Loading...
HomeMy WebLinkAboutH&A Construction Co; 1985-10-22; 31911 CITY OF CARLSBAD San Diego County California .* .. REVISED CONTRACT DOCUMENTS AND SPECIFICATIONS 261-9 for GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK CONTRACT NUMBER 3191 1 ft && Comwtio~ eo/rrpa/ly Gorp LIC #259791 11345 POST HILL ROAD LAKESIDE, CALIFORNIA 92040 Phone. 619-44: October 7, 1985 Stagecoach Park City of Carlsbad North County Gunite 12562 Hwy 67 Lakeside CA 92040 Ph. 561-5510 State License #383840 C-61 North County Gunite will be installing the 450f of c-oncrete . .. . ditch. .for. the Stagecoach Park:, x 4 yc~ eo~strucf/bn eh-?NHy ~OV LIC #259791 11345 POST HILL ROAD LAKESIDE, CALIFORNIA 92040 Phone 619-443 October 7, 1985 Stagecoach Park City of Carlsbad Sta-Soil Corporation 2295 Meyers Ave. Escondido CA 92025 CA State License #215013 C-27 Sta-Soil Corp. will be installing for the Stagecoach Park. Ph. 619-741-0402 hydroseeding and fertilizer. Approximafely 10 acres. ft b~t eonsttwbtt CoHpang Cop LIC e59791 11345 POST HILL ROAD LAKESIDE. CALIFORNIA 92040 Phone 619-443 September 9, 1985 stagecoach Park City of Carlsbad BBB Construction CO. 8375 Paradise Valley Rd. Suite 8 Spring Valley CA 92077 Cal. State Lic. # 378483 A Gen. rn construction CO., will be instaiiiflg a11 Drainage structures ad Catch basins. concrete lug and the headwalls. onsible for all fom and concrete work on the project. -. Ph. (619) 475-4893 .I They will also be responsible for the Pipe Collar, the EBB Will be the sub contractor resp- * e 1200 ELM AVENUE - TELEPH (714) 4313 CARLSBAD, CALIFORNIA 92008 Citp of QCsrIdbab PURCHASING DEPARTMENT October 2, 1985 ADDENIXMNO. 1 PmJ-Em: ST-CHPARK GRADING AND DRAINAGE STRJCI'URES - REVISED BID PKG. This addendum, receipt acknowledged, mt be attached to proposal .. . form when bid is submitted. . c*u d&/dL,i % clLiS/&& BIDDEX'S 1 SIGNATURE CARLSBAD I ackmwledge receipt of Addendum No. 1 to Contract No. 3191, Stay& Park, Grading and Drainage. TABLE OF CONTENTS - Item Number of Pages Notice Inviting Bids 2 Proposal 5 Bidder's Bond to Accompany Proposal 1 Designation of Subcontractors 2 Bidder's Statement of Financial Responsibility 1 Bidder's Statement of Technical Ability and Experience 1 Contract 6 Labor and Materials Bond 2 Performance Bond 2 * 8' .Generail Provisions .. -. . Special Provisions 1 Certificate of Compliance 1 Section 2.10 - Clearing and Demolition 2 Section 2.20 - Earthwork and Grading 5 Section 2.40 - Shoring and Trench Safety 1 Section 2.50 - Site Drainage 1 Section 3.31 - Concrete 4 Appendix A Geotechnical Investigation for Stagecoach Park, Appendix B Appendix C Appendix D San Diego Area Regional Standard Drawings Carlsbad, California 43 Recommended Buttress Key Cross Section (Figure 1) 2 Grading Permit from California Department of Fish and Game 3 (0-2.1, D-7.1, D-8.1, D-9, D-10, D-11, D-12.1, 0-32, D-39.1, D-40.1, D-60.1, D-61, D-62, D-63, D-7S.l.r e-30) 15 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS - -- Sealed bids will be received at the Office of the Purchasi Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unt 4:OO p.m. on the 7th day of October , 1985, at whi time they will be opened and read for performing the work follows : GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK CONTRACT NUMBER 3191 The work shall be performed in strict conformity with t specifications therefor as approved by the City Council of t City of Carlsbad on file in the Engineering Departmen Reference is hereby made to the specifications for fu particulars and description of the woxk. 'No bid will' be received unless it is made on a proposal fc furnished by the City of Carlsbad. Each bid must be accompani by security in a form and amount required by law. The bidder security of the second and third next lowest responsive bidde may be withheld until the Contract has been fully executed. 'I security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after t Contract is awarded. Pursuant to the provisions of 1 (Government Code Section 45901, appropriate securities may substituted for any money deposited with the City to secure i obligation required by this notice. The documents which must be completed, properly executed, i notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. 5. Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineel Estimate. The estimated quantities are approximate and sei solely as a basis for the comparison of bids. The Engineex Estimate is $ 450,000.00. No bid shall be accepted from a Contractor who has not bt licensed in accordance with .the provisions of State law. : Contractor shall state his or her license number i classification in the proposal. Page 1 Notice Inviting Bids One set of plans, special provisions, and Contract Documents m be obtained at the Purchasing Department, City Hall, Carlsbal California, for a nonrefundable fee of $ 20.00 per set. The City of Carlsbad reserves the right to reject any or all bi and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the California Lab Code. Pursuant to Section 1773.2 of the California Labor Code, current copy of applicable wage rates is on file in the Office the Carlsbad City Clerk. The Contractor to whom the Contract awarded shall not pay less than the said specified prevaili rates of wages to all workers employed by him or her in t execution of the Contract. The Prime Contractor shall be responsible to insure complian with provisions'of Section 1777.5 of the.California .Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Co commencing with Section 1720 shall apply to the Contract f work, - -- e. . prebid meeting will be held on October 2, 1985 at 10 a.m. a, City of Carlsbad Council Chambers. Bidders are advised to verify the issuance of all addenda a receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause for rejection bid. Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to c hundred percent (100%) of the Contract price shall be requir for work on this project. All bonds must be issued by a compa or better rating in Best's- Council of the City of Carls ad, Californi day c by Resolution by the No. ck , adopted on the Approved , 1985. aqh Seateunrpec - e Page 2 Notice Inviting Bids CITY OF CARLSBAD CONTRACT NUMBER 3191 PROPOSAL - City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined tl location of the work, read the Notice Inviting Bids, examined tl Plans and Specifications, and hereby proposes to furnish a: labor, materials, equipment, transportation, and servicc required to do all the work to complete Contract No. 3191 in accordance with the Plans and Specifications of the City ( Carlsbad, and the Special Provisions and that he/she will take : full payment therefor the following lump sum prices, to wit: BASE BID. All labor, materials, services and equipment necessai for completion of all the work indicated in.the. constructic d'rawkngs and as generally described in the schedule of work iter following. Total amount of b Total amount of bid in numbers: $ &+7,9~ g. c' w A/ /-dP 6 ' 1 vi z fvi./-l fA< f--:&-f /-.c,l,f /)6//&"5 AmGt4h &kk/ /G&r L1AJ-J 7- Lf A/, /f// 9' 1 / c SCHEDULE OF WORK ITEMS I tem Add/Deduct Description (Estimated Quantity) Unit Price per Uni' - No. 1. Standard grading. Excavation, c.y. L33, Lege placement and compaction of soil to the grades and finish shown on the drawings including any sub- excavation required for compliance with engineering standards.(160,000) ment and compaction of organic soils engineer on-site.(lO,OOO) as per soils engineering report. (8,000) sod removal.(20) J cJmt 2. Excavation, stockpiling, place- c.y. -2- G - and alluvial soils identified by \\ -2-x4 17, \Sc, 3. Remedial grading and excavation c.y. I 4. Clearing, grubbing and acre Proposa' Page 1 d/d6/ PI I tem Add/Deduct - No. Description (Estimated Quantity) Unit Price per Unit 5. Catch basin type G, per each L,3 %C/. D-8.1 standard drawings.(4) D-7.1 standard drawings.(2) drawings and detail on plans.(2) standard drawings.(6) 9. Head wall, Type B, single pipe, per D-32 and as modified on drawings.(l) D-75.1 standard drawings.(450) standard drawings,(l) standard drawings.(l) per D-60.1 standard drawings and plans.(1525) per D-60.1 standard drawings and plans.(958) per D-60.1 standard drawings and plans.(220) report.(525) existing headwalls, pipe, and concrete lined ditch.(NA) 18. Rip rap energy dissipator, per D-40,1 standard drawings and plans.(l) 6. Catch basin type F, per each 3,4IrC9f 7. Inlet type B, per D-2.1 standard each 5, \?a. 8. Cleanout type A, per D-9 each 9, SCLC each \) 795- '3 ie@ 1.f. i 10. Concrete lined ditch, per 11. Concrete lug, per D-63 . each 3f/G 12. Concrete collar, per D-62 each -3 5-4 13. 24" Reinforced concrete pipe, 1.f. MA, 39c a. 14. 18" Reinforced concrete pipe, 1.f. 34, z-l f 15. 12'' Reinforced concrete pipe, 1.f. ---I/ 4 z 16. Subdrain per soils engineering 1.f. G, &a: 17. Demolition and removal of lump sum coz- each si- 5c c.y. 7, 19. Rip rap min.size .5 ft.(300) Page 2 Proposal I tem Add/Deduct - No. Description (Estimated Quantity) Unit Price per Unit 20. Raise existing manholes each [ L; LC to finish grade.(2) 1 / lump sum z (sed 22. Hydroseediqg.(lO) acre 1 E*;, fy.39 2, 4k 21. Erosion control measures and desiltation basin.(NA) - W, CY: ~tb;.k\~~,~*,~+,~\ p.3 b---, ,, ~i\p,,~v.\ & I -- ADD ALTERNATES: Item Description Unit Add Price 1A. Imported soil c.y. 4,\0 2A. Exported soil c.y. 3.%< 3A. Unclassified excavations c.y. \ 50 4A. .Subdrain as per buttress key .1.f.. . cross section location and quantity to be determined by soils engineer in field. 72. b.c Addendum (a) No(s) has/have been received and is/are - _-----I ~ . -- de-*:? - 2.' --,. -- - p& -& ___ .. a74&?-&d-A8-m& _.&I - .. -- 'A --- --_I__ &;-JA-&d 7 k&p 4 &- &&p??ii?dL ._ &g$72,d&z[-dAT/& 422 - --- - 5%L- - ---- A+! A&l& GJbp /*& 4 ' FZf& @ /9 -Y -- I _I.7-s-_. a..uI_I* - I_ ----IC_ - --- ^I__. x-_ I L4B4 _r_ lxlc ____- - ,,-,- -.-.--- ---- --- --1- - "7 ~ . - __ - ____.--.- -"- ~ -- -- - -. ..-- - -- ~- -?-". -- -- --" - - -. - -.- All bids are- to be computed on the basis of a total lump SUI price submitted by the bidder. In case of a discrepancy betweel words and figures, the words shall prevail. The Undersigned has checked carefully all of the above figure! and understands that the City will not be responsible for an errors or omissions on the part of the Undersigned in making u this bid. k ny adjustment to the total lump sum price of the contract wil be made as a result of a change to the scope of work shown on thl approved plans. Any change to the scope of work must be approvec by the Engineer in writing. Adjustment of the final contrac lump sum price will be calculated on the basis of add or deduc unit prices listed on the Schedule of Work. If any item othe. than lump sum items in the Schedule does not have an add 0' deduct unit price proposed, this will be considered grounds fo disqualifying the total proposal. The Undersigned agrees that in case of default in executing th required Contract with necessary bonds and insurance policie witpin ten (10) days from.the date of Award of Contract by Cit Council of the City of Carlsbad, the proceeds of check or bonc accompanying this bid shall become the property of the City o Carlsbad. Licensed in accordance with the Statutes of the State 0 California providing for the registration of Contractors, Licens Number 25-974/ ~ype of License 4 & The Undersigned bidder hereby represents as follows: L7Tx,44& Classification @$-@/& --c/q, e7 P : YCY+?S7/@.&9 / / / ' a, 1. That no Councilmember, officer, agent, or employee of th City of Carlsbad is personally interested, directly o indirectly, in this Contract, or the compensation to bc paid hereunder; that no representation, oral or i. writing, of the City Council, its officers, agents, o employees has induced him/her to enter into thi Contract, excepting only those contained in this form o Contract the papers made a part hereof by its terms and That this bid is made without connection with any person firm, corporation making a bid for the same work, an1 is in all respects fair and without collusion or fraud. and 2. or Page 4 Proposal STATE OF CALIFORNIA WITNESS my hand and official seal. - . ACKNOWLELIGMENT-General-Wolcolts Form 233CA-Rev 5-82 Notary Public in and for said State. 01982 WOLCOTTS. INC lPric8cIass 6-21 :m * 1 L t i t i i t t i 1 I( __.---- - I . _-- L. )I 1 / IC / pro osal is a Bid Bond of (exadb’dollar amount in words) ’ ( figures ) in the form of Cash, Certified Check, Bond, or Cashier’s Check for an amount equal to or greater than ten percent (10%) of th total bid price. (If the exact amount of the bid is not known a the time the bond is issued, the Bid Bond should read a follows: “10% of the Bid amount, not to exceed (an exact amount in words) ( figures ) The Undersigned is aware of the provisions of Section 3700 of th Labor Code which require every employer to be insured agains liability for workers’ compensation or to undertake self insurance in accordance with the provisions of that code, an agrees to comply with such provisions before commencing th performance of the work of this Contract. The Undersigned is aware of the provisions of the State o California Labor Code, Part 7, Chapter 1, Article 2, relative t the general prevailing rate of wages for each craft or. type c worker needed to execute tfieContract and agfees to comply wit its provisions. Phone Number Date ’ ‘ d? 2i-U- Ig.420 j/&$ dollars (8 45, m. UC, ) dollars ($ 1. &q- 44F- 37G / / /d/d /k s /7AdiY 1Ppd-/&L & .... ” I b Pd 9Zoh Bidder’s Address Type bf Organization (Individual, Corporation, or Partnership) List below names of President, Secretary, Treasurer, and Manager if a corporation; and names of all partners, if a partnership: f/m d d, &.A,/ Y h?m-,A ; Y-1 Y&l VL, k%.tccLJ t+ dA&h, (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST E ATTACHED ) (CORPORATE SEAL) Page 5 Proposal STATE OF CALIFORNIA ) ss. COUNTY OF Orange 1 On this 6th day of September , 19 85 , before me the undersigned, a Notar: in and €or said County and State, personally aplieared personally known to ine (or pi-clved .tu uie oil tile basis of satisfactory evidcncc the person whose name is subscribed to this instrument as Attorney-in-Fact 01 Capital Bond and insurance company and who being by me duly sworn, did depose , , t!1r ation described in and which executed the foregoing instrument; that helshe kr seal of said Corporation; that the seal affixed to said instrument is such cc seal; that it was so affixed by authority granted to him/her in accordance k By-Laws of the said Corporation and that he/she subscribed the name of Ca[ Bond and Insurance Company as Surety and his/her own name as Attorney-in-Fact. Neal L. Witt that he/she is Attorney-in-Fact of Capital Bond and Insurance Company -. .. . -./oo&&+&<d (Notary ublic) t B x i 1 i t 1, r f i f I r, - - ___ ------ - _.__- ---- 5.. , tI / / CAPITAL BOND AND INSURANCE COMPANY 4184 ORANGE STREET, RIVERSIDE, CALIFORNIA 92501 (714) 781-2100 BID OR PROPOSAL BC BOND NO. 001 81 7-2 KNOW ALL MEN BY THESE PRESENTS: That we, H & A CONSTRUCTION C:O. as Principal, and CAPITAL BOND AND INSURANCE COMPANY. as Surety, are held and firmly bound unto - CITY OF CARLSBAD .as Obligee, in the penal sum of 10% of the total amount bid in dollars not to..exceed Forty-Five Thousand dollars and no/lOOths---------------------------------------------------~----- ($ 45 ,ooo./ ) DQLLARS. lawful money of&e United States ofAmerica, forthe pay&% 07 which. well and truly to be mi ' bind ourselves, our heirs, executors, administrators, successors and assigns. jointly and severally, firmly by thbe pr ... SIGNED, sealed and dated this 6th day of' September . 19 85 , WHEREAS. the said Principal is herewith submitting a proposal for Stage Coach Park, Contract 285 - NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Pri sfiall execute a contract and give bond for the faithful performance thereof within days after being notified in writing award of such contract to Principal. or if the Principal. or Surety shall pay the Obligee the sum. not exceeding the penalty her! which the amount of the contract, covering the said proposal, properly and lawfully exec.cuted by and between the Obligee third party, may exceed the amount bid by Principal. then this obligation shall be void: =;herwise, it shall remain in full for( effect. Bid date: 9/10/85. s Surety - CAPIT'- BOND INSURANCE COMPANY By- - Ah?& NEAL L. WITT, ATTORNEY-IN. - BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS: r as That we, Surety, are held and firmly bound unto the City of Carlsbad California, the sum of: 1 (an exact amount in words) lawful money of the Wnited States for the payment of which su well and truly to be made, we bind ourselves, jointly an severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Principal, and ? as Dollars ($ ( figures ) GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK in. the City of Carlsbad, isvaccepted by the City Councii of kai City, and if the above bounden Principal shall duly enter *int and execute a Contract including required bonds and insuranc policies within ten (10) days from the date of Award of Contrac by the City Council of the City of Carlsbad, being duly notifie of said award, then this obligation shall become null and void otherwise, it shall be and remain in full force and effect, ar the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as a individual, it is agreed that the death of any such Principa shall not exonerte the Surety from its obligations under thi bond. IN WITNESS WHEREOF, we hereunto set our hands and seal this day of , 1985. Corporate Seal (If Corporation) Principal By: Title (Notarial acknowledgement of execution by all PRINCIPALS (Attach acknowledgement of and SURETY must be attached.) Attdrney in Fact) Page 1 Bidder's Bond to Accompany Proposal - DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of th following listed Contractors in making up his/her bid and tha the subcontractors listed will be used for the work for whic they bid, subject to the approval of the City Engineer, and i accordance with applicable provisions of the specifications. N changes may be made in these subcontractors except upon the pric approval of the City Engineer of the City of Carlsbad. Th following information is required for each subcontractor Additional pages can be attached, if required: Items of Full Company Complete Address Phone No. Work Name w/Zip Cod w/Area Code /ss-. z=-~5Csrn.l, %i!3/&7/ Lwd WAg? . 6/447sc- - 4x f37.5- ,2Ld+ YC 1' .. e 'a. 4GLk&h,- I /~~~~~ A!54#447 Lh4,A 3 J4 &/9-,741& Page 1 Desi gnation of Subcontractors DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbid of all the listed subcontractors as part of the sealed bi submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid ($ or %) .. .- *Licenses are renewable annually. If no valid license, indica1 "NONE". Valid license must be obtained prior to submission ( signed Contracts. I ~/A,~~~,~~ -5- ~ I L@bl Bidder's Company Name L Bidder's Complete Address (Notarize or Corporate Seal) //+% PM&, Ad Page 2 Designation of Subcontractors BIDDER t s STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemen of h;is/her financial responsibility. L& ,&&PA& (Notarize or Corporate Seal) Page 1 Bidder's Statement of Financial Responsibility BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar characte to that included in the proposed Contract he/she has successful1 performed and give references, with telephone numbers, which wil enable the City to judge his/her responsibility, experience an skill. An attachment can be used, if notarized or sealed. Date Name and Phone Contract Name and Address No. of Person Type of Amount of Completed of the Employer to Contact Work Contract a=- -- (Notarize or Corporate Seal) Page 1 Bidder ' s Statement of Technical Abi 1 i ty and Experi ence - CONTRACT - PUBLIC WORKS This agreement is made this 22~9 day of 0 tr~~ /= fl ,1985 by and between the City of Carlsbad, California,'a municipa corporation, (hereinafter called "City" 1, and H & A CONSTRUCTION cy). whose principal place of business is 11345 posthill Road, meside, ( hereinafter called "Contractorf1. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all WOI CA 92040 specified in the Contract documents for: GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK .. . (hereinafter called Ifpro ject" ) . 2. Provisions of Labor and Materials. Contractor shall provic all labor, materials, tools, equipment, and personnel t perform the work specified by the Contract Documents. 3. Contract Documents. The Contract documents consist of thJ Contract; the bid documents, including the Notice to Bidder: Instructions to Bidders' and Contractors' Proposals; tl Plans and Specifications, and all proper amendments ai changes made thereto in accordance with this Contract or tl Plans and Specifications., and the bonds for the project; a: of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractor's performam of work under this Contract, City shall make payment 1 Contractor as follows: In the total amount of $ 449,958-00 to be made in period: payments as shown on the payment schedule attached here1 and made a part hereof. Payment of undisputed Contract amounts shall be contingel upon Contractor furnishing City with a release of all clair against City arising by virtue of this Contract as it relatc to those amounts. Page 1 Contract - Extra compensation equal to 50 percent of the net savings ma' be paid to Contractor for cost reduction changes in the plan or specifications made pursuant to a proposal by Contractor The net savings shall be determined by City. No paymen shall be made unless the change is approved by the City. PAYMENT SCHEDULE City shall, once in each month, beginning 30 calendar day after execution of contract, cause an estimate in writing t be made to the Director of Parks of the total amount of wor done and the acceptable materials furnished and delivered b Contractor on the ground and not used, the time of SUC estimate, and the value thereof. City shall retain te percent (10%) of such estimated value of the work as par security for the fulfillment of the Contract by Contracto and shall monthly pay to Contractor, while carrykg on th work, the balance not retained, as aforesaid, after deductic therefrom all previous payments and all sums to be kept c retained under the provisions of the Contract. No suc estimate or payment shal.1 be required to be-made when,*in tk ' ' .judgment of the Director of Parks the work is not proceedir in accordance with the provisions of the Contract, or when i is judged the total value of the work done since the las estimate amounts to less than Three Thousand Dollax ($3,000.00). The final payment of sum or sums due Contractor, i unencumbered, shall be processed for payment by Cit immediately following the thirty-fifth (35th) day afte City's acceptance of the work which shall be indicated by tk filing of an appropriate Notice of Completion by City. Pric to the making of the final payment, Contractor shall fil with the Director of Parks the "Material and Labor Paymer Affidavit", in the form approved by the City Attorney. The acceptance by Contractor, or any assignee of Contract01 of the final payment hereunder shall constitute a waiver ( any and all claims of any kind against City under th: Agreement arising out of the work performed pursuant to th. Agreement. 5. Independent Investiqation. Contractor has made i independent investigation of the jobsite, the soil conditio1 under the jobsite, and all other conditions that might affec the progress of the work, and is aware of those condition: The price includes payment for all work that may 1 done by Contractor in order to overcome unanticipatc underground conditions. Any information that may have bet Contract Page 2 Contract - furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied or information furnished by City, 6. Contractor Responsible for Unforeseen Conditions. Contractol shall be responsible for all loss or damage arising our oj the of the work or from the action of the elements 0: from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until it: acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance oJ the work . However, Contractor shall not be responsible foi reasonable delays in the completion of the work caused by acts of God, stormy weather, extra workp or matters which thc specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity o this Contract, order changes, modifications, deletions, an1 ext'ra ' work. by. issuance of I written .change orders ' Contract0 shall make no change'.in the work without the issuance of written change order, and Contractor shall not be entitled t compensation for any extra work performed unless the City ha issued a written change order designating in advance th amount of additional oompensation to be paid for the work If change order deletes any work, the Contract price shal be reduced by a fair and reasonable amount. If the partie are unable to agree on the amount of reduction, the wor shall nevertheless proceed and the amount shall be determine by arbitration or litigation. The only person authorized t order changes or extra work is the City Engineer. However no change or extra work order in excess of $5,000.00 shall 3: effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State c California, the City Council has ascertained the genera prevailing rates of per diem wages for each craft or type c worker needed to execute the Contract and a schedul containing such information is in the City Clerk's office and is incorporated by reference herein. Pursuant to Labc Code Section 1775, Contractor shall pay prevailing wages Contractor shall post copies of all applicable prevailir wages on the job site. 9. Indemnity. Contractor shall assume the defense of ar indemnify and hold harmless the City, and its officers a1 employees, from all claims, loss, damage, injury a1 nature a Page 3 Con tract - liability of every kind, nature and description, directly o indirectly arising from the performance of the Contract o work regardless of responsibility for negligence; and fro any and all claims, loss, damage, injury and liability howsoever the same may be caused, resulting directly o indirectly from the nature of the work covered by th Contract, regardless of responsibility for negligence. Th expenses of defense include all costs and expenses, includin attorney's fees, for litigation, arbitration, or othe dispute resolution method. Nothing in this paragraph shal require Contractor to indemnify City for losses caused by th active negligence of City. 10. Insurance. Contractor shall maintain insurance covering th liability stated in Paragraph 9 in the amount of $500,000 ar: shall cause the City to be named as an additional insured c any policy of liabili%y or property damage insuranc concerning the subject matter or performance of this Contrac taken out by Contractor. All insurance is to be with company having an A:XI - or better rating in Best's Key Rat11 Guide for Property Casualty. '11. Worker's Compensation. Contractor shall comply with tk requirements of Section 3700 of the California Labor Code Contractor shall also assume the defense and indemnify a1 save harmless the City and its officers and employees frc all claims, loss, damage, injury, and liability of eve] kind, nature, and description brought by any person employ6 or used by Contractor to perform any work under this Contrac regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the Cil certification of the policies mentioned in Paragraphs 10 a1 11 or proof or workers' compensation self-insurance prior 1 the start of any work pursuant to this Contract. 13. Arbitration. Any controversy or claim in any amount up 4 $100,000 arising out of or relating to this Contract or t breach thereof may, at the option of City, be settled. arbitration in accordance with the construction indust rules of the American Arbitration Association and judgme: upon the award rendered by the arbitrator(s) may be enter1 in any California court having jurisdiction thereof. T award of the arbitrator(s1 shall be supported by law a substantial evidence as provided by the California Code 1 Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and ma available to the City, upon request, records in accordan with Sections 1776 and 1812 of Part 7, Chapter 1, Article of the California Labor Code. If the Contractor does n Page 4 Contract - maintain the records at Contractor's principal place c business as specified above, Contractor shall so inform tl City by certified letter accompanying the return of thi Contract. Contractor shall notify the City by certified ma: of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter : commencing with Section 1720 of the California Labor Code ai incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governmei Code Section 4590) appropriate securities may be substitute for any monies withheld by City to secure performance of th: Contract or any obligation established by this Contract. 17. Additional Provisions. Any additional provisions of th: agreement are set forth in the "General Pr?visions'' ( "Special Provisions" attached hereto and ma e a art hereof. -. ; ,A& Con'tractor' . - ( Seal) Page 5 Contract - (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) By4 Title 'I YZOF CT,LSB7 CALIFORNIA Mayor ATTEST : L.K/%/-- Jz A+-&+- aPexb,A. Q- City Clerk Contractor's Certification of Awareness of Workers' Compensatic Responsibility. "1 am aware of the provisions-of Section 3700 of the Labor COC which requires every employer to be insured against liability fc workers' compensation or to undertake self-insurance j accordance with the provisions of that code, and I will compl with such provisions before commencing the performance of tl: work of this Contract." QGVdLJL Contractor Page 6 Contract STATE OF CALIFOKNLA ) ss. COUNTY OF Orange ) On this 15th day of October , 19 85, before me the undersigned, a Notary in and for said County and Stclte, personally appeared Neal L. Witt personally known to me (or pi-uved . tu iiie on tlre basis of satisfactory evidcncc the person whose name is subscribed to this instrument as Attorney-in-Fact of Capital Bond and Insurance Company and who being by me duly sworn, did depose a ation described in and which executed the foregoing instrument; that he/she kr seal of said Corporarion; that the seal affixed to said instrument is such cc seal; that it was so affixed by authority grantcd to him/her in accordance k By-Laws of the said Corporation and that helshe subscribed the name of Caf Bond and Insurance Company as Surety and his/her own name as Attorney-in-Fact. that he/she is Attorney-in-Fact of Capital Bond and Insurance Company , t!h? /7: j. (J&-/€fii ..akkz,J c/Icp/d-&g3&*,& (Notary Publfi' / DOLORES GONZALEZ NOTARY PUBLIC . CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY ’ No premium is charged for this bond. It is executed in connection with a bond for the performance of i the contract. .> n' * LABOR AND MATERIALS BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State o California, by Resolution No. 8218 , adopted October 15, 1983 ha awarded to H & A CONSTRUCTION CO. (hereinafte designated as the "Principal"), a Contract for: GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK in the City of Carlsbad, in strict conformity with the drawing: and specifications, and other Contract documents now on file 11 the Office of the City Clerk of the City of Carlsbad. WHEREAS, Principal has executed or is about to execute sai Contract and the terms thereof require the furnishing of a bon with said Contract, providing that if said Principal or any o his/her or its subcontractors shall fail to pay for an materials, provisions, provender or other supplies or teams use in, .upon for or- about the'performance of the wo'rk agreed to b ' * done, or for any work or labor done thereon of any kind, th Surety on this bond will pay the same to the extent hereinafte set forth. NOW, THEREFORE, WE, as Principal, (hereinafter designated as the lvContractorlt 1 and as surety, are helc firmly bound unto the City of Carlsbad in the sum of Dollar ($ ), said sum being one hundred percent (100%) o the estimated amount payable by the City of Carlsbad under thc terms of the Contract, for which payment well and truly to bc made we bind ourselves, our heirs, executors and administrators successors, or assigns, jointly and severally, firmly by thesc presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person o his/her subcontractors fail to pay for any materials, provisions provender or other supplies, or teams used in, upon, for, o about the performance of the work contracted to be done, or fo any other work or labor thereon of any kind, or for amounts du under the Unemployment Insurance Code with respect to such wor or labor, that the Surety or Sureties will pay for the same, i an amount not exceeding the sum specified in the bond, and, also in case suit is brought upon the bond, a reasonable attorney' fee, to be fixed by the court, as required by the provisions o Section 4202 of the Government Code of the State of California. said Page 1 Labor and Materials Bond This bond shall inure to the benefit of any and all persons companies and corporations entitled to file claims under Sectio 1192.1 of the Code of Civil Procedure so as to give a right o action to them or their assigns in any suit brought upon thi bond, as required by the provisions of Section 4205 of th Government Code of the State of California. In the event any Contractor above named executed this bond as a individual, it is agreed the death of any such Contractor shal not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, this instrument has been du execu ed by th Contractor and Surety above named, on the swa &of dc/. I 1985. (Notarize or Corporate Seal for each Signer) Contractor . .. a. .. .r 1. Surety Page 2 Labor and Materials Bond G. L. Christopher REMARKS .- ‘. CAPITAL BOND AND INSURANCE COMPANY 4184 ORANGE STREET, RIVERSIDE, CALIFORNIA 92501 (714) 781-2100 BOND NO. 002261 - lnltlal premium charged for this adjustment upon completion of c applicable rate on final contract p $9,000 - 00 ! CONTRACT BOND-CALIFORNIA FAITHFUL PERFORMANCE-PUBLIC WORK KNOW ALL MEN BY THESE PRESENTS, ghat H & A CONSTRUCTION CO. A CALIFORNIA CORPORA’ as Pr of 11345 Post Hill Road, Lakeside, California 92040 and the CAPITAL BOND AND INSURANCE COMPANY, a corporation organized and existing under the law state of California, and authorized to transact surety business in the State of California, as Surety, are h firmly bound unto CITY OF CARLSBAD in the sum OfFour Hundred & Fifty-Thousand Dollars and no/ 1 OOths--------------------- Dollars ($ 450~00~-0~ for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs istrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above-bounden P has entered into a Contract, dated to do and perform the following work, to-wit: ________________________________________----------------------- ! 19 , with the CITY OF CARLSBAD STAGECOACH PARK CONTRACT 2 855 5 ‘*OW, THEREFORE,if the above-bounden Principal shall faithfully perform all the provisions of said Contra this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 15th day of October , 19 85 . b H & A CONSTRUCTION CO. A CALIF01 PF BY: coT3d &A CAPITAL BOND AND INSURANCE CO ATTORNEY 7 BY /Jt& NEAL L. WITT STATE OF CALIFOKNIA ) ss. COUNTY OF Orange 1 On this 15th day of October , 1985 , before me the undersigned, a Notary in and for said County and St,atc;?, personally appeared Neal L. Witt personally known to me (& \$avtA - tu irie ut\ tlic basis of satisfactory evidence the person whose name is subscribed to this instrument as Attorney-in-Fact of Capital Bond and Insurance Company and who being by me duly sworn, did depose a ation described in and which executed the foregoing instrument; that he/she kn seal of said Corporation; that the seal affixed to said instrument is such co seal; that it was so affixed by authority granted to him/her in accordance w By-Laws of the said Corporation and that he/she subscribed the name of Cap1 Bond and Insurance Company as Surety and his/her own name as Attorney-in-Fact. that he/shr is Attorney-in-Fact of Capital Bond and Insurance Company , t!le (Notary Public) WImm ..mu- -w.uw =m.u- ..uVw.~IP.=w- ww.*.u HI.= I GENERAL PO WkR OF ATTORNEY -. .- "X HOME OFFICE - RIVERSIDE KNOW ALL MEN BY THESE PRESENTS, that CAPITAL BOND AND LNSURANCE C a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the City of Riverside, California, pursuant to the By-Laws which were adopted by the Directors of the said Company and are now in effect, which state that: "The Company President shall have power and aurhority to appoint Attorneys-In-Fac and authorize them to execute on behalf of the Company, bonds and undertakings, contracts of indemnity, and other writings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them. " Has made, constituted and appointed and by these presents does make, constitute and appoint, subject to provisions and limitations herein set forth NEAL L. WITT of ANAHEIM, CALIFORNIA its true and lawful agent and attorney-in-fact to make, execute, seal and deliver as surety, and as its act and deed, bonds and undertakings, contracts of indemnity, and other writings obligatory in the nature thereof. The authority of such Attorney-In-Fact is not to exceed ON ANY ONE RISK FOUR HUNDRED 8 FIFTY THOUSAND---------------------------------------Dollars $450,000.0 And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own persons. IN WITNESS WHEREOF, CAPITAL BOND AND INSURANCE CO., has caused these presents to be signed by its duly authorized officer, and its corporate seal to be hereunto affixed this 15th day ofccb&x.-, 19L CAPITAL BOND AND BY .-a 1 ?STATE OF CALIFORNIA COUNTY OF RIVERSIDE ) .. ON this 15th day of October A.D. 19 85, before the subscriber,a Notary Public of the State of California, in and for the County of Riverside, duly commissioned and qualified, came Tony Jimenez, Jr., President of CAPITAL BOND AND INSURANCE CO., to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledges the execution of the same and being by me duly sworn, deposed & said that he is the officer of said Company, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company & said Corporate seal & his Signature as officer were duly affixed & subscribed to the said instrument by the authority & direction of said Corporation, & that the By-Laws of said Company, referred to in the preceding instrument are now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City ************x******** * * * * * Riverside, the day and year first above written. OFFICIAL SEAL * GEORGE E. SPRE NOTARY PUBLIC-CALIF( * NOTARY BOND FILED * RIVERSIDE COUNT' * ...................... My Commission Expires October 18, 1' 1- - PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State o California, by Resolution No. 8218 , adopted October 15, 1985, ha awarded to H & A CONSTRUCTION CO. (hereinafte designated as the *rPrincipal11), a Contract for: GRADING AND DRAINAGE STRUCTURES STAGECOACH COMMUNITY PARK in the City of Carlsbad, in strict conformity with the drawing and specifications, and other Contract documents now on file i the Office of the City Clerk of the City of Carlsbad. WHEREAS, Principal has executed or is about to execute sai Contract and the terms thereof require the furnishing of a bor for the faithful performance of said Contract; 'Pa NOW, THEREFORE, WE, Principal, (hereinafter designated as . . the "Contractor" 1 and as Surety, are held and firmly bound unto the City of Carlsbad in the sum of Dollars ($ 1, said sum being equal to one hundre percent (100%) of the estimated amount of the Contract, to k paid to the said City or its certain attorney, its successors an assigns; for which payment, well and truly to be made, we bin ourselves, our heirs, executors and administrators, successors c assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the abov bounden Contractor, his/her or its heirs, executors administrators, successors or assigns, shall in all things stan to and abide by, and well and truly keep and perform th covenants, conditions, and agreements in the said Contract ar any alteration thereof made as therein provided on his/her c their part, to be kept and performed at the time and in tk manner therein specified, and in all respects according to thei true intent and meaning, and shall indemnify and save harmles the City of Carlsbad, its officers and agents, as therei stipulated, then this obligation shall become null and void otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agree that no change, extension of time, alteration or addition to tk terms of the Contract, or to the work to be performed thereunde said Page 1 Performance Bond or the specifications accompanying the same shall affect i obligations on this bond, and it does hereby waive notice of a: change, extension of time, alterations or additions to the teri of the Contract, or to the work or to the specifications. In the individual, it is agreed the death of any such Contractor sha not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by t. Contractor and Surety above named, on the 31 day of Gc~A 1985. event any Contractor above named executed this bond as T x i.l~ACOd-- GLL.7 Y& -1 X’ /&/5zZ%KL /-- A- ’ (Notarize or Corporate Seal for each Signer) Contractor -* Surety Page 2 Performance Bond - GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the 198 edition of the Standard Specifications for Public Work Construction, hereinafter designated Standard Specification as issued by the Southern Chapters of the American Publi Works Association, the City of Carlsbad supplement to tk Standard Specifications, the Contract documents, and tk General and Special Provisions attached thereto. The specifications shall include a report title "Geotechnical Investigation for Stagecoach Park, Carlsbad California" , as prepared by Geocon, Inc. (hereinaf te provisions, recommendations and specifications of this repor are to be considered as part of the contract documents except as noted otherwise. . The Construction Plans consist of . 7 sheet('s1 UesignLted a City of Carlsbad Drawing No- 261-9 The standar drawings utilized for this project are the San Diego Are Regional Standard Drawinqs, hereinafter designated Standar Drawings, as issued by the San Diego County Department c Transportation, together with the City of Carlsba Supplemental Standard Drawings. Copies of pertinent standar drawings are enclosed with these documents. Conflicts: In the event of conflicts between tlr requirements of the Standard Specifications, Soils Report San Diego Area Regional Drawings, or City of Carlsba Standards, the document highest in precedence shall apply. referred to as the soils engineering repart). .AI The order of precedence shall be: 1. Soils Report 2. City of Carlsbad standards 3. 4. Standard Specifications San Diego Area Regional Drawings 2. WORK TO BE DONE The work to be done shall consist of furnishing all labox equipment and materials, and performing all operatior necessary to complete the project work as shown on tk project plans and as specified in the specifications. Page I General Provisions 3. DEFINITIONS AND INTENT A. Engineer: The work "Engineer" shall mean the City Engineer or hi approved representative. B. Reference to Drawings: Where words lfshownfl, I1indicatedff, "detailedf1 , f1noted9f "scheduled", or words of similar import are used, i shall be understood that reference is'made to the plar accompanying these provisions, unless stated otherwise. C. Directions: Where words Ifdirectedfi, Ndesignatedii, llselectedtf, c words of similar import are used, it shall be understoc that the direction, designation, or selection of tk Engineer is intended, unless stated otherwise. The WOE "requiredfi and words of similar import shall k a. understood. to - mean ."as requirqd to properly complete th work as required and as approved by the City Engineer" unless stated 'otherwise, D. Equals and Approvals: Where the words rfequallt, ?lapproved equal1', "equivalent and such words of similar import are used, it shall k understood such words are followed by the expression "i the opinion of the Engineer", unless otherwise statec Where the words flapprovedft, ltapprovallf, 1facceptance1i, c words of similar import are used, it shall be understoc that the approval, acceptance, or similar import of tk Engineer is intended, E. Perform and Provide: The word tlperformff shall be understood to mean that th Contractor, at her/his expense, shall perform a1 operations, labor, tools and equipment, and further including the furnishing and installing of materials tha are indicated, specified, or required to mean that tl Contractor, at her/his expense, shall furnish and instal the work, complete in place and ready to use, includir furnishing of necessary labor, materials, tool: equipment, and transportation. Page 2 General Provi si ons 4. CODES AND STANDARDS I Standard Specifications incorporated in the requirements the specifications by reference shall be those of the l! edition. It shall be understood that the manufacturers producers of materials so required either have si specifications available for reference or are fully famil: with their requirements as pertaining to their product material. - I 5. CONSTRUCTION SCHEDULE \ A construction schedule is to be submitted by the Contracl \ j per Section 6-1 of the Standard Specifications at the time the preconstructisn conference. If the completion date shown an the "Notice to Procec letter not met by the Contractor, he will be assessed 1 daily salary of the City Inspector for each working c Coordination with the respective utility company for remor or relocation of conflicting utilities shall be recquiremer prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified an issuance of a "Notice to Proceed" and shall diligent prosecute the work to completion within 60 consecut: calendar days from the date of receipt of said "Notice Proceed". is -beyond the completion date, as damaqes. 6. LIQUIDATED DAMAGES ' Failure of the Contractor to complete the Work within t time allowed will result in damages being sustained by t City. Such damages are, and will continue to I: impracticable and extremely difficult to determine. For e2 consecutive calendar day in excess of the time specified, $ adjusted in accordance with Subsection 6.6 of the Standi Specifications for completion of the Work, the Contract shall pay to the City, or have withheld from monies due i the sum of $500, unless otherwise provided in t Specifications. .Execution of the Contract shall constitute agreement by t City and Contractor that $500 per day is the minimum value the costs and actual damage caused by failure of t Contractor to complete the Work within the allotted tin that such sum is liquidated damages and shall not construed as a penalty, and that such sum may be deduct from payments due the Contractor if such delay occurs. Page 3 General Provisions - 7. NONCONFORMING WORK The Contractor shall remove and replace any work no conforming to the plans or specifications upon written orde by the City Engineer. Any cost caused by reason of thi nonconforming work shall be borne by the Contractor. 8. GUARANTEE All work shall be guaranteed for one (1) year after th filing of a "Notice of Completion" and any faulty work o materials discovered during the guarantee period shall k repaired or replaced by the Contractor. 9. MANUFACTURER'S INSTRUCTIONS Where instsllation of work is required in accordance with th product manufacturer's directions, the Contractor shal obtain and distribute the necessary copies of suc instructions, including two (2) copies to the City Engineer. 10: INTERNAL COMBUSTION ENGINES All internal combustion engines used in the constructio shall be equipped with mufflers in good repair when in use o the project with special attention to City Noise Contro Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 11. CITY INSPECTORS All work shall be under the observation of a Cit Construction Inspector. Inspectors shall have free access t any or all parts of work at any time. Contractor shal furnish Inspectors with such information as may be necessar to keep her/him fully informed regarding progress and manne of work and character of materials. Inspection of work shal not relieve contractor from any obligation to fulfill thi Contract. 12. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law t be inserted in this Contract shall be deemed to be inserte herein and the Contract shall be read and enforced as thouG it were included herein, and if, through mistake c otherwise, any such provision is not inserted, or is nc correctly inserted, then upon application of either party th Contract shall forthwith be physically amended to make SUC insertion or correction. Page 4 General Provi si ons 13. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any item5 of work not indicated or specified, but which are essentia: to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of saic documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent oi the Contract documents, and the City's decision relative tc said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsiblity of compliance. 14. SUBSTITUTION OF MATERIALS ' The proposal of the Bidder shall be in strict conformity wit1 the drawings, specifications, and based upon the item: indicated or specified. The Contractor may affez 4 substitution for any- material, apparatus, equipment, ' 0: process indicated or specified by patent or proprietary name: or by names of manufacturer which she/he considers equal ii every respect to those indicated or specified. The offe. made in writing, shall include proof of the State Fir4 Marshal's approval (if required), all necessary information specifications, and data. If required, the Contractor, a her/his own expense, shall have the proposed substitute material, apparatus, equipment, or process tested as to it, quality and strength, its physical, chemical, or othe characteristics, and its durability, finish, or efficiency b a testing laboratory as selected by the City. If thc substitute offered is not deemed to be equal'to that sc indicated or specified, then the Contractor shall furnish erect, or install the material, apparatus, equipment, 0. process indicated or specified. Such substitution o proposals shall be made prior to beginning of construction if possible, but in no case less than ten (10) days prior t actual installation. -. 15. RECORD DRAWINGS The Contractor shall provide and keep up to date a complet t~as-builts~ record set of transparent sepias, which shall b corrected daily and show every change from the origina drawings and specifications and the exact "as-built locations, sizes and kinds of equipment, underground piping valves, and all other work not visible at surface grade Prints for this purpose may be obtained from the City a cost. This set of drawings shall be kept on the job an shall be used only as a record set and shall be delivered t the Engineer on completion of the work. r,icllb !i tictierd I I'ruv i 5 iotis - - 16. PERMITS The general construction, electrical, and plumbing permit will be issued by the City of Carlsbad at no charge to th Contractor. The Contractor is responsible for all othe required licenses and fees. 17. QUANTITIES IN THE SCHEDULE The quantities shown in the schedule of work were for th purpose of preparing the engineers estimate, The contract0 is responsible for verifying quantities required to carry ou the work shown on the plans, No claim shall be made agains the City for any differences between quantities shown an actual work performed to complete the work shown on th plans, the contractor being entitled only to compensation fo the lump sum price bid. The City reserves and shall have the right, when confronte with unpredicted conditions, unforeseen events, o emergencies to increase or decrease the quantities of work t performed under a scheduled unit price itein or to 'entire1 omit the performance thereof, and upon the decision of- th City to do so, the City Engineer will direct the Contract0 to proceed with the said work as so modified. If an increas in the quantity of work so ordered should result in a dela to the work, the Contractor will be given an equivalen extension of time. I be 18. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for th safety of employees on the work and shall comply with a1 applicable provisions of Federal, State and Municipal safet laws and building codes to prevent accidents or injury t persons on, about, or adjacent to the premises where the WOK is being performed. He/she shall erect and properly maintai at all times, as required by the conditions and progress o the work, all necessary safeguards for the protection c workers and public, and shall post danger signs warnin against hazards created by such features of construction a rotruding nails, hoists, well holes, and falling materials. aURVEYIlUG Contractor shall employ a licensed land surveyor c registered civil engineer to perform necessary surveying fc this project , Requirements of the Contractor pertaining t this item are set forth in Section 2-9.5 of the Standar Specifications. Contractor shall include cost of surveyir service within the total lump sum price bid. No separat payment will be made, Page 6 General- Provisions - 20. UTILITIES Utilities for the purpose of these specifications shall b considered as including, but not limited to pipe lines conduits, transmission lines, and appurtenances of "Publi Utilites" (as defined in the Public Utilities Act of th State of California) or individually solely for their own us or for use of their tenants, and storm drains, sanitar sewers, and street lighting. The City of Carlsbad an affected utility companies have, by a search of know records, endeavored to locate and indicate on the Plans a1 utilities which exist within the limits of the work However, the accuracy or completeness of the utilitie Servic indicated on the Plans is not guaranteed. connections to adjacent property may or may not be shown o the plans. It shall be the responsibility of the Contract0 to determine the exact location and elevation of a1 utilities and their service connections. The Contract0 shall make his/her own investigation as to the location type, kind of material, age and condition of existin utilities and their appurtenances and service connection * . which may be- .affected 'by* the contract work, and in additia he/she * shall *notify the City .as to any utility appurtenances, and service connections located which hav been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities a least 48 hours in advance of excavating around any of th structures. At the completion of the contract work, th Contractor shall leave all utilities and appurtenances in condition satisfactory to the owners and the City. In th event of damage to any utility, the Contractor shall notif the owners of the utility immediately. It is th responsiblity of the Contractor to compensate for utilit damages. The temporary or permanent relocation or alteration c utilities, including service connections, desired by tk Contractor for his/her own convenience shall be tk Contractor's own responsibility, and he/she shall make a1 arrangements regarding such work at no cost to the City. I delays occur due to utilities relocations which were nc shown on the Plans, it will be solely the City's option t extend the completion date. In order to minimize delays to the Contractor caused by tk failure of other parties to relocate utilities whic interfere with the construction, the Contractor, upon requez to the City, may be permitted to temporarily omit the portic Page 7 General Provisions - of work affected by the utility. The portion thus omitte shall be constructed by the Contractor immediately followin the relocation of the utility involved unless otherwis directed by the City. All costs involved in locating, protecting and supporting c all utility lines shall be included in the price bid fc various items of work and no additional payment will be made. .. *. e1 .e Page 8 General Provisions SPECIAL PROVISIONS 1. SCOPE aF wox The work consists of furnishing all labor, materials, a1 equipment and performing all work for the following: The work covers site improvements at Stagecoach Communit Park, Carlsbad, California. work includes gradinc subsurface drainage, and concrete drainage structurc with required erosion control protection measures ai such other items, services and details not mentionc above that are required by the Contract drawings and . accordance with the Specifications number 261-9 . 2. The work on this project includes operations in the confint of the Encinitas Creek. All subsurface drainage, concrei construction, rock work and grading in this area is to 1 completed by November 25, 1985, and in accordance wil grading permit #V85-165 dated May 22, 1985 as issued a1 amended by the Department of Fis.h and Game, State. ( Any site of construction activity in the Encinitas Creek are must pumped free of standing water in accordance with, tf City of Carlsbad grading ordinance. 4. The Contractor shall perform the work to conform with tl lines, grades and slopes shown on the approved plans, excel in area of future parking designated on the plans, whe: the Contractor will establish grade 8" below the finii grades shown on the drawings. It is the intent that this project will be a balanced cut ai fill operation with no imported or exported fill. On. materials designated unsuitable by the engineer must 1 removed from the site. Identified organic materii unsuitable for fills will be stockpiled and used on site : the final lift in fill areas designated by the engineer. ' California. 3. be the 5. Page 1 Special Provisions - CERTIFICATION OF COMPLIANCE I hereby certify that F/T/? &G (/- LZH. Legal Name of Contrgctor in performing under the Purchase Order awarded by the City o Carlsbad, will comply with the County of San Diego Affirmativi Action Program adopted by the Board of Supervisors, including a1 current amendments. 122- J-/” PI- Date (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must k -* attached.) Page 1 Certification of Compliance - SECTION 2.10 - CLEARING AND DEMOLITION - GEXERAL The except as modified herein. Scope: provisions of the Standard Specifications, Section 300, appl Protection of all light poles, fire hydrants, and othe utilities to remain. Protection of trees indicated on drawings to remain. Clearing and grubbing of the site of work. Removal and disposal of all deleterious materials. Furnishing, developing, applying and providing waterin equipment as'required for the project. Removal and disposal of any additional items not specificall mentioned herein which may be found within the work limits. Removal and disposal of all concrete pipe, headwall, an ditch necessitated by the drawings. Electrical removals. .# Related Work Specified Elsewhere: . Earthwork and grading: Section 2.20. Responsibility and Coordination: Contractor shall secure and maintain all required permits ar: licenses, and pay all fees necessary to legally complete tk work of this section. Contractor shall notify utility companies for all utilitic to cut off, modified or relocated, and shall maintain ar protect all active utilities. be Protection and Safety: tractor shall provide signs in necessary places to excluc sons, except those connected with the work, from enterii the working area. Contractor is responsible for preventi~ unauthorized persons from entering work area. Protect the project site and adjacent properties from dirl water, mud and water accumulated due to Contractor operations, rainfall runoff or water that enters the projec site from any other source. Page 1 2.10 - Clearing and Demolition - Salvage Materials: All salvage material remaining on the site after officia notification of vacation by the City shall be property of th Contractor, except as noted on the plans and herein. PART 2 - EXECUTION General Removal Work: Removal work shall be carefully done to avoid damage t existing facilities to remain. Site Clearance and Disposal: Clear the sites to be improved of grass, weed growtt rubbish, debris, and pavement, concrete slabs, etc., that ax to be removed for construction of the improvements shown c the construction plans. Roots three inches in diameter ar larger, rocks and broken masonry larger than four inches i the greatest dimension, and irrigation lines shall be remove .to a minimum depth of 12" below 'finished grade. All deleterious materials shall be disposed of off the sit by the Contractor, who shall make all necessary arrangement and pay all related costs. Miscellaneous existing and abandoned underground facilities drainage devices, secondary water lines, cables, abandon€ oil and water lines, leaching fields, irrigation pipe2 wiring, etc., located 12 inches or more below finish grac may be removed. Miscellaneous active lines within 12 inch€ of finish grade that are uncovered during the gradix opertions shall be protected. ' . Utilities: Inactive or abandoned utilities shall be disconnectec removed, and plugged or capped subject to the local governii ordinances. Should the Contractor encounter any existing undergroui utilities not shown on the drawings, he shall at once noti: the Engineer who will determine further procedure. Debris Burning: Burning of debris will not be permitted except by writtc permission of the Air Pollution Control Authorities a, governing fire authorities. Page 2 2.10 - Clearing and Demolition - SECTION 2.20 - EARTHWORK AND GRADING PART 1 - GENERAL The provisions of Standard Specifications, Sections 300 and 301, apply except as modified herein. Scope of Work: Rough grading as shown on the plans, including excavation, subexcavation, fill, backfill, and compaction. Subgrading of the parking areas. Stockpiling and placing topsoil. Soil compaction as required. Soil testing as required. Protective measures. Dust and noise abatement. Engineered fill as per soils engineering report. Obtaining construction water. Adjustment of Manhole Frame and cover sets to grade. Erosion control measures .. as outlined on plans. - .. .. .r 'Related Work Specified Elsewhere: Removal and Demolition Work: Section 2.10. Engineering subexcavation and backfill as specified in soil! engineering report. Testing: The Soils Engineer selected by the City shall be present ai the site during the earthwork activities relating tc stripping, excavation, backfill and compaction, and fillinc of the site. The Soils Engineer shall submit a compaction report to thc City certifying the Contractor's compliance with the plans specifications, soils reports, and grading ordinance i. placing all fills and backfills. The Soils Engineer shal conduct all specified tests to insure compliance. Soil Engineer shall also test, identify and make recommendation on other site and imported fill materials as specified i this section. Number and location of soils tests to be at the discretion o the Soils Engineer to assure uniformity and compliance wit the grading ordinance, but at least one test per two vertica feet of fill, but not less than one test per 500 cubic yard (per 100 cubic yards for building pads), all as approved b the City. Page 1 2.120 - Earthwork and Grading - The cost of services of the Soils Engineer, specified field density and maximum density tests, compaction reports and certificates of compliance, shall be borne directly by the City. All costs- of additional testing required to assure compliance shall be borne by the Contractor. Water: Contractor shall make arrangements with the Olivenhain Watei District, (619) 753-6466, to obtain construction water. PART 2 - EXECUTION Topsoil : Topsoil shall be the those soils identified by the soils engineer as having too high an organic content for use ae backfill. They shall be cleaned of all rock and debriz greater than 1" (one inch) in diameter and placed in thc final lift in areas designated by the soils engineer. Rough Grading: e The site shall be graded to the limit lines and elevation2 shown on the drawings with such allowances as may be require( for the construction of walks, and other future site improvements. Vertical tolerance for rough grading is 1/1( foot, plus or minus, at drainage swales, building pads an( paved areas. At all other areas, appearance shall be thc governing factor. Grades shall slope to drain without watei pockets or irregularities and shall conform to the intent oj all plans and specifications after thorough settlement an( compaction of the soil. Grades shall meet all existing 01 established controls shown on the plans and shall be 0: uniform slope and grade between points of fixed elevations 01 elevation controls and from such points to establishec grades. Horizontal tolerance shall be 1/2 foot, plus 01 minus. Unsuitable Soils: Unsuitable soils must be disposed at the direction of thc soils engineer. Any excess shall be removed from the site a. the Contractor's expense. Fill: Fill shall be placed in level layers not to exceed eigh inches in depth and mechanically compacted using optimw amount of moisture to achieve a 90% minimum degree o compaction. Page 2 2.20 - Earthwork and Grading - Erosion Control Measures: Design and install to the satisfaction of the City Engineer Ensure that all measures comply with City of Carlsbad gradin! ordinances and specifications. Protective Measures: All excavations shall be protected and guarded against dange of life, limb and property. Existing improvements and trees within contract limits o areas of activity shall be properly protected. Dust and Noise Abatement: During the entire period of construction, site areas shall bc kept sprinkled. -. PART 3 - QUALITY CONTROL . Survey: All survey costs will be at contractor's expense and includec in lump sum amount. Horizontal and vertical control points are to be layed out b the Contractor, from reference points shown on the drawings. Layout, lines and levels, staking of work is Contractor'! responsibility. Contractor will provide a staking for the purpose 0: inspection for final acceptance. Any areas reworked aftei that staking will be restaked for inspection. Testing : All soils and aggregate testing shall conform to thc requirements of the Soils Engineering Report. Grading Operations: Any corrections to the grading work required to bring it intc conformance with the intent of the plans and specification! and subsequent retesting shall be performed by Contractor a1 no additional cost to the City. Notify the Engineer of any apparent excess or deficiency 0: material required to achieve the intent of the plans anc specifications. The Engineer will provide direction for thc borrow or disposal of site material as soon as practicable. Page 3 2.20 - Earthwork and Grading - Excavation: The Contractor shall make all necessary excavation foz footings and slabs and do any additional excavation necessarl to provide ample r00m for installation of concrete form5 where required. Footings may be poured against undisturbed soil, except where caving occurs. Bottom of excavations shall be level, free from loose material and brought to the indicated or required levels ir undisturbed earth. All excavations shall be kept free fron standing water. The Contractor shall do all pumping oz draining that may be necessary in carrying on the work. Should excavations for footings, through error, be excavatec to a greater depth or size than indicated or required, sucl additional depth or size shall be filled with concrete, a! specified for footings, at the Contractor's expense. Miscellaneous Grading: Contractor shall perform miscellaneous grading associate{ with the work and in finishing adjacent properties to ]oil the improvements. Backfilling: After the foundations and walls have been placed, forma removed, and concrete or masonry work approved, tht excavation shall be backfilled with earth to the requirec grade Select material shall be used for backfill and shall bc free from large stones and clods. Material shall be approvec by the Soils Engineer. Backfill shall be deposited in layers of 6" thickness. Layers of backfill shall be moistened with water, the amoun. to be rigidly controlled to insure optimum moisturc conditions for the type of fill material used. Excess wate: causing saturated earth beneath footings will not bc permitted Backfill shall be compacted by suitable means to 90% density. All with Engineer. site trenches for other work shall be backfilled in accordancc this section, and may be tested at the discretion of tht Page 4 2.20 - Earthwork and Grading Conflicts: In the- event of conflict between the requirements of this Specification Section, the Standard Specifications, and the soils Engineering Report, the document highest in precedence shall control. The precedence shall be: 1. Soils Engineering Report. 2. Specification Section 2.20. 3. 4. Standard Specifications. City of Carlsbad grading ordinance and standards. .. Page 5 2.20 - Earthwork and Grading - SECTION 2.40 - SHORING AND TRENCH SAFETY PART 1 - GENERAL The provisions of Standard Specifications, Section 306 apply except as modified herein. The Contractor's attention is directed to the provisions oj Section 6424 of the Labor Code concerning trench excavatiol safety plans. PART 2 - SAFETY PLANS Requirements: Excavation for any trench five feet or more in depth shal not begin until the Contractor has received approval from thc Division of Industrial Safety and Director of thc Contractor's detailed plan for worker protection from thl hazards of caving ground during the excavation of sucl trench. .. -. . *. "Submittal : Such plans shall be submitted at least five (5) days beforc the Contractor intends to begin excavation for the trench anc shall show the details of the design of shoring, bracing sloping or other provisions to be made for worker protectiol during such excavation. Standards: No such plan shall allow the use of shoring, sloping, or i protective system less effective than that required by tht Construction Safety Orders of the Division of Industria: Safety. If such plan varies from the shoring syster standards established by the Construction Safety Orders, thc plan shall be prepared and signed by an engineer who i registered as a Civil or Structural Engineer in the State o California. Page 1 2.40 - Shoring and Trench Safety - SECTION 2.50 - SITE DRAINAGE PART 1 - GENERAL Related Documents: The provisions of the Standard Specifications, Section 306, apply except as modified herein. "Standard Specifications for Public Works Construction", APWA, 1985 edition, and all supplements. Scope: Furnish and install drain line system as shown on the drawings, including material, labor, equipment and service: required for construction of a complete system including, but not limited to, the following: Protective measures. Drain lines. Inlet' and outlet storm water curb' openings. Headwal Is PART 2 - MATERIALS AND INSTALLATION The curb openings and local depressions shall be constructec in accordance with details as shown on the plans, anc connections to storm sewers shall be in accordance to Sax Diego Regional Standard Drawings as adopted and modified bs the City of Carlsbad. All concrete shall conform to Sectior 201 and all concrete construction shall conform to Sectior 303 of the Standard Specifications. All trench backfill and bedding fill material due tc over-excavation shall be compacted to a relative density oi 90% as determined by the test described in Section 211-2 oc the Standard Specifications. Storm Drain: Storm Drain piping shall be reinforced concrete pipe conforminc to Section 207-2 of the Standard Specifications. Page 1 2.50 - Site Drainage - SECTION 3.31 - CONCRETE PART 1 - GENERAL Work Included in this Section: Headwall. Forms . Reinforcing steel and wire mesh for concrete. Aggregate base course where shown on drawings. Headwall footings. Setting of items to be inserted into concrete. Curing. Testing. Miscellaneous concrete items. Related Work Specified Elsewhere: -- Furnishing and determining location of items to be inserte into concrete. Subgrade preparation. Standards: Testing, materials and workmanship shall conform to th requirements of the Standard Specifications and the San Dieg Standard Drawings as adopted and modified by the City o Carlsbad. The most stringent requirement shall apply. PART 2 - MATERIALS Reinforcinq Steel and Wire Mesh: Reinforcing steel shall conform to Section 201-2.2 of th Standard Specifications and shall be Grade 40. Wire mesh shall conform to Section 201-2.4, Standar Specifications. Portland Cement Concrete: All materials shall. conform to the requirements of Sectio 201 of the Standard Specifications according to Class Us Table 201-1.1.2. Page 1 3.31 - Concrete - cur ins Compound : Type 1 per Section 201-4, Standard Specifications. concrete Formwork: Tie wire: Black annealed, not lighter than No. 12. Forms shall be constructed of approved materials. Lumber for studs, wales, and other structural components shall be No. 2 or better Douglas fir, SISIE, or S4S, not less than 2" ir nominal thickness. Plywood shall be Plyform, Grade B-B, either exterior or interior type conforming to Commercial Standard CS45-48 for Douglas fir plywood, not less than 5/8" in thickness when used without sheathing and of any standard thickness when used as a lining. General, Forms shall be constructed true to line and grade, shall conform to the shape and dimensions of the requirec concrete and shall be sufficiently tight to prevent tht leakage of mortar and sufficiently rigid to preyent * displacement or sagging between supports. Forms shall be sc constructed that they can be removed without damage to thc concrete Forms for curved surfaces shall be so constructec and placed that the finished surface will not deviate fron the arc of the curve, flat spots shall not be permitted. Approval of Forms and Reinforcement. Forms and metal reinforcement shall be checked and approved by the Engineering or Building Inspector before concrete is placed. .. Agsreqate Base: Crushed aggregate base, 3/4 inch maximum, in accordance witk Section 200-2.2 of the Standard Specifications. PART 3 - EXECUTION General : All work shall conform to the requirements of Section 303 oj the Standard Specifications. Install concrete and cement finish work true to lines, dimensions and levels, and finish with smooth unblemishec surfaces for interior work, exterior finishes specified or plans Page 2 3.31 - Concrete Remove -and replace defective concrete or cement work with neb materials. Permission to patch any defective area shall not be a waiver of the Engineer's right to require complete removal of defective work if patching does not restor€ quality and appearance of work. No advertising impression, stamp, or mark of any descriptior will be permitted on surface of concrete or cement finish. Curinq: Curing method may be moist curing, moisture retaining cover membrane curing, or by combinations thereof. Use water that is free of impurities which could etch 01 discolor concrete surfaces. Do not use liquid membrane curing compounds on surfaces whicl are to be covered with a coating material applied directly tc the concrete or with a covering material bonded to thr concrete, such as other concrete, liquid floor h.ardener, waterproofing, damp-proof ing 'flooring., painting, and othei coatings and finish materials, unless otherwise acceptable tc the Consultant. Cure formed concrete surfaces by moist curing with the forms in place for the full curing period or until forms arc removed. If forms are removed, continue curing by mois curing or moisture retaining cover. *. PART 4 - QUALITY CONTROL Smoothness Tolerance: Interior and exterior cement finish surfaces shall be of sucl smoothness and evenness that they shall contact the entirt length of a 10' straight edge laid in any direction, with ai allowable tolerance of 1/8 inch. Any operations necessary tc achieve this result shall be performed by the Contractor a1 no additional cost to the City. Inspections: Inspections will be provided as necessary. Call fo inspection two (2) working days prior to need. Page 3 3.31 - Concrete The €ontractor shall call for inspection during specific phases of construction. They shall include: All form work prior to pouring. All footings prior to pouring. Subgrade prior to pouring. Contractor shall notify the Engineer twenty-four (24) hour: prior to pouring any concrete. Any work covered prior to inspection shall be opened to vie! by the Contractor at his expense. All costs for correctio or replacement shall be borne by the contractor at no expensl to the City. Testing : Tests required. Compression tests of concrete shall be madc as required by the Standard Specifications except thaf compression tests of any grade of concrete shall be madc whenever the quantity of that grade used in the projeci exceeds 25 cubic yards.. At..least two identical' cyl'iriders 0: each grade of concrete shall be taken of each 100 cubic yard! of concrete or fraction drhereof placed in the work. Th( cylinders shall be tested in a testing laboratory and tesl reports submitted to the Engineer. Storage of test cylinders on the site and after delivery tl the testing shall be in accordance with A.S.T.M. Designatio. C31. Should the strength by test fail, the mix shall be adjustec so that the resulting concrete will comply with the minimu requirements, and all additional expense resulting from SUCI adjustment shall be borne by the Contractor. Further, shoulc the strength of any grade by test fall below minimum concrete from the defective pours which is in place may bc tested by the core method, and if such tests show thc concrete to be defective, the concrete shall be removed ant replaced or adequately strengthened as required under thc governing Code; and all expenses involved shall be borne b the Contractor. * Page 4 * 3.31 - Concrete - - appendix A soils engineering report - GEOTECHNICAL INVESTIGATION FOR STAGECOACH PARK CaRLSBAD, CALIFORNIA . .. *. .. 1 , .* For CITY OF CARLSBAD Carlsbad, California BY GEOCON, INCORPORATED Szz Ciqc, Calif==&ia July, 1985 GEOCON I N c 0 R p 0 R A T E D ENGINEERS AND GEOLOGISTS CONSULTANTS IN THE APPLIED EARTH St File No. D-3480-501 July 5, 1985 City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 Attention: Mr. Dave Bradstreet Subject : STAGECOACH PARK CARLSBAD, CALIFORNIA GEOTECHNICAL INVESTIGATION Gentlemen : In accordance with the request of Mr. Steven Lang of RSI Architecture and our proposal dated May 21, 1985, we have performed a geotechnical investigation of the subject property. The accompanying report presents our findings as well as conclusions and recommendations relating to the geotechnical aspects of developing the property as proposed. If you have questions or if we may be of further service, please contact the undersigned. Very truly yours, .. ?FED / 'I / / 7 LL' h' I,\ , d&/LL< Michael R. Rahilly / ames E. Likins '@E. &ST Farkas /,/ CE 17030 CEG 1185 RCE 28188 MRR: JEL: lm (3) addressee {3j RSi Archirecture (1) Rick Engineering, Carlsbad 9530 DOWDY DRIVE SAN DIEGO, CALIFORNIA 92126 PHONE (619) 695-2880 - TABLE OF CONTENTS GEOTECHNICAL INVESTIGATION Page Purpose and Scope. ...................... 1 Site and Project Description ................. 1 Soil and Geologic Conditions ................. 3 Santiago Peak Volcanics. .................. 3 Delmar Formation ...................... 3 Marine Terrace Deposits. .................. 4 Ancient Landslides ..................... 4 Alluvial Soils ....................... 4 Topsoil* . . . . . . 5 Groundwater. ......................... 5 Faulting and Seismicity. ................... 6 CONCLUSIONS AND RECOMlkNDATIONS 7 General. ............................ Potential Geologic Hazards ................... 7. Groundwater Conditions. ....... : ... 6 ........... 8 Soil and Excavation Characte'ristics. ............. 8 Grading.. .......................... 10 Foundations. ......................... 11 Concrete Slabs-on-Grade. ................... 12 Site Drainage and Koisture Protection. ............ 13 Grading Plan Review. ...................... 13 LIMITATIONS AND UNIFORMITY OF CONDITIONS ............. 14 Figure 1, Site Plan (pocket) Figure 2, Slope Design Chart Figure 3, Typical Buttress Detail Figure 4, Recommended Canyon Subdrain Detail AETENDIX A -. ....................... Slope Stability. 9 FIELD INVESTIGATION Figures A-l - A-3, Logs of Test Borings Figures A-4 - A-11, Logs of Test Trenches APPENDIX B LABORATORY TESTING Table IA, Noisture-Density and Direct Shear Test Results Table IB, Compaction Test Results Table IC, Expansion Index Test Results APPENDIX C RECOMMENDED GRADING SPECIFICATIONS GEo( INCORPO File No. D-3480-JOl July S, 1985 - - GE OTECHNICAL INVESTIGATION Purpose and Scope . The purpose of this study was to evaluate the soil and geologic conditions which would affect the development of the Stagecoach Park development as proposed by the present tentative map. Conclusions and recommendations pertaining to the geotechnical aspects of grading, slope stability and foundation design were to be included in the report. Tthe investigation included a site reconnaissance and the excavation of three test borings and 11 test trenches. Logs of the test excavations as Me11 as other details of the field ‘investigation are presented in Appendix A. Laboratory tests were performed on selected representative samples obtained at various depths in the test borings to evaluate pertinent physical characteristics of the soils types encountered. A summary of laboratory tests performed is included with the test results in Appendix B. Site and Project Description The approximately 28 acre site is located west of and adjacent to Mission Estancia easterly of its intersection with Rancho Santa Fe Road in the City of Carlsbad, California (see Site Plan and Geologic Hap, Figure 1). Topographically, the property consists of gently northerly-sloping hillside terrain with elevations ranging from a high of approximately 245 feet along -1 - GEo( INCORPO File No. D-3480-501 July 5, 1985 the southern property line to a low of approximately 160 feet in the bottom of the stream drainage adjacent to Mission Estancia in the western portion of the site. Natural drainage is accomplished through a relatively broad drainage area roughly paralleling the northern property line. VegetatioF consists of dense stands of wild grasses and brush over the majority of the site. Large trees are present in the broad drainage area near Mission Estancia. Several dirt roads are present near the southern property boundary and some adobe ruins surrounded by a chain-link fence are present on the ridge in the central portion of the site. At the time of the investigation, Mission Estancia was under construction. *. According to the ‘Vaster Plan, Stagecoach Park, City of Carlsbad” prepared by RSI Incorporated (undated), it is proposed to develop the property to receive a recreational park. The park will include three baseball diamonds, four tennis courts, a gymnasium-community building and associated car parking, restroom concession buildings and hiking trails. Grading plans are not available, however, the ?laster Plan and the available Topographic Map indicates that cut and fill slopes will have maximum heights on the order of 35 feet at maximum inclinations of 2.0 to 1.0 (horizontal to vertical). It is anticipated that maximum cut and fill depths will be on the order of 30 feet. If project details vary significantly from those outlined, Geocon, Incorporated should be notified for review and possible revision of the recommendations presented herein prior to final design suhnittal. -9 - L GEO( INCORPO File No. D-3480-J01 July 5, 1985 - Soil and Geologic Conditions The site is underlain by the Jurassic-age Santiago Peak Volcanics, the Tertiary-aged Delmar Formation, Pleistocene-aged Marine Terrace Deposits and three surficial deposits consisting of landslide debris, alluvium and topsoils. The soil units are described below in order of increasing age. Santiago Peak Volcanics. Jurassic-age materials of the Santiago Peak Volcanics were encountered in the extreme northeastern part of the property northerly of the main drainage area. These materials consist primarily of weakly metamorphosed volcanic and sedimentary rocks in various stages of decomposition-. . Due to their limited extenf, it is our opinion 'that' the' Santiago Peak Volcanics will be of little or no consideration for the future development. .. Delmar Formation. The Tertiary-aged Delmar Formation consisting of medium stiff to hard, moist, tan to light brown sandstones and reddish- brown, olive gray, sandy claystones were found to underlie the majority of the site. This formation is known for its inherently weak claystone beds and typically requires slope stabilization measures for cut slopes exposing the clay-rich portions. As indicated on Figure 1, a suspected ancient landslide has been mapped within this unit near the base of the ridge in the western portion of the property, and a zone of soil creep was noted in thc eastern are?. c?f the sites 1% =dditio.r tc? F)OsEeEsiI?g rel2tivCrly Inw shear strength, the more clayey portions of this formation are highly -3- GEo( INCORPC File No. 0-3480-501 July 5, 1985 - expansive and typically require selective grading or specially designed foundations. Excavation within this formation should encounter little difficulty with conventional grading equipment. Marine Terrace Deposits. Relatively recent Stream Terrace Deposits unconf ormably overlie the Tertiary-aged sediments and are exposed near the base of the slope in the central portion of the property. The Terrace Deposits consist of dense to very dense, reddish-brown, silty to clayey sands and sandy clays with numerous angular metavolcanic rock fragments. The Terrace Deposits had an observed thickness on the order of 2 to in .. .. . . . ekcess of 6 fePt. Ancient Landslides. Topographic features as well as observed exposures of disturbed formational soils suggest the presence of an ancient landslide near the base of the slope in the western portion of the property. The estimated limits of the suspected landslide is depicted on the Geologic Map, Figure I. It is our preliminary opinion that the suspected slide masses will require buttressing for effective stabilization. Bummocky features generally indicative of shallow soil creep were observed in the eastern portion of the site in the area of the proposed baseball fields. Due to the unstable nature of these soils, deeper than normal keying and benching procedures would be likely where fill placement is planned. Alluvial Soils. The alluvial soils are typically composed of loose to - medium dense, porous, silty to sandy clays and clayey sands that have -4 - GEo( INCORPO File No. D-3480-501 July 5, 1985 - accumulated- near the base of slopes or along canyon bottoms. The maximum observed thickness in the areas to be developed was found to be on the order of 5 feet. It is anticipated that the .alluvial soils in the main drainage area would have thicknesses in excess of 15 to 20 feet. It is our understanding that this main drainage area is not proposed for development. Development within areas containing alluvial or colluvial deposits will require remedial grading in the form of removal and recompaction to mitigate potential settlement problems. -. Topsoil. The majority of the site was found to be covered by stiff to very stiff, gray, Sandy clay’ topsoils.* In general, the topsoils possess moderate to high expansion potential and average 1 to 2 feet in thickness. Due to the loose, unconsolidated condition of the topsoils as well as their expansive potential, remedial grading measures, such as recompaction, deeper than normal sideslope fill keys and undercutting of transition pads, will be necessary. ., . Groundwater Groundwater was not encountered in any of the test excavations at the tine of the field investigation. It is anticipated that groundwater is present in the main drainage channel in the northern portion of the property. A small pond is present in the main drainage area near Hission Estancia. I -5 - GEol INCORPq File do. D-3480-501 July 5, 1985 - - Faulting and Seismicity It is our opinion, based on the site reconnaissance and a review of published geologic maps and reports, that the site is not located on any known fault trace. The nearest known active fault is the Elsinore Fault zone which lies approximately 26 miles to the northeast. .. ., -6 - GEC INCORP File No. D-3480-J01 July 5, 1985 - CONCLUSIONS -AND P3COMMEMIATIONS General 1. No soil or geologic conditions were encountered which, in our opinion, would preclude the development of the site as tentatively planned, provided the recommendations of this report are carefully followed. 2. The presence of ancient landslides, weak claystones and compressible alluvial soils and topsoils will require remedial grading and slope buttressing. .. . ' .Potentdal Geologic Hazards.. 3. No faults or indications of faults were mapped on the site during our field reconnaissance or field investigation. The closest known active faults to the site are the Elsinore and San Jacinto Faults located approxi- mately 26 miles and 50 miles northeasterly of the site, respectively. The offshore projection of the potentially active Rose Canyon Fault zone is located approximately 6 miles west of the site. The site area could be subjected to moderate to severe ground shaking in the event of a major seismic occurrence along any of the active faults in the Southern California area, however, in our opinion, the seismic risk for the project is not significantly different than that of the nearby areas. 6. "he fte1.d investigation indicates that areas of ancient landsliding and soil creep are present within the Delmar Formation materials along the -7 - GEC INCORP File Mo. D-3480-501 July 5, 1985 project sideslopes. The estimated limits of the the landslides and soil creep are depicted on the Site Plan and Geologic Map, Figure 1. In general, the slide masses can be stabilized by buttressing during grading. The hummocky features indicative of shallow soil creep were observed in the eastern portion of the property. Remedial grading and slope buttressing may be required as recommended under "Slope Stability" below. Groundwater Conditions 5. No groundwater, water seeps or marshy areas were noted in the areas to be developed during the current site investigation. It is not anticipated . - that ' 'a permanent .groundwater table is 'present within proposed grading depths. It is anticipated that a groundwater table is present within the main drainage area. A small pond was noted in the western portion of the property near Mission Estancia. Soil and Excavation Characteristics 6. The soil units on-site can be grouped into three classes, soils that are moderately to highly expansive (topsoils, alluvial soils, and clay portions of the Terrace and Delmar Formations), soils that are compressible (portions of the alluvial and topsoils, and the upper portions of the landslide and soil creep areas), and soil suitable for use at finish grade (sandy portions of the Terrace materials and Delmar Formation). 7. It is our opinion that the materials can be excavated with moderate effort with conventional heavy-duty grading equipment. Excavation of the -8- GEO INCORP File No. D-3480-501 July 5, 1985 - alluvial soils may encounter some wet conditions requiring drying of the wet soils to facilitate compaction. Slope Stability 8. Slope stability analyses have been performed using shear strength parameters based on laboratory testing and experience with similar materials from nearby areas. The analyses indicates that cut slopes within the granular materials and properly compacted fill slopes inclined at 2.0 to 1.0 or flatter will have calculated factors of safety in excess of 1.5 for heights of at least 40 feet (see Slope Design Chart, Figure 2). * 9. The Investigation indicates that weak claystones may be exposed in cut slopes on the site. Where these claystones are exposed in proposed cut slopes, slope buttressing or stability fills are recomnended. The Site Plan and Geologic Map, Figure 1, indicates the approximate locations where slope buttressing is anticipated. The investigation also indicates that buttresses constructed within the existing landslide in the central-western portion of the site will be required. The approximate limits of the slope buttressing are shown on Figure 1 and a typical cross-section of a slope buttress is shown on Figure 3. Other smaller slopes may also require buttressing or stability fills depending on conditions exposed. Stability fills would typically consist of a recompacted slope having a recompacted width equal to the height of the slope or at least one equipment width, whichever is greater. More detailed buttress recommendations can be presented when grading plans are developed. -9- GEO INCORP File No. D-3480-501 July 5, 1985 - 10. It is recommended that all cut slopes and buttress excavations be inspected during grading by an engineering geologist to evaluate that the soil and geologic conditions do not differ significantly from those anticipated. Grading 11. All grading should be performed in accordance with the "Recommended Grading Specifications" contained in Appendix C. Where the recommendations of this section conflict with Appendix C, the recommendations of this section take precedence. All earthwork should be performed with testing and observation serv#.ced ptovided' by 'Geoion, Incorporated. -. ., ' 12. It is recommended that a pre-construction conference be held at the site with the owner, contractor, civil engineer and soil engineer in attendance. Special soil handling and/or the grading plans can he discussed at that time. 13. All loose, compressib1.e topsoils, alluvial soils and areas of soil creep not removed by planned grading operations should be excavated to firm natural ground and the excavated material then moisturized or dried as necessary and properly compacted. 14. To reduce the potential for future groundwater or seepage problems, it is recommended that subsurface drains be installed in the canyons to be filled. The recommended location of the subsurface drains are shown on -10- GED INCORPl File No. D-3480-501 July 5, 1985 - Figure 1. A typical detail of the drain system is presented as Figure 4. The actual location and depth of the subsurface drains should be evaluated by the geotechnical engineer during grading. The subsurface drains should be as-built for location and elevation by the project civil engineer. 15. The upper 3 feet of soil in cut or fill areas where buildings are proposed should be composed of "very low" to "low" expansive soil available on-site. "Very low" to "low" expansive soil is defined as soil having an expansion index of 50 or less when tested in accordance with UBC Standard 29-2. 16. To reduce the potential for differential settlement, it is recommended that structures not be placed on cut-fill transition lines. The cut portion of any such building pad should be undercut at least 3 feet below the proposed finish grade, the excavated naterial watered as required, replaced and properly compacted. Highly expansive material should be replaced as recommended above. Foundations 17. The following recommendations assume that low expansive soils (Expansion Index of 50 or less) will exist at finish grade. If this is not feasible, further recommendations will be provided by this office following grading operations on a building-by-building basis. 18. The site is suitable for use of isolated spread footings or continuous strip footings if graded as recommended above. Such footings should be at -1 1- GEO INCORP File No. D-3480-501 July 5, 1985 least 12 inches in width and should extend at least 18 inches below lowest adjacent pad grade. Footings located near the top of a slope should be deepened such that the bottom outside edge of the footing is at least 7 feet horizontally from the face of the slope. Footings for the restroom and concession buildings may be designed with widths and depths of at least 12 inches below lowest adjacent pad grade. 19. It is recommended that minimum continuous strip footing reinforcement consist of two No. 4 reinforcing bars placed horizontally in the footings, one near the top and one near the bottom. .. 1, 20; The recommended. reinforcement recommended above is based on soil characteristics only and is not intended to be in lieu of reinforcement necessary for structural considerations. 21. An allowable bearing capacity of 2,000 psf may be used for foundations constructed as recommended above. The allowable bearing capacity is for dead plus live loads and may be increased by one-third for transient loads such as wind or seismic forces. Concrete Slabs-on-Grade 22. Concrete slabs should have a thickness of 4 inches and should be underlain by at least 4 inches of clean sand or crushed rock. Reinforcement should consist of at least 6x6-10/10 welded wire mesh placed at the slab midpoint throughout. Where moisture sensitive floor coverings are planned, -12- GEO INCOICPl File No. D-3480-501 July 5, 1985 an impervious membrane barrier should be utilized covered by a 2-inch layer of the sand cushion to reduce shrinkage cracking and assist proper curing of the concrete. Site Drainage and Moisture Protection 23. Providing and maintaining adequate site drainage and moisture protection of supporting soils is an important design consideration. Foundation recommendations presented herein assume proper site drainage will be established and maintained. Under no circumstances should water be allowed to pond adjacent to footings. The site should be graded such that surface drainage f1o.w is' directed 'away from .foundations and into swales or other controlled drainage facilities. .. - Grading Plan Review 24. It is recommended that the grading plans be reviewed by this office prior to finalizing. The need for additional comments and/or analysis can be determined at that time. All proposed buttress and subdrain locations and design details should be shown on the final grading plans. -13- GEO INCORP File No. D-3480-501' July 5, 1985 LINITATIONS AND UNIFORMITY OF CONDITIONS 1. The recommendations of this report pertain only to the site investigated and are based upon the assumption that the soil conditions do not deviate from those disclosed in the investigation. If any variations or undesirable conditions are encountered during construction, or if the proposed construction will differ from that planned at the present time, Geocon, Incorporated should be notified so that supplemental recom- mendations can be given. .. .. 2. This report is issued with the understanding. that it is the responsibility of the owner, or of his representative, to ensure that the information and recommendations contained herein are brought to the attention of the architect and engineer for the project and incorporated into the plans, and the necessary steps are taken to see that the contractor and subcontractors carry out such recommendations in the field. .. 3. The findings of this report are valid as of the present date. However, changes in the conditions of a property can occur with the passage of time, whether they be due to natural processes or the works of man on this or adjacent properties. In addition, changes in applicable or appropriate standards may occur, whether they result from legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside our control. Therefore, this report is subject to review and should not be relied upon after a period of three years. GEO -14- INCORP . File No. D-348q-JOl .. July 5, 1985 '. -. WU UOaI-dk 0 hkUV1Wrl4JEltn.U rim+- Ulmmourr ~,CEUU 4-4~ GO c u u10 k c k aJ u mr(3 10 4dmloQIaz4. rnaJhS30 aww r-J- am 04 Li hACc c Ink !3 FCLOU cp uom a, nJw a '44 'UCq)m 04-n Uh5GWS 73UAUU mm !=m QaJ aJ m.4-4 -4f3m LI sFu3EE U 0 a,SL, 0s 0 v, Ul m~u)oouY m tP4-44 4J c ' c-ri OQ-44 Ql Q) v) IO44 w 3Cr-k m m u1 GEO Figure 2 INCORPl Q? I File No. D-3480-501 July 5, 1985 15' MIN. EXISTING GROUND ------- FINISHED SLOPE NOTE I =$ '5 (BEoOIN5 -- SHEAR PLANE ZONE Fm'-. NOTE b -% 9 +v:kk=f/27 BUTTRESS 7 r NOTE 2 UNDISTURBED FINISHED LOT Gug FORMATiONAL NOTE !54$ NOTE 6 7- SOIL NO SCALE NOTES - .. 1. Excavate backslope at 1.0 to 1.0 -inclination beginning 15 feet - (minimum) from top of slope. 2. Base of buttress to be 5 feet below pad grade. 3. 4. Chimney drains to be 12-inch by 24-inch slots spaced approximately 30 feet center-to-center and filled with filter material. Chimney drain should extend at Beast 5 feet above the shear zone. Buttress fill to be composed of properly compacted granular soil. 5. Filter material to be either Class 11 permeable material in accordance with State of California Standard Specifications Section 68-1.025 or 1-inch open-graded crushed rock enclosed in filter fabric. 6. Collector pipe to be 4-inch minimum diameter, perforated, thick- r walled PVC or BS sloped to drain and connected to storm drain or canyon subdrain. TYPICAL BUTTRESS DETAIL STAGECOACH PARK CARLSBAD , CALIFORNIA BEDROCK ( FORMATlONAL SOIL 1 '. e *. ~~~~ A' OPEN -GRADED I" MAX. AGGREG 0." 0 3 00 OQ,- 0 oo 0 0 U 0 v' 0 6" PERFORATED SCHEDULE 80 ABS. PIPE, t" TO 2" CLEAR FR BOTTOM OF TRENCH .o 1. 'I 00 . ,o D,'./~ .. \ 4 I- ;>.. L RECOMMENDED CANYON SUBDRAIN DETAIL STAGECOACH PARK CARLSBAD, CALIFORNIA ,. :. .'_' .. .. .I .. . .. 1 . , . . soils.' 0 APPENDIX A Gm XNCORPO File No. D-3480-501 July 5, 1985 - - - soils APPENDIX A FIELD INVESTIGATION The field investigation was performed during the period of June 13 through June 20, 1985 and consisted of excavating three test borings and 11 test trenches. The test borings were advanced with a Mobile B-50 truck-mounted drill rig utilizing 6-inch-diameter continuous flight auger. Relatively undisturbed drive samples were obtained by driving a 3-inch O.D. sampler equipped with brass rings with blows from a 140-pound hammer falling 30 inches. The test trenches were advanced with a 24-inch-wide backhoe mounted on a John Deere 510 tractor. Disturbed bulk samples were obtained in both the test borings and test trenches. The results of the excavations are presented on the logs of test excavations in Appendix A. I. GEo( 1NCORPC -- 22- - - - - - - - - - - - - - - - - L - - - - ? - SAMPLING UNSUCCESSFUL U-STANOARO PENETRATION TEST I - DRIVE SAMPLE IUNOIS SAMPLE SYMBOLS a- OISTURBEDORSAGSAMPLE U-CHUNK SAMPLE z - WATER TABLE OR SEE -22 - - .. .. - - - - I - - - - - - - - L - - - - r a - SAMPLING UNSUCCESSFUL - DISTURBED OR BAG SAMPLE m-STANDARD PENETRATION TEST 9- CHUNK SAMPLE fl- ORlVE SAMPLE (UNOIS & - WATER TABLE OR SEE SAMPLE SYMBOLS 2, i-2, m 0 2 m- 2 3 zm <am ZI g-2 L g 2- df3 ELEVATION DATE DRILLED a Mobile B-50 ’. ’ 53- EQUIPMENT c7 a > WY) BORING 3 Out c 9 00 6/13/85 E5g n, WI =id g 2 3 =+ w kzw a >. a v) MATERIAL DESCRIPTION -0 1 PI I TOPSOIL - II I1 2 4 I1 II 3-1 . .. . 6 Very stiff to hard, dry to damp, dark gray- brown, Silty CLAY e DELMAR FORMATION .. Very stiff, moist, light gray-green, Silty CLAY - - 501 110 ‘ File No. D-3480401 July 5, 1985 Very dense, damp, light tan, Silty SAND -, 1.1 . .I - - - 8 - 3-2 - - grades to light green, Clayey SAND i~~ - 10- -- - - Very dense, damp, light tan, Silty SAND 3-3 . with ‘trace clay - .12- - - Break in log - - Very stiff, moist, yellow-brown, Silty CLAY - 16- to Clayey SILT - 18- - .. Very stiff, damp to moist, gray, Silty CLAY to Clayey SILT w I - 20- 3-4 - 22- - - -- -. 24- Very stiff, damp, dark red to red-brown, Silty CLAY r - - 26- - - - 28- Very stiff, damp, gray-brown to gray, Silty CLAY to Clayey SILT L - 411.. - 30- 3-5 d 4’1 - - \ ~~ ~ 32 BORING TERMINATEPAT 30.5 FEET * Figure A-3, Log of Test Boring 3 . e 6%” m BUL - - - 50/ 110 - *,+If . I - e c e - 501 - 6” e e - - e - - - 501 - 91f a =w TRENCH 1 go+ c aam z E53 w-0 a 2nd >. wEm 0: >- a f g3 I-ZLC, v: d z X 61 201 85 3 Q $0 0 -2 d $ ElEVATlO N- DATE DRILL ED li '- %- EQUIPMENT &i Y E-: a a a JD 510 P E a (I) (3 I . *.... I MATERIAL DESCRIPTION I TOPS 0 IL . .... - . *. *. -0 . . . ./. , ... . . .a. ... . e. . . .*. . be. ..... . .. ' ... . '.. : *. . . .. -. 2 .. . . . .. ). .*. .... . , .I*. . .... . . .. 4 . . .* . ...,. .. .. .. .-. . - *, .. . * 1: ; I :; ..:I : * 1.:. - '1: :I.. .* :.. . . *. * . ,' e... . c6 - -8- .. 1; ;./ - 1 -10 - - - - - .I .. .. Stiff, dry, blackish-gray, Sandy CLAY - DELMAR FORMATION - Very dense, humid to moist, tan to light brown, well graded SANDSTONE rn - - Hard, moist, olive, very fine, Silty SANDSTONE/SILTSTONE . . " TRENCH TERMINATED AT 9.0 FEET - -* .. :. .'_' '.. *. .. .. 1 . ,. I TRENCH 2 TOPSOIL Soft, humid, blackish-gray, Sandy CLAY DELMAR FORMATION Medium stiff, moist, highly fractured, mottled reddish-brown to gray, Sandy CLAYSTONE -grades into very stiff to hard, massive, gray, Gritty CLAYSTONE TRENCH TERMINATED AT 11.0 FEET - - - - s t ' Figure A-4, Log of Test Trenches 1 and 2 - - L - - - - - - - - - - t > 0 2 5 3- p s z c J 9 g-e 0. Ec w azw J 0.- (I) L K. W(I) TRENCH 3 =w . g m- Pnt, v) y! a<# ZL oc! A? ELEVATIONpDATE DRILLED 6/20/85 E$z ;; Z*J $ $52 (D EQUIPMENT JD 510 gEm 0 MATERIAL DESCRIPTION July 5, 1985 Soft, moist, grayish-brown, Sandy CLAY COLLUYIUM Soft to medium stiff, moist, reddish-brown, Sandy CLAY with numerous angular metavolcanic rock fragments LANDSLIDE DEBRIS Medium stiff, moist, mottled rust red-olive, fractured, sheared CLAY , highly cemented SANDSTONE fragments - - ... ... . ... . . .. .. ... . .. . .. 1. *. .. * . . .. I .. f + , minor shear zone grades into loose, soft, moist, highly disturbed, intermixed reddish-olive ------ ------ CLAY / SAND TRENCH TERMINATED AT 15.0 FEET - 16 - c - - D D 0 m - 0 - I) - ., - 0 - L - - - c - - - - - - - - - 4 - - a - - - - - - - a - - 0 I - - I) - - I) L - SAMPLING UNSUCCESSFUL II-STANOARD PENETRATION TEST 1 - DRIVE SAMPLE (UNOIS SAMPLE SYMBOLS ... O~ST~R~EOOA EAG SAMPLE U, CHUNK SAMPLE r - WATER TABLE OR SEES a (3 >w I- $L TRENCH 4 & g .+zit v) 5 g 5s <am $1 E63 0, wzo zw-’ > -l ’ 8 8- EQUIPMENT JD 510 farn a P 2 =I- w E:zu -l 20 6120185 s-2 p. g - 3 dz ELEVATION DATE DRILLED a: 0 v) MATERIAL DESCRIPTION I TOPSOIL .. . . ... . .* * -0 . .. . File No. July 5, 1985 / . .. -. -* .. . .. .. . . . ,. .. .. . .. . *. . . a. . .- 2 .. -- e. .. -.. .. . * ... .e* ... * e... .- -. .. *... . 4 .. . . . .. .*-./ ‘ * -. *2* ..*-/.:*. . y..: *a* - 8- - .;/.. . * ?*’* . . . (:.a. .. ... ‘ a’ a*. e/.‘ ..2 - - - .* x -. :: Le.. 1.. a -/. , . : :;I.... - - . y: . . /. .*. . .’ . .-.-,< .. . *. -/:: 6 .. . .. . . - - . .. .. .- . . .*: a. .7.6 .. - .. i; 3 ..e. -- - 10- . ... .. .-. a - 12- . 0 ,.. ... * - 14- . .. . -4 ,. - - 16- - - I - I - - - - - - - + - - - I - - - - - - - - - Figure A-6, Log of c D-3480-501 Soft, moist, blackish-gray, Sandy CLAY - - - - - LANDSLIDE DEBRIS Loose, moist, highly disturbed, mottled - olive gray-reddish-brown, Clayey SAND with numerous small SILTSTONEKLAYSTONE fragements .) - - ------ becomes wet - - - d - __-__ numerous black. zones with. organics t .. . TRENCH TEFINATED AT 15.0 FEET - I - - - - - - - - - - - Test Trench 4 =w > a 6 5 y3 TRENCH 5 out-' t 5s ! 0 -2 fl A? ELEVATION DATE DRILLED 6/20/85 E5g c k $ 52 gF 2 w s s X za_I > LiL 2 X a nu' f a EOUIPMENT JD 510 A (3 v) MATERIAL DESCRIPTION I f TOP SOIL .*e.;. . : -0 . . . . . . . * . ... :-:. **. .. .... *. - ...a .*. . *. :. * .e.. , . .. *. . 2 . . .. 4 -6 - - F; $ Soft to medium stiff, dry to humid, blackish- - gray, Sandy CLAY .. r DELMAR FORMATION . Highly weathered fractured, moist, mottled purplish-gray CLAYSTONE - .. - . July 5, 1985 - 8- - - - 10 - - - 12 - - - I - -0 grades into fractured, gray, moist, gritty CLAY STONE ------- c - - TRENCH TEM.I,NATED AT 11,O FEET , . .. - I P - * TRENCH 6 TOPSOIL I .. - Soft, humid to dry, blackish-gray, Sandy - 2, CLAY - - . DELMAR FORMATION Highly fractured, weathered, calichefied, humid, olive CLAYSTONE ,--grades into very stiff, moist, slightly - / fractured, dark olive CLAYSTONE with shiny J parting surfaces 0p / - - 10 - \ TRENCH TERMINATED AT 9.0 FEET - 3 - - - - - m - - - - - .. - - - - SAMPLING UNSUCCESSFUL I],STANOARO PENETRATION TEST D - DRIVE UMPLE IUNOI I h4 .- DISTURBED OR B*G SAMPLE U-CHUNK SAMPLE z I WATER TABLE Off SE SAMPLE SYMBOLS File No. D-3480-501 July 5, 1985 E =w > um TRENCH 9 gut Z& 0 !? m- 9 3 yJJ Q - "0 Ezz 02 dz ELEVATION-DATE DRILLED 6/20/85 ZZi A g $- EQUIPMENT JD 510 k~ z 2 ,f+ w CLZW 2 w-e a 5 n a v) , MATERIAL DESCRIPTION TOPSOIL .. ... . .. * +. * -. . -0 re- . . . Soft, humid, black Sandy CLAY * .. a .. .- . .*. . .* . . . * .* .. .) 2 . .. . . ... BEDROCK CREEP 4 Soft to medium stiff, moist, highly - fractured, weathered, calichefied, light - gray CLAYSTONE with numerous randomly 6 oriented minor shear planes - L - . . Shear Zone, soft, moist, remolded, light and randomly oriented minor shear zones - 8- - - :-gray CLAY with numerous CLAYSTONE fragements D ~~ z i '\ I \J - L */ /> a. DELMAR FORMATION Fractured, moist, light gray CLAYSTONE with numerous randomly oriented minor shear planes L I t - TRENCH TERMINATED AT 15.0 FEET - 16- D - - r - D D - D - - - D - /- - (I - - - D - 1 - r - m - - c D - - D - I - - - Figure A-9, Log of Test Trench 9 . CT) c zrr g; 2 n n - SAMPLING UNSUCCESSFUL 1XI .- DISTURBEDOR BAG SAMPLE m-STANDARO PENETRATION TEST 0- CHUNK SAMPLE - DRIVE SAMPLE IUNOIS I- - WATER TABLE OR SEE1 SAMPLE SYMBOLS ! . a =tu. 2 d >. 0 WCT) 4 23 TRENCH 10 Out c 223 % E3 g; wgjo zu-J >- P -.= a ’ A Z 8- EQUIPMENT JD 510 &am n 6120185 =I- w 3 n ~q g-2 Q i 4: ELEVATION DATE DRILLED kzw J a v1 L MATERtAL DESCRIPTION , .. .. . 4 .. . . .. ALLUVIUM -0 ...(..a. . 2 4 6 .. - - . : . ..A’ .. .a(* . . *. */- . l‘? . .. .. Very loose, moist, dark gray, Clayey SAND : . i. ._ .. . e. ‘e . *. .. .*.. - . 18 . *. .:. .. .. BEDROCK CREEP Soft to medium stiff, moist, highly I File No. July 5, 1985 - - - 8- * 1; ; .-12- * - 16 - - - - - - - - 3 - - - 7 - - - - - - - - - - - - - 2 Figure A-10, Log of D-3480-501 fractured, weathered, mottled, purplish- . brown to gray CLAYSTONE .. Shear Zone, soft, moist, highly sheared, r- I light gray CLAY I ‘\ I \A /;” - - -* . .. ... ... .. ._ .. /. DEL? FORMATION Fractured, very stiff, moist to wet, light . gray CLAYSTONE - TRENCH TERMINATED AT 15.0 FEET - c - - L - - - - - - - - - Test Trench 10 E ip. g ? A v, EQUIPMENT JD 510 :Ern .g -0+ k-z+ v) <UUl ZL 2w-I > >.w .,TRENCH 11 4' (3 !j g?? != $ e= 2 2-00 %s & =t w kzw J -J@ ELEVATION DATE DRILLED 6/20/85 x-: a. z (3 v) MATERIAL DESCRIPTION ..:. . .. ,. . . TOPSOIL -0 ,. . ,.. * . . - .. * . . .... -... . ... .. . * * .e. f .. .. .. .. .a. _..:; : * 2 .. .. .: ...: e. ... f.. . .. . . :. . . ,., . .: * . . I. 4 . ... ... . . . .* .. .. . .- .e. .. . . .. . .. 6 I. ._-a. - - .. ., .. .. . .. . .. .. 0. . .. .. - - -8 - .. . .*: ,. 1; 5- -.* < .. - .. *. *' . -. ,. : * . .. .' -.... a. *. . . -10 - e, Soft, moist, black Sandy CLAY .) TERRACE DEPOSITS Medium stiff, moist, light brown, Sandy CLAY - - ______ grades into dense, moist, light brown, - weakly cemented SANDSTONE with numerous caliche and gypsum crystals - - >--- highly calichef ied zone \ \ - -- /' 0 - Very dense, light bro&, moist, weakly cemented SANDSTONE with occasional -. ., File No. D-3480-501 July 5, 1985 . quartzite and metavblcanic 'rock fragments DELFfAR FORMATION - - Stiff to very stiff, moist, mottled, purple- olive-gray, fractured CLAYSTONE with shiny c - parting surfaces - - TRENCH TERMINATED AT 14.0 FEET - - - - - - - - - - - - - - - - - - - - - - J Figure A-11, Log of Test Trench 11 L .. - .) - .. - - - - - - - - - - - - - .. . ..., .. .. .. : . d .. r .. .. _- . . .. soi,s:: .e APPENDIX B I . I .. L. Gm INCOBPOE File No. D-3480-501 July 5, 1985 - soils APPENDIX B LABORATORY TESTING Laboratory tests were performed in accordance with generally accepted test methods of the American Society for Testing and Materials (ASal) or other suggested procedures. Selected relatively undisturbed samples were tested for their in-place dry density, moisture content, drained shear strength, consolidation characteristics, and expansion potential. The maximum dry density and optimum moisture content of selected bulk 'samples were determitied in accordance with ASTM Test Procedure D1557-70, Method A. Portions of the bulk samples were then remolded to selected densities and subjected to drained direct shear tests and Expansion Index tests. .. The results of the laboratory tests are presented in tabular form herein. The in-place dry density and moisture content are also presented on the boring logs. GEo( INCORPC File No. D-3480-501 July 5, 1985 - TABLE IA Summary of In-Place Moisture-Density and Direct Shear Test Results Angle of Resistance Dry Moisture Unit Shear Sample Density Content Cohesion NO PC f x psf Degrees 1-1 100.0 23.8 450 28 *1-2 101 *7 14.9 290 5 1-3 112.3 17.3 1-4 120.2 12.8 2-1 104.8 . 20.5 2-2 110.9 16.2 .. .. .- .I 2-4 105.3 20.2 3-1 110.6 9.9 "3-2 109.4 12.8 300 25 3-3 110.6 9 .o 4 40 47 *Sample remolded to approximately 90 percent of maximum dry density at near optimum moisture content, G.Eo( INCORPO File No. D-3480-501 July 5, 1985 - TABLE IB Summary of Laboratory Compaction Test Results ASTM D1557-70 Maximum Dry Optimum Sample Density Moisture NO Description PC f % Dry IJt. 1-2 Gray-green, Sandy CLAY 113 -2 14.5 3-2 Gray-green, Clayey SAND 121 -8 12.2 TABLE IC Summary of Laboratory Expansion Index Test Results Moisture Content Before After Test Test Dry Sample Density Expans ion No. % % PC f Index 1-2 15.5 37.3 92.2 109 3-2 10.8 21.9 106.8 42 3-3 1.9 15.8 109. L 0.1% air dry swell GEO INCORPI i -. -. soils APPENDIX C GEo( INCORPO File No. D-3480-501 July 5, 1985 - - RECOMMENDED GRADING SPECTFICATIOPJS 1. General 1.1 These specifications have been prepared for grading of Stagecoach Park located in Carlsbad, California. They shall be used in conjunc- tion with the soil report for the project dated July 1, 1985 prepared by Geocon, Incorporated. 1.2 The contractor shall be responsible for placing, spreading, watering, and compacting the fill in strict conformance with these specifica- tions. All excavation and fill placement should be done under the observation of Geocon, Incorporated. Geocon, Incorporated should be consulted if the contractor or owner wishes to deviate from these specifications. 1.3 The grading should consist of clearing, grubbing, and removing from the site all material the Soil Engineer designates as “unsuitable”; ~ preparing areas to be filled; properly placing,and compacting ‘fill materials; and all other work necessary to conform with the lines, grades, and slopes shown on the-approved plans. 2. Preparation of Areas to be Graded 2.1 All trees and shrubs not to be used for landscaping, structures, weeds, and rubbish should be removed from the site prior to commencing any excavating or filling operations. 2.2 All buried structures (such as tanks, leach lines, and pipes) not designated to remain on the site should be removed, and the resulting depressions should be properly backfilled and compacted prior to any grading or filling operations. 2.3 All water wells should be treated in accordance with the requirements of the San Diego County Health Department. The owner shall verify the requirements. 2.4 All vegetation and soil designated as “unsuitable” by the Soil Engineer should be removed under his observation. The exposed surface should then be plowed or scarified to a depth of at least 12 inches until the surface is free from ruts, hummocks, or other uneven features that vculd prevent uniform conpaction by the equipect used. Gm INCORP 2.5 Where the slope ratio of the original ground is steeper than 6.0 horizontal to 1.0 vertical, or where recommended by the Soil Engineer, the bank should be benched in accordance with the -following illustration. NOTES (1) "B" should be 2' wider 3R I G I NAL GROUNO than the compaction equipment, and should be a minimum of 10' wide. FlNlcH GRAQE FINISHED SLCPE SURFACE (2) The outside of the bottom key should be below the topsoil or slopewash and at least 3' into dense forma- tional material. "< 1 -z -- SLOPE TO p. SUCH MAT SLOUGHING OR SLlOlNG DOES NOT OCC'dR I (NoTE *) l- RECWVENOEO ay w (NOTE I) SOIL ENGINEER .. a. 2.*6 After. the areas.have been plowed or scarified, the surface should be disced or bladed until they are free from large clods; brought to the proper moisture content by adding water or aerating; and compacted, as specified in Section 4 of these specifications. 3. Materials Suitable for Use in Compacted Fill 3.1 Material that is perishable, spongy, contains organic matter, or. is otherwise unsuitable should not be used in compacted fill. Material used for compacted fill should consist of at least 40 percent fines smaller than 3/4-inch diameter. 3.2 The soil engineer should decide what materials, either imported to the site or excavated from on-site cut areas, are suitable for use in compacted fills; the Soil Engineer should approve any import material before it is delivered to the site. During grading, the contractor may encounter soil types other than those analyzed for the soil investigation. The Soil Engineer should be consulted to evaluate the suitability of such soils. Any material containing rocks or hard lumps greater than 6 inches in diameter should be placed in accordance with Section 6 of these specff ications . .- 3.3 3.4 The Soil Engineer should perform laboratory tests on representative samples of material to be used in compacted fill. Such tests should be performed to evaluate the maximum dry density and moisture content of the samples. The tests should be performed in accordance with accepted test methods of the American Society of Testing and Materials (ASTM) . GEC INCORP 4. Placing, Spreading, and Compacting Fill Material 4.1 Unless etherwise specified, fill material should he compacted while at-a moisture content near the optimum moisture content and to a relative compaction of at least 90 percent as determined by accepted ASTM test methods. 4.2 Fill materials should be placed in layers that, when compacted, have a relative compaction in conformance with the project specifications. Each layer should be spread evenly and mixed thoroughly to provide uniformity of materials in each layer. 4.3 When the moisture content of the fill material is less than that recommended by the Soil Engineer, water should be added until the moisture content is as recommended. When the moisture content of the fill material is more than that recommended by the Soil Engineer, the fill material should be aerated by blading, mixing, or other methods until the moisture content is as recommended. 4.4 After each layer is placed, mixed, and spread evenly, it should be thoroughly compacted to the recommended minimum relative compaction. 4.5 The fill should be compacted by sheepsfoot rollers, multiple-wheel pheumatic-tired rollers, or other types of compacting rollers .that ..are' capable- of c'ompacting I the fill. at ' the .recommended moisture content. Each layer should be rolled continuously over its entire area until the recommended minimum relative compaction is achieved throughout the fill. 4.6 The fill operation should.be continued in layers, as specified above, until the fill has been brought to the finished slopes and grades shown on the approved plans. 4.7 Fill slopes should be compacted by sheepsfoot rollers, by track- walking with a dozer, or by other suitable equipment. Compaction operations should continue until the slopes are properly compacted (that is, in-place density tests indicate a relative compaction of at least 90 percent at a horizontal distance of 2 feet from the slope face). 5. Observation of Grading Operations 5.1 The Soil Engineer should make field observations and perfom field and laboratory tests during the filling and compaction operations, so that he can express his opinion whether or not the grading has been performed in substantial compliance with project recommendations. 5.2 The Soil Engineer should perform in-place density tests in accordance with accepted ASTM test methods; such density tests should be made in the compacted materials below the disturbed surface. When results of tests taken within any layer indicate a relative compaction below that recommended, that layer or portion thereof should be reworked until the recommended relative compaction is obtained. GEO INCORP 6. Oversize Rock Placement 6.1 "Oversize" rock is defined as material that is greater than 6 inches and less than 4 feet in maximum dimension. Material over 4 feet in maximum dimension should not be used in fills; such material should be exported from the site, broken into acceptably sized pieces, used for landscaping purposes, or placed in areas designated by the Soil Engineer and/or approved by appropriate governing agencies. 6.2 The Soil Engineer should continuously observe the placement of oversize rock. 6.3 Oversize rock should be placed in lifts not exceeding the maximum dimension of the rock, and should be placed in a manner that will not result in "nesting" of the rocks. Voids between rocks should be completely filled with properly compacted (minimum relative compaction of 90 percent), fine granular material. Oversize rock should not be placed within 5 feet of finish pad grade, within 10 feet of street subgrade, or within 2 feet of the bottom of the proposed utility Bines, whichever is deeper. 6.4 7. Protection of Work 7.1 During construction, the contractor should grade the site to provide positive drainage away from structures and to prevent water from ponding adjacent to structures. Water should not be allowed to damage adjacent properties or finished work on the site. Positive drainage should be maintained by the contractor until permanent drainage and erosion control facilities are installed in accordance with project plans. .. 7.2 No additional grading shall be done, except under the observation of the Soil Engineer. - GEo( INCORPO I I - ** I , I L i t i t 1 < appendix B buttress key cross-section - k- .. FINISH GRADE ~-------------- /// appendix C grading permit from calif. dept. of fish and game - STATE OF CALIFORNIA-THE RESOURCES AGENCY GEORGE DEUKMEJ DEPARTMENT OF FISH AND GAME 245 W. Broadway, Suite 350 Long Beach, CA 90802-4467 (213) 590-5113 June 21, 1985 Mr. Mark Steyaert City of Carlsbad Parks and Recreation 1166 Elm Avenue Carlsbad, CA 92008-1989 Dear Mr. Steyaert: This letter is to revise some of the conditions we included in our Streambed Alteration Agreement V-85-165 for Stagecoach Park. is our understanding that portions of Conditions P1 and P2 are not a part of this project, and may therefore be deleted from the Agreement. Condition P1) It The crib wall is to be constructed as part of the La CostaRacquetClub development, and is not part of this project. the Department to insDect the alignment of the crib wall prior eo construction of Stagecoach Park. The buffer strip to the west of the riparian corridor is outside the project limits. The condition requiring a 100' buffer to the vest of the riparian vegetation should be deleted from the Agreement. It will therefore not be necessary for Condition #2) We hope this clarifies any misunderstandings relating to this project. If you have any further questions, please call Denyse Racine at (619) 461-1506. Sincerely , P4d -=7 /?H&hvk *red A. IJorthTey Jr. FLegional Manager Region 5 c:c: E. Lauppe D. Racine A. Lawrence E.S. -- -1 Notification No. ac-Y THPNo AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION -.. &j.4 5p THNS AGREEMENT, entered into $,,en the of California Department of Fish and G hereinafter called the Department, and L /#-L //a - .577-3?ZG5-7- ofW>”wState of -,ti4 ‘1- of California Fish and Came Code, the operato the 2- day of *MeJection , 19s notified the Department that he intends to substantially d Or obstruct the natural flow of, or sulstantjally change the bed. channel, or bank of, or use material fron , in the Coun streambed of, the following mater: w-, State of californizE$,f?TgE !-? 0) 2 hereinafter caIled the operator, is as follows: WI3EREAS, pursuant to f / kVIKEREAS, The Deqrtment (represented by-*& a&/ AJE has made an inspe of subject: area on the cxa day of -MRc , 19sand ) has determined such operations may substantially advqrselv affect existing fish and wildlife resources includinn. fd!LLQd &P?dAd d Fm&dhd& - /?7&?%5H AAt/m2’ THEREFORE, the Department hereby proposes measures to protect fish and wildlife during the oper; work. The operator herebv agrees to acce t the following recommendations as part of his work: Nun --L&d@w- P “3- from the list of recommendations o back of this page and the following special recommendations: 1. All work in or near the stream or lake shall be confined to the period HE /L i- W?Af If the operator’s work changes from that stated in the notification specified ahove, this agreemcnt longer valid and a new notification shall be submitted to the Department of Fish and Came. Failure to cc with the provisions of this agreement and with other pertinent Code Sections, including but not limit1 Fish and Game Code SectZns 3650, 5652 and 3945, may result in prosecution. Sothing in this ageemexit authorizes the oprrator to trespnss on any Innd or property, nor does it ri the operator of responsibility fsr compliance with npplic,Ll)le frderd. state, or local laws or ordinances. A summateld agreement does not ncccssarily c-onstitate Dcpnrtment of Fish and Giirnc cndorsement of the pro operationl, or assure the Departmen This agreement becomes effective on Operator. Title- Organization - Depnrtment of Fish and Game, State of Cali Date- Date -q&/rS-- - ’ If inspcc:tion was not madc, cross orrt wcrds within parentheses. FS 1CC3 .. RECOMMENDATIONS -.. 1. Disturbance or removal of vegetation shall not exceed sar). to construct barriers or fills. If work in the minimum necessary to complete operations. The is unavoidable, a curtain enclosure to prevent distllrbed portions of any stream channel or lake mar- of the lake beyond the immediate working a gin within the high water mark of the stream or lake be installed. The enclosure and any supportive Shall be restored to as near their original condition as shall be removed when the work is compietec 14. Silt settling basins shall be located away from tl possible. 2. Restoration shall include the revegetation of stripped or lake to prevent discolored, silt-bearing w: or exposed areas. reaching the stream or lake. 3. Rock, riprap, or other erosion protection shall be placed 15. Preparation shall be made so that runoff frc in areas where vegetation cannot reasonably be expected crodible surfaces will be diverted into stable a to become reestablished. little erosion potential. Frequent water check placed on dirt roads, cat tracks, or other wori control erosion. Installation of bridges, culverts, or other structures shall be such that water flow is not impaired and u stream ing or other operations shall not be allowed t Bottonis of tem orary culverts shall be placed at or below stream c K annel grade. Bottoms of permanent lake or flowing streams. culverts sha.11 be placed below stream channel gade. 17. a) A4 silt catc.,m6nt basin shaIl be constmd 5. Plans for design of concrete sills and other features the stream immediately below the project that could ;potentiaIIy impede fish migations must be catchment basin shall be constructed of ga approlred b:y Department en,' nmeers. is free from mud or silt. b) Upon completion of the project and after : water in the area is clear of turbidity, the gr: 6. Il'licn an): dam (any artificial obstruction) is being \vith the trapped sediment shall be removed constructed, maintained, or placed in operation, suffi- stream. cicnt.water shall at all times be allowed to pass down- stream to maintain fishlife below the dam. 1s. If opcrations require moving of equipment flowing stw.im, such operations shall be i 7. .in adequate fish passage facility must be incorporatcd without su1)itantially increasing stream turb into any lnrrier that obstructs fish passage. 5. Any temporary dun ( any artificial obstruction) con- repeated crossings, the operator shall install strutted shall only be built from material such as clean culvert, or rock-fill crossing as specified in gravel v-hich will cause little or no siltation. below. 9. So cquipm4ent will be operated in live stream channels. 19. If a stream cIiannel has been altered during tions, its low flow clinnnel shall be returned 10. Equipment shall not be opcrated in the stream channels as possible to its natural state without creating of floiving 'live streams except as may be necessary to future bank erosion problem. or a flat wide c con5truct crossings or barriers and fills at channel sluice-like area. If a lake margin has been changcs. shall be returned as nearly as possible to i 11. \I'hen u.or'k in a ffo\ving stream is unavoidable, the state without creating a future bank erosion entire strcamflow shall be diverted around the work The gradient of the streambed or lake margi area by a barrier, tcmporar). culvert, and/or a new as ncarly as possible the same gradient as ex: channel capable of permitting upstream and down- to disturbance. stream fish movement. Construction of the barrier 20. Structurcs and associated m;iteriaIs not dl and/or the new channel shall normally begin in the withstand high seasonal fldws shall be removl downstream arm and continue in an upstream direc- above the high water mark before such flc tion, and the flow shall be diverted only when con- struction of the diversion is rompleted. Channel bank 21. NO dehris, soil, silt. sand, bnrk, slash, sau hish, cement or concrete or n-ashings therl or harrier construction shall be adequate to prevent petroleum products or other organic or earthe seepage into or from the work area. Channel banks or from nny logging, construction. or associati of whatevcr niiture shall he nllon~cd to en1 barriers shall not be made of earth or other substances suhicct to wosion unless first encloscd bv sheet piling, rock riprap. or other protective material. The enclosure placed where it ma!. be washed by rainfal: and the snpportive niatcrial shall be removed when into, \f.atcrs of the State. \!'hen operations the vork is completed and the removal shall normally plcted. any rscess materials or debris shall t: proccctl from doumstream in an upstream direction. from the work area. No rubbish sliall be u.ithin 150 feet of the high water mark of ; 12. Temporary fills shall be constructed of nonerodible or 'Iake. mntcrinls and shall be removed immediately upon work 22. The operator ,vill notify tl)r Dcpartmcnt o Came of the clntc of cornmencement of opci completion. 13. Equipnwnt sh.ill not he operated in the lake or its thr cfatc. of co:nplrtioii of opcrations at leas margin csccpt tliiring cxcavation and as may be neces- prior to such complction. or &\\nstream passage of fish is assured at a P 1 times. 16. \Vas11 water containing mud or silt from aggreg . 4 .. appendix D san diego area regional standard drawings - ateomnoto atuiwat ~MARIII w i*t cor*n~t UII oitso W5c&" &./m ~...w.w. ar L mar urn NUMBER 0.2.1 OAAWING Rmon lev Aoprand I Om f, n7j 17-7d SAN DIEGO REGIONAL STANDARD DRAWING Hotn I Raftma @l X 6. J/u-P~ CURB INLET - TYPE B iI I 1 I > Nhnholi fmmr and cow. SECTION A-A SECTION 6-8 4-54 4' 4 PUN NOTES 1. snr standard Drawing 0-1 1 for additional notal and ditak 2 Whin V excads 4' mw dull ba mnrlled. Sea Standud Orawmq 0-1 1 for diatk 3. ExpoPd edw of tonmarhall bi rounded with a radius of 1/2". 4. Olpenings on both side unlsrr othrmm shown on plans. LEGEND ON Pl --- 5. Nbintain 1 1/2" drar spaung bmwn mtnforcing and mhcr -----@: IECOMYEMOEO 8.1 TnE u OEO,OIIAL sT,,,,,AII co - au. sm- ORAWING NUMBER 0- Rwaon Bv( Apprond 1 Dan Rabar d % 6. 1 /& SAM DIEGO REGIONAL STANDARD DRAWING I ' W'<& 4 I I 1 CATCH BASIN - TYPE F . PA NOTES 1. SU Standard Or~np 0.11 for 8ddltlOnd nofw nd dmh 2 whr, V exdr C, stsps hdl be installrd. SlC 1 klrinmn 1 112" dwr tp10nq bo- remfora 4. lnmm in Jlowablr depth rubja to approval 5. Soa~on A-A shom 3 otn urd shall not holy that an intonar dl b to be built for rho stmi mth double or triple fnm and grate. 8. Expoad odgn of conma htl be rounded WI * Rdid rlr. 7. 011l- (Y~U u follou: Siwle G-1, Ooubb nd Triple G-3 SUnW 0-m 0-11 far d8triiS. md rurho. Agmq. 8. Only md bwrtnp gnta shall be d, Typa G nd 64. SN Standard Omwnq 0.14.1 and 0.1 m md 9na detrib, m both wqa ELEVATION torrrdr oufln a- 0-13. 0-14.1. 0-15.1 Aoundd pior mdr SII dnmq 041 €In shm on plrm - SECTtON A-A LEGERO ON PLANS a==== Rmaon Ev AowDnd RLCOmrWltO ISMIIIAI srmoms W TMI comanu SA* Olt00 &#e&/ 4%. 197s -act Ymo1 o am SAN DIEGO REGIONAL STANDARD DRAWING rRafr,,,,e, fA Lb. DRAWN(; NUMBER 0-8.1 I CATCH BASIN - TYPE G I r SAN DIEGO REGIONAL STANDARD DRAWING Renuon Rv Approwd Datr I 1 STORM DRAIN CLEANOUT - TYPE A 1 ~~~~~~‘flm~~~ wgu b.ru~ act I- DRAWING NUMBER 1 r i 4 ban pid diagonally nem-n w 1*1 YI OICOO a&@&fl &./m bomw IC& 1sBor ORAWING D-10 NUMBER SAN OIEGO REGIONAL STANDARD DRAWING RtOlOUI nYDUm WmmIrnI I STORM DRAIN CLEANOUT - TYPE B Rovm~on 1 BY I Aowond 1 Om II i It i II I 1- 1-111 honronol ninforriq, me able. 1 1 1r tf88mW vpld + -p-- Rwnm Ilk Nom 1.e- I rscn-mo n n y. o MQ(OUIRI#UQn ADZ^ 10 B q 17-7 SAN OIEGO REGIONAL STANOAAO ORAWING 1 - IauflU 4% I 1 11 1 IMLETS AND CLEANOUTS NOTES AND DETAILS -7 DRAWNO NUYBlER D-11 I c . . ..e * R~COWCMIO WGlOlAL STARMISS w rw CO-f ua oleo0 SAN OlEOO REGIONAL STANDARD DRAWING -9/A.&fl &Z./rn b-r RCC I,= ou ORAWING NUMBER ID-12.1 CURB INLET OPENING Amaon BY Amrand OJt RS z7 ' angrr 4 Nan3 W( M.8 IN-l h!4* PI rn.8 1/0-4 II I rn -1 1°"r Al On (1' mid - 1r Roundod Pipr Ends. d lo =~~ L~O dnwlng 0.61. --* - -.- -- - e 4. *:...K r- c L 44- e I c: L ? NOTES c I. Conuitr shill be 564 - C ;3oW. 2. Expomd corneta to bo chrmfrrrd W4". LEGENO ON PLANS ---- ----$1 Ronron levi Aoprowd 0 n~comomoco 81 TM tu oitao SAN DIEGO REGIONAL STANDARD DRAWING ncaiow nwuror co~nti clll lLLlupr ORAWING I1 &d&9 &./m . NUMBER 0-32 STRAIGHT HEADWALL - TYPE B (CIRCULAR PIPE] 1 I I 1 J . 6" X 6" - IO/10 WF AN Awd k8M (OpUOd) SECTION A-A lnkt cow. vm @out Q --fw c mJtipk Pipr marllalolm (r-1) SECTlON 6-8 SECTION C-C * NOTES - 1. whrn mom thw om pipr h und thr pmfik viswrhorn MI hold far ttu dba*la ymcl iII pipr openine SICtioa A-A md 88 MI br born dm outummt wpr n# dirana bmrrrn pipa dull bo 00 tor mnd and Spud3 for uch pipe. ( lr minimum ) LEGEND ON PV D= 2 Cuhrntrhrll bra off mn mh apron Pwfrowhm nquind bv tha Aglly. 3. Ur Inla Apron mty rrhrn a flnd md don 01) not k utdind 4. Rra rmp hola vrhrn mquind by thr Apmcy. ncco~mto n TWI w ItQ,,,.AL nUOAI,,, co,,,,, fzuuu 4% bmu rcr.iw-7 ORAWING 0-3i SAN DIEGQ REGIONAL STANOARD DRAWING RrviPon 8rl Apprond Dim k A-A..Pl b c 7.7* i I INLET APRON FOR CULVERTS ,kt 6-8 nl m.8 #-e I II UP TO 42" DIAMETER NUMBER 4. Sr mndrrd t#aJ pmnoont for rbaron of rip rap and film bLnfrt 5. Rip no mnn dr~omn shall ba drslqnatrd as either Tym 1 or TYPO 2. Tym 1 shall br with concreto utl lypl 2 shru k mthout Sll. SECTION B-8 Rmoon levi Aoprwrd I p Yib. ft SAN DIEGO REGIONAL STANDARD DRAWING I,..,,, fl,trr IIcwmlMO in twa w OHW amww rrmmnm 6~yn1i CM- ntr?rsr OW Lvu9PdU a.rm DRAWING NUMBER 0-40.1 ENERGY DlSSlPATOR I 1 RIP RAP J 11 DRAWING nteOI*mo OV rwt w omo ngaiouL numaol ~DYRE~ br- rtLl*JTor ORAWING SAN DIEGO REGlONAL STANDARD DRAWlNG &.XI(;/ &.m¶ NUMEER 0-82 PlPE COLLAR Rowon 1 evl Aoprowd 0110 II II I II I f ! '! -L b I ++ .-*,-, I I ---.--- i.i I 7-1 - -------- I 1 Rnidon ncawsmo IT TW tu Br Aoorond I Om I SAN DIEGO REGIONAL STANOARO DRAWING nLQ,OIIU sIyIouo) mm --7 - -d& 4% I I ., I I 1 CONCRETE tU6 DRAWING NUMBER 0-1 k .. Rounded prpe ends, 1 19"p PI drawing 0.61. I. t. 3: 1 11: "T-Jl. 7 1""i- r.0" . i-7 In'' SECT 10 N :Q i DOUBLE SINGLE L 72 e. L E B., OH 12- r, r 5'- IT' 35 0.60 .r. us* 50 0.94 15" 2'-tl" r-0" 40 0.75 9'-6" 60 1.17 18" 3'-2" 7-0" 50 0.91 10'-6" 75 1.35 21" 3'-5" T.6" 60 1.02 11'-6" 90 1.52 24" Y.8" r.6" 75 1.20 1T-6" 100 1.72 27" 3'-11" 9'-6 85 1.39 14'-0" 115 2.W 30" 4'-2" 1Q.O 85 1.52 1S.O" 126 2.21 33" C.5" 11'.O 100 1.73 16'aO" 130 2.42 36" 4'-8" 12'-0' 105 1.95 17-0 145 2.65 39" 4'. 11" 12'. 6" 130 2.09 18'-0" 170 2.88 42" 5'-2" 13'-6" 140 2.34 19'.0" 185 3.13 45" S.5" 1C.6 150 2.60 20'-0" 195 3.38 48" 5'-8" 15'-0'' 160 2.75 Z1'-0" 200 3.64 51" 5'- 11" 16'-0" 180 3.03 2T.6" 225 402 sa" 6'-2" 1T.0" 190 3.31 23'-6" 240 430 ntcawfnoa nrctonhi nmaAaos IV Tug COW~EE UR OI~OO t.r- ncrw Or ORAWING &w-P&J &e M?S NUMBER 0-30 Reviuon 1 Bv 1 Aporond SAN DIEGO REGIONAL STANDARD DRAWING I STRAIGHT HEADWALL - TYPE A [CIRCULAR PIPE) 2- - /'/I c -. d* 1 +-As -f -- ft &4 CofistructioH co/NpaHy Cor~ LIC. #X9791 11345 POST HILL ROAD LAKESIDE, CALIFORNIA 92040 Phone 619-44 [June 30, 1986 Office of the City Clerk City of Carlsbad 1.200 Elm Avenue Clarlsbad, California 92008-1989 FtE: Stagecoach Park - Contract No. 3191 Dear Sir: F'lease address all correspondence and/or communications on t.he above referenced project to our attorney: Mr. Paul Vesco 401 W. "A" Street, Suite 1905 San Diego, California 92101 Thank you, H & A Construction Company Virg fir ia Hall, Vice-president VH: jk l/ - *J B a 1200 ELM A\IENUE TEI CARLSBAD, CA 92008-1989 (619 Office of the City Clerk itp 884 Cwr%€&ab June 27, 1986 H & A Construction Co. 11345 Posthill Rd. Lakeside, CA 92040 Re: Bond Release - Stagecoach Park Grading - Contract No. 3191 The Notice of Completion for the above referenced project has recorded. Therefore, we are releasing 75% of the Performance Bond, Capital Bond and Insurance Company Bond No. 002261. Please consider this letter as your notification that $337,500 of the Performance Bond is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. eputy City Clerk - ,’ c J..L b" L U ALL6 LIL 'I UL u c LU yJ uLlu necuLii LU. e 0 It 9 * City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION ENGINEERING To All Laborers and Material Men and to Every Other Perso Interested: YO11 WILL PLEASE TAKE NOTICE that on March 6, 1986, th Engineering project consisting of the grading and drainaq structures for Stagecoach Community Park (Contract No. 3191) fo which H & A Construction and Capital Bond and Insurance Cornpan. was the surety was completed. CITY OF CARLSBAD City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Cit) Council of said City on ~CL, 13 , 1986, accepted the abovE described work as completekl and ordered that a Notice oi Completion be filed. I declare under penalty of perjury that the foregoing is Executed on M "i / y , 1986 at Carlsbad, true and correct. California. CITY OF CARLSBAD ,*d"TE* e- City Clerk - t- F* e 0 4 1200 ELM AVENUE TE CAALSBAC), CA 92008-1989 - (61 Office of the City Clerk Citp of Csrlsfisb May 14, 1986 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recording is the following described document: Notice of Completion - Engineering Stagecoach Park Grading - Contract No. 3191 H & A Construction Co. Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. $iiz2Iz- Deputy City Clerk Enc . --- - - - - - -- o -.-=------ -, -11u I.F;LULII I". d) 0 ,City Clerk ' 1200 Elm Avenue ' Carlsbad, CA 92008 NOTICE OF COMPLETION ENGINEERING To All Laborers and Material Men and to Every Other Persl Interested: YOU WILL PLEASE TAKE NOTICE that on March 6, 1986, tl Engineering project consisting of the grading and drainac structures for Stagecoach Community Park (Contract No. 3191) fc which H & A Construction and Capital Bond and Insurance Compar was the surety was completed. CITY OF CARLSBAD I DONALE DONOVAN - City Engineer VERIFICATION OF CITY CtERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Cit Council of said City on ma, 13 , 1986, accepted the abov described work as completeb and ordered that a Notice o Completion be filed. - I declare under penalty of perjury that the foregoing i true and correct. , 1986 at Carlsbad, CITY OF CARLSBAD + Executed on y7r\ California. AWd"C* City Clerk Snapp Insurance Agency (619)-579-9072 P.O. Box 927 GOLDEN EAGLE INSURANCE El Cajon, CA 92022 -- The Hartford H & A Construction Company 11345 Posthill Rd. ____ ; Lakeside, CA 92040 SS? t2:,,n, _= 'E-;-R 3 IY s SU3J;aZCT TO AL'L Tt-E 72RM3. SXCLUSEOHS. c. DATE (YMIIID(IM1 PC-!cV YLIRiiZEF, INDEPENDENT CONTRACTORS PERSONAL IN,iUR\' 158UENPG8855 03/08/85 03/08/86 GARAGE LIABI -IN C%IORK$EWS' XYWENSATlaN =EX,STIONS/LOCATIONSNE(- 'CLESISPEC A, '7 Cb,% CITY OF CARLSBAD PURCHASING DEPT. /RUTH FLETCHER &-_ --- Snapp Insurance Agency (619)-579-9072 P.O. Box 927 GOLDEN EAGLE INSURANCE El Cajon,, CA 92022 -____ H & A Construction Company GOLDEN EAGLE INSURANCE 11345 Posthill Rd. Lakeside, CA 92040 FSLip \y,,,32? ----I CMP002883E PREMlSES/OPEMTIOHS "ERSQiLAL INJURY INDEPENDENT COhTMCTOFS CROAD FORM 'ROPEXTY DAMAGE PERSONAL !NJURY 58UENPG885 5 D AUTOS (PRIV PASS ) NON-OWNED AUTOS GAWGE LlABil IPI ~__ is' LBA84C.TV ERATIONSILOG/;TIONSI~I-~!~~~~/S~~~~,~~ i;lf vfS CITY OF CPLRLSBAD PURCHASING DEPT. /RUTH FLETCHER 1200 ELM AVENUE e 0 STKrE CO M P E N SATI 0 N INSURANCE FUN D CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 October 16, 1985 POLICY NUMBER: 46-85 U1563 CERTIFICATE EXPIRES: 1-1-86 r City of Carlsbad Aktn: Purchasing Dept . 1200 Elm Ave. C:arlsbad, CA 92008 Ruth Fletcher L This is to certify that we have issued a valid Workers’ Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days’ advance written notice to the employer. We will also give you TEN days‘advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the, insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. - Job: All Operations -.gG...., RESIDENT - EMPLOYER r H & A Construction Corp. 11345 Posthill Rd. L,akeside, CA 92040 L SClF 10262 (REV. 8-84) * I) 1200 ELM AVENUE TEI CARLSBAD, CA 92008-1989 (615 PURCHASING D€PARTMENT October 22, 1985 The City of Carlsbad will waive the bonding requirement for the surety to be a Best Rated A: XI until such time as H & A Construction Company is able to secure acceptable performance, and labor and material bonds or a letter of credit in the amount of $449,958. H & A Construction Co. will be able to obtain bonds/a letter of credit in a form acceptable to the City within 30 days; and it is further assumed that this will be accomplished prior to the first progress payment date specified in this contract as “beginning 30 calendar days after execution of cantract”. Until H ti A Construction Co. is able to secure a performance and labor and material bond that is acceptable to the City or a letter of credit in the above stated amount, H & A Construction Co. agrees to have the City withhold all payments due on this contract. If acceptable bonds or letter of credit are not available within 30 days, the City reserves the right to withhold 20% of all payments due on this contract. It is assumed that / / g/ly& /i’ L&39 H & A Construction Co.