sand to a depth of 5.5 feet below ground surface, at which point soft to moderately hard sandstone was encountered to the maximum explored depth of 10.25 feet. Boríngs 2 and 3 were drilled on Jeffrey Drive, and showed a similar subsurface profile to Boring 1. Boring 2 had a lean clay to 3.5 feet below ground surface, and soft to moderately hard sandstone to the maximum explored depth of L0.5 feet. Boring 3 showed lean clay to a depth of 4 feet below ground surface, and soft to moderately hard sandstone to the maximum explored depth of 1L.5 feet. Boring 4 was drilled on Cerro Romauldo Avenue, and showed a profile of medium stiff lean clay with gravel to a depth of 5.5 feet below ground surface, whereupon a roughly two-foot thick, wet, clayey gravel layer was encountered. At 7.5 feet below ground surface to the explored depth of L1.5 feet, lean clay with gravel was encountered again. Boring 5, which was drilled on North Tassajara Street, was comprised entirely of soft to moderately hard sandstone to the maximum explored depth of L0.5 feet below ground surface. Boring 6 was drilled on Luneta Drive, and lean clay with sand was encountered to a depth of 8.5 feet below ground surface, at which point soft claystone appeared to the maximum explored depth of IL.25'. Boring 7, drilled on Verde Drive, showed a clayey sand with gravel to a depth of 4.5 feet below ground surface and then medium stiff lean clay to the maximum explored depth of 9.5 feet. Boring 8 was drilled on Ramona Drive, and yielded a clayey sand to 5 feet below ground surface, and then soft sandstone to the maximum explored depth of LL.0 feet. lf you have any questions or require additional information, please contact me at your convenience. Sincerely, Earth Systems Pacific Robert Down, PE Ass Engineer "..t2¿)ents: Exploration Location Map Boring Log Legend (1 Page) Boring Logs (8 pages) 2001-003.RPT/cr 2 TW C/VIL /Vo. qROFËS * O¡C AL\Í Doc. No. I ão .f2l oa o LEGEND -N- Boring Location (Approx.) NOT TO SCALE þ Earth Systems Pacific 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 www.earthsystems. com (805) 544-3276. Fax (805) 544-1786e EXPLORATION LOCATION MAP CITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT San Luis Obispo, California Date Januaty 2020 Project No. 303603-001 Earth Systems Pacific BORING LOG LEGEND uNtFlEÐ sorL cLAsstFtcATtoN sysTEM (ASTM D 24871 MAJOR DIVISIONS GROUP SYMBOL TYPICAL DESCRIPTIONS GRAPH. SYMBOL ØJ ı U) o tuz t (9 r.u U) É. o O g ÉUts^<ı u- ,,+NtËØ:' r'r zH ít >d @ ts1 Vqo GW WELL GRADED GRAVELS, GRAVEL-SAND MIXTURES, LITTLE OR NO FINES ã iãiã i GP POORLY GRADED GRAVELS, OR GRAVEL.SAND MIXTURES, LITÏLE OR NO FINES )L?o t GM SILTY GRAVELS, GRAVEL-SAND-SILT MIXTURES, NON.PLASTIC FINES (JU CLAYEY GRAVELS, GRAVEL.SAND-CLAY MIXTURES, PLASTIC FINES ( ). .()-(l- SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES SM SILry SANDS, SAND-SILT M¡XTURES, NON-PLASTIC FINES ll l' SAMPLE / SUBSURFACE WATER SYMBOLS GRAPH. SYMBOL SC CLAYEY SANDS, SAND-CLAY MIXTURES, PLASTIC FINES U)J o U) o tuz É.o uJz tr ) É- :.Ë Øär !¡aq d¿=ı :Ø iØ x ML INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICIryCALIFORNIA MODIFIED I CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICIry, GRAVELLY CLAYS, SANDY CLAYS, SILry CLAYS, LEAN CLAYSSTANDARD PENETRATION TEST (SPT)o OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITYSHELBY TUBE MH INORGAN¡C SILTS, MICACËOUS OR DIATOMACEOUS FINE SAND\ OR SILTY SOILS, ELASTIC SILTSBULK CH INORGANIC CLAYS OF HIGH PLASTICIW, FAT CLAYS SUBSURFACE WATER DURING DRILLING g OH ORGANIC SILTS CLAYS OF MEDIUM TO HIGH PLASTICIW, ORGANIC SUBSURFACE WATER AFÏER DRILL¡NG V PT PEAT AND ER HIGHLY ORGANIC SOILS VVV OBSERVED TilOISTURE ò DRY SLIGHTLY MOIST\MOISÏ VERY MOIST WEÏ (SATURATED) \egus¡g+er¡ ç:¡----t COARSE GRAINED SOILS FINE GRAINED SOILS BLOWS/FOOT DESCRIPTIVE TERM DESCRIPTIVE TERMSPTCA SAMPLER SPT CA SAMPLER 0-1 0 o-1 tt LOOljE o-2 o-3 VERY SOFT 11-30 17-50 M 3-4 4-7 SOFT 31-50 51-43 uhNsh 5-8 8-1 3 MEDIUM STIFF (_)vF,R 50 OVF.R 83 VFRY DFNSF 9-1 5 14-25 STIFF 1 6-30 26-50 VERY STIFF OVE HARD GRAIlìl SIZËS U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING # 200 #40 #10 #4 314 3 12 qil :r .R at av SAND GRAVEL 'C.OB€}LES BOULD€RS FINE MEDIUM COARSE FINE COARSE TYPICÉ.L BET}ROCK HÀRDî{ ESS MAJOR DIVISIONS TYPICAL DESCRIPTIONS EXTREMELY HARD çO.BF-F3{GM_E¡JT,_OR EXPOSURE CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CAN ONLY BE CHIPPEDWITH REPEATED HEAVY HAMMER BLOWS VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATED HEAVYHAMMER BLOWS HARD CAN BE SCRATCHED WITH KN¡FE OR SHARP PICK WITH DIFFICULTY (HEAVY PRESSURE); HEAVY HAMMER BLOWREQUIRED TO BREAK SPECIMEN MODERATELY HARD CAN BE GROOVËD 1/16 INCH DEEP BY KNIFE OR SHARP PICK WITH MODERATE OR HEAVY PRESSURE; COREOR FRAGMENT BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE SOFT CAN BE GROOVED OR GOUGED EASILY BY KNIFE OR SHARP PICK WITH LIGHT PRESSURE, CAN BE SCRATCHED WITHFINGERNAIL; BREAKS WITH LIGHT TO MODERATE MANUAL PRESSURE VEF( Y sUF I CAN BE READILY INDENTED, GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WITHLIGHÏ IVANUAL PRESSURE T'YPICAL BEÐROCK WEATHERIhIG N/AJOR DIVISIONS TYPICAL DE.SCRIPTIONS I.],N\A1,EAÏHE.RED NO.DISCOLORATION, NDT OXIDlZED er ¡êHTr v \^/E^THEÞEn DISCOLORATION QR OXID4IION lS LIMITED TO SURFACE OF, OR SHORI DIS IANCb FROM, l-RAC IURÈS: SOME ] FELDSPAR CRYSTALS ARE DULL MODERATELY DISCoLORATION OR OXIDATION EXTENDS FROM FRACTURES. USUALLY THROUGHOUT; Fe-Mg MINERALS AREWEATHERED "RUSTY".FELDSPARCRYSTALSARE'CLOUDY" HIGHLY WEATHERED DISCOLORATION OR OX¡DAflON THROUGHOUTj FELDSPAR AND Fe-Mg MINERALS ARE ALTERED TO CLAY TO SOME EXTENT, OR CHEMICAL ALTERATION PRODUCES IN SITU DISAGGREGATION DISCOLORATION OR OXIDATION THROUGHOUT. BUT RESISTANT MINERALS SUCH AS QUARTZ Í\IAY BE UNALTERED:FELDSPAR AND Fe-Mg MINERALS ARÉ COMPLEIELY ALÎERED TO CLAYDECOMPOSËD Earth Systems PacificeLOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q Cran Sample l-1 Shelby Tube Sample I Sef NOTEi Thislogofsubsurfaceconditionsisasimplificationofactual condit¡onsencountered. ltappliesatthelocationandtimeofdrilling Subsurface cond¡tions may d¡ffer at other locations and times. Boring No. 1 PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12105119 SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 289 Westmont Avenue San Luis Obispo, Galifornia U)(/)fo U)() U)l Jod¡ U) S@IL DESGRIPTI@N J >ãtf 0)EP z J LrJO- O_ <f-.n l- ØZC1!Oog É.o uJ É.Ð^l- :oØel o ØZ3ı O, e.dH 4.{J" AU / 0"AB SC CLAYEY SAND: light brown, medium dense, moist, fine sands SANDSTONE: light brown, very soft, moist moderately hard F^ EEo- 13 2 3 + 5 7 9 14 10 11 24 25 26 tf, 17 18 19 20 21 23 End of Boring @ 10.25' No subsurface groundwater encountered 10.0 - 10.25 o 50t2.5" Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 605 Jeffrey Drive San Luis Obispo, California U) U)fo U)o U)f Jod¡ =U) S@IL DtrSGRIPTI@N J >âÉ1'u,9 z =J t!O-[ <r-Ø Fq ZCLUoo-9 É.o uJ É.Ð^l- :oØe) ı ØZB;O.s ıH 9.5" AC / 0"AB N CL LEAN CLAY: brown, medium stiff, moist SANDSTONE: light brown,soft, moist moderately hard F^ IEo- 10 11 2 3 4 7 8 I 23 24 25 26 12 13 14 15 16 17 18 19 20 21 22 End of Boring @ 10.25' No subsurface groundwater encountered 10.0 - 10.25 o 50/3 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q CraO Sample l-1 Shelby Tube Sample I Sef NOTE: This log of subsurface conditions is a s¡mpl¡fication of actual conditions encountered. lt applies at the location and t¡me of dr¡lling. Subsurface conditions may differ at other locations and times. Boring No. 2 PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12105119 Earth Systems PacificeLOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q CraO Sample l---l ShelbyTube Sampte I Sef NOTE:,Thislogofsubsurface,conditionsisasjmplif¡cationofactual cond¡t¡onsencountered. ltappliesatthelocationandtimeofdr¡ll¡ng Subsurface conditions may differ at other locations and t¡mes. Boring No. 3 PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12113119 SAMPLE DATAC¡TY OF SAN LUIS OB¡SPO SEWER LINE REPLACEMENT PROJECT 301 Jeffrey Drive San Luis Obispo, California (/) U)fo Øo U):) Joc¡ = U) S@IL DESGRIPTI@N J ta uJ .E z JUJfLI <F at) t- -u)zêt.ll oog É.o lIJ É.:)^F- :oØ31 ı ØZ3ãQ.vdH CL LEAN CLAY: brown, medium stiff, moist SANDSTONE: yellow brown,soft, moist moderately hard T^ EEo- 2 4 5 6 17 18 't9 20 21 22 23 24 25 26 7 I 9 10 11 13 14 15 16 End of Boring @ 11.5' No subsurface groundwater encountered 10.0 - 11.5 o 40 50/5" 18 Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 315 Gerro Romauldo San Luis Obispo, Galifornia U)Øfo Øo U)f Joo at) S@IL DtrSGRIPTI@N J >ôd0, uJ .E z JUJO- ô- <Ft/) F -(¡)ZC Hê É.o lu É.l^F:oØ3)ı = ØZ =;Q, r.ıH 3.5" 4U / 0"AB \ CL GC CL LEAN CLAY WITH GRAVEL: dark brown, medium stiff, moist - CuYeV-CnÃVEf-:¡rJwn mø¡um O"*", *"t -Y- LEAN CLAY WITH GRAVEL: dark brown, medium stiff, very moist T^ -[Eo- 14 o 2 3 24 25 ?6 + 5 6 7 8 9 10 11 12 13 15 17 '18 19 20 21 22 Groundwater encountered between 5.5'- 7.5' End of Boring 11.5' 10.0 - 1 1.5 o 3 4 4 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER ïYPE: 6" Solid Stem LEGEND: I Ring Sample Q CraO Sample l-'l Shelby Tube Sample I Sef NOTE: Thjslogofsubsurfaceconditions¡sasimpl¡f¡cationofactual conditionsencountered. ltappliesatthelocationandtimeofdrilling. Subsurface cond¡t¡ons may d¡ffer at other locat¡ons and t¡mes. Boring No. 4 PAGE 1 OF,I JOB NO.: 303603-001 DATE:12113119 Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT l7l North Tassajara Drive San Luis Obispo, Galifornia U> U) 5o U)oq f Jod¡ q S@[L DtrSGRIPTI@N J\^ ffiË z IU 0- F ulJfL U) F -u)ZG B._å É.o s IU É.fl-ao ø23;Qr.dH 4.0" AC / 0"AB SANDSTONE: yellow brown, soft, moist moderately hard 21 (¡) .E It-ù uJo o 2 3 5 6 7 a s 20 22 24 25 26 10 11 13 1+ '15 17 '18 1S End of Boring @ 10.5' No subsurface groundwater encountered 10.0 - 10.5 o 5014" e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q CraO Sample l--l Shelby Tube Sample I Sef NOTE: ,Thislogofsubsurfaceconditionsisasimpl¡ficat¡onofactual conditionsencountered. ltappliesatthelocationandtimeofdr¡lling. Subsurface cond¡tions may differ at other locations and times. Boring No. 5 PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12113119 Earth Systems PacificeLOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: f Ring Sample Q CraO Sample l---1 Shelby Tube Sample I Sef NOTE: Thislogof subsurfâceconditionsisasimpliflcationof actual conditionsencountered. ltappliesatthelocatjonandt¡meofdrlll¡ng Subsurface conditions may differ at other locations and times. Boring No. 6 PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12105119 SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 441 Luneta Drive San Luis Obispo, California U) U) 5o Øo U)l Jod) = U) S@IL DtrSGRIPTI@N J is z dË<t-g) t- ØZC Hê É.o IIJ É.l^F:oØe)ı ØZBı Q, e.ıH 4.5" AC / 0"AB CL LEAN CLAY WITH SAND: brown, stiff, moist CLAYSTONE: light brown,soft, moist I^ EEo- 5 6 7 I I 10 11 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2 + End of Boring @ 11.25' No subsurface groundwater encountered 10.0 - 11.25 o 40 50/5" 11 Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 65 Verde Drive San Luis Obispo, California U) U)fo U)o U)l Jod] =Ø S@IL DESGRIPTI@N J >â(f ø)tre z =¡ tIJTLù <F U) t- -anZÇ8ê É.o uJ É.f^Froco e)ı = u)zÈ;QtdH SC CLAYEY SAND WTH GRAVEL: brown, medium dense, moist CL LEAN CLAY: brown, medium stiff, moist t^ f;Eo- 13 2 23 24 25 26 5 4 5 6 7 I 10 11 12 14 15 16 17 18 19 20 21 22 End of Boring @ 9.5' No subsurface groundwater encountered 8.0 - 9.5 o 3 4 c LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q CraO Sample l-1 Shelby Tube Sample I Sef NOTE: Thislogofsubsurfacecond¡tionsasasimplificat¡onofactual condit¡onsencountered. ltappl¡esatthelocationandtimeofdr¡lling. Subsurface cond¡tions may d¡ffer at other locat¡ons and times. Boring No. 7 PAGE 1 OF 1 JOB NO.: 303603-001 DAïE:12105119 Earth Systems PacificeLOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Solid Stem LEGEND: I Ring Sample Q OraO Sample l--l Shelby Tube Sample ! Sef NOTE:_Thislogofsubsurface_condit¡onsisasimplificationofactual condjtionsencountered. ltappliesatthelocationandtimeofdrilling. Subsurface conditions may differ at other locat¡ons and times. Boring No. I PAGE 1 OF 1 JOB NO.: 303603-001 DATE:12105119 SAMPLE DATACITY OF SAN LUIS OBISPO SEWER LINE REPLACEMENT PROJECT 555 Ramona Drive - No. 130 San Luis Obispo, California U) U) 5o Øo(n f Jod) =U) S@[L DtrSGRIPTI@N J >ı ffiË z J1IltLo- <F U) t- -ØZG "tê É.o s lrl É.lF(/) o Loz >(o9aıH SC CLAYEY SAND: light brown, medium dense, moist SANDSTONE: light brown, soft, moist F^ EE 1 2 3 4 5 6 7 I I 10 11 13 14 15 16 17 18 19 20 21 22 23 o 24 25 26 End of Boring @ 1 1.0' No subsurface groundwater encountered 10.0 - 11.0 o 11 50/5" APPENDIX APPENDIX 5 APPENDIX D – SHUTDOWN AREA MAP 288287 324244308 294288274266315264272 260 248 236 224 210 307 301 251 237 225 209215 233 212 226 242 266278284285277269238126 144 123 320316304309301299295291287281275269290284274270262256248232224222263255241260254242234222261253241231225213205111 129 147 165 183 400283 500 656 644 632 206218230242254253241229217205266278290296629265277289644 631 643 651 252651 657 663 654 656 664 667 675 260268276284292300308506 362 350 338 326 312 290311 321 333 347 355 377 280278260 326 314 392 380 368 344 281269255260301313 327 341 357 369 283277265259253247238224212207392 380 366 350 338 326 314 301 313 325 339 351 365 379 374 386 30 0 306335327319389 399 407 415 421 58359 8 584 568 556 550 544 540 538534524334324318623 617 613 605 597 585 573 561 549 537 525 513 424415215 212220232244250258266270280288296287275263251239227203512 286274262250238226214221515 527 543 557 571 583 595 416 514 528 296288276264252240228216204297289275259247239227215207620 612 604 556 572 584 328334340352305 319 530302 324 338491492418 432 611 633 655 448491505 513 523 531 535 543 588 596 610 622 634 646 658 405 427 459 349 337 323 303 300307 321 320 336335 348347 362361 304 318 334333 346 358 345 357 391367359333321311 555 567 571 589 593 607 625 639 647 644 636 398394380372358350336328314479457435413395383375367359351343446400504 514511 520525522 510 502 382368505 513 521 529 537 545 532 538 546 554 533 547 551 536 552 560 572 562 553 561 569 577 563 574 586 598 600 618 575 587 599 613 588 612 620 628 634 621 635 649653667 646 652 660 323331345359367385391362374A142 392133 424143 140 159 171 152 168 188 269 255 239 227 284 268 254 236 228 310324334285 255 237 271 225 286 270 256 234 226 360372390273 259 235 227 211 274 258 236 228 111 123 141 153 167 195 374468 JEFFREY SEWER AND WATER REPLACEMENT SHUTDOWN AREA MAP 1 OF 1 0 SCALE IN FEET 300 N