Loading...
HomeMy WebLinkAboutItem 5d. Authorization to Advertise Sierra Way Sewer Replacement Project (Spec. 2000539) Item 5d Department: Public Works Cost Center: 6102 For Agenda of: 9/3/2024 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Hai Nguyen, Senior Civil Engineer SUBJECT: AUTHORIZATION TO ADVERTISE SIERRA WAY SEWER REPLACEMENT, SPECIFICATION NO. 2000539 RECOMMENDATION 1. Approve the project plans and specifications for Sierra Way Sewer Replacement, Specification Number 2000539; and 2. Authorize staff to advertise for bids; and 3. Authorize the City Manager to award the Construction Contract pursuant to Section 3.24.190 of the Municipal Code, if the lowest responsible bid is within the publicly disclosed funding amount of $3,500,000; and 4. Authorize the City Engineer to approve Contract Change Orders up to the available project budget and any amended budget subsequently approved by the City Manager up to $200,000. POLICY CONTEXT The City Council approved the Wastewater Collection System Infrastructure Renewal Strategy in January 2016. The plan identified a strategy for prioritizing pipeline replacement in the wastewater collection system to serve existing customers and future development in the City. On May 17, 2022, Council approved a Purchasing Policy Update to the Financial Management Manual that requires Council approval for Public Projects that cost over $200,000. DISCUSSION Background Replacement and rehabilitation of wastewater collection (sewer) pipes is part of an ongoing program to maintain aging and deteriorating infrastructure. This program has several objectives: 1) ensure reliable removal of wastewater; 2) reduce the need for emergency repairs; 3) reduce the need for preventative maintenance; and 4) ensure uninterrupted wastewater flow without health or environmental hazard s from wastewater leakage. This project will accomplish these objectives for a portion of the City’s wastewater collection system. Page 37 of 229 Item 5d The Project The project plans (Attachment A) and specifications (Attachment B) propose to replace 4,252 linear feet of sewer main in the capacity constrained areas located on Sierra Way, Ella Street, Ruth Street, George Street and Henry Street. The existing sewer pipes planned for replacement work have been video inspected and confirmed to have reached the end of their useful life. This high priority project has been a coordination effort over the past three years to increase capacity reliability of sewer services to the community hospital (French Hospital). The project plans and specifications include an additive alternate bid to install 350 linear feet of sewer main by open trenching along Bishop Street (Additive Alternative A). The installation of the sewer main as part of the additive alternate along Bishop Street and east of Johnson Avenue will provide sewer services to the Welcome Home Village project that is planned to be constructed on San Luis Obispo County -owned property on the corner of Johnson Avenue and Bishop Street. This additive alternate may be eligible for future grant opportunities, which are currently being investigated by the County of San Luis Obispo, which is the lead agency for the Welcome Home Village project. The strategy is to award the Base Bid and Additive Alternative A if the lowest responsible bid is within the publicly disclosed funding amount of $3,500,000. Future cost recovery from the County will be determined once the cost of items of work for Additive Alternative A is known. Previous Council or Advisory Body Action This Project was identified in the 2021-23 Financial Plan that was approved by Council with a budget of $1,850,000. Council also adopted the FY 2024-25 Supplement Budget and approved an additional $2,200,000 for the project on June 4, 2024. Public Engagement Public engagement was conducted during the initial identification of this Project to be included in the 2021-23 Financial Plan. In addition, public comment was open at the Council Meeting when the 24-25 Supplemental Budget was approved. CONCURRENCE This project has the concurrence of the Utilities Department. ENVIRONMENTAL REVIEW The project is categorically exempt from environmental review under Section 15303 (New Construction or Conversion of Small Structures) and 15304 (Minor Alterations of Land) because the project consists of the replacement and extension of existing sewer mains, including trenching, backfilling, and restoration of the existing streets. No tree removal is proposed. A Notice of Exemption will be filed through the Community Development Department. Page 38 of 229 Item 5d FISCAL IMPACT Budgeted: Yes Budget Year: 2021-23 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund State Federal Fees Sewer Fund: $4,006,335 $4,006,335 $0 N/A Total $4,006,335 $4,006,335 $0 N/A Sierra Way Sewer Replacement (2000539) Base Bid Estimate $3,207,000 Add Alt A Estimate $293,000 Contingencies $500,000 Material Testing $6,000 Printing $335 Total Cost of Project $4,006,335 Total Available Funding $4,006,335 Remaining Balance $0 The project is structured with a Base Bid and one Additive Alternative to maximize the scope of work within available funding. The strategy is to clearly define work and cost of the City’s base project and any additional cost associated with serving the We lcome Home Village project (Additive Alternative A), which will provide necessary information for grant applications or future cost recovery from the County. Funding for this project is available in the Project Account (2000539) which has a current balanc e $4,006,335 and will provide sufficient funding to support the project costs. Page 39 of 229 Item 5d ALTERNATIVES 1. Deny or defer approval to advertise. The City Council may choose to deny or defer the approval to advertise this project. Staff does not recommend this option, as the sewer mains serve the community hospital with sewer mains reaching the end of useful life and pose a high risk of catastrophic failure, requiring expensive repairs. 2. Remove Additive Alternative A from the project. The City Council may choose to approve the base bid for advertisement and remove Additive Alternative A from the project. Staff does not recommend this option as the proposed sewer main included with Additive Alternative A is necessary to provide sewer services for the Welcome Home Village. ATTACHMENTS A - Project Plans (Spec. 2000539) B - Project Specifications (Spec. 2000539) Page 40 of 229 index to plans sheet no. description san luis obispo county, california SPECIFICATION NO.DATE SHEET 2000539 FILE NO./LOCATION 11of1 SIERRA WAY SEWER REPLACEMENT AUGUST 2024 DEAD OR UNUSED SEWER LATERAL, VERIFY CONDITION. ABANDON IN PLACE IF DEAD, UNUSED, OR CAPPED. CONNECT SEWER LATERALS AND MARK TOP OF CURB WITH THE LETTER "S" PER ENG. STD. 6810. DSDS SS SS 1. 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, OIL AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO CONTACT 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 BID OPENING. 3. TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED IN ACCORDANCE WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACE MONUMENT AND WELL PER ENG. STD. 9020. 4. THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERS DISTURBED DURING CONSTRUCTION. ALL PAVEMENT STRIPES AND MARKINGS WITHIN 5 FEET OF THE DISTURBED AREA MUST BE REPLACED. ALL STRIPING IS PER STATE STANDARD PLANS AND PER PER ENGINEERING STANDARD SPECIFICATION 84-1.01A. 5. SEWER MAIN WITH LESS THAN 1% SLOPE MUST BE INSTALLED WITH FLOAT ROCK AS BEDDING AND INITIAL BACKFILL. SEE ENG. STD. 6020, NOTE 10 FOR ADDITIONAL REQUIREMENTS. 6. CONNECT EXISTING VCP SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB AND STRONG BACK RC COUPLINGS. 7. CONNECT EXISTING HDPE SEWER MAIN TO NEW MANHOLE WITH 3 FOOT HDPE STUB AND FUSED COUPLINGS OR BUTT FUSION. 8. CONNECT EXISTING PVC SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB AND PVC COUPLINGS. 9. ALL PVC AND HDPE PIPE CONNECTIONS MUST BE MADE WITH POLY-CAM SERIES 731 COUPLINGS OR APPROVED EQUAL. 10. ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL PIPE LENGTHS. 11. APPROXIMATE LOCATION OF LATERALS ARE SHOWN ON PLANS. LOCATING LATERALS IS THE RESPONSIBILITY OF THE CONTRACTOR AND ANY DAMAGE TO A LATERAL MUST BE REPAIRED IMMEDIATELY AND AT NO COST TO THE CITY. 12. ALL NEW MANHOLE MUST BE COATED PER SECTION 77-3.03D OF THE PROJECT SPECIAL PROVISIONS. Reference Documents: City Standard Specifications - 2020 Edition City Engineering Standards - 2020 Edition 1 2 3 4 5 6 7 8 9 10 11 COVER SHEET HENRY STREET GEORGE STREET RUTH STREET ELLA STREET ELLA STREET SIERRA WAY SIERRA WAY SIERRA WAY BISHOP STREET BISHOP STREET SEWER MANHOLE FLOW DIAGRAM SCHEMATIC. TROUGH VARIES WITH PIPE LAYOUT. ARROWS INDICATE FLOW DIRECTION. (E) STORM DRAIN (E) SEWER (E) WATER (E) GAS (E) OIL SDSD SSSS WW GG OO (E) TELEPHONE (E) FIBER OPTIC ABANDONED SEWER ABANDONED WATER TT FOFO ASAS AWAW Project Locations APPROVED BY No. C 79870 BRI A N A . NELS O N CIV I L Brian A. Nelson, City Engineer R.C.E. C79870 Approved Date SIZE & INV SIZE & INV Page 41 of 229 250 255 260 265 270 275 280 250 255 260 265 270 275 280 59+75 60+00 60+25 60+50 60+75 61+00 61+25 61+50 61+75 62+00 62+25 STA. 62+04.89 (N) L10-37 RIM = 275.89' 10" IN 267.50' (NE) 8" IN 267.50' (SW) 10" OUT 267.40' (NW) STA. 60+09.68 (N) SSMH L10-28 RIM = 256.75' 10" IN 249.80' (SE) 6" IN 249.70' (NE) 8" OUT 249.80' (NW) (E) 8" H D P E P i p e (N) 19 6 ' - 1 0 " H D P E S E W E R , S = 9 . 0 2 % BY OP E N T R E N C H I N G & R E M O V E ( E ) 6 " V C P S E W E R (E) 8" PVC WATER G G G G G G G G G G G G G G G G G G SDSDSDSD SD SD SD SD SD SD SD W W WW W SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SSSSSSSS AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W AW AW AW AW W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU DU DU SS SS DU DU DU DU SS SS DU DU SS SSSS SS SS GG GGG G G G G G G G G G G G G G G G G G G G G G G G G G G +60 00 +61 00 +62 00(N) 196' - 10" HDPE SEWER STA 60+09.68 (N) SSMH L10-28 RIM = 256.75' STA 62+04.89 (N) L10-37 RIM = 275.89' (N ) 1 8 9 ' - 8 " H D P E S E W E R HENRY ST GE O R G E S T (E) 8" HDPE SEWER (E ) 2 " G A S (E ) 8 " P V C W A T E R (E ) 6 " V C P S E W E R ABANDONED (E) 4" WATER (E) 8" DI WATER (E) 12" SD AB A N D O N E D ( E ) 2 " W A T E R (E ) 8 " P V C W A T E R (E ) 2 " G A S AB A N D O N E D ( E ) 2 " W A T E R (E ) 8 " P V C W A T E R (E ) 2 " G A S (N ) 4 9 0 ' - 1 0 " H D P E S E W E R 40 ' 6' 14 ' 20 ' (E) U N D E R D R A I N REMOVE AND REPLACE SSMH L10-28 PER ENG. STD. 6610 10" IN 249.808" OUT 249.70 6" IN 249.80 REMOVE AND REPLACE SSMH L10-37 PER ENG. STD. 6610 10" OUT 267.40 10" IN 267.50 8" IN 267.50 STA. 68+11.18 (N) SSCO L10-42 RIM = 281.00' 8" OUT 276.00' (NE) (N) 189' - 8 " H D P E S E W E R , S = 4 . 5 0 % BY OPEN T R E N C H I N G & R E M O V E ( E ) 6 " V C P S E W E R STA. 70+00.00 (N) L10-37 RIM = 275.89' 10" IN 267.50' (NE) 8" IN 267.50' (SW) 10" OUT 267.40' (NW) (N) 490' - 10" HDPE SEWER, S = 1.12% BY OPEN TRENCHING & REMOVE (E) 6" V C P S E W E R (E) STORM UNDERDRAIN(E) 8" DI WATER 260 265 270 275 280 285 290 68+00 68+25 68+50 68+75 69+00 69+25 69+50 69+75 70+00 70+25 70+50 70+75 71+00 G G G G G G G G G G G G G G G G G G G G G G G G G G G G S D S D S D S D S D S D S D WWW SS SS SS SS SS SS SS SS SS AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W AW AW AW AW AW AW AW AW W W W W W W W W W AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU SS SS DU DU SS SS DU DU DU SS SS SS SSSS DU DU DU DU SSSS GG GG +00 +69 00 +70 00 +71 (N ) 1 9 6 ' - 1 0 " H D P E S E W E R (N) 189' - 8" HDPE SEWER STA 68+11.18 (N) SSCO L10-42 RIM = 281.00' STA 70+00.00 (N) L10-37 RIM = 275.89' GEORGE ST HE N R Y S T AB A N D O N E D ( E ) 4 " W A T E R (E ) 8 " D I W A T E R AB A N D O N E D ( E ) 4 " W A T E R (E ) 8 " D I W A T E R ABANDONED (E) 2" WATER (E) 8" PVC WATER (E) 2" GAS ABANDONED (E) 2" WATER (E) 8" PVC WATER (E) 2" GAS (N) 490' - 10" HDPE SEWER (E ) U N D E R D R A I N 32 ' 7' 4' 6' 13 ' 3' REMOVE AND REPLACE SSMH L10-37 PER ENG. STD. 6610 8" IN 267.50 10" OUT 267.40 10" IN 267.50 REMOVE AND REPLACE SSCO L10-42 PER ENG. STD. 6710 8" OUT 276.00 REPLACE (E) CROSS GUTTER PER ENG. STD. 4310 REPLACE (E) CROSS GUTTER PER ENG. STD. 4310 0 SCALE IN FEET 20 40 HE N R Y S T R E E T 2 HORIZ1" = 20' VERT 1" = 4' SEE SHEET 3 SEE RIGHT 0 SCALE IN FEET 20 40 SEE LEFT MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 3 MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 3 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 42 of 229 G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G SS SS SS SS SS SS SS SS SSSSSSSS SS SS SSSSSSSSSS W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW A W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W WSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS DU SSSSSS DU SS SSDU SS DU DU SS SS DU DU DU DU SS SS DU DU SSSS SS SS DU DU SS DU DU DUDUDU G G G G G G G G G G G G G GGG GG G G (E) 2" GAS +00 +72 00 +73 00 +74 00 +75 00 (N) 490' - 10" HDPE SEWER STA 74+89.84 (N) SSMH L10-23 RIM = 279.43' (N ) 1 9 2 ' - 8 " H D P E S E W E R GEORGE ST RU T H S T 32 ' 7' 4' 6' 13 ' 3' 32 ' 7' 4' 6' 13 ' 3' ABANDONED (E) 2" WATER (E) 8" PVC WATER (E) 2" GAS ABANDONED (E) 2" WATER (E) 8" PVC WATER (E) 2" GAS (N) 490' - 10" HDPE SEWER (N) 295' - 8" HDPE SEWER ABANDONED (E) 2" WATER (E) 8" PVC WATER (E ) 8 " P V C W A T E R AB A N D O N E D ( E ) 4 " W A T E R (E ) 8 " V P C S E W E R (E ) 2 " G A S (E ) 8 " P V C W A T E R AB A N D O N E D ( E ) 4 " W A T E R (E ) 2 " G A S REMOVE AND REPLACE SSMH L10-23 PER ENG. STD. 6610 10" OUT 273.00 8" IN 273.10 8" IN 273.10 REPLACE (E) CROSS GUTTER PER ENG. STD. 4310 (N) 490' - 10" HDPE SEWER, S = 1.12% BY OPEN TRENCHING & REMOVE (E) 6" V C P S E W E R (N) 295' - 8" HDPE SEWER, S = 0.95% BY OPEN TRENCHING & REMOVE (E) 6" VCP S E W E R STA. 74+89.84 (N) SSMH L10-23 RIM = 279.43' 8" IN 273.10' (NE) 8" IN 273.10' (SE) 10" OUT 273.00' (SW) (E) 2" GAS (E) 8" PVC WATER 265 270 275 280 285 290 295 71+00 71+25 71+50 71+75 72+00 72+25 72+50 72+75 73+00 73+25 73+50 73+75 74+00 74+25 74+50 74+75 75+00 75+25 75+50 0 SCALE IN FEET 20 40 GE O R G E S T R E E T 3 HORIZ1" = 20' VERT 1" = 4' SEE SHEET 4 MA T C H L I N E - S T A . 7 5 + 5 0 . 0 0 : S E E S H E E T 4 MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 2 MA T C H L I N E - S T A . 7 5 + 5 0 . 0 0 : S E E S H E E T 4 MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 2 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 43 of 229 STA. 77+85.05 (N) SSMH L10-14 RIM = 280.25' 6" IN 276.00' (NE) 8" OUT 275.90' (SW) (N) 295' - 8" HDPE SEWER, S = 0.95% BY OPEN TRENCHING & REMOVE (E) 6" VCP SEW E R REMOVE (E) MH L10-17 (E) 6" VCP SEWER G G G G G G G G G G G G G G G G G G SD SD SD SD S D SD S D SD SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS W W W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW SS SS SS SS SS SS SS W W W W W W W W DU DU SS SS SS DU SS SS SS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G +76 00 +77 00 +78 00 STA 77+85.05 (N) SSMH L10-14 RIM = 280.25' (N) 295' - 8" HDPE SEWER REMOVE (E) MH L10-17 GEORGE ST ABANDONED (E) 2" WATER (E) 8" PVC WATER (E) 2" GAS 32 ' 7' 4' 6' 13 ' 3' REMOVE AND REPLACE SSMH L10-14 PER ENG. STD. 6610 8" OUT 275.90 6" IN 276.00 75+50 75+75 76+00 76+25 76+50 76+75 77+00 77+25 77+50 77+75 78+00 270 275 280 285 290 295 300 G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G SS SS SS SS SS SS SS SS SS SS G G G G G G G G G T T T T T SS SS SS SS SS SS SS SS SS W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AWAWAW W W W W W W W W W W W W W W W W W W W W W W W W W W W W W WWW W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU DUDU SS DU SS SSDU SS SS SS DU DU DU DUDU DU DUDU DUDUDU DUDUDU SSSSSS SSSSSS SSSSSS G G GG G G G G G G G G G G G G G T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T (E ) 2 " G A S +90 00 +91 00 +92 00 (N) 192' - 8" HDPE SEWER STA 91+96.87 (N) SSMH L10-27 RIM = 297.63' RUTH ST GE O R G E S T EL L A S T AB A N D O N E D ( E ) 2 " W A T E R (E ) 8 " P V C W A T E R (E ) 2 " G A S (N ) 4 9 0 ' - 1 0 " H D P E S E W E R (N ) 2 9 5 ' - 8 " H D P E S E W E R AB A N D O N E D ( E ) 2 " W A T E R (E ) 8 " P V C W A T E R (E) 8" PVC WATER ABANDONED (E) 4" WATER (E) 2" GAS (N) 192' - 8" HDPE SEWER (E) 8" PVC WATER ABANDONED (E) 4" WATER (E) 2" GAS 40 ' 10 ' 14 ' 11 ' 5' STA 90+05.22 (N) SSMH L10-23 RIM = 279.43' (E ) 1 0 " G A S (E ) 3 " G A S (E ) 8 " D I W A T E R (N ) 4 1 1 ' - 8 " H D P E S E W E R (N ) 2 5 0 ' - 8 " H D P E S E W E R (E ) 1 0 " G A S (E ) 3 " G A S (E ) 8 " D I W A T E R (E ) 1 2 " P V C W A T E R AB A N D O N E D ( E ) 6 " W A T E R REMOVE (E) SSCO REMOVE AND REPLACE SSMH L10-23 PER ENG. STD. 6610 10" OUT 273.00 8" IN 273.10 INSTALL (N) SSMH L10-27 PER ENG. STD. 6620 8" OUT 282.95 8" IN 292.00 283.05 (DROP) 8" IN 273.10 8" IN 283.05 275 280 285 290 295 300 305 275 280 285 290 295 300 305 90+00 90+25 90+50 90+75 91+00 91+25 91+50 91+75 92+00 92+25 STA. 90+05.22 (N) SSMH L10-23 RIM = 279.43' 8" IN 273.10' (NE) 8" IN 273.10' (SE) 10" OUT 273.00' (SW) (N) 192' - 8 " H D P E S E W E R , S = 5 . 1 4 % BY OPEN T R E N C H I N G & R E M O V E ( E ) 6 " V C P S E W E R STA. 91+96.87 (N) SSMH L10-27 RIM = 297.63' 8" IN 292.00' (SW) 8" IN 283.05' (NE) 8" OUT 282.95' (NW) REMOVE (E) SSCO L10-27 8" IN 283.05' (DROP), (E) 2" GAS (E) 10" HP GAS (E) TELE 270 275 280 285 290 295 300 0 SCALE IN FEET 20 40 RU T H S T R E E T 4 HORIZ1" = 20' VERT 1" = 4' MA T C H L I N E - S T A . 7 5 + 5 0 . 0 0 : S E E S H E E T 3 MA T C H L I N E - S T A . 7 5 + 5 0 . 0 0 : S E E S H E E T 3 0 SCALE IN FEET 20 40 SEE SHEET 6 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX SEE SHEET 3 SEE LEFT Page 44 of 229 STA. 97+56.30 (N) SSMH L10-27 RIM = 297.63' 8" IN 292.00' (SW) 8" IN 283.05' (NE) 8" OUT 282.95' (NW) STA. 93+45.15 (N) SSCO L10-43 RIM = 301.64' 8" OUT 294.50' (NE) (N) 250' - 8" HDPE SEWER, S = 0.50% BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER (N) 411' - 8" HDPE SEWER, S = 0.61% BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER , 8" IN 283.05' (DROP) (E) 2" GAS (E) 8" PVC WATER G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G SS G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G T T T T T T W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW W W W W W W W W W AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSS SS SS DU DU SS SS DU DU DU DU DU SS SS DU DU DU DU DU DU DU DU SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G GGGTTTTTTTTTTTTTTTTTTTTTT T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T +94 00 +95 00 +96 00 +97 00 +98 00 STA 93+45.15 (N) SSCO L10-43 RIM = 301.64' STA 97+56.30 (N) SSMH L10-27 RIM = 297.63' ELLA ST RU T H S T (N ) 1 9 2 ' - 8 " H D P E S E W E R (E ) 8 " P V C W A T E R AB A N D O N E D ( E ) 4 " W A T E R (E ) 2 " G A S REPLACE (E) SPEED TABLE PER ENG. STD. 7325 (N) 411' - 8" HDPE SEWER (E) 10" GAS (E) 3" GAS (E) 8" DI WATER (E) 10" GAS (E) 3" GAS (E) 8" DI WATER (N) 411' - 8" HDPE SEWER 40 ' 5' 12 ' 10 ' 13 ' (N) 250' - 8" HDPE SEWER (E) 10" GAS (E) 3" GAS (E) 8" DI WATER (E) 12" PVC WATER ABANDONED (E) 6" WATER REMOVE AND REPLACE SSCO L10-43 PER ENG. STD. 6710 8" OUT 294.50 INSTALL (N) SSMH L10-27 PER ENG. STD. 6620 8" OUT 282.95 8" IN 292.00 283.05 (DROP)8" IN 283.05 93+25 93+50 93+75 94+00 94+25 94+50 94+75 95+00 95+25 95+50 95+75 96+00 96+25 96+50 96+75 97+00 97+25 97+50 97+75 98+00 98+25 98+50 98+75 280 285 290 295 300 305 310 0 SCALE IN FEET 20 40 EL L A S T R E E T 5 HORIZ1" = 20' VERT 1" = 4' SEE SHEET 4 MA T C H L I N E - S T A . 9 8 + 7 5 . 0 0 : S E E S H E E T 6 MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 2 MA T C H L I N E - S T A . 9 8 + 7 5 . 0 0 : S E E S H E E T 6 MA T C H L I N E - S T A . 7 1 + 0 0 . 0 0 : S E E S H E E T 2 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 45 of 229 STA. 101+06.83 (N) SSMH L10-21 RIM = 290.66' 8" IN 285.00' (NE) 8" IN 285.00' (E) 8" OUT 284.90' (SW) STA. 103+86.74 (N) SSMH L10-13 RIM = 295.00' 8" IN 286.50' (SE) 6" IN 290.60' (NE) 8" OUT 286.40' (SW) (N) 280' - 8" HDPE SEWER, S = 0.50% BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER STA. 100+05.85 (N) SSMH L10-24 RIM = 293.03' 8" IN 284.40' (NE) 8" IN 287.90' (SE) 8" OUT 284.30' (SW) REMOVE (E) MH REMOVE (E) MH (N) 101' - 8" HDPE SEWER, S = 0.50% BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER ( REMOVE (E) MH CONNECT TO (E) 6" PVC SEWER (E) 38"X48" BOX CULVERT 6" IN 286.50' (DROP), , 8" IN 284.40' (DROP) (E) TELE (E) 8" PVC STORM G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G GGGGGGGGGG T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T AW AW AW AW AW SD SD SD SD SD SD SD S D S D S D S D S D S D S D S D S D SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SS SS SS SSSSSSSSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SS S S SS SS SS S S E E E E T T T T T T T T T T T T G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS S WWWW T T T T AW AW AW AW G G G G G G G G G G SS SS SS SS SS SS SS SS S W W W W W W W W WW W W W W W W W G G G W W SS W W W W W W W W SS DU DU SS SS DU DU DU SS SS SS DU DU DU DU DU SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU DU G G G G G G G G G G G G G G G G G G G G G G G G G G G G G GG T T T T T T T T T T T T T T T T T T T T T T T T T T TT SD SD SD SD SD SD SD SD SD SD SD SD SD SD S D S D S D G G G G G G G +99 00 +100 00 +101 00 +102 00 +103 00 +104 00 + 11 0 00 1 STA 101+06.83 (N) SSMH L10-21 RIM = 290.66' (N) 280' - 8" HDPE SEWER STA 103+86.74 (N) SSMH L10-13 RIM = 295.00' ( N ) 2 4 2 ' - 8 " H D P E S E W E R STA 100+05.85 (N) SSMH L10-24 RIM = 293.03' REMOVE (E) MH (N) 8" SSCO. REPLACE 4'X4' SIDEWALK PER ENG. STD. 4110 RIM 291.55 INV 283.25 ABANDON (E) 8" VCP SEWER (E) 8" VCP SEWER TO REMAIN REMOVE (E) MH ELLA ST B I N N S C T S I E R R A W A Y REPLACE (E) SPEED TABLE PER ENG. STD. 7325 (N) 250' - 8" HDPE SS (E) 10" GAS (E) 3" GAS (E) 8" DI WATER (E) 12" PVC WATER ABANDONED (E) 6" WATER (N) 101' - 8" HDPE SEWER REMOVE (E) MH (E) 3" GAS (E) 10" DI WATER (E) 10" GAS (E) 12" PVC WATER ABANDONED (E) 6" WATER (E) 3" GAS (E) 10" DI WATER (E) 10" GAS (E) 12" PVC WATER ABANDONED (E) 6" WATER (E) 38"X48" BOX CULVERT REPLACE (E) SPEED TABLE PER ENG. STD. 7325 (E) 24" RCP (E) 2" GAS (E) 10" DI WATER (E) 10" GAS (E) 12" PVC WATER (E) 8" PVC STORM (N) 280' - 8" HDPE SEWER (E) 10" GAS (E) 12" PVC WATER ABANDONED (E) 6" WATER (E) 10" DI WATER (E) 2" GAS (E) 6" PVC SEWER 39 ' 11 ' 10 ' 18 ' (E ) 2 " G A S AB A N D O N E D ( E ) 8 " P V C W A T E R ( E ) 1 0 " P V C W A T E R ( E ) 3 " G A S ( E ) 8 " P V C W A T E R (E ) 2 4 " R C P INSTALL (N) SSCO L10-22 PER ENG. STD. 6710 RIM 291.55 INV 8" OUT 283.25 REMOVE AND REPLACE SSMH L10-24 PER ENG. STD. 6620 8" IN 284.40 8" IN 287.90 284.40 (DROP) 8" OUT 284.30 REMOVE AND REPLACE (N) SSMH L10-13 PER ENG. STD. 6620 6" IN 290.60 286.50 (DROP) 8" IN 286.50 8" OUT 286.40 REMOVE AND REPLACE SSMH L10-21 PER ENG. STD. 6610 8" IN 285.00 8" IN 285.00 8" OUT 284.90 (E ) 8 " V C P S E W E R 98+75 99+00 99+25 99+50 99+75 100+00 100+25 100+50 100+75 101+00 101+25 101+50 101+75 102+00 102+25 102+50 102+75 103+00 103+25 103+50 103+75 104+00 104+25 104+50 280 285 290 295 300 305 310 0 SCALE IN FEET 20 40 EL L A S T R E E T 6 HORIZ1" = 20' VERT 1" = 4' MA T C H L I N E - S T A . 9 8 + 7 5 . 0 0 : S E E S H E E T 5 MA T C H L I N E - S T A . 9 8 + 7 5 . 0 0 : S E E S H E E T 6 SEE SHEET 7 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 46 of 229 STA. 109+98.11 (N) SSMH L10-13 RIM = 295.00' 8" IN 286.50' (SE) 6" IN 290.60' (NE) 8" OUT 286.40' (SW) STA. 114+80.17 (N) SSMH 01 RIM = 317.50' 8" IN 303.63' (S) 8" OUT 303.53' (NW) STA. 115+03.15 (N) SSMH 02 RIM = 317.10' 8" IN 304.02' (SW) 6" IN 312.00' (SE) 8" OUT 303.92' (N) (N) 30' - 8" HDPE SEWER, S = 1.00% BY OPEN TRENCHING (N) 307' - 8" HD P E S E W E R , S = 4 . 6 3 % BY OPEN TRE N C H I N G (N) 127' - 8" HDPE SEWER, S = 1.00% BY OPEN TRENCHING (N) 50' - 8" HDPE SEWER BY OPEN TRENCHING ST A . 1 1 1 + 2 5 . 0 0 IN V : 2 8 7 . 7 7 ST A . 1 1 1 + 7 5 IN V : 2 8 9 . 3 1 6" IN 304.02' (DROP), ,6" IN 286.50' (DROP) (E) 10" DI WATER (E) 2" GAS (E) 8" PVC STORM G G G G G G T T T T T T T T T T T T T W W AW A W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW S D SD SD SD SD SD SD W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSS SS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G G G G G E E E E T T T T T T T T G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G W W W W W W W W W W W W W W W W W W AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W W W W W W W T T T T AW AW AW AW W W G G G W W W W G G G W G G G W W W W G G G W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS S S S S S S SS SS G G G G G G G G G G G W W W W W W W SD SD SD SD SD SD SD SD SD SD SD SD SD G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G (N) 242' - 8" HDPE SEWER (E) 24 " R C P (E ) 3 6 " H D P E (E) 24 " H D P E ( E ) 1 8 " H D P E REPLACE DRIVEWAY PER DETAIL A, THIS SHEET (771 SF) SIERRA WAY EL L A S T REPLACE DRIVEWAY RAMP PER ENG. STD. 2110 (E ) 2 " G A S (E ) 1 0 " D I W A T E R (E ) 1 0 " G A S (E ) 1 2 " P V C W A T E R (E ) 8 " P V C S T O R M (N ) 2 8 0 ' - 8 " H D P E S E W E R (E ) 1 0 " G A S (E ) 1 2 " P V C W A T E R AB A N D O N E D ( E ) 6 " W A T E R (E ) 1 0 " D I W A T E R (E ) 2 " G A S (E ) 6 " P V C S E W E R (E) 2" GAS ABANDONED (E) 8" PVC WATER (E) 10" PVC WATER ABANDONED (E) 8" PVC WATER (E) 2" GAS (E) 10" PVC WATER34 ' 13 . 5 ' 11 ' 9. 5 ' STA 114+80.17 (N) SSMH 01 RIM = 317.50' STA 115+03.15 (N) SSMH 02 RIM = 317.10' ABA N D O N ( E ) 6 " V C P S E W E R REMOVE (E) MH (E ) 1 0 " D I W A T E R AB N D 8 " C I W A T E R PROTECT (E) SSMH L10-31 RIM 312.51 INV 307.29 ABA N D O N ( E ) 6 " V C P S E W E R (E) 6 " V C P S E W E R STA 109+98.11 (N) SSMH L10-13 RIM = 295.00' REPLACE (E) CROSS GUTTER PER ENG. STD. 4310 (E) 6" VCP SEWER (N ) 3 0 ' - 8 " H D P E (N ) 1 2 0 ' - 8 " H D P E S E W E R REMOVE (E) MH (N) 90' - 8" HDPE SEWER R992' 7'9'16' REMOVE AND REPLACE (N) SSMH L10-13 PER ENG. STD. 6620 6" IN 290.60 286.50 (DROP) 8" IN 286.50 8" OUT 286.40 INSTALL (N) SSMH 01 PER ENG. STD. 6610 8" IN 305.63 8" OUT 303.53 INSTALL (N) SSMH 02 PER ENG. STD. 6620 8" IN 304.02 8" OUT 303.92 6" IN 312.00 304.02 (DROP) (N) 152' - 8" HDPE SEWER 11 ' 13 . 5 ' 9. 5 ' REMOVE INTERRING PORTION OF ABANDONED (E) 8" PVC WATER (TYP.) REMOVE INTERRING PORTION OF ABANDONED (E) 8" PVC WATER (TYP.) (N) 75' - 4" HDPE SS LAT 109+75 110+00 110+25 110+50 110+75 111+00 111+25 111+50 111+75 112+00 112+25 112+50 112+75 113+00 113+25 113+50 113+75 114+00 114+25 114+50 114+75 115+00 115+25 285 290 295 300 305 310 315 320 325 0 SCALE IN FEET 20 40 SI E R R A W A Y 7 HORIZ1" = 20' VERT 1" = 5' SEE SHEET 6 SEE SHEET 8 MA T C H L I N E - S T A . 1 1 5 + 2 5 . 0 0 : S E E S H E E T 8 SCALE: NTS DRIVEWAYA 6" CONCRETE (CLASS 2) #4 @ 24" O.C., CONTINUOUS BOTH WAYS WIDTH PER PLAN BROOM FINISH CLASS 2 BASE 6" MIN. DEPTH (95% COMPACTION) NOTES INSTALL 1/2" SMOOTH DOWEL BARS AT SAWCUT, 15" LONG AT 24" O.C., ONE END MUST BE SLEEVED OR GREASED CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 47 of 229 (N) 120' - 8" HDPE SEWER, S = 1.00% BY OPEN TRENCHING REMOVE (E) MH (N) 22' - 8" HDPE SEWER, S = 5.75% BY OPEN TRENCHING (N) 476' - 8 " H D P E S E W E R , S = 5 . 7 5 % BY OPEN T R E N C H I N G & R E M O V E ( E ) 6 " V C P S E W E R STA. 116+13.53 (N) SSMH 03 RIM = 318.59' 8" IN 310.76' (S) 8" OUT 305.22' (NE) STA. 116+30.32 (N) SSMH 04 RIM = 320.36' 8" IN 315.18' (SE) 8" OUT 312.02' (N) (E) 42" HDPE (E) 24" RCP REMOVE (E) MH 8" IN 312.12' (DROP), (E) 18" PVC SD 8" IN 305.32' (DROP), AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW S D SD SD SD SD SD SD SD SD SD SDSDSDSDSDSDSDSDSDSDSD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G SD SD SD SD W W W W W W W W W W W W W W W S S SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU DU DU SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS DU GG G G G G G G W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W A W A W A W A W A W (E) 1 8 " H D P E + 1 1 6 00 +117 00 +118 00 +119 00 +120 00 (E) 24 " R C P (E ) 3 6 " H D P E (E) 24 " H D P E ( E ) 1 8 " H D P E (E ) 4 2 " S D (E ) 1 2 " H D P E (E) 18" PVC S T O R M SIERRA WAY (E ) 1 0 " D I W A T E R AB N D 8 " C I W A T E R ABAN D O N ( E ) 6 " V C P S E W E R (N ) 1 2 0 ' - 8 " H D P E S E W E R ( N ) 2 2 ' - 8 " H D P E (N) 476' - 8" HDPE SEWER STA 116+13.53 (N) SSMH 03 RIM = 318.59' STA 116+30.32 (N) SSMH 04 RIM = 320.36' ABAN D O N ( E ) 6 " V C P S E W E R REMOVE (E) MH (E) 10" PVC WATER ABANDONED (E) 8" PVC WATER (E) 2" GAS REMOVE INTERRING PORTION OF ABANDONED (E) 6" VCP SEWER (TYP.) REMOVE (E) MH 30 ' 10 ' 4' 16 ' 7'9'16' SEE SHEET 7 INSTALL (N) SSMH 03 PER ENG. STD. 6620 8" IN 310.76 305.32 (DROP) 8" OUT 305.22 INSTALL (N) SSMH 03 PER ENG. STD. 6620 8" IN 315.18 312.12 (DROP) 8" OUT 312.02 115+25 115+50 115+75 116+00 116+25 116+50 116+75 117+00 117+25 117+50 117+75 118+00 118+25 118+50 118+75 119+00 119+25 119+50 119+75 120+00 120+25 120+50 120+75 305 310 315 320 325 330 335 340 345 350 0 SCALE IN FEET 20 40 SI E R R A W A Y 8 HORIZ1" = 20' VERT 1" = 5' SEE SHEET 7 MA T C H L I N E - S T A . 1 2 0 + 7 5 . 0 0 : S E E S H E E T 9 MA T C H L I N E - S T A . 1 2 0 + 7 5 . 0 0 : S E E S H E E T 9 MA T C H L I N E - S T A . 1 1 5 + 2 5 . 0 0 : S E E S H E E T 7 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 48 of 229 STA. 121+00.23 (N) SSMH L10-53 RIM = 347.08' 8" IN 342.60' (SE) 8" OUT 342.50' (NW)(N) 410' - 8" HDP E S E W E R , S = 3 . 6 7 % BY OPEN TRENC H I N G & R E M O V E ( E ) 6 " V C P S E W E R STA. 125+12.17 (N) SSMH M11-9 RIM = 363.67' 8" IN 357.80' (NE) 8" OUT 357.70' (NW) REMOVE (E) MH (E) 3" GAS (E) TELE (E) 12 DI WATER(E) 16 DI WATER AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW SS SS SS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W G G G G G G G G GW W W W W W W W W W W W SS SSSSSSSSSSSS SS SS SS SS W G G G G G G G G G G G G G G G G G G G G G G G T T T T T T T T T T T T T T T T T T W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W T T T T T T T T T T T T T T T T T T +121 00 +122 00 +123 00 +124 00 +125 00 SIERRA WAY BI S H O P S T (N) 410' - 8" HDPE SEWER STA 125+12.17 (N) SSMH M11-9 RIM = 363.67' STA 121+00.23 (N) SSMH L10-53 RIM = 347.08' 30 ' 10 ' 4' 16 ' (E) 10" PVC WATER ABANDONED (E) 8" PVC WATER (E) 2" GAS (N) 410' - 8" HDPE SEWER (E) 10" PVC WATER ABANDONED (E) 8" PVC WATER (E) 2" GAS (N ) 2 9 4 ' - 8 " H D P E S E W E R AB A N D O N ( E ) 6 " V C P S E W E R (E ) 1 2 " D I W A T E R AB A N D O N E D ( E ) 1 6 " C I W A T E R (E ) 4 - 2 " D U C T B A N K (E ) 3 " G A S AB A N D O N E D ( E ) 6 " C I W A T E R REMOVE AND REPLACE SSMH L10-53 PER ENG. STD. 6610 8" IN 342.608" OUT 342.50 REMOVE AND REPLACE SSMH M11-9 PER ENG. STD. 6610 8" IN 357.80 8" OUT 357.70 (E ) 1 6 " D I W A T E R ( 2 0 2 4 ) (E ) 4 " P R I V A T E S E W E R 335 340 345 350 355 360 365 370 375 120+75 121+00 121+25 121+50 121+75 122+00 122+25 122+50 122+75 123+00 123+25 123+50 123+75 124+00 124+25 124+50 124+75 125+00 125+25 125+50 125+75 0 SCALE IN FEET 20 40 SI E R R A W A Y 9 HORIZ1" = 20' VERT 1" = 5' SEE SHEET 10 MA T C H L I N E - S T A . 1 2 0 + 7 5 . 0 0 : S E E S H E E T 8 MA T C H L I N E - S T A . 1 2 0 + 7 5 . 0 0 : S E E S H E E T 8 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX Page 49 of 229 STA. 129+97.33 (N) SSMH M11-9 RIM = 363.67' 8" IN 357.80' (NE) 8" OUT 357.70' (NW) STA. 133+97.20 (N) SSMH 05 RIM = 390.76' 8" IN 382.93' (N) 8" OUT 382.83' (SW) (N) 294' - 8 " H D P E S E W E R , S = 6 . 2 6 % BY OPEN T R E N C H I N G STA. 134+07.67 (N) SSMH 06 RIM = 390.75' 8" IN 384.66' (NE) 8" OUT 384.56' (S) (N) 227' - 8 " H D P E S E W E R , S = 6 . 2 0 % BY OPEN T R E N C H I N G (N) 22' - 8" HDPE SEWER, S = 6.20% BY OPEN TRENCHING (E) TS (E) TELEPHONE (E) 2" GAS (E) 16" DI WATER (E) 10" PVC WATER (E) 12" DI WATER (E) 6" FH (E) TELEPHONEELHE (E) 6" FHE (N) 101' - 8 " H D P E S E W E R , S = 6 . 2 6 % BY OPEN T R E N C H I N G STA. 132+93.49 (N) SSCO M11-4 RIM = 384.28' 8" IN 376.34' (NE) 8" OUT 376.34' (SW) DO NOT INSTALL SSCO M11-4 IF ADDITIVE ALTERNATIVE "A" IS AWARDED AW AW AW AW AW AW AW AW SS SDSDSDSDSD S D S D SD SD SD SD SD SD SD SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW SS SS SS W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W G G G G G G G G G G G G G G G G G W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W GGGG W W W W W W WW SSSS SS SS SS SS G G G G G G G G G G G G G G G G G G G G G G G G T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T W W W W W W T T T T T T T T W W W W AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW W W W W W W W W W W W W W W W WW W W W W WW W W W W W W W W W G G G G G G G G G G G G G G G G G G G G W SD SD SD SD W W W W W W W W W W W W W W W TS TS TS TS TS TS TS TS TS TS TS TS TS TS TS TS TS T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T WWWWW W +130 00 +131 00 +132 00 +133 00 +134 00 +135 00 REPLACE DRIVEWAY RAMP PER ENG. STD. 2110REMOVE (E) MH. REPLACE (E) SIDEWALK, CURB & GUTTER PER ENG. STD. 4110 BISHOP ST S I E R R A W A Y REPLACE (E) CROSS GUTTER PER ENG. STD. 4310 REPLACE (E) SIDEWALK, CURB & GUTTER PER ENG. STD. 4110 (TYP.) REPLACE DRIVEWAY RAMP PER ENG. STD. 2110 REPLACE DRIVEWAY RAMP PER ENG. STD. 2110 (N ) 4 1 0 ' - 8 " H D P E S E W E R (E ) 1 0 " P V C W A T E R AB A N D O N E D ( E ) 8 " P V C W A T E R (E ) 2 " G A S STA 129+97.33 (N) SSMH M11-9 RIM = 363.67' ADD ALT. "A" STA 133+97.20 (N) SSMH 05 RIM = 390.76' (N) 294' - 8" HDPE SEWER ABANDON (E) 6" VCP SEWER (E) 12" DI WATER ABANDONED (E) 16" CI WATER (E) 4-2" DUCT BANK (E) 3" GAS (N) 294' - 8" HDPE SEWER ABANDONED (E) 16" CI WATER (E) 4-2" DUCT BANK (E) 3" GAS ABANDONED (E) 6" CI WATER ABANDONED (E) 6" CI WATER 3' 11 ' 26 ' 40 ' REMOVE AND REPLACE SSMH M11-9 PER ENG. STD. 6610 8" IN 357.80 8" OUT 357.70 ABANDON (E) SSCO (E) 16" DI WATER (2024) (E) 12" DI WATER (E) 16" DI WATER (2024) (E ) 1 6 " D I W A T E R ( 2 0 2 4 ) AB A N D O N E D ( E ) 1 2 " C I W A T E R (E ) 1 0 " P V C W A T E R ( 1 9 9 9 ) (E) 12" DI WATER (1981) (E) 3" GAS (E ) 1 0 " P V C W A T E R ( 1 9 9 9 ) (E ) 3 " G A S AB A N D O N E D ( E ) 6 " C I W A T E R ADD ALT. "A" STA 134+07.67 (N) SSMH 06 RIM = 390.75' (N) 227' - 8" HDPE SEWER ADDITIVE ALTERNATIVE "A" (N) 22' - 8" HDPE SEWER (E ) 1 6 " D I W A T E R ( 2 0 2 4 ) AB A N D O N E D ( E ) 1 6 " C I W A T E R ( 1 9 5 6 ) (E ) 2 " G A S AB A N D O N E D ( E ) 6 " C I W A T E R BISHOP ST JO H N S O N A V E 5' 5. 7 ' 7. 3 ' 18 ' (E ) T E L E P H O N E (E ) T E L E P H O N E (E) 4" PRIVATE SEWER ADDITIVE ALTERNATIVE "A" REPLACE DAMAGED LOOP DETECTOR PER CALTRANS STANDARD ES-5B. DAMAGED LOOP DETECTORS MUST BE REPLACED WITHIN 72 HOURS PER CALTRANS SPECIFICATIONS. (E) TS LOOP INSTALL (N) SSMH 05 PER ENG. STD. 6610 8" IN 382.93 8" OUT 382.83 INSTALL (N) SSMH 06 PER ENG. STD. 6610 8" IN 384.66 8" OUT 384.56 (E) 18" PVC STORM (2 0 2 4 ) (N) 101' - 8" HDPE SEWER ADDITIVE ALTERNATIVE "A" ADDITIVE ALTERNATIVE "A" REMOVE AND REPLACE SSCO M11-4 PER ENG. STD. 6710 8" OUT 376.34 STA 132+93.49 (N) SSCO M11-4 RIM = 384.28' 129+75 130+00 130+25 130+50 130+75 131+00 131+25 131+50 131+75 132+00 132+25 132+50 132+75 133+00 133+25 133+50 133+75 134+00 134+25 134+50 134+75 135+00 135+25 135+50 360 365 370 375 380 385 390 395 400 0 SCALE IN FEET 20 40 BI S H O P S T R E E T 10 HORIZ1" = 20' VERT 1" = 5' SEE SHEET 9 CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX MA T C H L I N E - S T A . 1 3 5 + 5 0 . 0 0 : S E E S H E E T 1 1 MA T C H L I N E - S T A . 1 3 5 + 5 0 . 0 0 : S E E S H E E T 1 1 Page 50 of 229 STA. 136+38.71 (N) SSMH M10-11 RIM = 404.41' 6" IN 399.05' (NE) 8" OUT 398.95' (SW) (E) 2" GAS (N) 227' - 8 " H D P E S E W E R , S = 6 . 2 0 % BY OPEN T R E N C H I N G 20.02729.9519 SDSDSDSD D SD SD SD SD SD SD SSSSSSSSSS G G G G G G G G G G G G G G G G W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS +136 00 +137 AB A N D O N ( E ) 6 " V C P S E W E R (E ) 2 " G A S (E) 6" PVC SEWER (1999) ADD ALT "A" STA 136+38.71 (N) SSMH M10-11 RIM = 404.41' INSTALL (N) SSMH M10-11 PER ENG. STD. 6610 6" IN 399.058" OUT 398.95 (N) 227' - 8" HDPE SEWER (E) 3" GAS5' 5. 7 ' 7. 3 ' 18 ' (E) 12" DI WATER (1981) ADDITIVE ALTERNATIVE "A" 135+50 135+75 136+00 136+25 136+50 136+75 137+00 380 385 390 395 400 405 410 415 420 0 SCALE IN FEET 20 40 BI S H O P S T R E E T 11 HORIZ1" = 20' VERT 1" = 5' CITY SPECIFICATION NO. DATE: PR O J E C T T I T L E : SH E E T T I T L E : of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: PLAN FILE NO. / LOCATION HN SI E R R A W A Y S E W E R R E P L A C E M E N T HN MG BN AUGUST 2024 2000539 11 APPROVED: XXXX MA T C H L I N E - S T A . 1 3 5 + 5 0 . 0 0 : S E E S H E E T 1 0 MA T C H L I N E - S T A . 1 3 5 + 5 0 . 0 0 : S E E S H E E T 1 0 Page 51 of 229 Page 52 of 229 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Sierra Way Sewer Replacement Specification No. 2000539 August 2024 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 53 of 229 Sierra Way Sewer Replacement Specification No. 2000539 Approval Date: September 03, 2024 Hai Nguyen September xx, 2024 Brian Nelson September xx, 2024 Page 54 of 229 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I  BID SUBMISSION ...................................................................................................................................... I  BID DOCUMENTS .................................................................................................................................... II  PROJECT INFORMATION........................................................................................................................ II  QUALIFICATIONS .................................................................................................................................... III  AWARD .................................................................................................................................................... IV  ACCOMMODATION .................................................................................................................................. V  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR SIERRA WAY SEWER REPLACEMENT, SPECIFICATION NO. 2000539 ........... 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  4 SCOPE OF WORK ............................................................................................................................. 1  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 1  8 PROSECUTION AND PROGRESS ................................................................................................... 3   15 EXISTING FACILITIES ..................................................................................................................... 3  DIVISION V SURFACINGS AND PAVEMENTS ....................................................................................... 4  39 ASPHALT CONCRETE .................................................................................................................... 4  DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 4  77 LOCAL INFRASTRUCTURE ............................................................................................................ 4  DIVISION IX TRAFFIC CONTROL DEVICES........................................................................................... 7   84 MARKINGS ....................................................................................................................................... 7  DIVISION XIII APPENDICES .................................................................................................................... 7  APPENDIX A - FORM OF AGREEMENT ....................................................................... 0  APPENDIX B – GEOTECHNICAL REPORTS ................................................................ 3  Page 55 of 229 NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, San Luis Obispo California, 93401 until 11:00 a.m. on October 03, 2024 at which time they will be publicly opened and read aloud. Public bid opening may be accessed via Microsoft Teams video conference and conference call. In person attendance will be permitted. Attendees are encouraged to wear face masks and practice social distancing. Use the following link: https://teams.microsoft.com/l/meetup- join/19%3ameeting_MzdjYjU1N2ItMTIyMy00YTBiLWExODktYTcyNmM0NGM5NGE3% 40thread.v2/0?context=%7b%22Tid%22%3a%22a78b182d-94e4-4507-a9a9- 330dcb148164%22%2c%22Oid%22%3a%22a8add278-38fa-47c3-8727- acd5a57b58ec%22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 387 397 674# Submit bid in a sealed envelope plainly marked: Sierra Way Sewer Replacement, Specification No. 2000539 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. Page 56 of 229 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 No printed copies are available for purchase at the City office. 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 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. All questions must be submitted through Bidsync and if the City determines that a response is required, the City will post an addendum on Bidsync. Contact the project manager, Hai Nguyen at 805-781-7108 or the Public Works Department at (805) 781- 7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project consists of the replacement of existing sewerlines by open trenching. Page 57 of 229 NOTICE TO BIDDERS NOTICE TO BIDDERS iii The project estimated construction cost and contract time established for the project is a follows: BASE BID: $3,207,000 100 working days ADDITIVE ALTERNATIVE “A” $293,000 10 working days TOTAL PROJECT BID (BASE BID + ADD ALT. “A”): $3,500,000 The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or C34 Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. Provide two referenced projects completed as the prime contractor and one referenced project completed as either the prime or subcontractor. All referenced projects must have been completed within the last SEVEN years from this project’s bid opening date. All referenced projects must have installed a minimum of 1,500 linear feet of sewerline by open trenching including sewer lateral connections within Public Roadways under contract with a City, County, State or Federal government agency. 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 Page 58 of 229 NOTICE TO BIDDERS NOTICE TO BIDDERS iv 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. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined in compliance with Public Contract Code Section 20103.8(c) with the Publicly Disclosed Funding Amount of $3,500,000 using either: Page 59 of 229 NOTICE TO BIDDERS NOTICE TO BIDDERS v  TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $3,500,000 or  BASE BID, if Base Bid is less than $3,500,000 and Base Bid + Add. Alt. “A” is greater than $3,500,000. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Allie Genard 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. Page 60 of 229 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 SIERRA WAY SEWER REPLACEMENT, SPECIFICATION NO. 2000539 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 77 ABANDON SEWERLINE,  MANHOLES AND FACILITIES LS 1 --------------- 6 77 SEWER BYPASS PUMPING LS 1 --------------- 7* 19 ROCK EXCAVATION CY 1000 8  5,15 REPLACE MONUMENT AND  WELL EA  6  9  77  REMOVE EXISTING SEWERLINE  AND INSTALL NEW 10" HDPE  SEWERLINE BY OPEN  TRENCHING  LF  686  10  77  REMOVE EXISTING SEWERLINE  AND INSTALL NEW 8" HDPE  SEWERLINE BY OPEN  TRENCHING  LF  3566  11  77 INSTALL NEW MANHOLE EA  14  Page 61 of 229 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 12  77  INSTALL COATING ON NEW  MANHOLE EA  14  13  77 REMOVE EXISTING MANHOLE EA  15  14  77  REMOVE EXISTING AND INSTALL  NEW CLEANOUT EA  5  15  77  CONNECT EXISTING SEWER  LATERAL TO SEWER MAIN EA  91  16  73  REPLACE DRIVEWAY PER ENG.  STD. 2110 SQFT  450  17  73  REPLACE DRIVEWAY PER DETAIL  A, SHEET 7) SQFT  771  18  73  REPLACE SIDEWALK PER ENG.  STD. 4110 SQFT  136  19  73  REPLACE CURB AND GUTTER  PER ENG. STD. 4030 LF  68  20  73  REPLACE SPEED TABLE PER ENG.  STD. 7325 SQFT  1200  21  73  REPLACE CROSS GUTTER PER  ENG. STD. 4310 SQFT  120  22  77  REMOVE EXISTING AND INSTALL  NEW SEWER LATERAL (2049  SIERRA WAY)  LF  75  23* 77 RE‐GRADE SEWER LATERAL  BEYOND 5 FEET LF  200  24* 39, 96  PAVING GRID  SQYD  100  Base Bid $ 25 7 TRAFFIC CONTROL PLAN AND  IMPLEMENTATION LS  1  26 77  POTHOLING  LS  1  27 84 REPLACE TRAFFIC STRIPING &  MARKERS LS  1  28 7  COMPLY WITH OSHA  LS  1  29 77  SEWER BYPASS PUMPING  LS  1  30 77  REMOVE EXISTING SEWERLINE  AND INSTALL NEW 8" HDPE  SEWERLINE BY OPEN  TRENCHING  LF  350  31 77  INSTALL NEW MANHOLE  EA  2  32 77 INSTALL COATING ON NEW  MANHOLE EA  2  33 77  REMOVE EXISTING MANHOLE  EA  1  34 84  REPLACE LOOP DECTECTORS  EA  2  Page 62 of 229 BID FORMS BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) Additive Alternative A $ Total Project Bid = (Base Bid + Additive Alternative A) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. * Bid item exempt from Section 9-1.06B and 9-1.06C of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. . Page 63 of 229 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. Page 64 of 229 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 Page 65 of 229 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. Page 66 of 229 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:____________________ Page 67 of 229 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 Page 68 of 229 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): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Did this project install a minimum of 1,500 LF of sewerline by open trenching within public roadways? 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 □ Page 69 of 229 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) Page 70 of 229 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. Sierra Way Sewer 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 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 5, 7, 15, 19, 39, 73, 77, 84 and 96 for general, material, construction, and payment specifics. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work within private property is restricted to the working hours of Monday through Friday from 9:00 a.m. to 4:00 p.m. When San Luis Coastal Unified School District (SLCUSD) is in session, working hours inside the Johnson Avenue right of way shall be Mondays from 9:30 a.m. to 3:00 p.m., Page 71 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 and Tuesdays through Fridays from 9:00 a.m. to 3:00 p.m. School Calendars can be found on SLCUSD website: https://www.slcusd.org/about/calendar All other work must be completed during normal working hours of Monday through Friday 7:00 a.m. to 4:00 p.m. No full width street closures will be permitted. 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 Night work permit will be necessary if above limitations are not feasible to perform aspects of work. 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. CHANGEABLE MESSAGE SIGNS Additionally, two (2) changeable message signs (CMS) must be installed and operational 1 week prior to the start of construction and be maintained throughout the duration of the project at locations approved by the Engineer upon review of the submitted Traffic Control Plan. Changeable message sign shall be programmed for two flashes with the messages to be approved by the Engineer. CMS signs will be required for all work on Johnson Avenue. 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. It is the contractor’s responsibility to keep track of the Night Work Permit expiration date. Requests to extend the Night Work Permit must be submitted to the Engineer at least 4 weeks prior to the permit expiration date. Page 72 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Night work is defined as work between the hours of 7:00 P.M. and 7:00 A.M (Sunday through Thursday). Prior to commencing the project, the contractor must notify businesses and residences within 300 feet of the worksite about proposed night work. Any portable or fixed equipment that produces noise (such as generators, concrete saws, jack hammers, etc.) must be equipped with sound blankets, temporary sound barriers, or other attenuating devices so as to limit impacts to adjoining properties. When not in use, equipment must be kept in its lowest (quietest) idling state or switched off to limit noise impacts. Any portable lighting must be shielded and/or directed away from adjacent properties. Loudspeakers or other similar forms of communication is prohibited. Contractor will provide lighting for all operations, no exceptions are to be made. Any contractor personnel working outside the lights will be directed to return to a lighted area or the operation must be stopped. 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. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. 15 EXISTING FACILITIES Add Section 15-1.03E CONSTRUCTION, Loop Detectors: Existing traffic sign detection loops will be affected during construction. Loops must be located and replaced per State Standard ES-5B as shown on the plans. Loop Detectors must be replaced “in-kind”. Traffic loop detectors shown on the plans are only a schematic representation. It is the Contractor’s responsibility to verify the actual locations. Note: traffic signal conduits are very shallow, do not sawcut over conduits. Page 73 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 DIVISION V SURFACINGS AND PAVEMENTS 39 ASPHALT CONCRETE Add to Section 39-1.02B MATERIALS, Tack Coat All vertical edges and surfaces to be paved against shall be tack coated. These include, but are not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete edges. Replace Section 39-1.02F MATERIALS, Reclaimed Asphalt Pavement (RAP) with: Asphalt concrete with 25% RAP may be used for paving operations. DIVISION VIII MISCELLANEOUS CONSTRUCTION 77 LOCAL INFRASTRUCTURE Add to Section 77-1.03A(3) Groundwater Groundwater has been encountered onsite (See Geotechnical reports – Appendix B). 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. No additional compensation will be allowed for removal of abandoned waterline. 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 of existing utilities indicate that the streets are paved with 4 inches to 10 inches of AC. Repair trench paving on Bishop and at the intersections of Bishop/Sierra Way and Bishop/Johnson Avenue must be repaired with 10 inches of AC. All other streets must be repaired with 6 inches of AC. Streets which contain a reinforcement fabric or grid must be “tee cut” with the width of the AC cut extending one foot beyond each side of the trench. A new layer of pavement reinforcing grid must be installed to match the existing pavement section. Page 74 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 Add to Section 77-3.02A(5) Sewer Lateral Pipe Sewer lateral wyes must be fused HDPE. All PVC and HDPE pipe connections must be made with POLY-CAM Series 731 transition couplings. All VCP and HDPE pipe connections must made with POLY-CAM Series 731 transition couplings and Strong Back RC couplings. Add to Section 77-3.03A(3) HDPE Pipe Joint HDPE pipes jointed by heat fusion welding must be internally debeaded prior to installation. Add to Section 77-3.03C Bypass Pumping The Contractor must provide for the flow of sewage around the section or sections of pipe designated for repair. The pump(s) and bypass line(s) must be of adequate capacity to accommodate a sewage flow of 100,000 gallons per day. Bypass plan must be submitted and accepted prior to the start of work. Add Section 77-3.03D Manhole Coating The existing manholes are coated and must be sand blasted and removed prior to the application of the new coating system. Coating manholes shall include the following activities: • Cleaning the manhole and prepare the manhole for one of the approved coating systems. • Applying one of the approved coating systems, as specified herein. • Testing the finished surface coating, as required herein. • Other related activities, as noted herein. Where designated in the plans, manholes must be coated with an approved corrosion protective coating applied to their interior surfaces, as specified herein. The approved coating system (as specified herein) shall be applied to all exposed brick, concrete, grout, mortar, and cementitious surfaces within the manhole, including unlined concrete pipes within the manhole, bench-to-pipe transitions, bench, risers, cones, adjusting rings, etc. Coating of the metallic manhole frame and cover shall not be required. The Contractor shall coat all manholes marked on the plans with a high-build polyurethane elastomer such as SANCON 100 or approved equal. The minimum thickness of 80 mils of elastomeric polyurethane must be applied. The Contractor is responsible for inspecting the existing manholes for leaks or concrete failures. The Contractor shall repair manhole prior to coating by patch or chemical grouting in accordance with coating manufacture recommendation and as directed by the Engineer. Coating shall stop at the top of the cone or as directed by the Engineer. All pipe liner installation shall be completed prior to commencing any coating of manholes. The Contractor shall provide a smooth transition and tight seal without any annular gaps between the completed manholes and the completed sewer pipe. The Contractor shall Page 75 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 Spark Test the new manhole per NACE RP0274 standards. Spark Test shall be witnessed by the Engineer. The Contractor shall terminate the coating at the spring line of the channel with a 1/4" cut groove. Materials shall be delivered to the site in factory sealed and labeled containers. Date of manufacture shall appear on each container. Materials shall be handled and stored according to the strictest requirements of the manufacturer and in accordance with all local, state and federal laws and regulations. At each manhole, the Engineer shall inspect and accept the work completed to-date at the completion of each of milestones listed below before the Contractor shall commerce work on the next milestone:  Completion of the cleaning and surface preparation activities required by these specifications.  Completion of all void-filling activities and underlayment application, prior to surface coating application.  Completion of the surface coating installation prior to testing.  Spark testing of the final surface coating as required by these specifications.  Final clean-up and inspection. The Contractor shall provide a written warranty to cover workmanship and materials for each manhole coated with an approved corrosion protective coating for a period of not less than five (5) years from the date of final acceptance of the project. The warranty shall be delivered to the City prior to and as a condition of final acceptance for this project. By executing this contract, the Contractor certifies and agrees that any testing performed by the City during construction (e.g., spark testing, adhesion testing and/or other testing) shall not in any way modify the warranty, nor relieve the Contractor for responding to defects during the warranty period. 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. All portable restrooms must be removed from the public right away or private property at the Page 76 of 229 SPECIAL PROVISIONS SPECIAL PROVISIONS 7 end of each working day. The Contractor must immediately notify residents after their active sewer laterals are opened. Laterals must be put back into service the same day they are taken out of service. 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.” DIVISION IX TRAFFIC CONTROL DEVICES 84 MARKINGS Add to Section 84-2.03C Application of Stripes and Markings: Preformed thermoplastic is not allowed. DIVISION XIII APPENDICES Add 100-1.01 Appendices 1. Appendix A - Form of Agreement 2. Appendix B - Geotechnical Reports Page 77 of 229 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. Page 78 of 229 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 Page 79 of 229 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 __________________________________ Whitney McDonald, 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: ____________________ Page 80 of 229 APPENDIX APPENDIX 3 APPENDIX B – GEOTECHNICAL REPORTS Page 81 of 229 SUBSURFACE DATA REPORT CITY OF SAN LUIS OBISPO 2024 SEWER UPGRADES MILL STREET, ISLAY STREET, SIERRA WAY SAN LUIS OBISPO, CALIFORNIA April 5, 2024 Prepared for Ms. Hai Nguyen City of San Luis Obispo Prepared by Earth Systems Pacific 4378 Old Santa Fe Road San Luis Obispo, CA 93401 Copyright © 2024 Page 82 of 229 April 5, 2024 FILE NO.: 306551-001 Mr. Hai Nguyen City of San Luis Obispo 919 Palm Street San Luis Obispo, CA 93401 PROJECT: CITY OF SAN LUIS OBISPO, 2024 SEWER UPGRADES MILL STREET, ISLAY STREET, AND SIERRA WAY SAN LUIS OBISPO, CALIFORNIA SUBJECT: Geotechnical Engineering Report CONTRACT REF: Earth Systems Pacific Proposal for Subsurface Exploration and Data Report, City of San Luis Obispo 2024 Sewer Replacement Projects, Mill Street, Islay Street, and Sierra Way, San Luis Obispo, California, dated February 8, 2024, Doc. No. SLO-2402-024.PRP Dear Mr. Nguyen: As per your authorization of the referenced proposal, this subsurface data report has been prepared for use in the development of plans and specifications for the proposed City of San Luis Obispo, 2024 Sewer Upgrades project in San Luis Obispo, California. Subsurface characterization and recommendations for trench backfill and observation and testing are presented herein. One bound copy and an electronic copy of this report are furnished for your use. We appreciate the opportunity to have provided services for this project and look forward to working with you again in the future. If there are any questions concerning this report, please do not hesitate to contact the undersigned. Sincerely, Earth Systems Pacific Robert Down, PE Samuel Venable, PE Principal Engineer Staff Engineer Doc. No.: 2403-051.SER/cr Page 83 of 229 iii Table of Contents COVER LETTER ................................................................................................................ ii 1.0 INTRODUCTION AND SITE SETTING .............................................................................. 1 2.0 SCOPE OF SERVICES ...................................................................................................... 1 3.0 FIELD INVESTIGATION ................................................................................................... 2 4.0 GENERAL SUBSURFACE ................................................................................................. 3 5.0 CONCLUSIONS ............................................................................................................... 4 6.0 GEOTECHNICAL RECOMMENDATIONS ......................................................................... 4 Trench Backfill ............................................................................................................... 5 Observation and Testing ............................................................................................... 5 7.0 CLOSURE........................................................................................................................ 7 TECHNICAL REFERENCES ........................................................................................................... 8 APPENDICES APPENDIX A Figure 1 - Site Vicinity Map Figure 2 - Exploration Location Maps Boring Log Legend Boring Logs APPENDIX B Laboratory Test Results Page 84 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 1 2403-051.SER 1.0 INTRODUCTION AND SITE SETTING The proposed project will consist of the construction of a new sewer line to be installed on Morro Steet, Mill Street, Toro Street, Santa Rosa Street, Islay Street, Chorro Street, Leff Street, Henry Street, George Street, Ella Street, Sierra Way, and Bishop Street in San Luis Obispo, California (see Figure 1 – Site Vicinity Map in Appendix A). Based on our discussions, we understand that the installation of the new sewer line will be by open trench installation. 2.0 SCOPE OF SERVICES The authorized scope of work included a general site reconnaissance, field exploration, geotechnical analysis of the data gathered, and preparation of this report. The analysis and subsequent recommendations were based on verbal information and a general project location plan provided by the client. This report and recommendations are intended to comply with the considerations of Sections 1803.1 through 1803.6, J104.3 and J104.4, as applicable, of the 2022 California Building Code (CBC) and common geotechnical engineering practice in this area under similar conditions at this time. The test procedures were accomplished in general conformance with the standards noted, as modified by common geotechnical engineering practice in this area under similar conditions at this time. Preliminary geotechnical engineering recommendations for trench backfill and observation and testing are presented to guide the development of project plans and specifications. As there may be geotechnical issues yet to be resolved, the geotechnical engineer should be retained to provide consultation as the design progresses. It may also be advantageous to retain the geotechnical engineer to review project plans as they near completion to assist in verifying that pertinent geotechnical issues have been addressed and to aid in conformance with the intent of this report. It is our intent that this report be used exclusively by the client to form the geotechnical basis of the design of the project and in the preparation of plans and specifications. Application beyond this intent is strictly at the user’s risk. This report does not address issues in the domain of contractors such as, but not limited to, site safety, loss of volume due to stripping of the site, shrinkage of soils during compaction, excavatability, dewatering, temporary slope angles, construction means and methods, etc. Analyses of aerial or site geology, or of the soil for corrosivity, radioisotopes, asbestos (either Page 85 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 2 2403-051.SER naturally occurring or in man-made products), lead or mold potential, hydrocarbons, or chemical properties is beyond the scope of this report. Any ancillary features such as flag or light poles, temporary access roads, non-structural fills, pipeline design, and retaining walls are not within our scope and are also not addressed. Design and/or suitability of LID features such as retention basins, bio swales, or other improvements are also beyond our scope. In the event that there are any changes in the nature, design, or location of improvements, or if any assumptions used in the preparation of this report prove to be incorrect, the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and the conclusions of this report modified or verified by the geotechnical engineer in writing. The criteria presented in this report are considered preliminary until such time as any peer review or review by any jurisdiction has been completed, conditions have been observed by the geotechnical engineer in the field during construction, and the recommendations have been verified as appropriate, or modified by the geotechnical engineer in writing. 3.0 FIELD INVESTIGATION Fourteen exploratory borings were drilled at the site on February 28, 2024 through March 1, 2024 to depths of 10.0 feet and 16.0 feet below the ground surface (bgs). The borings were drilled with a truck-mounted Gtech GT8 drill rig equipped with a 6-inch outside diameter hollow stem auger and an automatic hammer for sampling. As the borings were advanced, soil samples were obtained using a 3-inch outside diameter lined barrel sampled (ASTM D 3550-17 with shoe similar to ASTM D 2937-17) and a standard penetrometer (ASTM D 1586). Bulk samples were also obtained from the auger cuttings. The approximate locations of the borings are shown on Figure 2 – Exploration Location Map in Appendix A. Soils encountered in the borings were categorized and logged in general accordance with the Unified Soil Classification System and ASTM D 2488-17. Logs of the borings are presented in Appendix A, along with a Boring Log Legend. In reviewing the boring logs and legend, the reader should recognize that the legend is intended as a guideline only, and there are a number of conditions that may influence the characteristics observed during drilling. These include, but are not limited to, the presence of cobbles or boulders, cementation, variations in soil moisture, presence of groundwater, and other factors. Consequently, the logger must exercise judgment in interpreting soil and bedrock characteristics, possibly resulting in soil descriptions that vary from the legend. It should 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. Page 86 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 3 2403-051.SER For example, fractured and weathered bedrock may be described as “soft”, yet will be considerably harder than almost any type of soil. Conversely, a clay soil may be described as “hard”, however it will not be nearly as hard as “soft” bedrock. Selected samples were tested in our laboratory to determine the bulk density (ASTM D 2937-17, as modified for ring liners), moisture content (ASTM D 2216-10), maximum density and optimum moisture content (ASTM D 1557-12, modified), and grain size distribution (sieve per ASTM D 422- 63/07; D1140-17). The laboratory test results are presented in Appendix B. 4.0 GENERAL SUBSURFACE Throughout the exploration, the subsurface profiles varied by location. In Borings 1, 2, 6, and 9- 14, the subsurface profile consisted of alluvium overlying bedrock of the Franciscan Mélange Formation, which was encountered at depths ranging from 2.5 feet to 5.5 feet bgs with the exception of Boring 7 in which bedrock was encountered at 10 feet bgs. In Borings 3-5, 7, and 8, the profiles consisted of alluvium to the depth explored of 10 feet bgs. Residual soils were encountered in Borings 3 and 6 at a depth of 7.5 feet bgs. Alluvial soils consisted of sandy lean clay, sandy lean clay with gravel, lean clay, clayey gravel with sand, and poorly graded sand with gravel. The clay had a medium stiff to very stiff consistency, and the sand and gravel were medium dense to very dense . Residual soils consisted of medium dense clayey sand and soft sandy lean clay. Residual and alluvial soils were logged as moist to very moist. The Franciscan Mélange Formation bedrock was predominantly sandstone , although metavolcanic rock was encountered in Boring 6. Bedrock hardness varied from very soft to moderately hard, and the rock was moderately weathered or highly weathered. Subsurface groundwater was only encountered in Boring 14 at 3 feet bgs. Pavement sections of the existing roadways varied by location. Thickness of the asphaltic concrete ranged from 2 inches to 9.5 inches, and aggregate base material ranged from 2 inches to 10 inches. Fabric was periodically encountered in the sections. On Mill Street in Boring 5, a 5- inch thick concrete section was found to underly the asphaltic concrete. Please refer to the boring logs in Appendix A for a more complete description of the subsurface conditions encountered at the site. Page 87 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 4 2403-051.SER 5.0 CONCLUSIONS In our opinion, the site is suitable, from a geotechnical engineering standpoint, for the proposed project, provided the recommendations contained herein are implemented in the design and construction. The new sewer line is planned to be installed using open trench methods. From a geotechnical standpoint, the primary concern at the site is the potential for variable soil and bedrock conditions to impact the excavations. Based on the subsurface data, stiff sandy lean clay will be the predominant soil type encountered during excavation to overly the bedrock, although medium dense sands or soft clays may also be encountered , such as the residual soils encountered below Santa Rosa Street and Chorro Street, respectively . Gravels and cobbles may also be encountered such as the gravel found below Santa Rosa Street, Mill Street, and Chorro Street in Borings 3, 5, and 6, respectively. Bedrock hardness will vary considerably. For example during the subsurface exploration, very soft sandstone was encountered underlying Bishop Street while moderately hard sandstone was encountered below Sierra Way . For the purposes of preliminary planning and estimating of shoring or temporary excavation slopes, the alluvial and residual soils should be considered to be Type C soil, as defined by the California Division of Occupational Safety and Health (CALOSHA). Bedrock will also be encountered during excavation. Due to the variable conditions of hardness and weathering, rock materials should be considered to be Type B or C soil, as defined by CALOSHA, depending upon the jointing, fracturing, and dip. The contractor is responsible for all aspects of construction safety. Accordingly, the contractor’s “Competent Person” will need to perform his/her own evaluation of the soil types and appropriate sloping and/or shoring measures. 6.0 GEOTECHNICAL RECOMMENDATIONS These recommendations are applicable for the improvements as described in the “Introduction and Site Setting” Section of this report. If other improvements not previously mentioned are included, the geotechnical engineer should be contacted for revised recommendations. Unless otherwise noted, the following definitions are used in the recommendations presented below. Where terms are not defined, definitions commonly used in the construction industry are intended. • Moisture Conditioned: Soil moisture content adjusted to just above optimum moisture content prior to application of compactive effort. • Compacted / Recompacted: Soils placed in level lifts not exceeding 8 inches in loose thickness and compacted to a minimum of 90 percent of maximum dry density; however, 95 percent should be achieved in the upper 12 inches of subgrade in areas to be paved, Page 88 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 5 2403-051.SER and in all aggregate base. The standard tests used to establish maximum dry density and filed density should be ASTM D 1557-12 and ASTM D 6938-17, respectively, or other methods acceptable to the geotechnical engineer and jurisdiction. Trench Backfill 1. Trench backfill can be performed with the excavated soils recompacted to a minimum of 90 percent of maximum dry density; however, 95 percent should be achieved in the upper 12 inches of subgrade in areas to be paved, and in all aggregate base. Backfill should be moisture conditioned to optimum moisture content, or just above, prior to application of compactive effort. The backfill should be placed in level lifts not exceeding 8 inches in loose thickness and compacted to the minimums recommended above. 2. All materials used as fill should be cleaned of all debris and any rocks larger than 3 inches in the maximum dimension. When fill material includes rock, the rocks should be placed in a sufficient soil matric to ensure that voids caused by nesting of the rock will not occur and the fill can be properly compacted. 3. The recommendations of this section are minimums only and may be superseded by the requirements of the architect/engineer, the recommendations of pipe manufacturers or utility companies, or the requirements of the governing jurisdiction based upon soil corrosivity or other factors. Observation and Testing 1. It must be recognized that the recommendations contained in this report are based on a limited number of borings and rely on continuity of the subsurface conditions encountered. Therefore, the geotechnical engineer should be retained to provide consultation during the design phase, to review plans as they near completion, to interpret this report during construction, and to provide construction monitoring in the form of testing and observation. 2. At a minimum, the geotechnical engineer should be retained to provide: • Review of final plans • Professional observation during trench backfill • Oversight of soil special inspection during trench backfill Page 89 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 6 2403-051.SER 3. Backfill and compaction of excavations and trench should be considered to fall under Section 1705.6 “Soils” of the 2022 CBC. Special inspection of backfill should be provided as per Section 1705.6 and Table 1705.6 of the 2022 CBC. The special inspector should be under the direction of the geotechnical engineer. 4. It is our opinion that none of the grading construction is of a nature that should warrant continuous special inspection; periodic special inspection should suffice assuming the work is monitored by a County of San Luis Obispo Public Works Inspector. Subject to approval by the Building Official, the exception to continuous special inspection is described in Section 1704.2 of the 2022 CBC and should be specified by the architect/engineer and periodic special inspection of the following items should be provided by the special inspector: • Verify use of proper materials, densities and lift thicknesses during placement and compaction of compacted fill 5. A program of quality assurance should be developed prior to beginning construction. At a minimum, the program should include all geotechnical items shown on the testing and inspection schedule of the approved plans. It should also include any additional inspection items required by the engineer and/or the governing jurisdiction. 6. Locations and frequency of compaction tests should be per the recommendation of the geotechnical engineer at the time of construction. The recommended test location and frequency may be subject to modification by the geotechnical engineer, based upon soil and moisture conditions encountered, size and type of equipment used by the contractor, the general trend of the results of compaction tests, or other factors. 7. A preconstruction conference among the owner, the geotechnical engineer, the governing agency, the special inspector, the project inspector, the architect/engineer, and contractors is recommended to discuss planned construction procedures and quality control requirements. 8. The geotechnical engineer should be notified at least 48 hours prior to beginning construction operations. If Earth Systems Pacific is not retained to provide construction observation and testing services, it shall not be responsible for the interpretation of the information by others or any consequences arising therefrom. Page 90 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 7 2403-051.SER 7.0 CLOSURE Our intent was to perform the investigation in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing in the locality of this project under similar conditions. No representation, warranty, or guarantee is either expressed or implied. This report is intended for the exclusive use by the client as discussed in the “Scope of Services” Section. Application beyond the stated intent is strictly at the user's risk. This report is valid for conditions as they exist at this time for the type of project described herein. The conclusions and recommendations contained in this report could be rendered invalid, either in whole or in part, due to changes in building codes, regulations, standards of geotechnical or construction practice, changes in physical conditions, or the broadening of knowledge. If changes with respect to the project become necessary, if items not addressed in this report are incorporated into plans, or if any of the assumptions used in the preparation of this report are not correct, this firm shall be notified for modifications to this report. Any items not specifically addressed in this report should comply with the CBC of other applicable standards, and the requirements of the governing jurisdiction. The recommendations presented in this geotechnical report are based upon the geotechnical conditions encountered at the site and may be augmented by additional requirements of the client, or by additional recommendations provided by the geotechnical engineer based on peer or jurisdiction reviews, or conditions exposed at the time of construction. If Earth Systems Pacific is not retained to provide construction observation and testing services, it shall not be responsible for the interpretation of the information by others or any consequences arising therefrom. This document, the data, conclusions, and recommendations contained herein are the property of Earth Systems Pacific. This report shall be used in its entirety, with no individual sections reproduced or used out of context. Copies may be made only by Earth Systems Pacific, the client, and the client’s authorized agents for use exclusively on the subject project. Any other use is subject to federal copyright laws and the written approval of Earth Systems Pacific. Thank you for this opportunity to have been of service. If you have any questions, please feel free to contact this office at your convenience. End of Text. Page 91 of 229 City of San Luis Obispo, 2024 Sewer Upgrades April 5, 2024 San Luis Obispo, California 306551-001 8 2403-051.SER TECHNICAL REFERENCES California Building Code. 2022. California Code of Regulations, Title 24, Part 2. Google Earth. 2024. Google Earth [website], retrieved from http://www.google.com/earth/index.html Page 92 of 229 APPENDIX A Figure 1 - Site Vicinity Map Figure 2 - Exploration Location Map Boring Log Legend Boring Log Page 93 of 229 Earth Systems Pacific 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 www.earthsystems.com (805) 544-3276 Fax (805) 544-1786 NOT TO SCALEBASE MAP PROVIDED BY: Google Earth (2024) Date March 2024 Project No. 306551-001 Figure 1 SITE VICINITY MAP City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California SITE Page 94 of 229 NOT TO SCALE Earth Systems Pacific 4378 Old Santa Fe Road, San Luis Obispo, CA 93401 www.earthsystems.com (805) 544-3276 Fax (805) 544-1786 Date March 2024 Project No. 306551-001 Figure 2 EXPLORATION LOCATION MAP City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California BASE MAP PROVIDED BY: City of San Luis Obispo (2024) LEGEND Boring Location (Approx.)Boring Location (Approx.)B14 B2 B1 B3 B4 B5 B6 B7 B8 B9 B10 B11 B12 B13 B14 Page 95 of 229 Page 96 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable CLAYEY SAND: brown, dense, moist (Fill) 2.5 - 5.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 1 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 42 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 4" AC / 8" AB SC 18 10.0 - 11.5 16 17 13 SANDSTONE: pale olive brown with brown mottling, very soft, moderately weathered (Franciscan Melange) Page 97 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 3.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 2 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 29 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 9.5" AC / 5" AB 14 10.0 - 11.5 22 32 14 SANDSTONE: brown to very dark brown, moderately hard, moderately weathered (Franciscan Melange) SANDY LEAN CLAY: very dark brown, stiff, moist (Alluvium) SC Page 98 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 5.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 3 JOB NO.: 306551-001 DATE: 3/1/2024 5.0 - 6.5 16 23 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 7" AC / 10" AB 15 10.0 - 11.5 15 20 7 SANDY LEAN CLAY: brown, stiff, moist (Alluvium) CLAYEY GRAVEL WITH SAND: brown, medium dense, moist CLAYEY SAND: light brown, medium dense, moist (Residual Soil) SC GC SC Page 99 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 5.0 110.4 17.5 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 4 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 13 18 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 24.4 4" AC / 2" AB with fabric 8 10.0 - 11.5 14 19 7 SANDY LEAN CLAY: brown, very stiff, moist (Alluvium) SC very moist Page 100 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 4.0 23.2 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 5 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 18 19 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 11.9 2" AC / 5" Concrete / 2" AB 17 10.0 - 11.5 20 17 10 SANDY LEAN CLAY WITH GRAVEL: brown, very stiff, moist (Alluvium) CL CLAYEY GRAVEL WITH SAND: yellowish brown, medium dense, very moist GC moist Page 101 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 4.0 95.5 27.3 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 6 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 7" AC / 2" AB 24 10.0 - 11.5 40 50/3" 13 SANDY LEAN CLAY: yellowish brown, very stiff, moist (Alluvium) CL CLAYEY GRAVEL WITH SAND: yellowish brown, very dense, very moist GC SANDY LEAN CLAY: dark grayish green, soft, very moist (Residual Soil) CL METAVOLCANIC ROCK: light grayish green, moderately hard, highly weathered (Franciscan Melange) Page 102 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 5.0 112.0 9.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 7 JOB NO.: 306551-001 DATE: 2/29/2024 5.0 - 6.5 5 6 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 5" AC / 6" AB 2 10.0 - 11.5 8 13 4 SANDY LEAN CLAY: dark brown, very stiff, moist (Alluvium) CL CL medium stiff, sand content increase LEAN CLAY: dark brown, stiff, very moist, trace sand 23.1 Page 103 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 0.5 - 5.0 116.3 15.1 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 8 JOB NO.: 306551-001 DATE: 2/28/2024 5.0 - 6.5 13 18 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 7" AC 5 10.0 - 11.5 12 19 6 SANDY LEAN CLAY: dark brown, stiff, moist (Alluvium) CL CL POORLY GRADED SAND WITH GRAVEL: dark yellowish brown, medium dense, moist very stiff, sand content decrease SANDY LEAN CLAY: very dark brown, stiff, moist SP 17.2 Page 104 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 4.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 9 JOB NO.: 306551-001 DATE: 2/28/2024 5.0 - 6.5 15 19 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 9.5" AC / 5" AB 9 10.0 - 11.5 20 26 15 SANDY LEAN CLAY: dark brown, stiff, moist (Alluvium) CL SANDSTONE: pale olive brown, very soft, highly weathered (Franciscan Melange) Page 105 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 4.0 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 10 JOB NO.: 306551-001 DATE: 2/28/2024 5.0 - 6.5 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 8" AC / 5" AB with fabric 12 10.0 - 11.5 18 19 10 SANDY LEAN CLAY: very dark brown, stiff, moist (Alluvium) CL SANDSTONE: pale olive brown, soft, moderately weathered (Franciscan Melange) Page 106 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 0.5 - 3.5 End of Boring @ 11.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 11 JOB NO.: 306551-001 DATE: 2/28/2024 5.0 - 6.5 13 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 3.5" AC / 3" AB 4 10.0 - 11.5 23 31 SANDY LEAN CLAY: very dark brown, stiff, moist (Alluvium) CL SANDSTONE:olive brown, soft, moderately weathered (Franciscan Melange) 50/2" 21 Page 107 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 0.5 - 5.0 End of Boring @ 16.5' No subsurface water encountered PAGE 1 OF 1 Boring No. 12 JOB NO.: 306551-001 DATE: 3/1/2024 5.0 - 6.5 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 8" AC / 2" AB 19 10.0 - 11.5 50/3" 35 SANDY LEAN CLAY: brown, stiff, moist (Alluvium)CL SANDSTONE: yellowish brown to very dark brown, moderately hard, moderately weathered (Franciscan Melange) 15.0 - 16.5 50/5" Page 108 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 0.5 - 5.0 End of Boring @ 15.0' No subsurface water encountered PAGE 1 OF 1 Boring No. 13 JOB NO.: 306551-001 DATE: 3/1/2024 5.0 - 6.5 50/5" City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 6" AC / 2" AB 21 10.0 - 11.5 50/5" 30 SANDY LEAN CLAY: light brown, stiff, moist (Alluvium) CL SANDSTONE: yellowish brown to dark grayish brown, moderately hard, moderately weathered (Franciscan Melange) 15.0 - 16.5 50/1" pale grayish brown NO RECOVERY Page 109 of 229 DE P T H (f e e t ) US C S C L A S S SY M B O L IN T E R V A L (f e e t ) SA M P L E TY P E DR Y D E N S I T Y (p c f ) MO I S T U R E (% ) BL O W S PE R 6 I N . SAMPLE DATA SOIL DESCRIPTION Earth Systems Pacific LEGEND: Ring Sample Grab Sample Shelby Tube Sample SPT NOTE: This log of subsurface conditions is a simplification of actual conditions encountered. It applies at the location and time of drilling. Subsurface conditions may differ at other locations and times. AUGER TYPE: 6" Hollow Stem DRILL RIG: GTech GT8 with Automatic Hammer LOGGED BY: S. Venable 1.0 - 3.0 End of Boring @ 10.5' Perched subsurface water encountered @ 3.0' PAGE 1 OF 1 Boring No. 14 JOB NO.: 306551-001 DATE: 2/28/2024 5.0 - 6.5 8 City of San Luis Obispo, 2024 Sewer Upgrades Mill Street, Islay Street, and Sierra Way San Luis Obispo, California 8" AC / 4" AB 6 10.0 - 11.5 50/4" SANDY LEAN CLAY: dark brown, stiff, moist (Alluvium) CL SANDSTONE: olive brown, very soft, moderately weathered (Franciscan Melange) 16 moderately hard Page 110 of 229 APPENDIX B Laboratory Test Results Page 111 of 229 City of San Luis Obispo 306551-001 2024 Sewer Upgrades BULK DENSITY TEST RESULTS ASTM D 2937-17 (modified for ring liners) March 14, 2024 BORING DEPTH MOISTURE WET DRY NO.feet CONTENT, % DENSITY, pcf DENSITY, pcf 4 5.0 - 5.5 17.5 129.7 110.4 4 10.0 - 10.5 24.4 ------ 5 5.0 - 5.5 23.2 ------ 5 10.0 - 10.5 11.9 ------ 6 5.0 - 5.5 27.3 121.5 95.5 7 5.0 - 5.5 9.0 122.1 112.0 7 10.0 - 10.5 23.1 ------ 8 5.0 - 5.5 15.1 133.8 116.3 8 10.0 - 10.5 17.2 ------ Page 112 of 229 City of San Luis Obispo 306551-001 2024 Sewer Upgrades MOISTURE-DENSITY COMPACTION TEST ASTM D 1557-12 (Modified) PROCEDURE USED: A March 14, 2024 PREPARATION METHOD: Moist Boring #8 @ 0.0 - 5.0' RAMMER TYPE: Mechanical Brown Sandy Lean Clay (CL) SPECIFIC GRAVITY: 2.70 (assumed) SIEVE DATA:MAXIMUM DRY DENSITY: 117.9 pcf Sieve Size % Retained (Cumulative)OPTIMUM MOISTURE: 13.5% 3/4"0 3/8"0 ENTER OVERSIZE CORRECTION DATA #4 2 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 DR Y D E N S I T Y , p c f MOISTURE CONTENT, percent Compaction Curve Zero Air Voids Curve Page 113 of 229 City of San Luis Obispo 306551-001 2024 Sewer Upgrades PARTICLE SIZE ANALYSIS ASTM D 422-63/07; D 1140-017 Boring #4 @ 5.0 - 5.5'March 14, 2024 Sandy Lean Clay (CL) Sieve size % Retained % Passing 1/2" (12.5-mm)0 100 3/8" (9.5-mm)1 99 #4 (4.75-mm)3 97 #8 (2.36-mm)8 92 #16 (1.18-mm)12 88 #30 (600-µm)16 84 #50 (300-µm)22 78 #100 (150-µm)34 66 #200 (75-µm)46 54 1/2 3/8 4 8 16 30 50 100 200 0 10 20 30 40 50 60 70 80 90 100 0.010.1110100 PE R C E N T P A S S I N G GRAIN SIZE, mm U. S. STANDARD SIEVE NUMBERSU. S. STANDARD SIEVE OPENING IN INCHES Page 114 of 229 City of San Luis Obispo 306551-001 2024 Sewer Upgrades PARTICLE SIZE ANALYSIS ASTM D 422-63/07; D 1140-017 Boring #5 @ 5.0 - 5.5'March 14, 2024 Clayey Gravel with Sand (GC) Sieve size % Retained % Passing 3" (75-mm)0 100 2" (50-mm)0 100 1.5" (37.5-mm)0 100 1" (25-mm)0 100 3/4" (19-mm)7 93 1/2" (12.5-mm)19 81 3/8" (9.5-mm)28 72 #4 (4.75-mm)40 60 #8 (2.36-mm)52 48 #16 (1.18-mm)58 42 #30 (600-µm)62 38 #50 (300-µm)66 34 #100 (150-µm)73 27 #200 (75-µm)79 21 3 2 1.5 1 3/4 1/2 3/8 4 8 16 30 50 100 200 0 10 20 30 40 50 60 70 80 90 100 0.010.1110100 PE R C E N T P A S S I N G GRAIN SIZE, mm U. S. STANDARD SIEVE NUMBERSU. S. STANDARD SIEVE OPENING IN INCHES Page 115 of 229 Page 116 of 229