Loading...
HomeMy WebLinkAboutItem 07 - COUNCIL READING FILE_b_Project Specifications SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Beebee/Cuesta/Loomis Waterline Replacement Specification No. 1000066 November 2020 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Beebee/Cuesta/Loomis Waterline Replacement Specification No. 1000066 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 BEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT, SPECIFICATION NO. 1000066 ..................................................................................................................................................... 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......................................................................................... 13  84 MARKINGS ..................................................................................................................................... 13  DIVISION XIII APPENDICES .................................................................................................................. 13  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. Beebee/Cuesta/Loomis Waterline Replacement, Specification No. 1000066 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 horizontal directional drilling. The project estimated construction cost is $1,720,000 Contract time is established as 80 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or C34 Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. 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 waterline replacement by horizontal directional drilling. If you do not have the necessary horizontal NOTICE TO BIDDERS NOTICE TO BIDDERS iv directional drilling experience, you may elect to subcontract that work. If you elect to subcontract that work, you must submit subcontractor qualifications for one horizontal directional drilling 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 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. NOTICE TO BIDDERS NOTICE TO BIDDERS v The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. 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 BEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT, SPECIFICATION NO. 1000066 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 6 8 12 CHANGEABLE MESSAGE SIGN EA 2 9 77 ABANDON WATERLINE, WATER  VALVES AND FACILITIES LS 1 -------------- 10* 19  ROCK EXCAVATION  CY  100  11 77 8 INCH PVC WATERLINE LF 144 12 77 8 INCH DIP WATERLINE LF 7 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 13 77 10 INCH DIP WATERLINE LF 12 14 77 12 INCH PVC WATERLINE LF 2480 15 77 12 INCH PVC WATERLINE  (HORIZONTAL DIRECTIONAL  DRILLING) LF 20 16 77 12 INCH DIP WATERLINE LF 115 17 77 WATERLINE TIE IN AND  APPURTENANCES AT BEEBEE &  SOUTH LS 1 -------------- 18 77 WATERLINE TIE IN AND  APPURTENANCES AT  BEEBEE &  BRANCH LS 1 -------------- 19 77 WATERLINE TIE IN AND  APPURTENANCES AT BEEBEE &  SANDERCOCK LS 1 -------------- 20 77 WATERLINE TIE IN AND  APPURTENANCES AT BEEBEE&  HIGH LS 1 -------------- 21 77 WATERLINE TIE IN AND  APPURTENANCES AT HIGH &  BUCHON LS 1 -------------- 22 77 WATERLINE TIE IN AND  APPURTENANCES AT CUESTA &  FOOTHILL LS 1 -------------- 23 77 WATERLINE TIE IN AND  APPURTENANCES AT CUESTA &  CERRO ROMAULDO LS 1 -------------- 24 77 WATERLINE TIE IN AND  APPURTENANCES AT CUESTA &  FELTON LS 1 -------------- 25 77 WATERLINE TIE IN AND  APPURTENANCES AT CUESTA &  HIGHLAND LS 1 -------------- 26 77 WATERLINE TIE IN AND  APPURTENANCES AT LOOMIS &  SANTA YNEZ LS 1 -------------- 27 77 WATERLINE TIE IN AND  APPURTENANCES AT SANTA  YNEZ LS 1 -------------- 28 77 TYPE 1 WATER SERVICE TIE IN EA 3 29 77 TYPE 2 WATER SERVICE TIE IN EA 27 30 77 TYPE 3 WATER SERVICE TIE IN EA 13 BID FORMS BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 31 77 REPLACE EXISTING WATER  METER BOX EA 57 32 77 FIRE HYDRANT EA 5 33 85 BLUE FIRE HYDRANT MARKER EA 5 34 77 ABANDON SEWERLINE,  MANHOLES AND FACILITIES LS 1 -------------- 35 77 BYPASS PUMPING LS 1 -------------- 36 77 REMOVE EXISTING SEWERLINE  AND INSTALL NEW 10" HDPE  SEWERLINE BY OPEN  TRENCHING LF 425 37 77 INSTALL NEW 10" HDPE  SEWERLINE BY PIPE REAMING  THROUGH EXISTING SEWERLINE LF 20 38 77 REMOVE EXISTING MANHOLE  AND INSTALL NEW MANHOLE EA  2  39 77 CONNECT EXISTING SEWER  LATERAL TO SEWER MAIN EA  12  40* 77 RE‐GRADE SEWER LATERAL  BEYOND 5 FEET LF  50  Bid Total $ 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 horizontal directional drilling 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. Beebee/Cuesta/Loomis Waterline 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, 12, 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, South Street and High Street is restricted to 7:00 P.M. and 5:00 A.M. Sunday through Thursday. Additionally, two (2) changeable message signs (CMS) must be installed and operational 1 week prior to work on South Street and be maintained throughout the duration of the construction on South Street. Changeable message sign shall be programmed for two flashes with messages to be approved by the Engineer. 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. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 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. 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 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 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 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 Beebee, Cuesta and Loomis are paved with 2.25 inches through 7 inches of AC. South, High, Foothill and Highland are paved with 10 inches through 11 inches of AC. Repair trench paving on South Street and at the intersection of Beebee and South must be repaired with 10 inches of AC. Repair trench paving on High Street and at the intersection of Beebee and High 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. Repair trench paving on Highland Drive and at the intersection of Cuesta and Highland must be repaired with 10 inches of AC. All other sections of Beebee, Cuesta and Loomis 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. SPECIAL PROVISIONS SPECIAL PROVISIONS 5 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. 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 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 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. 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. 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. SPECIAL PROVISIONS SPECIAL PROVISIONS 7 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 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.” Add Section 77-3.03H Horizontal Directional Drilling 77-3.03H(1) Submittal A. Prior to beginning work, the Contractor must submit to the Engineer a Work plan detailing the procedure and schedule to be used to execute the Project. The Work plan should include a description of all equipment to be used, down-hole tools, a list of personnel and their qualifications and experience (including back-up personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan, including Material Safety Data Sheets (MSDS) of any potentially hazardous substances to be used, traffic control plan, an environmental protection plan and contingency plans for possible problems. Work plan should be comprehensive, realistic and based on actual working conditions for this particular Project. Plan should document the thoughtful planning required to successfully complete the Project. B. The Contractor shall submit a Drilling Fluid Management Plan that includes the following as a minimum. 1. Rapid response procedures - directional drilling shall be performed by a Contractor who has the expertise required to perform the related work. The Contractor shall designate qualified personnel and equipment on the site during directional drilling operations responsible for monitoring drilling fluid pressure, and watching surface conditions for visual signs of frac-out. Contractor shall provide immediate response and initiate containment procedures in the event of an occurrence of a drilling fluid spill. In the event of a drilling fluid spill or frac-out all drilling activities shall be stopped. Drill stem shall be removed from the bore hole and the hole abandoned. 2. Containment procedures - sediment control systems such as: silt fence or earth berms on uplands, and floating silt barriers or other aquatic barriers in water, and SPECIAL PROVISIONS SPECIAL PROVISIONS 8 other means necessary to prevent the spread of the drilling fluid spill shall be installed immediately. 3. Timely cleanup capability - remediation of the lost drilling fluid shall begin immediately. Cleanup shall include removal of the material from the site by an approved method, and disposal of the material by an approved method in an appropriate location as directed by the Engineer. C. Contractor shall submit Specifications on directional drilling equipment to be used that demonstrate that the equipment will be adequate to complete the Project. Equipment shall include but not be limited to: drilling rig, mud system, mud motors (if applicable), down-hole tools, guidance system and rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that Contractor intends to use or might use will be submitted. D. Specifications on material to be used shall be submitted to Engineer and material shall include the pipe, fittings, drilling mud, drilling additives and any other item which is to be an installed component of the Project or used during construction. 77-3.03H(2) Quality Assurance A. The requirements set forth in this Specification include a wide range of procedural precautions necessary to ensure that the very basic, essential aspects of a proper directional bore installation are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this Specification. Adherence to the Specifications contained herein, or the Engineer's approval of any aspect of any directional bore operation covered by this Specification, shall in no way relieve the Contractor of their ultimate responsibility for the satisfactory completion of the Work authorized under the Contract. B. Drilling Notes: The pipe shall be installed to the exact lines and grades shown on the plans by a licensed underground utility Contractor, with minimum two years’ experience in Directional Drilling. 77-3.03H(3) Drilling Fluid (Mud) System – Products A. Drilling fluid shall be composed of a carrier fluid (water) and drilling fluid additives (drilling fluid and/or polymers). B. Drilling fluids used in HDD are capable of: 1. Transporting drill cuttings to the surface by suspending and carrying them in the fluid stream flowing in the annulus between the borehole wall and the drill pipe/product. 2. Cleaning build-up on drill bits or reamer cutters by directing fluid streams at the 3. Cooling the down-hole tools and electronic equipment. SPECIAL PROVISIONS SPECIAL PROVISIONS 9 4. Lubricating to reduce the friction between the drill pipe/product pipe and the borehole wall. 5. Stabilizing the borehole by building a low permeability filter cake, and exerting a positive hydrostatic pressure against the borehole wall. The filter cake along with positive hydrostatic pressure reduces collapse of the borehole and prevents formation fluids (i.e. groundwater) from flowing into the borehole or drilling fluids from exiting the borehole into the formation (loss of circulation). 6. The Contractor shall provide hydraulic power to the borehole with a down-hole mud motor. 7. The following fluid properties are to be tested and considered to assure compatibility between the drilling fluid mixture and the native soil after proper identification and characterization. These fluid properties are density, viscosity, pH – value, circulation, volume and solid content. 8. The drilling fluid pressures and flow rates shall be continuously monitored and recorded by the Contractor at the pump and within the annular space within thirty (30) feet of the drilling head. 77-3.03H(4) Drilling System A. The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the crossing. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pull-back operations. The rig shall be grounded during drilling and pull-back operations. There shall be a system to detect electrical current from the drill string and an audible alarm which automatically sounds when an electrical current is detected. B. The drill head shall be steerable by changing its rotation and shall provide the necessary cutting surfaces and drilling fluid jets. C. Mud motors shall be of adequate power to turn the required drilling tools. D. The drill pipe shall be constructed of high quality 4130 seamless tubing, grade D or better with thread. 77-3.03H(5) Guidance System A. The method of guidance utilized in locating and steering the pilot string from entry to exit shall be state of the art. Readings shall be recorded after the advancement of each successive drill pipe and the readings plotted. Access to all recorded readings and plan and profile information shall be made available to the Engineer, or his representative at all times. SPECIAL PROVISIONS SPECIAL PROVISIONS 10 77-3.03H(6) Drilling Fluid (Mud) System A. A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid composed of drilling fluid clay, potable water and appropriate additives. Mixing system shall be able to molecularly shear individual drilling fluid particles from the dry powder to avoid clumping and ensure thorough mixing. The drilling fluid reservoir tank shall be a minimum of five hundred (500) gallons. Mixing system shall continually agitate the drilling fluid during drilling operations. B. Drilling fluid shall be composed of clean water and drilling fluid clay. Water shall be from an authorized source with a pH of 8.5 - 10. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and drilling fluid clay shall be mixed thoroughly and be free of any clumps or clods. No additional material may be used in drilling fluid without prior approval from Engineer. Contractor is responsible for provisions to obtain clean water for the fluid. The Drilling fluid mixture used shall have the minimum viscosities as measured by a March Funnel: Rock, Clay - 60 sec. Hard Clay - 40 sec. Soft Clay - 45 sec. Sandy Clay - 90 sec. Stable Sand - 80 sec. Loose Sand - 110 sec. Wet Sand - 110 sec. These viscosities may be varied to best fit the soil conditions encountered, as approved by the Engineer. C. Additives to drilling fluid such as drill soap, polymers, etc. shall be “environmentally safe” and be approved for such usage. No diesel fuel will be used. D. The mud pumping system shall have a minimum capacity of 50 GPM and be capable of delivering the drilling fluid at a constant minimum pressure of 1000 psi. The delivery system shall have filters in-line to prevent solids from being pumped into the drill pipe. Connections between the pump and drill pipe shall be leak-free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and properly disposed of. A berm, or equivalent, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system to prevent spills into the surrounding environment. Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage and facilities. 77-3.03H(7) Other Equipment A. Pipe rollers shall be of sufficient size to fully support the weight of the pipe while being hydro-tested and during pull-back operations. Sufficient number of rollers shall be used to SPECIAL PROVISIONS SPECIAL PROVISIONS 11 prevent excess sagging of pipe. Rollers shall be used as necessary to assist in pull back operations and in layout/fusing of material. B. Hydraulic or pneumatic pipe rammers may only be used if necessary and with the authorization of the Engineer. C. Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the Engineer prior to commencement of the Work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the Project. 77-3.03H(8) Execution A. Contractor to contact the Engineer at least forty-eight (48) hours before each of the following activities: 1) the setup of a drilling pit, 2) the start of drilling operation, 3) the installation of service pipe. Upon completion of the pilot hole phase of the operation, a complete set of as-built records shall be submitted in duplicate to the Engineer. These records shall include copies of the plan and profile drawing, as well as directional readings recorded during the drilling operation. B. The drawings show existing utilities that are believed to be near the directional drill alignment. There is no guarantee that these utilities are located as shown or that other utilities may not be present. The Contractor is to field locate existing utilities in advance of the work so as not to delay work and avoid conflict or disruption of utility services. 77-3.03H(9) Personnel Requirements A. All personnel shall be fully trained in their respective dut ies as part of the directional drilling crew and in safety. Each person must have at least two years directional drilling experience. A competent and experienced supervisor representing the Contractor and Drilling Subcontractor shall be present at all times during the actual drilling operations. A responsible representative who is thoroughly familiar with the equipment and type work to be performed, must be in direct charge and control of the operation at all times. In all cases the supervisor must be continually present at the job site during the actual directional bore operation. The Contractor and Subcontractor shall have a sufficient number of competent workers on the job at all times to insure the directional bore is made in a timely and satisfactory manner. Personnel who are unqualified, incompetent or otherwise not suitable for the performance of this Project shall be removed from the jobsite and replaced with a suitable person immediately at the request of the Engineer. 77-3.03H(10) Drilling Procedure SPECIAL PROVISIONS SPECIAL PROVISIONS 12 A. Work site as indicated on drawings, within right-of-way, shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made. Contractor shall confine all activities to designated work areas. B. Entire drill path shall be accurately surveyed with entry and exit stakes placed in the appropriate locations within the areas indicated on Drawings. If Contractor is using a magnetic guidance system, drill path will be surveyed for any surface geo-magnetic variations or anomalies. C. Contractor shall place silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. Contractor shall adhere to all applicable environmental regulations. Fuel or oil may not be stored in bulk containers within two hundred (200) feet of any water- body or wetland. D. Contractor shall adhere to all applicable state, federal and local safety regulations and all operations shall be conducted in a safe manner. Safety meetings shall be conducted at least weekly with a written record of attendance and topic submitted to Engineer. F. Pilot hole shall be drilled on bore path with no deviations greater than five percent of depth over a length of one hundred (100) feet. In the event that pilot does deviate from bore path more than five percent of depth in one hundred (100) feet, Contractor shall notify Engineer and Engineer may require Contractor to pull-back and re-drill from the location along bore path before the deviation. G. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, Contractor shall immediately cease operations and shall discuss corrective options with the Engineer, work shall then proceed accordingly. H. Upon approval of the pilot hole location by the Engineer, the hole enlarging or back reaming phase of the installation shall begin. The borehole diameter shall be increased to accommodate the pullback operation of the required size of the pipe. The type of back reamer to be utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The reamer type shall be at the Contractor's discretion with the final hole diameter being a maximum of twenty (20) percent larger than the outside diameter of the product pipe being installed in the borehole. I. The open borehole may be stabilized by means of drilling fluid drilling slurry pumped through the inside diameter of the drill pipe and through openings in the reamer. The slurry will also serve as an agent to carry the loose cuttings to the surface through the annulus of the borehole. These cuttings and drilling fluid slurry are to be contained at the exit hole or entry side of the directional bore in pits or holding tanks. The slurry may be recycled at this time for reuse in the hole opening operation or it shall be hauled by the Contractor to an approved dump site and properly disposed. A complete list of all drilling fluid additives and SPECIAL PROVISIONS SPECIAL PROVISIONS 13 mixtures to be used in the directional operation will be submitted to the Engineer along with their respective material safety data sheets. J. In the event that pipe becomes stuck, Contractor shall notify Engineer. The Engineer, Contractor, and/or the maintaining agency shall discuss options and then work will proceed accordingly. K. Excess pipe shall be removed and the bore hole associated with this excess pipe shall be filled with flowable fill or grout, unless the area of the excess pipe is excavated and backfilled as part of the tie-in operations. 77-3.03H(11) Testing Following successful pull-back of pipe, Contractor will be required to pressure test the new water pipeline after installation in accordance with Section 77-2.03J “Testing”. Contractor will be required to pressure test the new sewer pipeline after installation in accordance with Section 77-3.03G “Testing” and perform a deflection / mandrel test in conformance with the provisions of Section 77-303G(2) “Deflection” of the Standard Specifications. 77-3.03H(12) Site Restoration Upon completion, the Contractor shall demobilize equipment and restore the work-site to original condition. Any noticeable surface defects due to the drilling operation shall be repaired by Contractor. Open excavations, including bore pits, shall be backfilled with cement slurry in accordance with Section 77-1.02B “Slurry Cement Backfill (One Sack).” 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 May 2020 ARCHAEOLOGICAL MONITORING PLAN BEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT PROJECT SAN LUIS OBISPO, CALIFORNIA SPECIFICATION NO. 1000066 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. CBZ1801.02 A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 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 ..................................................................................................... 5 Precontact ..................................................................................................................................... 5 Ethnohistory .................................................................................................................................. 6 History ........................................................................................................................................... 7 CONSTRUCTION MONITORING PLAN .......................................................................... 9 Monitoring Personnel ................................................................................................................... 9 Monitoring Procedures ................................................................................................................. 9 Unanticipated Discoveries ........................................................................................................... 10 Human Remains .......................................................................................................................... 10 Native American Monitoring ....................................................................................................... 10 Report of Findings ....................................................................................................................... 11 ARCHAEOLOGICAL SITE TESTING ............................................................................... 12 Fieldwork ..................................................................................................................................... 12 Laboratory Analysis ..................................................................................................................... 13 Sites Not Eligible for the California Register ............................................................................... 13 Sites Eligible for the California Register ...................................................................................... 13 REFERENCES ............................................................................................................. 15 TABLES Table A: Chronological Sequence of the California Central Coast .......................................................... 5 APPENDICES A: PROJECT FIGURES B: PROJECT PLANS C: RECORD SEARCH RESULTS A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 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 Beebee/Cuesta/Loomis Waterline 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 1 INTRODUCTION LSA has prepared this archaeological monitoring plan (Plan) for the City of San Luis Obispo (City) for the Beebee/Cuesta/Loomis Waterline Replacement Project (project). The project is along Beebee Street (between South Street and High Street), Cuesta Drive (between Foothill Boulevard and Highland Drive), and Loomis Street (at the corner of Loomis Street and Santa Ynez Avenue) in San Luis Obispo, California (Figures 1–3c, 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 feet (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 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 A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 2 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 2,450 linear ft of existing waterline on Beebee Street, Cuesta Drive, and Loomis Street. Construction activities will include excavation (via trenching) to remove existing waterline, 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 following sections discuss results of the record search (CCIC Record Search 20-106; Appendix C), separated by street within the overall project site. Beebee Street The record search results indicate that 28 cultural resources studies have included either the Beebee Street project site or a 0.25-mile radius around the Beebee Street project site. Of these 28 studies, 6 have included a portion of the Beebee Street project site: archaeological survey reports (4); archaeological monitoring (1; Singer et al. 1993); and an architectural and historical field study (1). A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 3 No cultural resources have been recorded within the project site on Beebee Street as a result of previous cultural resources studies. Two historic-period archaeological sites have been recorded within 0.25-mile of the Beebee Street project site: P-40-2423 (a surficial historic-period midden in the front yard of a house) and P-40-2564 (a buried refuse dump discovered in the walls of a monitoring trench). One of the resources on the Resource List for Beebee Street is identified as a historic-period building and site (P-40-2013), but the site record only discusses the building and does not contain any mention of a historic-period archaeological site (Singer and Stewart 2000). Eight additional cultural resources are within 0.25-mile of the Beebee Street project site; all eight of these resources are historic-period buildings. Cuesta Drive The record search results indicate that six cultural resources studies have included either the Cuesta Drive project site or a 0.25-mile radius around the Cuesta Drive project site. Of these six studies, two have included a portion of the Cuesta Drive project site; both of these studies were archaeological surveys. No cultural resources have been recorded within the Cuesta Drive project site. One (1) historic- period linear archaeological site has been recorded within 0.25-mile of the Cuesta Drive project site: P-40-2858 (a segment of State Route 1). Two additional cultural resources are within 0.25 mile of the Cuesta Drive project site; both of these resources are historic-period buildings. Loomis Street The record search results indicate that nine cultural resources studies have included either the Loomis Street project site or a 0.25-mile radius around the Loomis Street project site. Of these nine studies, two have included a portion of the Loomis Street project site: both of these studies were archaeological surveys (one of which had an associated archaeological monitoring plan prepared for the project). No cultural resources have been recorded within the Loomis Street project site or the 0.25-mile radius of the Loomis Street project site. One built environment cultural resource has been recorded within 0.25-mile of the Loomis Street project site (P-40-40157, the Milestone Motel Inn). 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, but is required for portions of the project site as described below. Monitoring requirements are discussed below, separated by street within the overall project site (Appendix A, Figures 3a–3c). Beebee Street Archaeological monitoring is not required during construction activities on Beebee Street, as prior trenching along the entire street has been monitored with negative findings for archaeological cultural resources (Singer et al. 1993) and the street is not within 200 ft of a creek or archaeological site. A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 4 Cuesta Drive While only the portion of Cuesta Drive between Foothill Boulevard and Cerro Romauldo Avenue is identified as an archaeologically sensitive area by the City, archaeological monitoring is required for construction activities along the entire length of the Cuesta Drive project site. No previous subsurface cultural resources studies have included the Cuesta Drive project site or the 0.25-mile radius of the Cuesta Drive project site, and the earliest study within the 0.25-mile search radius of the Cuesta Drive project site was conducted in 1997, long after buildings in the vicinity were developed and evidence of surficial cultural resources would have been removed. As such, there is potential for subsurface archaeological resources within the trench that will be excavated for waterline work (including the sidewalls of the trench). Loomis Street Archaeological monitoring is required for construction activities along the entire length of the Loomis Street project site. A lack of subsurface studies within the Loomis Street project site record search area, combined with the location of the project within 200 ft of San Luis Obispo Creek, indicates a potential for subsurface archaeological resources within the trench that will be excavated for waterline work (including the sidewalls of the trench). A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 5 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. 1 cal B.P. is calibrated years before present. Source: Jones et al. (2007) 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 millingslabs, 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 Millingstone 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 6 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 7 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 8 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 9 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 10 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 11 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 12 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 13 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 14 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 M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 15 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. Singer, Clay A. and Susan Stewart 2000 State of California Department of Parks and Recreation Site Form for P-40-002013. On file, Central Coast Information Center, University of California, Santa Barbara. A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) 16 Singer, Clay. A., John E. Atwood, and Jay D. Frierman 1993 It Came from Beneath the Streets: An Archaeological Report on the Expansion of the City of San Luis Obispo Wastewater Treatment System. On file, Central Coast Information Center, University of California, Santa Barbara (Accession No. SL-2529). A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) APPENDIX A PROJECT FIGURES Figure 1: Project Vicinity Figure 2a: Beebee Street Project Location Figure 2b: Cuesta Drive Project Location Figure 2c: Loomis Street Project Location Figure 3a: Beebee Street Project Site and Monitoring Area Figure 3b: Cuesta Drive Project Site and Monitoring Area Figure 3c: Loomis Street Project Site and Monitoring Area £¤101 ÃÃ41 ÃÃ1 ÃÃ135 ÃÃ176 ÃÃ166 ÃÃ1 ÃÃ229 ÃÃ227 ÃÃ46 ÃÃ58 San LuisObispoCounty SantaBarbaraCounty Project Locations SOURCE: Esri (2019) I:\CBZ1801.02\GIS\MXD\Figure 1_ProjVicnity_All.mxd (5/15/2020) FIGURE 1 Beebee/Cuesta/Loomis Waterline Replacement Project Vicinity LEGEND Beebee Street Project Location Cuesta Drive Project Location Loomis Street Project Location 0 3 6 MILES Project LocationsProject Locations Project Location SOURCE: USGS 7.5' Quad., San Luis Obispo, CA (1994) and Pismo Beach, CA (1994) I:\CBZ1801.02\GIS\MXD\Figure 2a_BeebeeStreetProjLocation.mxd (5/15/2020) FIGURE 2a Beebee/Cuesta/Loomis Waterline Replacement Beebee Street Project Location LEGEND Project Location 0 1000 2000 FEET Project Location SOURCE: USGS 7.5' Quad. San Luis Obispo, CA (1994) I:\CBZ1801.02\GIS\MXD\Figure 2b_CuestaRoadProjLocation.mxd (5/15/2020) FIGURE 2b Beebee/Cuesta/Loomis Waterline Replacement Cuesta Road Project Location LEGEND Project Location 0 1000 2000 FEET Project Location SOURCE: USGS 7.5' Quad., San Luis Obispo, CA (1994) and Lopez Mountain, CA (1993) I:\CBZ1801.02\GIS\MXD\Figure 2c_LoomisProjLocation.mxd (5/15/2020) FIGURE 2c Beebee/Cuesta/Loomis Waterline Replacement Loomis Street Project Location LEGEND Project Location 0 1000 2000 FEET SOURCE: Bing Maps, 2020 I:\CBZ1801.02\GIS\MXD\Figure 3a_BeebeeStreetProjSite.mxd (5/15/2020) FIGURE 3a Beebee/Cuesta/Loomis Waterline Replacement Beebee Street Project Site and Monitoring Area LEGEND Project Location Project Site (No Archaeological Monitoring) 0 62.5 125 FEET SOURCE: Bing Maps, 2020 I:\CBZ1801.02\GIS\MXD\Figure 3b_CuestaRoadProjSite.mxd (5/15/2020) FIGURE 3b Beebee/Cuesta/Loomis Waterline Replacement Cuesta Drive Project Site and Monitoring Area LEGEND Project Location Project Site (Archaeological Monitoring Required) 0 100 200 FEET SOURCE: Bing Maps, 2020 I:\CBZ1801.02\GIS\MXD\Figure 3c_LoomisProjSite.mxd (5/15/2020) FIGURE 3c Beebee/Cuesta/Loomis Waterline Replacement Loomis Street Project Site and Monitoring Area LEGEND Project Location Project Site (Archaeological Monitoring Required) 0 50 100 FEET A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) APPENDIX B PROJECT PLANS Sheets 4-61.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.NReference 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 Date1000066FILE NO./LOCATION12345678COVER SHEETBEEBEE STREETBEEBEE STREETCUESTA DRIVECUESTA DRIVECUESTA DRIVELOOMIS STREETCONNECTION DETAILS8of1BEEBEE/CUESTA/LOOMISWATERLINE REPLACEMENTNOVEMBER 2020Sheet 7Sheet 2 & 3DEAD 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 WATEROOTTFOFOASASAWAW213##(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 12, SHEET 8. STOP STOPASASASASASASASASSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWAWAWAWAWAWAWAWAWAWAWGGGGGGGGGGGWWWWWWWWWWWWWWWWWWSSSSSSSSSSSSSSSSSSSSGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWAWAWAWAWAWAWAWDUDUDUDUSSSSSSSSFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWTTTTTTTTTTTTTTTTTTTAWAWWWWWWWWWWWWGGGGGGGGGGGGWWWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDUDUDUDUSSSSDUDUWWWWWWWWWGGGGGGGGGGGGGGGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO(E) 36" PVC SEWER18" PVC STORM(E) 33" RCP STORM (1965)(E) 6" GAS(E) 12" VCP SEWER(E) 10" GAS(E) 10" GAS(E) 2" GAS(E) 21" RCP STORM (1965)(E) 36" PVC SEWERABANDON (E) 8" VCP SEWER(E) 6" GAS(E) 21" RCP STORM (1965)(E) 10" PVC WATER(E) 12" DI WATER(E) 36" PVC SEWER(E) 2" GASABANDON (E) 12" DI WATERABANDONED 12" SEWER(E) 12" PVC SEWER(E) 8" PVC WATERABANDONED 4" CI WATER(E) 3" GAS(E) 12"x18" CMP(E) 18" RCP(E) 6" VCP SEWER(E) 18" R C P (E) 12" RCPABANDON (E) 8" VCP SEWER(E) 12" DI WATERABANDON (E) 10" CI WATERABANDON (E) 10" CI WATER182840'10'10'(N) 12" PVC WATER(N) 12" PVC WATERBEEBEE STSOUTH ST205193216621742192198217921592138212021262134211521252131213721395'4'5'6' 40' 10'10'5'4'5'6'WWREMOVE (E) FIRE HYDRANT PERENG. STD. 6050 AND REPLACEAT BACK OF WALK PER CITYENG. STD. 6310 (6" DIA.)ABANDON (E) WATERLINEPER ENG. STD. 60501(N) 1" SERVICE (E) 3/4" COPPER2 (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 31" 1" 5/8 1" 5/85/8 3/4 1"BRANCH ST(N) FIRE HYDRANT PER CITYENG. STD. 6310 (6" DIA.)(E) TELEABANDON (E)WATERLINE PERENG. STD. 6050(E) TELEPHONE(E) 2" GAS+1000+1100+1200+1300+1400+15(N) 2" SERVICE (E) 1" COPPER 33/4 5/8 (E) 1" COPPER 5/8 5/8 5/8 ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO (E) 36" PVC SEWER.RIM 166.71INV 156.70RIM 168.61INV 157.21RIM 166.20INV 158.92ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO (E) 36" PVC SEWER.ABANDON (E) SSMHPER ENG. STD. 6050RIM 167.63INV 159.70WATERLINECONNECTIONPER DETAIL 1,SHEET 8(N)1,000 LF 12" C900 PVC WATER(CLASS 305 DR-14)WATERLINE CONNECTIONPER DETAIL 2, SHEET 8(E) 3" GAS(E) 33" RCP(E) 12" RCP(E) GRADE3' MIN.(N) 1,000 LF 12" C900 PVC WATER(CLASS 305 DR-14)(E) 4" TELE(E) 18" RCP(E) 2" GAS(E) 10" GAS(E) TELEDUCT BANK1.0'MIN.1.0'MIN.6"6"FULLY RESTRAINED PIPEDOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGSSTATION 11+90 TO 13+10NO JOINTS WITHIN 8' OFSTORM DRAIN CROSSING.BACKFILL WITH 1 SACKSLURRY AT CROSSINGNO JOINTS WITHIN 8' OFSTORM DRAIN CROSSING.BACKFILL WITH 1 SACKSLURRY AT CROSSING.DOUBLE POLYETHYLENE WRAPALL JOINTS AND FITTINGSSTATION 14+25 TO 14+65(N) 45°MJXMJFULLY RESTRAINED WATERLINESTATION 9+77 TO 10+376"9+509+7510+0010+2510+5010+7511+0011+2511+5011+7512+0012+2512+5012+7513+0013+2513+5013+7514+0014+2514+5014+7515+001501551601651701751801501551601651701751800SCALE IN FEET2040NBEEBEE STREET2CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]MATCHLINE - STA. 15+00.00: SEE SHEET 3 MATCHLINE - STA. 15+00.00: SEE SHEET 3 HORIZ1" = 20'VERT 1" = 4' STOPSTOPGGGASASASASASASGGGGGGGGGGGGGSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWWWWWWWWWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWAWAWAWAWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGG(E) 30" PVC SEWER18" RCP (E) 36" PVC SEWERABANDON (E) 8" VCP SEWER(E) 3" GAS(E) 21" RCP STORM (1965)(E) 36" PVC SEWER(E) 3" GAS(E) 18" RCP STORM (1925)(E) 8" CI WATER(E) 6" VCP SEWER( E ) 1 2 " RC P (E) 8" VCP SEWER(E) 8" VCP SEWER(E) 6" PVC SEWER(E) 42" RCP (1979)(E) 8" CI WATERABANDON (E) 10" CI WATER(E) 12" RCP(E) 12" RCP (E) 24" RCP(E) 3" GASABANDONED (E) 8" VCP SEWERABANDON (E) 10" CI WATERABANDON (E) 10" CI WATER384840'(N) 12" PVC WATER(N) 12" PVC WATERBEEBEE STSANDERCOCK ST2110205201620262044209220520917417520192029204120912103210525610'10'5'4'5'6' 40' 10'5'7'9'9'ABANDON (E)WATERLINE PERENG. STD. 6050(N) 1" SERVICE(E) 3/4" PE2 (N) 1" SERVICE (E) 3/4" PE2 (N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE(E) 1" COPPER 2(N) 2" SERVICE(E) 1" COPPER 3(N) 1" SERVICE(E) 1" COPPER 2(N) 1" SERVICE(E) 3/4" COPPER 2(N) 2" SERVICE (E) 1.5" COPPER 2(N) 1" SERVICE (E) 1" COPPER 23/4 1.5 5/8 3/4 5/8 3/45/8 HIGH ST(E) 6" VCP SEWERBUCHON ST+00+1600+1700+1800+1900(E) 24" RCP(N) 1" SERVICE (E) 3/4" COPPER 258(N) 12" DIP WATER(E) 3" GAS(E) 6" CI WATER5/85/8 5/8 5/8 (N) 1" SERVICE (E) 3/4" COPPER 25/85/8+2000+2100ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO (E) 36" PVC SEWER.RIM 166.23INV 157.80ABANDON (E)WATERLINE PERENG. STD. 6050ABANDON (E) SSCOPER ENG. STD. 6050RIM 166.02INV 161.20WATERLINECONNECTION PERDETAIL 4, SHEET 8(E) 6" GAS(E) 6" PVC SEWER(N)1,000 LF 12" C900 PVC WATER(CLASS 305 DR-14)(E) 12" RCP3' MIN.WATERLINE CONNECTIONPER DETAIL 3, SHEET 8(E) GRADE6"1.0'MIN.1.0'MIN.(N) 45°MJXMJ(N) 45°MJXMJFULLY RESTRAINED PIPEDOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGSSTATION 15+50 TO 16+75FULLY RESTRAINED PIPEDOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGSSTATION 19+00 TO 19+70NO JOINTS WITHIN 8' OFSTORM DRAIN CROSSING.BACKFILL WITH 1 SACKSLURRY AT CROSSING(N) 45°MJXMJ(N)1,000 LF 12" C900 PVC WATER(CLASS 305 DR-14)16016517017516016517017515+0015+2515+5015+7516+0016+2516+5016+7517+0017+2517+5017+7518+0018+2518+5018+7519+0019+2519+5019+7520+0020+2516016517017516016517017519+5019+7520+0020+2520+5020+7521+0021+2521+50WATERLINECONNECTION PERDETAIL 4, SHEET 8WATERLINECONNECTION PERDETAIL 4, SHEET 8WATERLINECONNECTION PERDETAIL 5, SHEET 86" MIN.6"30" MIN.(E) 10" CI WATER6"(E) 8" CI WATER(E) 18" RCP12" RCP(E) 8" VCP SEWER(E) 3" GAS(N) 12 LF 10" DIP WATER(CLASS 350)(N) 45°MJXMJ(N) 45°MJXMJFULLY RESTRAINED PIPEDOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGS(E) GRADE(N) 7 LF 8" DIPWATER(CLASS 350)(N) 115 LF 12" DIP WATER(CLASS 350)NO JOINTS WITHIN 8' OFSEWER CROSSING(E) 30" PVC SEWER0SCALE IN FEET2040BEEBEE STREET3CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]MATCHLINE - STA. 15+00.00: SEE SHEET 2 MATCHLINE - STA. 15+00.00: SEE SHEET 2 HORIZ1" = 20'VERT 1" = 4'NHIGH STREET STOPSTOPSTOPSTOP STOP SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSGGGGGGGGGGGGGGGGGGGOOOOOOOOOOOOOOOOOOOSDSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWAWAWAWAWAWAWAWWWWWWWWWWWWWWWWWSSSSSSSSGGGGGGGGGGWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDUDUSSSSSSSSSSSSSSGGGGGGGGGGWWWG(E) 12" PVC SEWER(E) 10 PVC SEWERABANDONED 6" OIL(E) 12" CI WATER(E) 12" CI WATER(E) 10" VCP SEWER(E) 10" VCP SEWER(E) 6" GAS(E) 8" PVC SEWER(E) 2" GAS(E) 8" PVC WATER(E) 6" VCP SEWERABANDONED (E) 6" CI WATER(E) 5'X18' DOUBLE RECTANGULAR CHANNEL (E) 3" GASABANDON (E) 6" VCP SEWER6878+3000+3100+3200+3300+3400+3500CUESTA DRFOOTHILL BLVDROMAULDO AVEABANDON (E) 6" AC WATER(N) 12" PVC WATERABANDON (E) 6" AC WATER(N) 12" PVC WATER5'10'5'5.5'8.5' 34' 5'10'5'5.5'34'+70484241401521681881111231411531955102612288.5'WREMOVE (E) FIRE HYDRANT PERENG. STD. 6050 AND REPLACE PERCITY ENG. STD. 6310 (6" DIA.)ABANDON (E) WATERLINEPER ENG. STD. 6050(N) 2" SERVICE(E) 1" COPPER3(N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE(E) 1" PE 2(N) 1" SERVICE(E) 3/4" COPPER 2(N) 2" SERVICE (E) 1" COPPER 35/8 5/8 5/8 5/8 5/8 5/8 5/8 5/8 1"5/8 ABANDON (E) SEWER LINE PER ENG.STD. 6050. CONNECT ALL ACTIVELATERALS TO NEW SEWER LINESTA 30+22.03(N) SSMH I06-23RIM = 248.95'STA 34+71.08(N) SSMH I06-10RIM = 249.59'(N) 445' - 10" HDPE SEWERREMOVE AND REPLACESSMH I06-23PER ENG. STD. 661012" OUT 240.658" IN 240.8510" IN 240.75REMOVE AND REPLACESSMH I06-10PER ENG. STD. 66106" IN 242.558" IN 242.5510" OUT 242.455/8 (N) 2" SERVICE (E) 1" COPPER3 (N) 1" SERVICE (E) 3/4" PE 2(E) 2" GASWATERLINE CONNECTIONPER DETAIL 6, SHEET 8WATERLINE CONNECTIONPER DETAIL 7, SHEET 83' MIN.(E) 5'X18' DOUBLERECTANGULARCHANNELSTA. 30+22.03(N) SSMH I06-23RIM = 248.95'10" IN 240.75' (W)10" IN 240.85' (N)12" OUT 240.65' (E)STA. 51+78.67(N) SSMH I06-10RIM = 249.59'8" IN 242.55' (N)6" IN 242.55' (E)10" OUT 242.45' (S)(E) 3" GAS(E) GRADEABND 6"OIL3' MIN.FULLY RESTRAINED WATERLINESTATION 30+08 TO 30+68FULLY RESTRAINED WATERLINESTATION 34+60 TO 35+00DOUBLE POLYETHYLENE WRAP ALL WATERLINE JOINTSSTATION 32+05 TO 32+75(N) 205' - 10" HDPE SEWER, S = 0.36%BY OPEN TRENCHING & REMOVE (E) 8" VCP SEWER(N) 205' - 10" HDPE SEWER, S = 0.36%BY OPEN TRENCHING & REMOVE (E) 8" VCP SEWER(N)1,250 LF 12" C900 PVC WATER(CLASS 305 DR-14)1.0' MIN.(N) 220 LF 12" C900 PVC WATER (CLASS 305 DR-14)BY OPEN TRENCHING(N) 20'-12" C900WATER BY HDD(N) 20'-12" HDPE(CLASS 305 DR-14)SEWER BY PIPEREAMING (E) 8"VCP SEWERSTA. 32+28.70 INV: 241.59 (N) 1250 LF 12" C900 PVC WATER (CLASS 305 DR-14)BY OPEN TRENCHINGSTA. 32+48.70 INV: 241.6630+0030+2530+5030+7531+0031+2531+5031+7532+0032+2532+5032+7533+0033+2533+5033+7534+0034+2534+5034+7535+0035+2535+502352402452502552602652352402452502552602650SCALE IN FEET2040CUESTA DRIVE4HORIZ1" = 20'VERT 1" = 5'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]MATCHLINE - STA. 35+50.00: SEE SHEET 5 MATCHLINE - STA. 35+50.00: SEE SHEET 5N STOPSTOPSTOPSSSSSSSSSDSDSDSDSDSDSDSDSDWWWWWWWWWWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWSSSSSSSSSSAWAWWWGGGGGGGGG GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWGGGSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSGGGGGGGGGGGGGGWWWW(E) 8" PVC SEWER(E) 2" GAS(E) 8" PVC SEWER(E) 2" GASABANDONED (E) 4" CI WATER(E) 2" GAS(E) 6" VCP SEWER(E) 8" PVC WATERABANDONED (E) 4" CI WATER(E) 8" PVC WATER(E) 24" RCP SD88+3600+3700+3800+3900+4000+41FELTON WAYCUESTA DRABANDON (E) 6" AC WATER(N) 12" PVC WATERABANDON (E) 6" AC WATER(N) 12" PVC WATER5'10'8.5'34'10.7' 5'8.5'5.8'14.7'28830232433849132133750527425823622826134'ABANDON (E) WATERLINEPER ENG. STD. 6050(E) 2" COPPER1 (N) 1" SERVICE (E) 3/4" COPPER2 (N) 1" SERVICE (E) 3/4" COPPER2 (N) 2" SERVICE(E) 1" COPPER 32" 5/8 5/8 3/4 5/85/8 3/4 3/4 5/8 5/8 5/85/8 45° MJxMJFITTINGS(N) 2" SERVICE(E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3(N) 2" SERVICE (E) 1" COPPER 3(N) 1" SERVICE (E) 3/4" COPPER 2(N)1,500 LF 12" C900 PVC WATER(CLASS 305 DR-14)WATERLINE CONNECTIONPER DETAIL 8, SHEET 83' MIN.(E) 6" VCP SEWER(E) GRADEFULLY RESTRAINED WATERLINESTATION 40+25 TO 41+001.0'MIN.35+5035+7536+0036+2536+5036+7537+0037+2537+5037+7538+0038+2538+5038+7539+0039+2539+5039+7540+0040+2540+5040+7541+002402452502552602652702402452502552602652700SCALE IN FEET2040CUESTA DRIVE5HORIZ1" = 20'VERT 1" = 5'CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]MATCHLINE - STA. 41+00.00: SEE SHEET 6 MATCHLINE - STA. 41+00.00: SEE SHEET 6 MATCHLINE - STA. 35+50.00: SEE SHEET 5 MATCHLINE - STA. 35+50.00: SEE SHEET 5 N STOP STOPSTOPSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWWWWWWWWWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWGGGGGGGGGWWWWWWWWGGGGGGGGGGGGGGGGGGGGGGGGGGGGGSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDUSSSSSSSSSSSSGGGGGGGGGGGGGGGGGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO(E) 2" GAS(E) 8" PVC SEWER(E) 24" RCP SD(E) 8" PVC SEWER(E) 18" HDPE SD(E) 18" HDPE SD(E) 6" VCP SEWER(E) 2" GAS(E) 8" AC WATER(E) 8" AC WATER(E) 6" VCP SEWER(E) 2" GAS98+00+4200+4300+4400+4489CUESTA DRHIGHLAND DR(E) 12" PVC WATERABANDON (E) 6" AC WATER(E) 12" PVC WATERABANDON (E) 6" AC WATER34'10' 34' 7'49241843250642343545544744849151851050512' 12' 6'6' 9'6'ABANDON (E) WATERLINEPER ENG. STD. 6050(N) 1" SERVICE(E) 3/4" COPPER2(N) 1" SERVICE(E) 3/4" COPPER2(N) 1" SERVICE(E) 3/4" COPPER2 (N) 1" SERVICE (E) 1" COPPER2 (N) 1" SERVICE(E) 3/4" COPPER 2(N) 1" SERVICE(E) 3/4" COPPER 2(N) 1" SERVICE (E) 3/4" COPPER 25/8 5/8 5/8 5/8 5/8 5/85/8 (N) FIRE HYDRANT PER CITYENG. STD. 6310 (6" DIA.)WATERLINECONNECTION PERDETAIL 9, SHEET 8(N)1,500 LF 12" C900 PVC WATER(CLASS 305 DR-14)3' MIN.(E) 6" VCP SEWER(E) 18" HDPE SD(E) GRADE(E) 2" GAS1.0'MIN.6"1.0'MIN.FULLY RESTRAINED WATERLINESTATION 40+35 TO 40+9525025526026527027528025025526026527027528041+0041+2541+5041+7542+0042+2542+5042+7543+0043+2543+5043+7544+0044+2544+5044+7545+0045+2545+500SCALE IN FEET2040CUESTA DRIVE6CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]MATCHLINE - STA. 41+00.00: SEE SHEET 5 MATCHLINE - STA. 41+00.00: SEE SHEET 5 HORIZ1" = 20'VERT 1" = 4'N 3153203253303353403153203253303353409+9010+0010+2510+5010+7511+0011+2511+50(N) 144 LF 8" C900 PVC WATER(CLASS 305 DR-14)(E) 18" RCP(E) DUCT BANKWATERLINECONNECTION PERDETAIL 10, SHEET 8WATERLINE CONNECTIONPER DETAIL 11, SHEET 8(E) GRADE1.0'MIN.(E) DUCT BANK6"MIN.6"MIN.3' MIN.(N) 45°MJXMJ(E) 8" VCP SEWER(N) 11.25°MJXMJNO JOINTS WITHIN 8' OFSTORM DRAIN CROSSING.BACKFILL WITH 1 SACKSLURRY AT CROSSINGFULLY RESTRAINED PIPE3' MIN.DOUBLE POLYETHYLENE WRAP ALL JOINTS AND FITTINGSSTATION 10+50 TO 10+90STOP GGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGSDSDSDSDSDSDSDSDSDSDWWWWWWWWWWWWWWWWWWWFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOUPUPWWWWWWWWWWWWWWSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWAWWWGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSSSSSSSSABANDONED 14" STEEL WATER(E) 6" VCP SEWER(E) 2" GAS(E) 18" RCP(E) 6" VCP SEWER(E) 6" VCP SEWER(E) 24" HDPE(E) DUCT BANK(E) GUARDRAIL(N) 8" PVC WATER SANTA YNEZ AVENUELOOMIS STREET+10 00 +1050+1100(N) 8" PVC WATER(E) DUCT BANKABANDONED 14" CI WATER(E) 16" PVC WATER(E) 16" PVC WATEREDGE OF PAVEMENT5'±10811845° MJxMJFITTINGS(E) 8" PVC WATERREMOVE (E)VALVES3/4 (E) 1" COPPER1REMOVE (E) 4" PVC WATER AND INSTALL (N) 8" PVC WATERRESTORE (E) SIDEWALK, CURB &GUTTER PER ENG. STD. 4110 & 40300SCALE IN FEET1020LOOMIS STREET7CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]HORIZ 1" = 10'VERT 1" = 2'N WATERLINE CONNECTION DETAILS8CITY SPECIFICATION NO.DATE:PROJECT TITLE: SHEET TITLE:ofSHEET NO.DESIGNED BY:DRAWN BY:CHECKED BY:APPROVED BY:SCALE:PLAN FILE NO. / LOCATIONHNBEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT HNMHMHNOVEMBER 202010000668APPROVED: [Mo Day, Yr]NTSNTS REFERENCE SHEET 2BEEBEE & SOUTH1NTS REFERENCE SHEET 3BEEBEE & HIGH4NTS REFERENCE SHEET 2BEEBEE & BRANCH2NTS REFERENCE SHEET 3BEEBEE & SANDERCOCK3LEGENDFLANGEFLANGED COUPLING ADAPTERRESTRAINED MECHANICAL JOINTTRANSITION COUPLINGNTS REFERENCE SHEET 4CUESTA AND FOOTHILLNTS REFERENCE SHEET 6CUESTA & HIGHLAND9NTS REFERENCE SHEET 4CUESTA & CERRO ROMAULDO7NTS REFERENCE SHEET 5CUESTA & FELTON8NTS REFERENCE SHEET 7LOOMIS & SANTA YNEZ610NTS REFERENCE SHEET 7SANTA YNEZ11(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 2 THRU 7FIRE SERVICE SEPARATION12(N) 12 PVC WATER(N) 12"x12"x12" TEEFLGxFLGxFLG(N) 12" GATE VALVEFLGxMJ(E)8" PVC WATER 8" GATE VALVEFLGxMJ(N) 12" PVC WATER(N) 12"x12"x8" TEEFLGxFLGxFLGABANDON (E) 8" PVC WATER ABANDON (E) 10" CI WATERABANDON (E) 10" CI WATERABANDON (E) 8" CI WATER ABANDON (E) 10" CI WATERABANDON (E) 10" CI WATER(E) 12" DI WATER (N) 12" PVC WATER(N) 12" GATE VALVEFLGxMJ(E) 12" CI WATER(N) 12"x12"x12" TEEFLGxFLGxFLG(N) 12"TRANSITIONCOUPLING(N) 12 PVC WATER ABANDON (E) 6" AC WATER(E)8" PVC WATER (N) 8" GATE VALVEFLGxMJ(N) 12" DI WATER(N) 12"x12"x8" TEEFLGxFLGxFLGABANDON (E) 8" PVC WATER ABANDON (E) 6"AC WATERABANDON (E) 6"AC WATER(N) 12" GATE VALVEFLGxMJ(N) 8" PVC WATER (N) 8" GATE VALVEFLGxMJ(N) 12" DI WATER(N) 12"x12"x8"x8" CROSSFLGxFLGxFLGxFLG(N) 12" GATE VALVEFLGxMJ(E)8" PVC WATER(E)8" PVC WATER ABANDON (E) 6" AC WATER(N) 8" TRANSITIONCOUPLING(N) 12" PVC WATER(N) 12" GATE VALVEFLGxMJ(E) 8" AC WATER (N) 12"x12"x12" TEEFLGxFLGxFLG(N) 8"TRANSITIONCOUPLINGABANDON (E) 6" AC WATER(N) 8" PVC WATER (N) 12"x8" REDUCER(N) 8" PVC WATER (E) 16" PVC WATER(E) 16" PVC WATERHOT TAP (N) 8" WATERPER ENG. STD. 6330(N) 8" PVC WATER(E) 8" PVC WATERINSTALL 8"TRANSITIONCOUPLING(N) 12" PVC WATER (E) 12" DI WATERABANDON (E)12" DI WATER(N) 12"x12"x12" TEEMJxMJxFLG(N) 12" GATE VALVEFLGxMJ(N) 12"X10" REDUCER(N) 12" GATE VALVEFLGxMJ(N) 12" GATE VALVEFLGxMJ(N) 12" PVC WATER(N) 12" GATE VALVEFLGxMJ(E)8" CI WATER 8" GATE VALVEFLGxMJ(N) 12" PVC WATER(N) 12"x12"x8" TEEFLGxFLGxFLG(N) 12" GATE VALVEFLGxMJ(N) 12" PVC WATER(N) 12" GATE VALVEFLGxMJ(N) 20 LF - 12" DIP WATER(N) 12" PVC WATER(N) 12" DIP WATER(E) 8" CI WATER(N) 12"x12"x12" TEEFLGxFLGxFLG(N) 12" GATE VALVEFLGxMJ(N) 45° FLGxMJ(N) 45°FLGxMJABANDON (E) 10" CI WATER(N) 12" GATE VALVEFLGxMJABANDON (E) 10" CI WATER(N) 6" PVC WATER(N) 12" DIP WATER(N) 45° MJxMJ(N) 10" DIP WATER(N) 45° FLGxMJ(N) 6" GATE VALVEFLGxMJ(E) 6" CI WATER(N) 12" GATE VALVEFLGxMJABANDON (E) 10" CI WATERABANDON (E) 10" CI WATER(N) 12"X10" REDUCER(N) 10" GATE VALVEFLGxFLG(N) 12"X6" REDUCER(N) 8" DIP WATER(N) 12" GATE VALVEFLGxFLG(E) 10" CI WATER(N) 12" GATE VALVEFLGxMJ(N) 12" DI WATER(N) 12" GATE VALVEFLGxMJ(N) 12" DI WATER(N) 12" GATE VALVEFLGxMJ(E) 8" AC WATER (N) 8" GATE VALVEFLGxMJ(N) 8" GATE VALVEFLGxMJ(N) 12"x8" REDUCER(N) 8" GATE VALVEFLGxMJNTS REFERENCE SHEET 3HIGH AND BUCHON7(N) 12" PVC WATER(N) 12" GATE VALVEFLGxMJ(E) 12" DI WATER(N) 12 PVC WATER SEE RIGHTSEE LEFT(N) 45° MJxMJ(N) 12" TRANSITION COUPLING(N) 12" PVC WATER(N) 12"X8" REDUCER(N) 12"x12"x12" TEEFLGxFLGxFLG(N) 10" GATE VALVEFLGxMJ(E) 10" PVC WATER A RCHAEOLOGICAL M ONITORING P LAN M AY 2020 B EEBEE/CUESTA/LOOMIS W ATERLINE R EPLACEMENT P ROJECT S AN L UIS O BISPO, C ALIFORNIA P:\CBZ1801.02 - Beebee_Cuesta_Loomis Archeo MP\Monitoring Plan\Monitoring Plan_BeebeeCuestaLoomis.docx (05/20/20) APPENDIX C RECORD SEARCH RESULTS 5/1/2020 Kerrie Collison LSA 285 South Street, Suite P San Luis Obispo, CA 93401 Re: Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) 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: 17: See resource list Reports within project area: 7: See report list Reports within ¼ mi. radius: 36: 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-00128 1980 Nelson Property on South Street none givenDills, Charles SL-00304 1979 Higuera Street Widening Project, San Luis Obispo None givenDills, C. SL-00339 1981 Archaeological Element of Environmental Impact Report for the San Luis Obispo Creek Modification Study None givenGibson, R. SL-00356 1981 Archaeological Survey of Highway 101 Median between P.M. 37.2 and 29.1, San Luis Obispo County, CA none givenChuck Smith SL-00435 1981 Archaeological Survey Report for a Proposed Bridge Replacement and Stream Channel Revision Project in the City of San Luis Obispo Archaeological SpecialistEnvironmental Planning BranchDepartment of TransportationDistrict 5 - San Luis Obispo Haley, B.40-000914 SL-00437 1981 Archaeological Survey Along Highway 101, From Marsh Road. South to Approximately .5 miles South of Madonna Road. None givenSmith, C. SL-00719 1986 A Cultural Resources Assessment of Selected Study Areas within the City of San Luis Obispo Archaeological Advisory GroupJames Brock and Richard J. Wall 40-000064, 40-000124, 40-000914 SL-02363 1993 Inventory of Cultural Resources for the Water Reclamation Project, City of San Luis Obispo, CA. none givenGibson, Robert O.40-000030, 40-000044, 40-000064, 40-000124, 40-000400, 40-000785, 40-000891, 40-000914, 40-001262, 40-001406, 40-001419, 40-001427, 40-001449, 40-001493 SL-02529 1993 It Came From Beneath the Streets: An Archaeological Report on the Expansion of the City of San Luis Obispo Wastewater Treatment System C.A. Singer and Associates, Inc.Clay A. Singer, John E. Atwood, and Jay D. Frierman 40-001449 SL-02529A 1993 Appendix A: Soil Profiles from Archaeological Monitoring of the Sewerline Trenches, Appendix B: Site Record Form for CA-SLO-1449H (removed) C.A. Singer and Associates, Inc.none given Page 1 of 5 CCoIC 4/30/2020 11:40:08 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-02651 1983 Completion Report: Historic Resources Survey City of San Luis Obispo Cultural Heritage Committee (CHC) None given 40-040033, 40-040051, 40-040056, 40-040057, 40-040058, 40-040059, 40-040060, 40-040061, 40-040062, 40-040063, 40-040064, 40-040065, 40-040066, 40-040067, 40-040068, 40-040069, 40-040070, 40-040072, 40-040073, 40-040074, 40-040075, 40-040076, 40-040077, 40-040078, 40-040079, 40-040080, 40-040081, 40-040082, 40-040083, 40-040084, 40-040085, 40-040086, 40-040087, 40-040088, 40-040089, 40-040090, 40-040091, 40-040092, 40-040093, 40-040094, 40-040095, 40-040096, 40-040097, 40-040098, 40-040099, 40-040100, 40-040101, 40-040102, 40-040103, 40-040104, 40-040105, 40-040106, 40-040107, 40-040108, 40-040109, 40-040110, 40-040111, 40-040112, 40-040113, 40-040114, 40-040115, 40-040116, 40-040117, 40-040118, 40-040119, 40-040120, 40-040121, 40-040122, 40-040123, 40-040124, 40-040125, 40-040126, 40-040127, 40-040128, 40-040129, 40-040130, 40-040131, 40-040132, 40-040133, 40-040134, 40-040135, 40-040136, 40-040137, 40-040138, 40-040139, 40-040140, 40-040141, 40-040142, 40-040143, 40-040144, 40-040146, 40-040147, 40-040148, 40-040149, 40-040150, 40-040151, 40-040152, 40-040153, 40-040154, 40-040155, 40-040156, 40-040157, 40-040158, 40-040159, 40-040160, 40-040161, 40-040163, 40-040164, 40-040165, 40-040166, 40-040167, 40-040168, 40-040169, 40-040170, 40-040171, 40-040172, 40-040173, 40-040174, 40-040175, 40-040176, 40-040177, 40-040178, 40-040179, 40-040180, 40-040181, 40-040182, 40-040183, 40-040184, 40-040185, 40-040186, 40-040187, 40-040188 Page 2 of 5 CCoIC 4/30/2020 11:40:08 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-02651A 1983 Appendices: Glossary of Common Architectural Terms, Criteria for Building Evaluation City of San Luis ObispoNone given SL-02651B 1983 Appendices: Master Inventory of Historic Resources and Districts List, Survey Target Map, Conservation Area Map City of San Luis Obisponone given SL-02651C 1983 State Forms and District Entries, City Council Resolutions City of San Luis Obisponone given SL-02651D 1983 Completion Report: Historic Resources Survey Volume 2 (survey information and DPR 523 forms for areas within each of the three proposed districts) (DPRs removed) City of San Luis ObispoNone given SL-02651E 1983 Completion Report: Historic Resources Survey Volume 3 (survey information and DPR 523 forms for areas not in one of the three proposed districts) (DPRs removed) City of San Luis Obisponone given SL-03393 1998 Phase 1 Archaeological survey of a commercial propery at 34 South Street in the City of San Luis pbispo C.A. Singer & Associates, Inc.C.A. Singer SL-03714 1979 Architectural/Historical Survey of Higuera Street, San Luis Obispo, California None givenGebhardt, D. and Weiss, L. 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-03934 1999 Cultural Resources Inventory Report for Williams Communications, Inc. Fiber Optic Cable Installation Project, San Luis Obispo to Bakersfield Volume I Jones and Stokes AssociatesDana McGowan 40-000587, 40-001559, 40-002493, 40-041327 SL-03934A 1999 Appendix A. Cultural Resource Monitoring Plan Jones & Stokes Associatesnone given SL-03934B 1999 Appendix B Native American Contacts; Appendix C Cultural Resource Site Record Forms (removed) Jones & Stokes Associatesnone given SL-03935 1999 An Archaeological Surface Survey of HASLO Property, Pacific & Carmel Streets, San Luis Obispo, CA Heritage DiscoveriesConway, Thor Page 3 of 5 CCoIC 4/30/2020 11:40:08 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-04070 2000 Survey for proposed construction of noise barrier on a portion of Route 101 in the city of San Luis Obispo None GivenT. Wheeler, T. Joslin, and K. Wilson SL-04138 2000 Cultural resources survey and impact assessment for a residnetial property at 461 Islay St in the city of San Luis Obispo, San Luis Obispo County, California C.A. Singer and Associates, Inc.Singer, Clay A.40-002013 SL-04351 2001 Cultural Resource Survey and Impact Assessment for the City of San Luis Obispo Mid-Higuera Street Widening Project, San Luis Obispo County, CA C.A. Singer & AssociatesHannahs, Todd and Singer, Clay A.40-041105, 40-041106 SL-04567 2001 An Archaeological Survey of the Alcatel Project Area, South Street, San Luis Obispo, California Heritage Discoveries, Inc.Conway, T. SL-05006 2003 Cultural Resources Survey and Impact Assessment for a 2.9 Acre Propety at 215 Bridge Street in the City of San Luis Obispo, San Luis Obispo County, California C.A. Singer & Associates, Inc.Clay A. Singer 40-041146 SL-05798 2006 Archaeological Resources Inventory for Water Line Replacement at Three Locations on Morro Street, Broad Street, and Bianchi Lane in San Lusi Obispo, California (Project No, 90535) Applied Earth Works, Inc.Baloian, R. SL-06152 2008 Archaeological Monitoring for the Water Improvement Project (Spec. No. 90694), San Luis Obispo, California Applied EarthWorks, Inc.Baloian, Randy. SL-06433 2008 Historic Resource Evaluations for the Lee Parsons House #40-041202: 1204 Nipomo Street, APN 003-521-01 and Rudolph Cordova House #40-041201: 464 Buchon Street APN 003-613-012 Bertrando & Bertrando Research ConsultantsBertrando, Betsy SL-06519 2010 Archaeological Assessment and Historical Evaluation of the Former San Luis Obispo 1 Manufactured Gas Plant Site, San Luis Obispo, CA. Applie EarthWorks, Inc.Morlet, Aubrie and Price, Barry A.40-000914, 40-002423, 40-041225, 40-041226 SL-06524 2010 Archaeological Resource Inventory of the Former PG&E Substation at 251 Pacific Street in San Luis Obispo, San Luis Obispo County, CA. Applied Earthworks, Inc.Linder, M., Morlet, A., and Price, Barry A. Page 4 of 5 CCoIC 4/30/2020 11:40:08 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-07078 2014 Archaeological Monitoring for City of San Luis Obispo Water Line Replacement Projects 90535 and 90640, San Luis Obispo County, California Applied EarthWorksRandy M. Baloian and Keith Warren 40-000064, 40-001419 SL-07078A 2014 Specimen Catalogs Applied EarthWorksnone given SL-07078B 2014 Lithic Analysis Protocols Applied EarthWorksnone given SL-07369 2018 Archaeological Monitoring Report for San Luis Obispo-1 Manufactured Gas Plant Post-Remediation Soil Gas Vapor Well Boring. Applied EarthWorks, Inc.Simone M. Schinsing SL-07552 2012 Survey and Evaluation of Cultural Resources for the South Street Aparttnents Affordable Housing Project, San Luis Obispo, California Rincon ConsultantsKevin Hunt, James Steely, Leroy Laurie, and Robert Ramirez Page 5 of 5 CCoIC 4/30/2020 11:40:08 AM SL-04070[approx loc] SL-04351[approx loc] Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 1 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-05798 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 2 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-00356SL-03922SL-03922 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 3 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-03934 SL-03934 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 4 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-02529 SL-06524 SL-06524 SL-03393 SL-05006 SL-00128 SL-00435 SL-04138 SL-06433 SL-07552 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 5 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-07078 SL-03935 SL-04567 SL-06519 SL-00437 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 6 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-06152 SL-00339 SL-07369 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 7 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-03714 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 8 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-02651 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 9 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-00719 SL-00719 SL-00719 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 10 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-00304 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 11 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius SL-02363 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 12 of 12 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Proje ct Locat ion One-Quarter Mile Radius Primary No.Trinomial Resource List Other IDs ReportsTypeAgeAttribute codes Recorded by P-40-002013 CA-SLO-002013H SL-04138Building, Site Historic HP02 2000 (C.A. Singer, S. Stewart, C.A. Singer & Associates, Inc.) P-40-002423 CA-SLO-002423H Other - MHWP-Q1; Other - 292 Higuera Street SL-06519SiteHistoricAH042004 (Marc Linder, Garcia and Associates); 2005 (Marc Linder, Garcia and Associates) P-40-002564 CA-SLO-002564 Other - MK-1, South Street Refuse Dump Site Historic AH04 2007 (Mark Kile, Applied EarthWorks) P-40-040070 OHP PRN - 3401-0005-0039; OHP Property Number - 18490; Other - Walters Home, Osborne Home SL-02651HistoricHP021983 (Historic Res. Survey Satff, City of San Luis Obispo) P-40-040072 OHP PRN - 3401-0005-0041; OHP Property Number - 18492; Other - Railey Home SL-02651BuildingHistoricHP021983 (Historic Res. Survey Staff, City of San Luis Obispo) P-40-040073 OHP PRN - 3401-0005-0042; OHP Property Number - 18493 SL-02651BuildingHistoricHP02 P-40-040130 OHP PRN - 3401-0038-0000; OHP Property Number - 18580; Other - Loomis Feed Company Warehouse/Pacific Coast Railroad Station SL-02651HistoricHP061983 (Historic Res. Survey Staff, City of San Luis Obispo) P-40-040131 OHP PRN - 3401-0039-0000; OHP Property Number - 18581; Other - H.H. Planing Mill/San Luis Planing Mill SL-02651BuildingHistoricHP061983 (Historic Res. Survey Staff, City of San Luis Obispo) P-40-040179 OHP PRN - 3401-0088-0000; OHP Property Number - 18629; Other - Old Gas Works SL-02651BuildingHistoricHP091983 (Historic Res. Survey Staff, City of San Luis Obispo) P-40-040658 OHP PRN - 3401-0101-0000; OHP Property Number - 18651; Other - Chinese American Cemetery, Mobile Home Park Building Historic HP40 1980 (Dr. Nancy Wey, Chinese American Survey) P-40-041146 Other - 215 Bridge Street SL-05006BuildingHistoricHP022003 (Clay A. Singer, C.A. Singer & Associates) P-40-041225 Other - San Luis Obispo Manufacuted Gas Plant (Old Gas Works); Other - APN 002-505-006 SL-06519, SL-06598BuildingHistoricHP092008 (Aubrie Morlet, Applied EarthWorks) Page 1 of 2 CCoIC 4/30/2020 11:41:01 AM Primary No.Trinomial Resource List Other IDs ReportsTypeAgeAttribute codes Recorded by P-40-041226 Other - San Luis Obispo Electric Plant Building; Other - APN 002-505-005 SL-06519, SL-06598BuildingHistoricHP062009 (Aubrie Morlet, Applied EarthWorks) Page 2 of 2 CCoIC 4/30/2020 11:41:01 AM !. !. !. !. !. !. !. P-40-040070 P-40-040072P-40-040073 P-40-040658 P-40-040130 P-40-040131 P-40-040179 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) 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 Proje ct Locat ion One-Quarter Mile Radius P-40-002013P-40-002423 P-40-002564 P-40-041225P-40-041226 P-40-041146 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) 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 Proje ct Locat ion One-Quarter Mile Radius Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-03221 1997 Cultural Resource Investigation of 651 Foothill Boulevard Bertrando and Bertrando Research ConsultantsBertrando, Ethan 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 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 Page 1 of 2 CCoIC 4/30/2020 10:55:04 AM Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs 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. Page 2 of 2 CCoIC 4/30/2020 10:55:04 AM SL-03922 SL-03922Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 1 of 5 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 Location One-Quarter M ile Radius SL-04051 SL-04051Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 2 of 5 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 Location One-Quarter M ile Radius SL-04059 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 3 of 5 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 Location One-Quarter M ile Radius SL-04303 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 4 of 5 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 Location One-Quarter M ile Radius SL-03221 SL-04288 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 5 of 5 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 Location One-Quarter M ile Radius Primary No.Trinomial Resource List Other IDs ReportsTypeAgeAttribute codes Recorded by P-40-002858 CA-SLO-002858H Other - Highway 1 Segment SL-04288, SL-07083SiteHistoricAH072001 (Mary 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 4/30/2020 10:55:53 AM P-40-002858 P-40-040176 P-40-040765 P-40-040765 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Sites M ap 1 of 1 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 Location One-Quarter M ile Radius Report List Report No.Year Title AffiliationAuthor(s)ResourcesOther IDs SL-00436 1981 Archaeological Survey for the Widening of State Highway 101 from the North End of the City of San Luis Obispo Towards Cuesta None givenJohnson, J. SL-02298 1991 Preliminary Cultural Resources Reconnaissance of Two Pipeline Segments in Nipomo and San Luis Obispo, San Luis Obispo County, California None GivenRunnings, A., Haversat, T.40-001318, 40-001319 SL-03834 1995 Phase one archaeological surface survey for the unocal pipeline replacement project along curesta ridge and highway 101, south of Santa Margarita, San Luis Obispo Co, Ca none givenGibson, Robert O.40-001674 SL-03934 1999 Cultural Resources Inventory Report for Williams Communications, Inc. Fiber Optic Cable Installation Project, San Luis Obispo to Bakersfield Volume I Jones and Stokes AssociatesDana McGowan 40-000587, 40-001559, 40-002493, 40-041327 SL-03934A 1999 Appendix A. Cultural Resource Monitoring Plan Jones & Stokes Associatesnone given SL-03934B 1999 Appendix B Native American Contacts; Appendix C Cultural Resource Site Record Forms (removed) Jones & Stokes Associatesnone given SL-04052 2000 Cultural Resources Study for the Relocation of the Reservoir Number 1 Transmission Main, San Luis Obispo, CA Applied Earth Works, Inc.Nettles, Wendy. SL-04335 2001 Cultural Resources Survey and Impact Assessment for the Villareal Project in the City of San Luis Obispo, San Luis Obispo County, CA [APN 052-136-014/020/024/025/027/028] C.A. Singer & AssociatesSinger, Clay A. SL-04884 1999 Cultural Resources Survey and Paleontologic Resources Literature Review Report for Level 3 Long Haul Fiber Optic Project: Cuesta Grane Wordaround Norteast of San Luis Obispo, San Luis Obispo County, California Chambers GroupMason, R.D. SL-05246 2002 Extended Phase 1 Testing for 2223 Monterey Street, San Luis Obispo, CA The Motel Inn Complex (P-40-401013) Dave Watson AICPBetsy Bertrando and Ethan Bertrando SL-05790 2005 Archaeological Resources Inventory for the Motel Inn Sewer Line Replacement between 2223 Monterey Street and 1998 San Luis Drive, San Luis Obispo, California Applied EarthWorks, Inc.Baloian, R. Page 1 of 1 CCoIC 4/30/2020 10:00:52 AM SL-03934Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 1 of 5 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Project Location One-Quarter M ile Radius SL-04884 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 2 of 5 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Project Location One-Quarter M ile Radius SL-04052 SL-00436 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 3 of 5 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Project Location One-Quarter M ile Radius SL-02298 SL-04335 SL-05790 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 4 of 5 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Project Location One-Quarter M ile Radius SL-05246 SL-03834 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Reports M ap 5 of 5 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 100 200 300 40050Meters Legend Project Location One-Quarter M ile Radius Primary No.Trinomial Resource List Other IDs ReportsTypeAgeAttribute codes Recorded by P-40-040157 OHP PRN - 3401-0066-0000; OHP Property Number - 18607; Other - Milestone Motel Inn, Motel Inn SL-02651BuildingHistoricHP051983 (Historic Res. Survey Staff, City of San Luis Obispo) Page 1 of 1 CCoIC 4/30/2020 9:58:55 AM P-40-040157 Beebee/Cuesta/Loomis Waterline Replacement (CBZ1801.02) Customer Name: Kerrie Collison, LSA Project Location: San Luis Obispo Sites M ap 1 of 1 Central Coast Information Center Departm ent of Anthropology University of California Santa Barbara, CA 93106-3210 (805) 893-2474 (805) 893-8707 FAX¤ 0 80 160 240 32040Meters Legend Project Location One-Quarter M ile Radius APPENDIX APPENDIX 4 APPENDIX C – GEOTECHNICAL REPORT Earth Systems 4378 Old Santa Fe Road I San Luis Obispo, CA 93401 | Ph: 805.544.3276 | www.earthsystems.com January 1.6,2020 File No.:303599-001 Mr. Hai Nguyen, PE City of SLO Public Works 9L9 Palm Street San Luis Obispo, CA 93401 PROJECT:CITY OF SAN LUIS OBISPO WATER LINE REPLACEMENT PROJECT VARIOUS LOCATIONS SAN LUIS OBISPO, CALIFORNIA SUBJECT: Subsurface Conditions Report - Water Line Replacement Project Mr. Nguyen: The purpose of this report and attached data is to summarize the subsurface conditions represented by the four borings drilled on December 5, December 13 and December L8, 2019 in various locations in the City of San Luis Obispo, California. 1.0 scoPE oF sERVtcEs The scope of services, as requested by the client, includes four borings drilled to a maximum depth of ten feet using a six-inch hollow stem auger. Boring locations included two locations on Cuesta Drive, one on Beebee Street, and one at the corner of Loomis Drive and Santa Ynez Street. It is our intent that this report be used exclusively by the client in the preparation of plans and specifications. Application beyond this intent is strictly at the user's risk. 2.O FIELD INVESTIGATION On December t2, 13 and 18, 2019, a total of four 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 l-0 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 guídeline 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 City of San Luis Obispo Water Line Replacement Project January t6,2O2O groundwater, and other factors. lt should also be noted that the descriptions of bedrock must span a much wider range of density and strength 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 "hatd," 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 Borings l- and 2 were drilled on Cuesta Drive. ln Boring L, near Highland Drive, lean clay was encountered and extended to the maximum depth explored. The soil was logged as being moist to very moist and medium stiff to stiff. Boring 2 was similar, but soft sandstone bedrock was encountered at a depth of 8 feet below ground surface. Boring 3 was drilled on Beebee Street and was comprised of lean clay with variable amounts of sand. The clay was categorized as medium stiff and moist to the maximum explored depth of LL.5 feet below ground surface. Boring 4 was drilled on Loomis Street at the intersectíon of Santa Ynez Street. Below the nearly 2 feet of asphalt, base and concrete, soft, sandstone bedrock was encountered to the maximum explored depth of L0 feet. lf you have any questions or require additional information, please contact me at your convenience. Sincerely, Earth Systems Pacific 2 Robert Down, AssgciatgEngio(M"? PE neer Exploration Locati Boring Log Legend (1. Boring Logs (4 pages) 2001-002.RPT/crDoc. No ?ROFES rnæ * 5 LEGEND i -N- ÅBoring Location (Approx.) NOT TO SCALE *H :it {9,ËËt IItî þå* '" I ,, t. th¡.r}',.g ,{ ,l L.T ? I -.r ',' ¡^t ;¡ rt I ' .:l ' ..! ,-'tfr|l . rt;frrl. & 1t¡¡tt tr;.r'\', +rl¿{Ë', -"ı ,_t ., J-r' Ë" I I ¡ i "{a tlt ;;: tri- .j -'i þ¡ : ; *, .{l I -ü .#fl :,1t F-t *¡. * ¡,, .À:*.1 { i:Í- 1+ Earth Systems Pacific 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 www.earthsystems. com (805) 544-3276. Fax (805) 544-1786e City of SLO - Waterline Replacement San Luis Obispo, California EXPLORATION LOCATION MAP Date January 2020 Project No. 303599-001 Figure 2 uNrFrED SO|L CLASS¡FTCATTON SYSTEM (ASTM D 24871 MAJOR DIVISIONS GROUP SYMBOL TYPICAL DESCRIPTIONS GRAPH. SYMBOL GW GRAVELS, GRAVEL-SAND MIXTURES, LITTLE ORWELL GRADED NO FINES i:i:i:i GP POORLY GRADED GRAVELS, OR GRAVEL-SAND MIXTURES, LITTLE OR NO FINES o GM SILTY GRAVELS, GRAVEL-SAND-SILT MIXTURES, NON-PLASTIC FINES d GC CLAYEY GRAVELS, GRAVEL-SAND.CLAY MIXTURES, PLASTIC FINES SW WELL GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES SM SILTY SANDS, SAND.SILT MIXTURES, NON.PLASTIC FINES Eanth Systems Pacific BORING LOG LEGEND e ØJ o U) otIlz ú.(, tIlat o O Euts^<ı>tuIOa u )ËØ zll ír::É Ø rjú,^ o SC CLAYEY SANDS, SAND-CLAY MIXTURES, PLASTIC FINESSAMPLE / SUBSURFACE WATER SYMBOLS GRAPH. SYMBOL ML INORGANIC S¡LTS AND VERY FINÊ 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, SILTY CLAYS, LEAN CLAYSSTANDARD PENETRATTON TEST (SPT)o OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITYSHELBY TUBE tl MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, ELASTIC S¡LTSBULK CH ¡NORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS SUBSURFACE WATER DURING DRILLING Y OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICIry, ORGANIC SILTS SUBSURFACE WATER AFTER DRILLING V aJ oa n LiJz É. O uJz LL EÉ^ ^E< ñu* øg; ,,ì9! íid6ã>lØJØ I PT PEAÏ AND OTHER HIGHLY ORGANIC SOILS VV OESERVED I'IOISTI-'RE COI{DITIOñI DRY SLIGHTLY MOIST MOIST VERY MOIST WET (SATURATED) COt¡S¡STElì¡CY COARSE GRAINED SOILS FINE GRAINED SOILS BLOWS/FOOT BLOWS/FOOT SPI CA SAMPLER DESCRIPTIVE TERM SPT CA SAMPLÊR DESCRIPTIVE TERM 0-1 0 0-1 6 LOOSE o-2 VERY SOFT 11-30 17-50 MEDIUM DENSE 3-4 4-7 SOFT 31 -50 51-83 DENSE 5-8 a-l3 MET.]IUM S f IFF OVF,R 50 OVF,.R ¡JJJ VE.RY I]F.NSF 9-1 5 14-25 STIFF 1 6-30 26-5U VERY S IIFF OVER 30 OVER 50 HARD GRAIN SIZES U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENING # 200 #40 #10 #4 12"3"3/4" SAND GRAVELqt, -r ¿ r-t av FINE MEDIUM COARSE FINE COARSE COBBLES B,O'UL.DERS TYPICÂL B€DROCK I{ÀRDI{ESS MAJOR DIVISIONS TYPICAL DESCRIPTIONS EXTREMELY HARD CORE, FRAGMENT, OR EXPOSURE CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CAN ONLY BE CHIPPED WITH REPEATED HEAVY HAMIVER BLOWS VERY HARD CANNOT BE SCRATCHED WITH KNIFE OR SHARP PICK; CORE OR FRAGMENT BREAKS WITH REPEATEO HEAVY HAMMER BLOWS HARD CAN BE SCRATCHED WITH KNIFE OR SHARP PICK WITH DIFFIÇULry (HEAVY PRESSURE); HEAVY HAMMER BLOW REQUIRED TO BREAK SPECIMEN MODERATELY HARD CAN BE GROOVED 1/16 INCH ÐEEP BY KNIFE OR SHARP PICK WITH MODERATE OR HEAVY PRESSURE; CORE OR FRAGMENÏ BREAKS WITH LIGHT HAMMER BLOW OR HEAVY MANUAL PRESSURE SOFÏ CAN BE GROOVED OR GOUGED EASILY BY KNIFE OR SHARP PICK WITH LIGHT PRESSURE, CAN BE SCRATCHED WITH FINGERNAIL; BREAKS WITH LIGHT TO MODERAIE MANUAL PRESSURE VERY SOFÏ CAN BÊ READ¡LY INDENÏED, GROOVED OR GOUGED WITH FINGERNAIL, OR CARVED WITH KNIFE; BREAKS WITH LIGHT IVANUAL PRESSURE TYPICÃL BEÐROCK WEATHERII{G TYPICAL DESCRIPTIONSMAJOR DI\/ISIONS ]]N\¡IEATHERED Nr).DI,SCOLoRATION,NOTOXIDIZFD sLIGHTLY WEATHERED . DrscoLoRATroN oR oxrDATroN FELDSPAR CRYSTALS ARE DULL lS LIMITED TO SURFACE OF. OR SHORT DISTANCE FROM, FRACTURES: SOME MODERATELY DISCOLORATION oR OXIDATION EXTENDS FRoM FRACTURES, USUALLY THRoUGHOUT, Fe-l\,49 l!4INERALS AREWËATHERED "RUSÏY", FELDSPAR CRYSTALS ARE "CLOUDY" DISCOLORATION OR OXIDATION THROUGHOUT; FELDSPAR AND Fe-Mg MINERALS ARE ALTERED TO CLAY TO SOME EXTENT, OR CHEMICAL ALTERAÎION PRODUCES IN SITU DISAGGREGATION MAYHOUT, BUT MPLETELY RESISTANT MINERALS ALTERED IO CLAY SCOLDI ïtoNORA OXOR DA THROUf toN ASSUCH BE fEREDUNALOUARTZ PARFELDS DAN M ARENËRALS co HIGHLY WEATHERED DECOMPOSED Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO WATERLINE REPLACEMENT 435 Guesta Drive San Luis Obispo, California u)u) 5 C) at)oal Joo .t) S@IL DtrSGRIPTI@N J >âÉ. QtuJ.9 z uJ EË<F- U) t-- t/)ZC äê É.o s IU É.lt- 9.o ø2 =.QsdH 3.5" AC/ 0.0" AB \ \ \ \ \ \\\ \ CL LEAN CLAY: brown, medium stiff, some gravel -le-llowìsti-brow-nlsıft- very-mıi5t 12 13 15 tb (¡)o rFÀluo o 3 + 5 6 7 8 9 14 10 11 25 26 17 't8 20 21 22 23 24 End of Boring @ 11.5' No subsurface water encountered 10.0-11.5 o 1 1 3 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q Cran Sample l--l Shelby Tube Sample I Sef NOTE: Thislogofsubsurfaceconditionsìsasimplificationofactual cond¡t¡onsencountered. ltappl¡esatthelocationandt¡meofdrill¡ng Subsurface conditions may differ at other locations and times. Boring No. 1 PAGE 1 OF I JOB NO.: 303599-001 DATE: '1211312019 Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO WATERLINE REPLACEMENT 123 Guesta Drive San Luis Obispo, California Ø(/) 5o (/)o U)l Jod¡ =U) S@!L DESGRIPTI@N -J>ô trË z JUITLù =><F U) t-6ZC Hê Éo s UJ É.lFØo .Dz =.9r ıÈu SANDY LEAN CLAY: dark gray, medium stiff, moist SANDSTONE: F^ EEo- 12 13 o 2 3 5 7 I 10 11 22 23 24 25 26 14 15 tb 17 18 19 20 21 End of Boring @ 11.0' No subsurface water encountered. 10.0 - 11.0 o 31/50 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q Cran Sample l--.] ShelbyTube Sample I Sef NOTE: _Thislogofsubsurfaceconditìonsisasimpl¡f¡cationofactual conditionsencounlered. ltappliesatthelocationandtimeofdrill¡ng. Subsurface conditjons may differ at other locations and times. Boring No. 2 PAGE 1 OF 1 JOB NO.: 303599-001 DATE: 1211312019 Earth Systems Pacific SAMPLE DATACITY OF SAN LUIS OBISPO WATERLINE REPLACEMENT 2105 Beebee Street San Luis Obispo, California a/) U) 5o at)oØf Joo = U) S@[L DtrS@RIPTI@N J >âÉ.a uJ ,'E z Ës<FØ F ØZC Hë É.o s uJ É.fl-Ø o ø2 =ãQ, e.ıH SANDY LEAN CLAY: brown, fine sands m plasticity m m I^ IEo- 1 2 3 + 5 6 7 I I lo 11 1: 13 ,: 15 16 17 18 19 o 20 21 22 23 24 25 26 End of Boring @ 11.5' No subsurface water encountered 10.0- 11.5 o 4 6 9 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q CraO Sample l-- Shelby Tube Sample I Sef NOTE: _fhis log of subsurface condit¡ons is a simplification of actual conditions encountered. lt applies at the location and time of drilling Subsurface cond¡tions may differ at other locations and t¡mes. Boring No. 3 PAGE 1 OF 1 JOB NO.: 303599-001 DATE: 1211312019 Earth Systems Pacific SAMPLE DATAC¡TY OF SAN LUIS OBISPO WATERLINE REPLACEMENT Santa Ynez Avenue & Loomis Street San Luis Obispo, California ct) U) 5o U)o U)l Jo c0 =at) S@[L DES@RIPTI@N J >ÕÉauJ.E z =J uJtL0 <r- U) F6ZC Hê Éo uJ É.Þ^Froø31 ı = .Dz =.O¿ dH 7.O" ACI 1.0" AB/ 9.0'AC/ 5.0" Concrete SANDSTONE: dark yellow brown, very saturated, moderately weathered T^ f;Eo- 2 4 22 23 24 25 26 14 15 16 17 18 19 20 21 End of Boring @ 10.0' No subsurface water encountered. AC Patch 8.5 - 10.0 o 12 8 24 e LOGGED BY: R. Mettler DRILL RIG: Mobile B-53 with Automatic Hammer AUGER TYPE: 6" Hollow Stem LEGEND: I Ring Sample Q Cran Sample l---1 Shelby Tube Sample I Snf NOTE: Thislogofsubsurfaceconditionsisas¡mplificat¡onofactual conditionsencountered. ltappliesatthelocat¡onandtimeofdr¡lling Subsurface conditions may differ at other locations and times. Boring No. 4 PAGE 1 OF 1 JOB NO.: 303599-001 DATE: 1211812019 APPENDIX APPENDIX 5 APPENDIX D – SHUTDOWN AREA MAP 701600520 1 2 4 3 9 10 8 56 7 288287 BA351A,B 345 47519&20987 6 5 4 123400 10B10A 6 1 569551549340352405451A 302 324 338491492418 432 648650407 577 321 337 5335395435275215051B1A 1C 10C 1D 14D630618590550546538524506423 435 425 f a b c d e 591261-265161-165243-244241-242251-255 151-155 599 2 585579573557541533455 447448491 550542534526518510505 513 523 507513519525529533 537 . 541 545 553557561 530 512531 535 543 536 548 556 562 574 588 596 610 405 427 459 349 337 323 303 300307 321 320 336335 348347 362361 304 318 334 346 358 391367359333 555 567 571 589 593 607 398394380372358350336479457435413395383375367359446400504 514511 520525522 510 502 382368505 513 521 532 538 546 554 533 547 551 536 552 560 572 562 563 574 586 598 600 575 587 599 613 588 612 620 628 634 621 81651505503501411351341355359363375381399331345359367385391362374A142 392133 424143 140 159 171 152 168 188 284 268 254 236 228 285 255 237 271 225 286 270 256 234 226 360372390273 259 235 227 211 274 258 236 228 B-9 8181 510BA 550554181572321962665065267069614 UP87 DN.1500615629643169665657585543539537525 111 123 141 153 167 195 55546747341 33 42 30 110108 120 121131 9990132138 555151139 152158 160 159 109 24 1613 2526 14 87 15 29 37436035635227 23 19 11 28 22 18 12 38 32 37 31 40 32 45 39 31 691695165 173 711135 499 406 400 398 366 348 451 449 447 300 290 415 a b c d e a b c d d c b a abcde 234 250 242 226 200 196 180 1 78 172170166 to164 162156 to160 154 152 140 706710720726730748760772774790133 217 225 263a b c d e abcd a a b b c c d d a bcde fgh 265 285 295 305 355 365 375 385 763A 763B 765 767 771 773A777775B775A773B773C775C787 785 783 779 791 793A 793C 793E 793F758754,756275 215 #19 #20 # 1 5 - 1 8 390 356# 1- 1 4 324 284 256 228 204730742754722410 428 460450 480 #9-14d 795c 20 26 28 32374650 A - B172 1/ 2510 26 36 17144125 2 2 2 1 9 672 674 678 676 686 688 690 692 684682 261 BEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT SHUTDOWN AREA MAP 1 OF 2 0 SCALE IN FEET 300 N 205265285h g f-1 e-1 e d c b a f p n m-1 m l k j i q r s w x2772210 2222 2226 2224 265 100 A21 A19 A17 A15 A13 A11 A7 A5 A9 A3 A1 1 2 3 4 5 7 6 8 A25A27A29A31A33A35A24A26A28B17A12 B15A10 A8B1 B3B531323334351113637B8 B10 B12 B14 B16B18A44A62evenA71 A69 oddC2C1C3C4 C5C6C7 14151617182022212319324145110 130 140 150 160 180 190 B A42 A40 2275 2255 2225 2205 23527781A-CA,B 2 6 7 A-BA-CA,B233BA2166 2174 2192 207222215229A,B234247249253254261271270abcdefghij3033023133191982185 2179 2163 2159 a b 2138 210220236 1/22402542602682145 2135 2146 2142 2128 3092103 2109 2119 2129 2110 2120 2126 2134 2052152212332352412492612672032 2040 1/2 2076 2084 3132031 2043 2077 2083224 2362382402522542602662016 2026 2044 2092205 209221229237251259269275283a b ca a bb 371 36 5 3 51 333 2283003 5 0 384 370360 15211421 1427 241 172 174 29435 4 3 46 3 40 33 8 32 0 1424307 299 295 1337 150100130e f 2146 2104 2078, 100-210 2060 2010 2020 2030 2040 2050 1751691612019 2029 2041 2091 2103 2105 2115 2123 2125 2131 2135 2137 2139 a b b a 237 a 2191 138140a 150279260256 2130 1335 283 303,B 2149 D1D2D3146A B-1 C-1 2 6 1 1390 27 4 220281 2851512 251253257A B 2121 2125 210Aa b ab2131 1/2 2105 1/2 2041 1/2 2126 1/2 220 1/2236221 1/2235 1/2249 1/2209 1/23102040303 305269 1/22131 1/2 2103 2074, 100-11087 335 314 326 338 350 366 374 382 351 367 295 301 309 339 343 377 326 384 706448562390 2380 2372 2354 2362 43 5388318 385 2190219122 8 5 22 9 3 22 9 922542246 2234 2210 3913812 2 8 0 398 390 392 2231223723 3 6 23 1 8 24042290 22002220224122 6 022432267 22672255BEEBEE/CUESTA/LOOMIS WATERLINE REPLACEMENT SHUTDOWN AREA MAP 2 OF 2 0 SCALE IN FEET 300 N