HomeMy WebLinkAboutMARATHON CONSTRUCTION CORPORATION; 1986-10-08; 3185KLLUKLJLNL, KL~UL~LLY DI ALYU nnjLuniv LW.
City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
e *
69 8 J
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on June 5, 1987
the engineering project consisting of the construction
of the Carlsbad Boulevard Seawall
on which Marathon Construction Corporation
waa the ccntractor, and United Facific Insilrance Company
was the surety, was completed.
- 7- I
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on September 1, 1987 accepted the above
described work as completed and ordered that a Notice of
Completion be filed.
I declare under penalty of perjury that the foregoing is
true and correct.
Executed on September 2, 1987 at Carlsbad, California.
CITY OF CARLSBAD
7 SEP -8 &# f!: rr2
r- QY-
FPE
r
CITY OF CARLSBAD
San Diego County
Cali for ni a
*
CONTRACT DOCUHENTS & SPECIFICATIONS
for
CARLSBAD BOULEVARD SEAWALL -
AUGUST 6, 1986
CONTRACT NO. 3185
APPROVED: &J %L+- DATE: g/7/a
City Engineer PE. 833081 Expiration Date: 6-30-90
Prepared by
WoodwardGlyde Consultants t
in association with Safino, Butcher and Ormonde, InC.
TABLE OF CONTENTS
ITEM PAGE NO.
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOPvlPANY PROPOSAL 11
DESIGNATION OF SUBCONTRACTORS 12
BIDDER'S STATEMENT OF FINANCIAL
RESPONSIBILITY 14
BIDDER'S STATERENT OF TECHNICAL
ABILITY & EXPERIENCE 15
CONTRACT 18
LABOR AND MATERIAL BOND 23
PERFORMANCE BOND 25
GENERAL PROVISIONS 27
SPECIAL INSURANCE INSTRUCTIONS FOR
CONTRACTORS 35
CERTIFICATION 'OF COMPLIANCE 38
i
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent, Ci Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 8th. d;
of September, 1986, at which time they will be opened and read for pee forming the work as follows:
CONTRACT NO. 3185
The work shall be performed in strict conformity with the specificatioi
thereof as approved by the City Council of the City of Carlsbad on file the Municipal Projects Department. Reference is hereby made to tl specifications for full particulars and description of the work.
No bid will be received unless it is made on a proposal form furnished 1
the Dilunicipal Projects Department. Each bid must be accompanied 1 security in a form and amount required by law. the second and third next lowest responsive bidders may be withheld un the Contract has been fully executed. The security submitted by all 0th
unsuccessful bidders shall be returned to them, or deemed void, with ten (10) days after the Contract is awarded. Pursuant to the provisioi of law (Government Code Section 4590), appropriate securities may 1 substituted for any money deposited with the City to secure any obligatic required by this notice.
The documents which must be completed, properly executed, and notarizc
are :
The bidders' security
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4.
5. 6. Bid Escrow Documents
Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience
All bids will be compared on the basis of the Engineer's Estimate. TI estimated quantities are approximate and serve solely as a basis for tl comparison of bids.
No bid shall be accepted from a Contractor who has not been licensed
accordance with the provisions of State law. The Contractor shall sta
his or her license number and classification in the proposal.
Sets of plans, special provisions, and Contract documents may be obtain1
at the Purchasing Department, City Hall , Carlsbad , California, for
The Engineer's Estimate is $5,200,000.
-1-
non-refundable fee of one hundred ($100.00) per set. The City of Carl
bad reserves the right to reject any or all bids, to award all, a select
number or none of the alternate bid items and to waive any min
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of work
needed to execute the Contract shall be those as determined by the Dire
tor of Industrial Relations pursuant to the Sections 1770, 1773, and 1773
of the California Labor Code. Pursuant to Section 1773.2 of the Califorr
Labor Code, a current copy of applicable wage rates is on file in t Office of the Carlsbad City Clerk. The Contractor to whom the Contra
is awarded shall not pay less than the said specified prevailing rates wages to all workers employed by him or her in the execution of t Contract.
The Prime Contractor shall be responsible to insure compliance with pr visions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1, of the California Labor Code con mencing with Section 1720 shall apply to the Contract for work.
A prebid meeting for all interested Contractors will be held on August 2r
1986 at 2:OO P.M. at the Carlsbad City Hall, 1200 Elm Avenue, Carlsbac California. A tour of the project site will immediately follow the meeting.
Every request for interpretation of the contract documents, plans ar specifications should be made to the City of Carlsbad, Project Manage: Jeffrey Bunnell, 2075 Las Palmas Drive, Carlsbad, California, (61!
438-1161 xt. 4359, and to be given consideration must be received at lea five days prior to the date fixed for the opening of bids. Any and : such interpretations and any supplemental instructions will be in the for
of written addenda to the specifications which, if issued, will be mailed 1
all prospective bidders (at the respective addresses furnished for suc purposes), not later than three days prior to the date fixed for tf opening of bids. Failure of any bidder to receive any such addenda c interpretation shall not relieve such bidder from any obligation under h
bid as submitted. All addenda so issued shall become part of the contrac
documents.
Bidders are advised to verify the issuance of all addenda and receij
thereof one day prior to bidding. Submission of bids without acknowledg
ment of addenda may be cause for rejection of bid.
Bonds to secure faithful performance of the work and payment of laborei
and materials suppliers each in an amount equal to one hundred percer
and fifty percent, respectively, of the Contract price shall be required fc work on this project.
The Contractor shall be required to maintain insurance as specified in th
contract, Any additional cost of said insurance shall be included in th
bid price.
-2-
Approved by the Cit Council of the City of Carlsbad, California, 1
Resolution No. gy& , adopted on the /c3 S day 0f/fi~~~~7
19a.
&d.h!6 Dde J
1
-3-
CITY OF CARLSBAD
CONTRACT NO. 3185
PROPOSAL
City Council City of Carlsbad
1200 Elm Avenue Carlsbad, California 92008
The Undersigned declares he/ she has carefully examined the location of work, read the Notice Inviting Bids, examined the Plans and Specit tions, and hereby proposes to furnish all labor, materials, equipmc
transportation, and services required to do all the work to complete C tract No. 3185 in accordance with the Plans and Specifications of the of Carlsbad, and the Special Provisions and that he/she will take in payment therefore the following unit prices for each item complete, to w
Item Approximate Item Descrip. w/Unit Price or Quantity - Unit Price To - - No. Lump Sum Price Written in Words & Unit
BASE BID ITEMS
1 Mobilization and Demobidlization
Lump Sum 447 - la hlobilization and Demobiliza- 1 tion with south parking lot as
work/storage area - lump sum.
Repair and Repave South Parking Lot - lump sum.
lb
Lump Sum - 75, 1
2 Reinforced Concrete Seawall and Beach Access Stairs.
2a. Site Preparation and Lump Sum 550 - Grading - lump sum . 1
2b. Reinforced Concrete Sea-
wall - lump sum. 1 Lump Sum 1,52( -
Contract Items awarded by Ciey- Council Resolution 8833
on 10/7/86 are shown in bold face type with asterisk.
Item Approximate
Item Descrip. w / Unit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price Tc -
2c. Reinforced Concrete Beach Access Stairs - unit price. 7 Stairs 14,000.00 98
*2d. Additional Approved
Structural Concrete for foundation key below design depth-unit
price/cu. yd. (300 coy.) 300,OO 90
*2e. Approved non-structural
concrete fill - unit
price / cu . yd . (200 COY.) 200,OO 40
Sub-Total 2,82( - - * Items 2D and 2E represent volumes generated as a
result of authorized over
excavation. Contractor will
, . be paid unit price per cubic
I yard used. Quantities are unknown (unk. ) and will be determined by City in the Field.
ADDITIVE BID ITEMS
A-1 Bluff Access Stairways
A-la. Sycamore Avenue stuir-
way and walk - lump sum. 1 Lump Sum 13f -
A-lb. Maple Avenue stairway Lump Sum 14C - and walk - lump sum. 1
A-lc. Hemlock Avenue stairway
and walk - lump sum. 1 Lump Sum 11E -
A- 2 Seawall Walkway and Retaining
walls - lump sum. 1 Lump Sum 12; -
-5-
Item Approximate
Item Descrip . w / Unit Price or Quantity Unit
A-3 A-3a. Upper Bluff Walkway
cast-in-place Alternate A -
lump sum. 1 Lump Sum 412,O
No. Lump Sum Written in Words & Unit Price - Tot,
-
A-3b. New Guard Rail - Carlsbad Boulevard - unit price per
lineal foot 525 L.F. 25.00 13,l -
A-4 Lifeguard Pad Stone Revetment, Pad and Ramps. A-4a. Site preparation and Grading
1 Lump Sum 14,O -
A-4b. Rock*
O 4 ton Armor Rock - unit
price per ton. 5200 Tons 21-.00 109,2
O 800 lb. under layer rock -
unit price per ton. 2370 Tons 21.00 49,7'
,O
. price per cu. yd. in place 820 C.Y. 28.00 22,9(
Quarry - run rock - unit
as shown on plans.
* On site rock approved for
use in the revetment or
romps will be paid for at
the same price as import
rock.
A-4c. Filter cloth - unit
price per square yd. 2900 S.Y. 3.00 8,7(
A-5 North Bluff Stone Revetment A-5a. Site preparation and
Grading - lump sum. 1 Lump Sum 26,OO
-6-
Item Approximate
Item Descrip. w / Unit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price To -
A-5b. Rock"
O 11 ton Armor rock - unit
12: - price per ton. 5900 Tons 21-00
O 300 pound underlayer rock -
3' 21.00 - unit price per ton. iaoo TOAS
O Quarry run material - unit
price per cu. yd. in place
as shown on plans. 600 C.Y. 28.00 1( -
* On site rock approved for use in the revetment will be paid at the same unit price as im- port rock.
A-5c. Filter Cloth - unit price -
I - per squard yd. 2400 S.Y. 3.00
A-6 South Parking Lot Stone
Kevetment , Ramp, and Energy
Dissapator . A-6a. Site Preparation and
28 Lump Sum - Grading - lump sum. 1
A-6h. Rock *
O 8 ton Armor Rock - unit
price per ton. 10,500 Tons 21.00 220
O 1600 pound underlayer
rock - unit price per ton 6000 Tons 21.00 - 126
O 800 pound underlayer rock - unit price per ton 2 100 Tons 21.00 -
0 30u pound underlayer rock -
1 - unit price per ton 50 Tons 21.00
-7-
Item Approximat e
Item Descrip . w /Unit Price or Quantity Unit
No. Lump Sum Written in Words ti Unit Price Tota
O Quarry Run Material - unit price per cu. yd. in place
as shown on plans. 1400 C.Y. 28.00 39,
*On site rock approved for use
in the revetment, ramp and dissapator will be paid for at the same price as import
rock.
I A-6c. Filter cloth - unit price
per square yd. 5500 S.Y. 3.00 16 I
A-7 Carlsbad Boulevard Parking Area
and walk - lump sum. 1 Lump Sum 78 r
A-8 Repair of Existing Stairways.
A-8a. Cherry Avenue stairway -
lump sum. 1 Lump Sum 78 ,
A-8b. Tamarack Avenue stair-
way - lump sum. 1 Lump Sum 30,l
Sub-Total 1 , 9 8 1 , {
Total amount of bid in words:
Total amount of bid in numbers: $ 4,801,805.00
ALTERNATE BID ITEMS
1A hlobilization and Demobiliza- tion with Contractor's lot as
work/storage area - lump sum. 1 Lump Sum 547,oc
The Contract Items awarded by City Council Resolution 8833 on 10/7/86 are shown in bold face type.
TOTAL, AMOUNT OF CONTRACT AWARD = 3,151,630.00 *
-a-
A-2 A Seawall Walkway with Paving Blocks and Retaining Walls - Lump Sum 179 - lump sum. 1
A-3A Upper Bluff Walkway, Precast
with piers Alternate B - lump sum. 1 Lump Sum 400 -
If alternates are selected by the City the contractors total bid price > be adjusted to reflect the difference.
Addendum No(s) #1, #2 has / have been received : is/are included in this proposal.
All bids are to be computed on the basis of the given estimated quanti1
of work, as indicated in this proposal, times the unit price as submit by the bidder. In case of a discrepancy between words and figures,
words shall prevail. In case of an error in the extension of a unit pric
the corrected extension shall be calculated and the bids will be compu
as indicated above and compared on the basis of the corrected totals.
The Undersigned has checked carefully all of the above figures and undc
stands that the City will not be responsible for any errors or omissions
the part of the Undersigned in making up this bid.
‘rhe Undersigned agrees that in case of default in executing the requii Contract with necessary bonds and insurance policies within twenty ( consecutive calendar days from the date of Award of Contract by C Council of the City of Carlsbad, the proceeds of check or bc accompanying this bid shall become the property of the City of Carlsbad,
The Undersigned is licensed in accordance with the Statutes of the St;
of California providing for the registration of Contractors, License b
411338
Classification A
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer, agent, or employee of the C
of Carlsbad is personally interested, directly or indirectly,
this Contract, or the compensation to be paid hereunder; that representation, oral or in writing, of the City Council, officers, agents, or employees has induced him/her to enter ir this Contract, excepting only those contained in this form Contract and the paper made a part hereof by its terms; and
2. That this bid is made without connection with any person, fir or corporation making a bid for the same work, and is in
respects fair and without collusion or fraud.
-9-
Accompany this proposal is Bid Bond
(Cash, Certified Check, Bond, or Cashier's CI
for the exact do€lar amount of ten ercent (10%) of the amount bid or
of the amount bid not to exceed lg% Of amf?,y3t dollars. The figurl
the blank must exceed 10% of the bid amount. Using "10% of the amc
accompanying bid" is not acceptable.
The Undersigned is aware of the provisions of Section 3700 of the Ls
Code which require every employer to be insured against liability
workers' compensation or to undertake self-insurance in accordance 1
the provisions of that code and agrees to comply with such provisi before commencing the performance of the work of this Contract.
The Undersigned is aware of the provisions of the State of .Califo. Labor Code, Part 7, Chapter 1, Article 2, relative to the general prev
ing rate of wages for each craft or type of worker needed to execute Contract and agrees to comply with its provisions.
(619) 276-4401 Marathon Construction Corp
Sept. 8, 1986
Phone Number
Date
3052 Clairemont Dr.
San Diego, CA. 92117 Corporation Bidder's Address Type of Organization (Individual, Corporation, or Partnership)
List below names of President, Secretary, Treasurer, and Manager, i corporation; and names of all partners, if a partnership:
James R. Furby President
Charles F. Cunninqham Secretary
Micnael B. Furby Treasurer
James R. Furby Manaqer
I
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS
MUST BE ATTACHED)
(CORPORATE SEAL)
- 10 -
>/
State of California ) ss County of San Diego )
On September 8, 1986before me, the undersigned, a Notary Public in for said State, personally appeared James R. Furby, Charles F. Cunninqham and Michael B. Furby personally known to me to be the pe
whose names subscribed to the within instrument and acknowledged th
they executed the same.
WITNESS my hand and official seal.
Signature &?- *
BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
, as Principz
3 as Surety, a and UNITED PACIFIC INSURANCE COMPANY
he1d and firmly bound unto the City of Carlsbad, California, in an amou as follows: (must be at least ten percent (10%) of the bid amo,,n
That we, MARATHON CONSTRUCT I ON CORPORATI ON
TEN PFRrFNT f In%\ ny el.-....- -
State of California ) ss 1 County of San Diego )
d !
before me, the undersigned, On September 8, 1986 a ~~tary public in and for said State, personally appeared
James R. Furby
personally known to me (or proved to me on the basis Of
satisfactory evidence) to be the Person subscribed to the within instrument andacknowledged that
whose name
he executed the same.
\,
li
WITNESS my hand and official seal-
Signature AGH~/&~&~&J
I
,,
State of Celifornia
MARGARET E. McCOg8
the undersigned Notart Public, personalty appeared
1AMESF.m .
PQ persona~~y known to me a Proved to me on the basis of satisfactor! evidence
to be the person(2a who executed the *within ins:rument as
named, and acknowledged to me that the corporation exe, wted it.
ATToRNEY-”-FACT OrOfl3ehalf of the corporation ther
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we , MARATHON CONSTRUCT I ON CORPORAT I ON , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount)
for which payment will and truly made, we bind outselves, our heirs, execu- tors and administrators , successors or assigns, jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the
proposal of the above bounden Principal for:
in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Con- tract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this- obligation shall become null and void; Otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individu-
al, it is agreed that the death of any such Principal shall not exonerate
the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this ~TH
day of
Corporate Seal (If Corporation) MARATHON CONSTRUCTION CORPORATION
TEN PERCENT (10%) OF AMOUNT BID
CARLSBAD BOULEVARD SEAWALL
SEPTEMBER , 19 86. -
Title ~tt~~~~ -- in FaGt (Notarial acknowledgement of
(Attach acknowledgement of
Attorney in Fact)
execution by all PRINCIPALS and
SURETY must be attached.)
- 11 -
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the subbids of the followii
listed Contractors in making up his/her bid and that the subcontracto~
listed will be used for the work for which they bid, subject to the a1 proval of the City Engineer, and in accordance with applicable provisiox of the specifications. No changes may be made in these subcontracto~
except upon the prior approval of the City Engineer of the City (
Carlsbad. The following information is required for each subcontracto~
Additional pages can be attached, if required:
Full Company Complete Address Phone No
Items of Work Name w/Zip Code w/Area Co e'?)
C6f 9)
#47a)-SOfl /o 3 0 3 CA74"neL Rd Dr., 'L L I n_s DdL/;ci LAS,A'&! 92 8% $93 - .3s<
L
(%aJ /i"u;L
Y;i-sS--
/zd+ Gkr.5 &Y K;Ab2 +GG E&- z%sLddco,
yEcQs/dL?+.& s 7eP9-7 I &=a,t yz3 -90
2c/- MLpd &en &.d(
/z/r s&. iz4~;z' p9)
.DL,, cp. S*DL40.0 9 zn 3 ZS3 - L/OL
HA5 6ce 4, 232-//S/
(6@
49B-933,
@9
- 12 -
DESIGNATION OF SUBCONTRACTORS (Continued)
The bidder is to provide the following information on the subbids of all tl listed subcontractors as part of the sealed bid submission. Addition
pages can be attached, if required.
Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License & No.* Bid ($ or
/&Oh &-;+ hk@OU vl &4h"W/.r 2ze @A
l? I/ I/
t, 1, /,
&# %;L+ &,Zi ,I If If
3& -57kSAL&/ 4 'I I*
*-5b?q d*L#SZG I, 1, 4,
*Licenses are renewable annually. If no valid license, indicate "NONE''
Valid license must be obtained prior to submission of signed Contracts.
Marathon Construction Corp.
Bidder's Company Name
(Notarize or Corporate Seal) 3052 Clairemont Dr., Suite A Bidder's Complete Address
San Diego, CA. 92117
- 13 -
UNITED F3MXFIC INS"- COMP!
#)WER Of ATTORNEY
HEAD OFFICE, FEDERAL WAY. WASWINGTOU
KNOW ALL MEN BY THESE FRESENfS, Thn thr WITED PACIFIC #SUMMCE WWANY.0 QDIDQO~D~ M aCMsd mr ttm
&ate of Mingmn. &a hrrby e. mitute wd ggotn( .
JAMES F. TEGHTMEYER Of SAN DIEGO, CALIFORNIA---
n, 8- md bduI At1orny-m-Fwc. to -0, emcute. yl md klm fm md QI r8 -. md .I 16 .tt d drd
ANY AND ALL BONDS AND UrSDERTAKINGS OF SURE"ysgfp---
md tobndth. UNITED PACIFIC INSURANCE CWPANY thnbv BS MIy ond to th# som enmt rn if sa bods nd unbruking,and 0th
&fi~tory in the notum thrd wmro MW by an Ewtiw Otfior of k UNITED PACIFIC INSURANCE COUPIWY ud -Id 8nd ntcl whet of ur* offtars. and h.r* rmifm and confumr 011 that its ud AttOfnyhl.cn-Fwt nmv do in ~WM hd
Thn Pow ot Attormy n tantrd undw and bv authoritv of Art- VI1 of tkr Bv L.lr, 09 WlTED PACIFK WSURANCE CWPl
brame etfactiw Srplemb.r 7. ten. &I& pOWWm8 uo now m full fw ond offm, mod+ng a Wb.
ARTICLE VI1 - €XfCUTION OF BONDS AND UNDERTAKINGS
1. Thc Board of Dironmr. the h.ubroi, tho Ch.rrmn of the md. my him Vor hmt. mv Vwr Prrdnt Q As8trtant We
Q 9th.1 offlar drr~pnatod by the hid 01 Dirmors rhrll have pow81 md wthorctv to bt -in! Attanvr tn-Fm and 10authoriIe them
on Wblf of ihe Comny. bo- and undwukingc. r-gnimm. mr-8 of inbmntlv and 01- *rrltifW mbflOW n tkr Ntwe thfe
to rwnorr~ any wch Attorny-in-Fm at MY tim ad rmkr the ponr md rrthoctty w*.n 10 km
2 Attor~r.m-F.cr Wt how po*m md Wthority. wblm 10 the tam nd ItnvtalOIu d tho porrn of ll01-v mud 10 th.m.
rrddolivrr on beblf of tho bm@my. bonds and undwtakingr faogni-. antral of rnhmnitv md othrr miti- ob(wtav In the Ntu
The cotgorrte sod is not mrwry for tho urlditv of roy boo& and undrrtaliw. r.cagnuma. -tracts ot tnhmctv ond 0th.r wlcingl
n th. nature thofrof
3 Actorny8.tn.F.n stull how power and mthoricv to ea0CCII)e affdrvitr nquind to b ntoUnd 10 bod. rreDgn8uoccr. cOntranl
mty 01 orki sD~ttiona1 or dlwory undertakings and ttwv WII elso (~*l (row md -sty tomtfy th (1-1 nmemmt 01 th~ coc
10 sopies of ihe 6v.b~ of tha mnv 01 nv art& of netion th.rof
This pow of attorny n"h ond nolrd bv fusimtC undm ad h wthority of the fd1-q R.ro(ulim wed bV tk hrd of 0
UNITED PACIFIC INSURANCE COMPANY at a MI^ k.(d gn th. 5th &v of Am. 1SfO. Ol hd 8 QUQW *I.) -1. uld ud R.lolut~
bmm amen- or rmld
-bid. tht the r~oturr of 8uch dsaton and offar md the rJ ot the bnpny nmy bo affcad m my such w of
actorny or my oLnifiote rdoting thwoto bv fmimik rd my ruch -r of Rtwm Q QltifaCJte brrtq wch f.crimde
ugruturos a frumk nd rh.ll bo vJd 04 bending u- the bmpnv Ud MV rvch pl.nr SO e-rd and artiflod by
t-rntk SIgMtWO8 rd f.turnile- -1 stu~l be did Md Wing uoon the bmpnv H c*r future with rrprcr to my bond or
undW4kInQ 10 .rhrh It 18 NtUhrd '*
IN WtTNESS W#EREOF.t(w WlTED PACIFIC INSURANCE Cm?*wY hr auwd thrr pnm1sUbr tcqrd bv 88 Ve h-1. nd ttl 1.1 to b. mmo rtttw. tha 19th 6y of August 10 85
UNITED P IFIC INS RANCE COMPANY @ va &z.LAfCc R,udm
YrbmmrroclESwr. @; q&dA am&
@ 5 -tk&&
1.. STATE OF Washington WwTVW Milton
on ma 19th WOC August .1s85rnmdlv- Cbrrlts B. Schmalt
IO nY known 10 lm I- Ve-Prrsidmnt of the UNITED PACIFIC INSURANCE CWPANY. rd d4rrrl.bpd that k mautod nd att~114
Oiq mcument and offud the yl of -6 corporatoon t(wrmo. rd ttut Act- VI#. man 9.2. md 3 of tk By-Lm of Yd COW nwtlon. rt forth t-oin. me 8dl )o full (ora
July 20 *1@ 86 *a#* Patcr.rdfa'd Washington
ma Hilton . kun-1 ~lcrnwv o, tk WITED PMIFIC IWIWANCE COWAUY. e, w atdl I. Lfswrence W. Carlstrom a rd for- s 0 trm - OQIW a~ql, d 0 w of Attpm 0-d k )d WlnD PAOFK INSUMLICE CWANY. du& a 1
*WUbd.nUt.
H1 mTN€SS WHEREOF. 1 )rm -to R m hd nd off14 th J Of uid bmpr* * 8TH *j SEPTEMBER
aou iui ad. am
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement 1
his/her financial responsibility.
SEE AUDITED FINANCIAL STATEMENT ATTACHED.
(Notarize or Corporate Seal)
- 14 -
BIDDER'S STATEPVIENT OF
TECHNICAL ABILITY AND EXPERIENCE
The City may make such investigation as it deems necessary to deter!
the ability of the bidder to perform the work, and the bidder shall fur to the City all such information and data for this purpose as the City request. The City reserves the right to reject any bid if the evidc submitted by, or investigation of, such bidder fails to satisfy the
that such bidder is properly qualified to carry out the obligations of contract and to complete the work contemplated therein. Conditional
will not be accepted.
In submitting his/her bid, the Contractor is required to state what M of a similar character to that included in the proposed Contract he/she successfully performed in the past five years and that the job-site SUI intendent proposed for the work has managed at least two similar projec
A list of the projects with the client contact and telephone numbers, wl will enable the City of Carlsbad to judge his/her responsibility, experif and skill and that of the proposed superintendent shall be submitted 'i the bid. An attachment can be used, if notarized or sealed.
If awarded the contract, the Contractor shall not remove or change job-site superintendent without prior written approval from the C Such approval will not be unreasonably withheld.
Contractor and Job-Site Superintendent Experience
Date Name and Phone . Contract Name and Address No. of Person Type of Amounl
Completed of the Client to Contact Work Contra
7/84 Southwest Marine Bruce Gair Concrete Pier 7-5 E
238-1000 & Foot of Sampson St. Seawdl
San Dieso, CA.92113
.11/84 San Dieqo Port John Wilbur Dredqing 800,000
District 291-390 0 &
3165 Pacific Hwy. Riprap
San Dieqo, CA.
Technical Experience continued next page. . .
- 15 -
Date Name and Phor,e Contract Name and Address No. of Person Type of Amount Completed of the Client to Contact Work Contrac
4/86 U.S. Navy Repair 1.5 PJ Pnl anqkv George
696-5328 Quaywall 1220 Pacific Hwy
San Diego, CA.
Proposed Job-Site Superintendent -
Project Experience
(1) Pier and Seawall - Southwest Marine
Jim McClellan
(2) Pier Work - NASSCO
(3) Seawalls - US Navy
(Notarize or Corporate Seal)
- 16 -
*
BID ESCROW DOCUMENTS
Each bidder shall submit with his proposal documentation clearly itemizii and separating costs for each Bid Item contained in the Proposal. Cos
used to determine each unit price shall be separated and identified
costs of: Labor; Equipment; Materials; Fixed Costs - On Project Sit Fixed Costs -f Project Site; any other costs included must be spec;
ically identified.
a) The documentation shall include copies of all quotes, memorand narratives or any other information used to arrive at the bid pric contained in the Bid Proposal. For purposes of identification all su supporting documentation will be known as the ESCROW DOCUMENT5
b) The Escrow Documents shall be submitted in a sealed contain1 along with the sealed envelope containing the proposal and will 1 clearly marked with the Contractor's name, date of submittal, proje number, and titled "Escrow Documents. '' The Escrow Documents shc be accompanied by an affidavit signed by the Contractor, stating th he has personally examined the contents of the Escrow Docume container and has found that the Documents are in the container a are correct and complete. Escrow Documents of the apparent SUI cessful bidder shall be examined for adequacy prior to award. Aft Award of the Contract the Escrow Documents of all other bidders w be returned unopened.
c) The Escrow Documents of the successful bidder will be returnc at such time that the contract is completed and final settlement h been achieved.
d) Escrow Documents shall be stored at a location agreeable to tl City and the Contractor.
e) Escrow Documents may be examined any time deemed necessa by the City Engineer to determine the Contractor's bid concept. Tk
examination may be required for payment purposes for any and i contract items, subject to the following requirements :
1. Examination of documents shall be made by those specifical delegated by the City Engineer and a Contractor representative
2. These documents are considered proprietary and confidenti in nature and shall be treated as such by those designated review them. These documents, or any of the contents thereo shall not be made available to any person or persons not here designated without the specific consent of the Contractor.
- 17 -
T
(6
1200 ELM AVENUE
CARLSBAD, CA 92GQ8-1989
ditp of Carlsfiab
PURCHASING DEPARTMENT
September 3, 1986
ADDENDUM NO. 1
PROJECT: CAEUSBAD BOULEVARD SEAWALL
This addendum, receipt acknowledged, must be attached to proposal form
when bid is submitted.
.?g!!z 9B&\
CITY F CARISBAD
I acknowledge receipt of Addendum No. 1
!
ADDENDUM NO. 1 - DATED 2 SEPTEMBER 1986
ADDITIONS AND CORRECTIONS TO CONTRACT DOCUMENTS, SPE
FICATIONS AND DRAWINGS
CARLSBAD BOULEVARD SEAWALL - CARLSBAD
CONTRACT DOCUMENTS
PROPOSAL- Page 9: Add the following bid item:
c
Item Approximate
Item Descrip . w / Unit Price or Quantity Unit
A-7A Carlsbad Boulevard Sidewalk-
To1 - * - No, Lump Sum Written in Words 8 Unit Price
Sta. 30+38 to Sta. 33+52
Lump Sum 62, - Lump Sum 1
PROPOSAL- Page 10: Delete first paragraph and add:
Accompanying - this proposal - is
(cash, certified check, Bo
for ten percent (m thzountt
or Cashier's Check)- -
BID ESCROW DOCUMENTS - Page 17: These documents will be required
from all bidders. The intent of these docurnen-isto docum
the bzis of each bid and they should consist of a copy of data and computations made by the contractor to prepare his/]
bid.
- --- -
TECHNICAL SPECIFICATIONS
PART I - GENERAL CONDITIONS - Section 1.2, page 1-1: Delete pal
graphs 1.2.1 and 1.2.2 and add -
1.2.1 The City of Carlsbad may receive permission from Califor
State Parks and Recreation for the Contractor to use the so1 arking lot off of Taramack Street as a work storage area.
fhis is the case, the City shall obtain an agreement fl
California State Park and Recreation for this usage.
1.2.2 If the City of Carlsbad does not receive permission for Contractor to use the south parking lot as a worklstorage ar or if he/she desires to use some other area, the Contractor sf
submit the location of the work/storage area and proposed tral
routes to the City Engineers for approval prior to the beginn! of work.
-1-
PART I - GENERAL CONDITIONS - Section 2.6, page 1-3: Add to th sentence, fifth line after disturbed - 2 the contractors c
erations and add at the end of the paragraph- Reference poi] disturbed & other contractors working in the area shr replaced by the other contractors at their expense. ---- --- --
PART I - GENERAL CONDITIONS - New Section 4.6, page 1-7: Add:
4.6 Traffic Control Plan
The contractor shall submit a traffic control plan to the C Traffic Engineer for approval prior to the start of constructic Any proposed variations or changes to the approved plan durj the course of construction must be approved by the city Tral Engineer.
DRAWINGS
Sheet 10- As an Alternate Bid Item add sidewalk on grade betwe
stations 30+38 to 33+52 along the alignment of the sidewalk to t
north and south of these stations. The sidewalk section will
5/15.
Sheet 26- On Alternate ?Bt: At station 16+00 add section 6/28 befcl - section 2/28.
Sheet 27- On Alternate ?Br: At station 28+54 the section reference 2/ should be chan ed to 2/28. At station 29+29 section 6/28 shou be added + be ore section 5/15. Add Limit Pre-cast concre
sidewalkbetween stations 23+06 to27+4zd between statio.
28+54 to 29+29.
-2-
T
(6 '
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Cltg of CarIsbab
PURCHASING DEPARTMENT
September 3, 1986
ADDENDUM NO. 2
PROJECT: CARLSBAD BOULEVARD SEAWALL
This addendum, receipt acknowledged, must be attached to proposal form
when bid is submitted.
d
I acknowledge receipt of Addendum No. 2
S.
ADDENDUM NO. 2 - DATED 3 SEP 1986
ADDITION TO CONTRACT DRAWINGS
CARLSBAD BLVD. SEAWALL - CARLSBAD
I
I
RE/=. - -.-
..
2- c.13 Id/ bcN&w '@ a 3
._ ,eE;//5mLs c) i -
lh glwwAn AT 52Z'1AIL-;;' /&
Shee
ADDENDUM NO. 2 - DATED 3 SEP 1986
ADDITION TO CONTRACT DRAWINGS
CARLSBAD BLVD. SEAWALL - CARLSBAD a /I
1-
.- . - - .----
_-- . .. . -__ __ .- .___- A.--- ~ ag .q?W9O#Le A? TOP Of L*;;?Li
S!,yLA:? L- sz7A/ u 5 /5
Shee
CONTRACT - PUBLIC WORKS
This agreement is made this 8th day of October , 1986, b.
and between the City of Carlsbad, California, a municipal corporation
(hereinafter called llCityll), and
MARATHON CONSTRUCTION CORPORATION
whose principal place of business is 3052 Clairemont Dr.
San Diego, CA. 92117 (hereinafter called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified ii
the Contract documents for:
Carlsbad Boulevard Seawall (Oak Street to Aqua Hedionda
Lagoon)
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor materials, tools, equipment, and personnel to perform the work spec.
ified by the Contract documents.
2.
3. Contract Documents. The Contract documents consist of this Con.
tract; the bid documents, including the Notice to Bidders and Con.
tractors' Proposal; the Plans and Specifications, and all prope'
amendments and changes made thereto in accordance with this Con
tract or the Plans and Specifications, and the bonds for the project
all of which are incorporated herein by this reference.
-
4. Payment. As full compensation for Contractor's performance of worl under this Contract, City shall make payment to Contractor pe Section 9-3.2 of Standard Specifications for Public Works Con struction, 1985 Edition. The closure date for each monthly invoic
will be the 30th of each month.
., Payment of undisputed Contract amounts shall be contingent upor
Contractor furnishing City with a release of all claims against Citj arising by virtue of this Contract as it relates to those amounts.
Extra compensation equal to 50 percent of the net savings may bt
paid to Contractor for cost reduction changes in the plans or speci- fications made pursuant to a proposal by Contractor. The net sav- ings shall be determined by the City. No payment shall be madt unless the change is approved by the City.
- 18 -
I
5. Independent Investigation. Contractor has made an independei investigation of the jobsite, the soil and rock conditions under th jobsite, the tide and wave conditions at the jobsite, and all othe
conditions that might affect the progress of the work, and is aware (
those conditions. The Contract price includes payment for all wor
that may be done by Contractor in order to overcome unanticipate underground conditions. Any information that may have been fui nished to Contractor by City about underground conditions or othc job conditions is for Contractor's convenience only, and City does nc warrant that the conditions are as thus indicated. Contractor
satisfied with all job conditions, including underground conditions an has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contractor sha
be responsible for all loss or damage arising out of the nature of th
work or from the action of the elements or from any unforesee difficulties which may arise or be encountered in the prosecution c the work until its acceptance by the City. Contractor shall also b
responsible for expenses incurred in the suspension or discontinuanc
of the work. However, Contractor shall not be responsible for rea sonable delays in the completion of the work caused by acts of God stormy weather, extra work, or matters which the specification expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of thi
Contract, order changes, modifications, deletions, and extra work b:
issuance of written change orders. Contractor shall make no chang in the work without the issuance of a written change order, an1 Contractor shall not be entitled to compensation for any extra wor:
performed unless the City has issued a written change order des-
ignating in advance the amount of additional compensation to be paic
for the work. If a change order deletes any work, the Contrac price shall be reduced by a fair and reasonable amount. If thc parties are unable to agree on the amount of reduction, the worl shall nevertheless proceed and the amount shall be determined b; arbitration or litigation. The only person authorized to orde changes or extra work is the City Engineer. However, no change o extra work order in excess of $5,000.00 shall be effective unles:
approved by the City Council.
8. Prevailing Wage. Pursuant to the Labor Code of the State oj
California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed tc execute the Contract and a schedule containing such information is ir
the City Clerk's office, and is incorporated by reference herein.
Pursuant to Labor Code Section 1775, Contractor shall pay prevailin€
wages. Contractor shall post copies of all applicable prevailing wage5 on the job site.
Indemnity. Contractor shall assume the defense of and indemnify and 9.
- 19 -
hold harmless the City, and its officers and employees, from a claims, loss, damage, injury and liability of every kind, nature an description, directly or indirectly arising from or in connection wit
the performance of the Contract or work; or from any failure a
alleged failure of Contractor to comply with any applicable law, rule
or regulations including those relating to safety and health; excer
for loss or damage which was caused solely by the active negligenc
of the City; and from any and all claims, loss, damage, injury an liability, howsoever the same may be caused, resulting directly c indirectly from the nature of the work covered by the Contracl
unless the loss or damage was caused solely by the active negligenc
of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation , abitration, or other dispi resolution method.
10. Insurance. Without limiting contractor's indemnification , it is agree that contractor shall maintain in force at all times during the perfor mance of this agreement a policy or policies of insurance covering it operations and insurance covering the liability stated in Paragraph 9 The policy or policies shall comply with the special insurance in structions attached to the bid documents and shall contain the follow ing clauses:
Contractor's liability insurance policies shall contain the followin clauses :
A. "The City is added as an additional insured as respects op erations of the named insured performed under contract with th City. 'I
B. "It is agreed that any insurance maintained by the City sha
apply in excess of and not contribute with, insurance provide by this policy.f1
All insurance policies required by this paragraph shall contain th following clause :
A. '' This insurance shall not be cancelled, limited or non-renewec until after thirty days written notice has been given to thl City. If
~ Certificates of insurance evidencing the coverages required by thl clauses set forth above shall be filed with the City prior to thl effective date of this agreement.
11. Workers' Compensation. Contractor shall comply with the require-
ments of Section 3700 of the California Labor Code. Contractor shal
also assume the defense and indemnify and save harmless the CitJ and its officers and employees from all claims, loss, damage, injury
and liability of every kind, nature, and description brought by an]
- 20 -
person employed or used by Contractor to perform any work undc this Contract regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City certificatio
of the policies mentioned in Paragraphs 10 and 11 or proof of work
erst compensation self-insurance prior to the start of any work pur
suant to this Contract.
13. Arbitration. Any controversy or claim in any amount up to $100,00
arising out of or relating to this Contract or the breach thereof may
at the option of City, be settled by arbitration in accordance with th
construction industry rules of the American Arbitration Associatio
and judgement upon the award rendered by the arbitrator(s) may b entered in any California court having jurisdiction thereof. Th award of the arbitrator(s) shall be supported by law and substanti: evidence as provided by the California Code of Civil Procedure Section 1296.
14. Maintenance of Records. Contractor shall maintain and make availabl
to the City, upon request, records in accordance with Sections 177
and 1812 of Part 7, Chapter 1, Article 2, of the California Lab0 Code. If the Contractor does not maintain the records at Contrac
tor's principal place of business as specified above, Contractor sha
so inform the City by certified letter accompanying the return of thi
Contract. Contractor shall notify the City by certified mail of an;
change of address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, corn
mencing with Section 1720 of the California Labor Code are incorpo
rated herein by reference.
16. Security. Pursuant to the requirements of law (Government Cod1 Scctiori 4590) appropriate sccurities may be substituted for tiny monie withheld by City to secure performance of this Contract or an:
obligation established by this Contract.
17. Work Period. Time is the essence of this contract and Contract01
agrees that all work shall be completed, all equipment and material2
removed and the site cleared of debris by May 15, 1987. No worl
shall be permitted on the project during the period between May 1:
and September 8, 1987. If said Contractor shall be delayed in sue€
work by the act of neglect of the City, or its employees or thost
under it by contract or otherwise, or by changes ordered in tht
work, or by strikes, lockouts, fire, unusual delay in transportation
unavoidable casualties, or any causes beyond the Contractor's con-
trol, or by delay authorized by the City, the extension of the time o completion shall be requested in writing by the Contractor within ten
(10) days of the time any delay occurs in order to receive consid- eration. Any extension of time granted by the City shall start after September 8, 1987.
J
- 21 - I
18. Additional Provisions. Any additional provisions of this agreemen are set forth in the "General Provisions" or "Special Provisions'
attached hereto and made a part hereof.
MARATHON CONSTRUCTION CORPORATI( Contractor all (Notarial acknowledgement of
execution by ALL PBINCIPALS
must be attached.) Title President
BY fgiJ- 7 &+ ..
Charles F. Cunningham Title Vice President
AS TO FORh'I:
ATTEST:
a
* Contractor's Certification of Awareness of Workers' Compensation Respon sibility .
I'I am aware of the provisions of Section 3700 of the Labor Code whicl requires every employer to be insured against liability for workers' corn pensation or to undertake self-insurance in accordance with the provision
of that code, and I will comply with such provisions before commencing th
performance of the work of this Contract."
- 22 -
State of California ) ss
County of San Diego )
On October 8, 1986 before me, the undersigned, a Notary Public in and for said State, personally appeared
James R. Furby and Charles F. Cunningham
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person s whose names
subscribed to the within instrument andacknowledged that
WITNESS my hand and official seal.
they executed the same.
Signature
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition
the Standard Specifications for Public Works Construction, hereinaft designated SSPWC, as issued by the Southern Chapters of the Ame: can Public Works Association, the City of Carlsbad supplement to t SSPWC, the Contract documents, and the General and Special PI
visions attached thereto.
The Construction Plans consist of 32 sheets designated as City
Carlsbad Drawing No. 272-1. The standard drawings utilized for ti project are the San Diego Area Regional Standard Drawings, herei after designated SDRS, as issued by the San Diego County Depai ment of Transportation, together with the City of Carlsbad Suppj mental Standard Drawings.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipme
and materials, and performing all operations necessary to complete t
project work as shown on the project plans and as specified in t
specifications.
3. DEFINITIONS AND INTENT
A. Engineer:
The word r1Engineer7f shall mean the City Engineer or his a
proved representative.
B . Reference to Drawings:
Where words "shown", f1indicated7f, "detailed", "noted rrscheduled1r, or words of similar import are used, it shall 1 understood that reference is made to the plans accompanyir these provisions, unless stated otherwise.
C . Directions :
Where words lfdirected", "designated", "selectedT1, or words similar import are used, it shall be understood that the dire1 tion, designation or selection of the Engineer is intended, unlet stated otherwise. The word tfrequiredfr and words of similt import shall be understood to mean "as required to proper
complete the work as required and as approved by the Cil Engineer", unless stated otherwise.
- 27 -
D. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" ai
such words of similar import are used, it shall be understo
such words are followed by the expression "in the opinion of t
Engineer", unless otherwise stated. Where the words "a
proved" , "approval", "acceptance", or words of similar impc
are used, it shall be understood that the approval, acceptanc
or similar import of the Engineer is intended.
E. Perform and Provide:
The word "perform" shall be understood to mean that the Co tractor, at her/his expense, shall perform all operations, lab0 tools and equipment, and further, including the furnishing a installing of materials that are indicated, specified y or requir
to mean that the Contractor, at her/his expense, shall furni
and install the work, complete in place and ready to use, inclu ing furnishing of necessary labor, materials, tools y equipmer and transportation.
4. CODES AND STANDARDS
Standard Specifications incorporated in the requirements of the spec
fications by reference shall be those of the latest edition at the ti
of receiving bids. It shall be understood that the manufacturers
producers of materials so required either have such specificatio
available for reference or are fully familiar with their requirements
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor p
Section 6-1 of the SSPWC and Part I-Section 6.0 of the Technic
Specifications at the time of the preconstruction conference. changes shall be made to the construction schedule without the prj
written approval of the City Engineer.
Any progress payments made after the scheduled completion date sh not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or re1
cation of conflicting utilities shall be requirements prior to commenc ment of work by the Contractor.
The Contractor shall begin work within 15 calendar days after bei
duly notified by an issuance of a "Notice to Proceed" and shall di
gently prosecute all awarded work to completion within 210 consec tive calendar days. Included in these 210 consecutive calendar da is an allowance of 30 days for delays caused by "adverse weath necessitating cessation of work" and/or adverse tides. If t
- 28 -
completion date is not met the contractor will be assessed the sum
$500.00 per day for each day beyond the completion date as liquidat
damages for the delay. Additionally, if the completion date is not n on the Reinforced Concrete Seawall, the Beach Access Stairways, I
Lifeguard Pad Stone Revetment and Ramps, and the North Bluff Stc Revetment, the contractor will be assessed an additional sum $2,000.00 per day resulting in a total assessment of $2,500.00 per d
in liquidated damages. In addition, the Contractor shall
responsible for demobilization after May 15 , 1987 and remobilizati after September 8, 1987, at no cost to the City. Any progre payments made after the specified completion date shall not constitt a waiver of this paragraph or of any damages.
For every day the contractor completes all awarded work prior to M
15, 1987, he will be awarded the sum of $500.00 as an incentive.
Completion of work shall be defined as having been approved a accepted by the City of Carlsbad.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming the plans or specifications upon written order by the City Enginee Any cost caused by reason of this nonconforming work shall be bor by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (1) year after the filing of
"Notice of Completion" and any faulty work or materials discoverc during the guarantee period shall be repaired or replaced by t, Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the produ
manufacturer's directions , the Contractor shall obtain and distribu
the necessary copies of such instructions, including two (2) copies
the City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall 1
equipped with mufflers in good repair when in use on the project wi*
special attention to City Noise Control Ordinance No. 3109, Carlsba
Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Ir
spector. Inspectors shall have free access to any or all parts (
- 29 -
regarding progress and manner of work and character of material Inspection of work shall not relieve Contractor from any obligation
fulfill this Contract.
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to inserted in this Contract shall be deemed to be inserted herein a the Contract shall be read and enforced as though it were includ herein, and if, through mistake or otherwise, any such provision not inserted, or is not correctly inserted, then upon application either party the Contract shall forthwith be physically amended make such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors , and materials suppliers sh
provide and install the work as indicated, specified, and implied '
the Contract documents. Any items of work not indicated or spe
ified, but which are essential to the completion of the work, shall
provided at the Contractor's expense to fulfill the intent of SE documents. In all instances throughout the life of the Contract, t
City will be the interpreter of the intent of the Contract document
and the City's decision relative to said intent will be final and bin
ing. Failure of the Contractor to apprise her/his subcontractors a:
materials suppliers of this condition of the Contract will not relie
her I him of the responsibility of compliance.
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with t
drawings, specifications, and based upon the items indicated specified. The Contractor may offer a substitution for any materi; apparatus, equipment, or process indicated or specified by patent proprietary names or by names of manufacturer which she/he consi
ers equal in every respect to those indicated or specified. The off
made in writing, shall include proof of the State Fire Marshal's a] proval (if required), all necessary information, specifications, ai
data. If required, the Contractor, at her/his own expense, Shi have the proposed substitute, material, apparatus, equipment, process tested as to its quality and strength, its physical, chemic2
or other characteristics, and its durability, finish, or efficiency by
testing laboratory as selected by the City. If the substitute offerc
is not deemed to be equal to that so indicated or specified, then t:
Contractor shall furnish, erect , or install the material, apparatu
equipment, or process indicated or specified. Such substitution
proposals shall be made prior to beginning of construction, if poss
ble, but in no case less than ten (10) days prior to actual install tion.
- 30 -
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a comple
"as-built" record set of transparent sepias , which shall be correct1 daily and show every change from the original drawings and spec
fications and the exact Iras-builtfr locations, sizes and kinds of equi]
ment, underground piping, valves, and all other work not visible surface grade. Prints for this purpose may be obtained from t: City at cost. This set of drawings shall be kept on the job and sh, be used only as a record set and shall be delivered to the Engine on completion of the work.
15. PERMITS
The general construction, electrical, and plumbing permits will 1
issued by the City of Carlsbad at no charge to the Contractor. TI
Contractor is responsible for all other required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items, are fi comparing bids and may vary from the actual final quantities. Sor
quantities may be increased and others may be decreased or entire
eliminated. No claim shall be made against the City for damai occasioned thereby entitled only to compensation for the actual wo: done at the unit prices bid.
The City reserves and shall have the right, when confronted wi
unpredicted conditions, unforeseen events , or emergencies to increa
or decrease the quantities of work to be performed under a schedulc unit price item or to entirely omit the performance thereof, and upc the decision of the City to do so, the City Engineer will direct tl
Contractor to proceed with the said work as so modified. If i increase in the quantity of work so ordered should result in a del, to the work, the Contractor will be given an equivalent extension
time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety
employees on the work and shall comply with all applicable provisio.
of Federal, State and Municipal safety laws and building codes
prevent accidents or injury to persons on, about, or adjacent to t: premises where the work is being performed. He/she shall erect a
properly maintain at all times, as required by the conditions ai progress of the work, all necessary safeguards for the protection workers and public, and shall post danger signs warning again hazards created by such features of construction as protruding nail hoists , well holes, and falling materials.
- 31 -
18. SURVEYING
Contractor shall employ a licensed land surveyor or registered ci. engineer to perform necessary surveying for this project. Requir
ments of the Contractor pertaining to this item are set forth in Se
tion 2-9.5 of the SSPWC. Contractor shall include cost of surveyii
service within appropriate items of proposal. No separate payme
will be made.
19. UTILITIES
Utilities for the purpose of these specifications shall be considered including, but not limited to pipe lines, conduits, transmission line and appurtenances of "Public Utilities" (as defined in the Pub;
Utilities Act of the State of California) or individually solely for thc own use or for use of their tenants, and storm drains, sanita sewers, and street lighting. The City of Carlsbad and affect1 utility companies have, by a search of known records, endeavored locate and indicate on the plans all utilities which exist within t limits of the work. However, the accuracy or completeness of t utilities indicated on the Plans is not guaranteed. Service co. nections to adjacent property may or may not be shown on the plan It shall be the responsibility of the Contractor to determine the ex8
location and elevation of all utilities and their service connection The Contractor shall make hislher own investigation as to the 1( cation, type, kind of material, age and condition of existing utilitic
and their appurtenances and service connections which may be affec ed by the contract work, and in addition he/she shall notify the Cil as to any utility, appurtenances, and service connections locatc which have b.een incorrectly shown on or omitted from the plans.
The Contractor shall notify the owners of all utilities at least 1 hours in advance of excavating around any of the structures. At tl completion of the contract work, the Contractor shall leave all utilitic
and appurtenances in a condition satisfactory to the owners and tl City. In the event of damage to any utility, the Contractor sh: notify the owners of the utility immediately. It is the responsibili. of the Contractor to compensate for utility damages.
The temporary or permanent relocation or alteration of utilitie including service connections, desired by the Contractor for hislht _. own convenience shall be the Contractor's own responsibility, an helshe shall make all arrangements regarding such work at no cost q the City. If delays occur due to utilities relocations which were nc shown on the Plans, it will be solely the City's option to extend tl completion date.
In order to minimize delays to the Contractor caused by the failure 1
other parties to relocate utilities which interfere with the COI struction, the Contractor, upon request to the City, may 1
- 32 -
permitted to temporarily omit the portion of work affected by t: utility. The portion thus omitted shall be constructed by the Co tractor immediately following the relocation of the utility involvi unless otherwise directed by the City.
All costs involved in locating, protecting and supporting of all utili lines shall be included in the price bid for various items of work ai no additional payment will be made.
20. WATER FOR CONSTRUCTION
The contractor shall obtain a construction meter for water utilizf during the construction under this contract. The contractor Shi
contact the appropriate water agency for requirements. The contra tor shall include the cost of water and meter rental within appropria
items of the proposal.
21. TEST OF MATERIALS
No separate payment will be made.
Testing of materials shall conform to Section 4-1.4 of the SSPWC ai
the following:
Except as elsewhere specified, the City will bear the cost of testii
material and/or workmanship where the results of such tests meet I
exceed the requirements indicated in the Standard Specifications ai
the Special Provisions. The cost of all other tests shall be borne 1:
the Contractor.
The source of supply of each of the materials shall be approved 1: the City Engineer before the delivery is started. All materia
proposed for use may be inspected or tested at any time during the
preparation and use. If, after trial, it is found that sources t
supply which have been approved do not furnish a uniform produc
or if the product from any source proves unacceptable at any timt
the Contractor shall furnish approved materials from other approvc
sources. After approval, any material which becomes unfit for u:
due to improper storage, handling or any other reason shall 1
rejected.
22. COMPACTION TESTS
-. All backfill and subgrade shall be compacted in accordance with tlr
Technical Specifications for this project and the SSPWC. Compactia
tests may be made by the City and all costs for such testing shall t
borne by the City. Said tests may be made at any place along tl-
work as deemed necessary by the City Engineer. The cost of an retests made necessary by noncompliance with the specifications sha
be borne by the Contractor.
- 33 -
23. CLEANUP AND DUST CONTROL
Cleanup and dust control shall conform to Section 7-8.1 of the SSPW
and shall be executed even on weekends and other non-working daj
at the City's request.
- 34 -
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of the contra insurance against claims for injuries to persons or damages to proper which may arise from or in connection with the performance of the wo hereunder by the Contractor, his agents, representatives, employees, subcontractors. If the insurance is on a t'claims made" basis, covera shall be maintained for a period of three years from the date of completil of the work. The cost of such insurance shall be included in Contract01
bid. The insurance company or companies shall meet the requirements
City Council Resolution No. 8108.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed.1/73) cove ing Comprehensive General Liability; and Insurance Servic Office form number GL 0404 covering Broad Form Comprehensi. General Liability; and
ing Automobile Liability, Code 1 "any auto"; and 2. Insurance Services Office form number CA 0001 (Ed.1/78) cove]
3. Workers' Compensation as required by the Labor Code of tt State of California and Employers' Liability insurance.
B. Minimum Limits of Insurance
Contractor shall maintain limits no less than :
1. Comprehensive General Liability: $1,000,000 combined sing1 limit per occurrence for bodily injury and property damage. 1 the policy has an aggregate limit, a separate aggregate in th amounts specified shall be established for the risks for which th City or its agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single limit per accj
dent for bodily injury and property damage.
3. Worker's Compensation and Employers' Liability : Workers corn pensation limits as required by the Labor Code of the State c California and Employers' Liability limits of $1,000,000 per acci dent.
C . Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to ant approved by the City. At the option of the City, either: the insure. shall reduce or eliminate such deductibles or self-insured retention:
- 35 -
as respects the City, its officials and employees; or the Contraci
shall procure a bond guaranteeing payment of losses and relat investigation, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the followi:
provisions :
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to 1
covered as insured as respects: liability arising out
activities performed by or on behalf of the Contracto
products and completed operations of the Contractor; prer ises owned, leased or used by the Contractor; or automi
biles owned, leased hired or borrowed by the Contracto
' The coverage shall contain no special limitations on t; scope of protection afforded to the City, its official: employees or volunteers.
b. The Contractor's insurance coverage shall be primal insurance as respects the City, its officials, employees ar volunteers. Any insurance or self-insurame maintained t the City, its officials employees or volunteers shall be i excess of Contractor's insurance and shall not contribut
with it.
c. Any failure to comply with reporting provisions of th policies shall not affect coverage provided to the City, il
officials, employees or volunteers.
. d. Coverage shall state that Contractor's insurance shall appl
separately to each insured against whom claim is made o
suit is brought, except with respect to the limits of th
insurer's liability.
2. Workers' Compensation and Employers' Liability Coverages
The insurer shall agree to waive all rights of subrogation agains
the City, its officials, employees and volunteers for lossei
arising from work performed by Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall be endorsec
to state that coverage shall not be suspended, voided, cancelled,
reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City.
- 36 -
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rating of less than A:XI unless otherwise authorized by City Council Resolutil
No. 8108.
F. Verification of Coverage
Contractor shall furnish the City with certificates of insurance ai
with original endorsements affecting coverage required by this claus The certificates and endorsements for each insurance policy are to signed by a person authorized by that insurer to bind coverage its behalf. The certificates and endorsements are to be in fori provided by the City and are to be received and approved by t City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insureds under : policies or shall furnish separate certificates and endorsements f
each subcontractor. All coverages for subcontractors shall be subjc to all of the requirements stated herein.
- 37 -
CERTIFICATION OF COMPLIANCE
I hereby certify th.at
in performing under the Purchase Order awarded by the City of Carlsbat will comply with the County of San Diego Affirmative Action Progra
adopted by the Board of Supervisors, including all current amendments.
Legal Name of Contractor
Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL) Title
(Notarial acknowledgement of execution by all principals must be attached,
- 38 -
TECHNICAL SPECIFICATIONS
FOR CARLSBAD BOULEVARD SEAWALL
CITY OF CARLSBAD
TECENICAL SPECIFICATIONS FOR
CARLSBAD BOULEVARD SEAWALL
CITY OF CARLSBAD
TABLE OF CONTENTS
Part I - General Conditions
1.0 Mobilization and Demobilization
2.0 Site Conditions
3.0 General Work Conditions and Materials
4.0 Job Conditions
5.0 Quality Assurance 6.0 Construction Sequence
7.0 Measurement and Payment
Part I1 - Site Preparation and Grading
1.0 General
2.0 Soil Materials
3.0 Existing Stone
4.0 Clearing and Grubbing
5 .O Existing Drain Pipes
6.0 Excavation
7.0 Fill and Backfill Placement
8.0 Grading
9.0 Compaction Requirements
10.0 Field Quality Control
11.0 Maintenance
12.0 Slope Stabilization
13.0 Guard Rails
14.0 Measurement and Payment
Part I11 - Reinforced Concrete Seawall
1.0 General
2.0 Materials
3.0 Clearing and Grubbing
4.0 Soil and Rock Excavation
5.0 Fill and Backfill 6.0 Concrete Construction
7.0 hleasurement and Payment
i
Table of Contents (Continued)
Part 1V - Beach Access Stairway
1.0 General
2.0 Materials
3.0 Clearing and Grubbing
4.0 Soil and Rock Excavation
5.0 Fill and Backfill
6.0 Concrete Construction
7.0 Handrail Construction and Installation
8.0 Measurement and Payment
Part V - Bluff Access Stairway
1.0 General
2.0 Materials
3.0 Soil and Rock Excavation.
4.0 Fill and Backfill
5.0 Caisson Construction
6.0 Concrete Construction
7.0 Stair and Handrail Construction 8.0 Measurement and Payment
Part VI - Seawall Walkway and Retaining Walls
1.0 General 2.0 Materials
3.0 Soil and Rock Excavation
4.0 Fill and Backfill 5.0 Concrete Construction
6.0
7.0 Measurement and Payment
Xnstallation of Interlocking Concrete Paving Stone
Part VI1 - Upper Bluff Walkways
1.0 General 2.0 Materials 3.0 Clearing and Grubbing 4.0 Soil and Rock Excavation
5.0 Fill and Backfill 6.0 Concrete Construction 7.0 Handrail Construction 8.0 Drilled Piers
9.0 Guard Rail Installation
10.0 Measurements and Payments
ii
Part VI11 - Stone Revetments, Beach Access Ramps and Energy Dissapate
1.0 General
2.0 Applicable Publications
3.0 Submittals
4.0 Rock Materials 5.0 Filter Fabric Material
6.0 Rock Placement
7.0 Filter Fabric Installation
8.0 Energy Dissipator
9.0 Gunite Slope
10.0 Measurement and Payment
Part IX - Carlsbad Boulevard Parking Area
1.0 General
2.0 Materials
3.0
4.0 Asphalt Concrete Placement
5.0 Curb Construction
6.0 Drainage Grate Construction
7.0 Drain Pipe Installation
8.0 Measurement and Payment
Subgrade Preparations and Placement of Base Material
Part X - Repair of Existing Stairways and Repairing of South Parking Lot
1.0 General
2.0 Materials
3.0 Repair of Damaged Areas
4.0 Overlay .
5.0 Measurement and Payment
Part XI - Repair of Existing Stairway at Cherry Avenue
1.0 General
2.0 Materials
3.0 Removal of Existing Structures
4.0 Repair of Existing Pedestals
5.0 Stair and Handrail Construction
6.0 Measurement and Payment.
‘Part XI1 - Repair of Stairway and Handrails at Tramarack Avenue
1.0 General
2.0 Materials
3.0 Clearing and Grubbing
4.0 Dismantling Existing Structure
5.0 Concrete Construction 6.0 Handrail Installation
7. o Measurement and Payment
iii
Table of Contents (Continued)
APPENDICES
A
B
Design Adendum for Carlsbad Boulevard Seawall Geological Investigation from Design Memorandum for Carlsbad Boulevard Seawall
iiii
PART I - GENERAL CONDITIONS
1.0 hlOBILIZATION AND DEhIOBILIZATION
1.1 The Contractor shall mobilize to the site all personnel, equipme
materials and facilities required to construct the project and perfc
all work not otherwise specified which is required to provide a facil
complete and adequate for its intended use.
1.2 The Contractor shall make arrangements for his/her worklstorage a
for this project.
1.2.1 The Contractor may receive permission from California St
Parks and Recreation to use the south parking lot off
Tamarack Street as a work/storage area. If this is
case, the Contractor shall obtain a signed agreement fi
California State Park and Recreation for this usage.
1.2.2 If the Contractor does not receive permission to use
south parking lot as a work/storage area, or if he/:
desires to use some other area, the Contractor shall sub
the location of the work/storage area and proposed tra.
routes to the City Engineer for approval prior to
beginning of work.
1.3 The Contractor shall provide a suitable separate field office for
exclusive use of the Engineer and his representatives for the durat
of the work. The field office shall contain at least 200 square fe
and shall be equipped with a suitable layout table, desk, chai
lockable doors and windows, electric power, telephone service i
sanitary facilities.
1-1
1.4 After all other work is completed, the Contractor shall repair
distressed pavement areas and repave the south parking lot wit
minimum 2-inch thickness of Asphalt Concrete in accordance with :
X of these specifications.
1.5 At the completion of work, the Contractor shall demobilize and rem
all personnel and equipment, and all materials to be diTc.:osed of
not incorporated in the work, and restore all work areas, incluc
beach excavations and temporary access roads, to a neat and unif
condition acceptable to the Engineer and the Owner. The contrac
shall not leave any hazardous or unsafe conditions.
1.6 No work on the project will be allowed between May 15 ,
September 8, 1987. If work is not completed by May 15, 1987,
Contractor shall demobilize by May 15, 1987 and remobilize
September 8, 1987 at no additional cost to the City. Contractor s
repair and repave Tamarack Parking Lot prior to May 15, 1987 ant
additional work is required after September 8, 1987 the Contrac
shall repair and repave again at no cost to the City.
2.0 SITE CONDITIONS
2.1 Contractor shall verify conditions and dimensions at site before sta
ing work and notify the Engineer of any discrepancies or incons
tencies found. The site is located along the edge of the Pac
Ocean and is subject to inundation from tides and the action
waves.
-’ 2.2 General contractors and subcontractors shall arrange, secure, 2
pay for permits and inspections as required unless otherwise provic
by the City in writing.
2.3 Utilities existing or temporary, shall be located and marked to av
damage or personal injury. See Part I, Section 4.1.
1-2
2.4 Contractor shall provide all temporary utilities required during c
struction.
2.5 The project area and construction site shall be maintained in a
condition free from the accumulation of debris and scrap material.
2.6 A system of surveyed reference points has been established anc
shown on the plans as the survey baseline. The Contractor shall
out the work from these reference points. If additional refere
points are required by the Contractor or if existing reference PO
are disturbed and need to be reestablished, such new points
reestablished points shall be set by the Engineer at the Contract
expense.
2.7 The elevations used on the plans are based on hlean Sea Level Dat
hlean Lower Low tide at the project site is approximately 2.9
below Mean Sea Level. A survey of the project area was made
Safino, Butcher and Ormonde, Inc. and has been incorporated j
the contract documents.
2.8 Accurate and legible records of all changes of work which oc
during project construction shall be kept by the Contractor on a
of project reproducible drawings.
3.0 GENERAL WORK CONDITIONS AND MATERIALS
3.1 Work and materials included in this project shall be in accorda
with latest regulations of legally constituted public authorities hav
jurisdiction and with rules of utility companies furnishing servic
The plans and specifications shall not be construed as permitt
work not in conformance with requirements.
1-3
3.2 Where required construction details are not shown or noted on
plans the Contractor shall notify the Engineer and the Engineer s
provide sufficient details for the work to proceed.
3.3 Manufacturer's suggested installation methods and specifications E
be followed except where specifically noted otherwise.
3.4 No substitutions shall be made without consent of the Engineer.
3.5 Quality and craftsmanship of work is subject to approval of
City.
All work shall be conducted in a safe and orderly way. 3.6
4.0 JOB CONDITIONS
4.1 Utilities
4.1.1 Before starting work, contractor shall coordinate work
obtain clearance from utility companies and/or governmei
agencies which supply existing or proposed services
project.
4.1.2 Unless they are shown to be removed, protect active uti
lines shown on these plans or otherwise made known to
Contractor prior to excavating. If utilities are damag
they shall be repaired or replaced at no additional cos1
the City.
4.1.3 If active utility lines are encountered and are not shown
the plans or otherwise made known to the Contractor,
Engineer shall be immediately notified by the Contractor ,
Contractor shall then take the necessary steps promptly
assure that service will not be interrupted.
1-4
4.1.4 If service is interrupted by work performed under
section, immediately restore service by repairing dama
utility at no additional cost to the City.
4.1.5 If existing utilities interfere with permanent facilities be
constructed under this contract, immediately notify Engin
and obtain instructions from him.
4.1.6 Do not proceed with permanent relocation of utilities u
you receive written instructions from Engineer.
4.1.7 Location of utilities for Lifeguard Stations at Pine Aven
Cherry Avenue, Maple Avenue, and Tamarack Avenue SI
be verified by contacting the California State Department
Parks and Recreation.
4.2 Protection of Persons and Property
4.2.1 Barricade open depressions and holes which occur in
performance of this work.
adjacent to, or with public access to, the work site.
trenches will be covered with load-bearing steel trer
plates.
Post warning lights on prope
4.2.2 Operate warning lights during hours from dusk to da
each day and as otherwise required.
4.2.3 Protect structures, utilities, sidewalks, pavements, i
other facilities from damage caused by settlement, late
movement, undermining, washout, and other hazards CJ
ated by operations under the specified work.
1-5
4.3 De-Watering
4.3.1 General - Contractor shall generally keep his work ai
free of all surface, subsurface and ocean water so as
permit construction work to progress in an orderly, E
and workmanlike manner e
4.3.2 Foundation Areas of Seawall and Stairs - Remove all wai
including rain water, subsurface and ocean water, enco
tered during trenching and sub-structure work to
approved location by pumps, drains, and other appro
methods.
4.3.3 Foundation Area of Stone Revetments - No more than
inches of free water is to be permitted in foundation ares
stone revetments prior to placement of filter fabric :
quarry run layer.
4.3.4 Tides and Waves - Contractor shall provide earth or st
berms or other means of protection to protect excavati
from high tides and waves.
4.4 Dust Control
4.4.1 Control dust on and near work, and on and near off-s
areas, if such dust is caused by Contractor's operatic
during performance of work or if dust results from con
tion in which Contractor leaves site. This incluc
sweeping and washing all streets including haul routes.
4.4.2 Thoroughly moisten surfaces as necessary to prevent di
from being a nuisance to neighbors, general public, a
personnel performing work on site.
1-6
4.5 Disposal of Trash
4.5.1 Dispose of waste, trash, and debris in a safe, acceptal
manner, in accordance with applicable laws and ordinanc
and as prescribed by authorities having jurisdiction. Bu
no such waste material and debris on the site. Burning
trash and debris on site will not be permitted.
4.5.2 Location of dump for trash and debris and length of haul
the Contractor's responsibility.
5.0 QUALITY ASSURANCE
5.1 Perform work in strict accordance with applicable requirements
governmental agencies which have jurisdiction.
5.2 Use adequate numbers of skilled workmen who are thoroughly train(
and experienced in necessary crafts and who are completely famili
with the specified requirements and methods needed for proper pe
formance of work specified.
5.3 Use equipment adequate in terms of size, capacity, and number
accomplish work in a timely manner.
6.0 CONSTRUCTION SEQUENCE
6.1 The items of work shall generally be started in the followir
sequence :
1. Reinforced Concrete Seawall
2. Beach Access Stairways
3.
4. North Bluff Stone Revetment
5. Seawall Walkway
Lifeguard Pad Stone Revetment and Ramps
1-7
6. Bluff Access Stairways
7.
8.
9. Upper Bluff Walkway
10.
11. South Parking Lot Repairing
The contractor may work on more than one facility at a time; howel
no work shall start on items 8 thru 11 until the Reinforced Concr
Seawall and Beach Access Stairs are completed.
Repair of Existing Stairs at Cherry Street and Tamarack Stree
Carlsbad Boulevard Parking Area and Walk
South Parking Lot Stone Revetment
6.2 Start conptruction of the reinforced concrete seawall at the south e
and work to the north.
6.3 All other items of work shall be completed before the south parki
lot is repaved. If construction is not completed by May 15, 1987, t
south parking Iot shall be repaired with a temporary patching a,
surface treatment approved by the City and the parking stalls sh8
be marked for use by the public between May 15 and September
1987, at no additional cost to the City.
7.0 MEASUREMENT AND PAYMENT
The contract lump sum price paid for this work according to Item la
Alternate Item 1A in the Bid Proposal shall include full compensation fc
furnishing all labor, materials, tools, equipment and incidentals , and fc
doing all the work required for mobilization , demobilizatioi
(remobilization, if required) , site condition verification , obtaining permit;
.locating utilities, providing temporary utilities, protection of properti
de-watering, dust control, trash disposal, and other work of this Par
complete in every respect and as specified herein.
The contract lump sum price paid for the repair and repaving of the sout
parking lot will be according to Item lb (see Part X).
1-8
PART I1 - SITE PREPARATION AND GRADING
1.0 GENERAL
1.1 All site preparation, removal and plugging of existing drain pi
import fill, grading and earthwork shall be performed in complia
with local grading codes and ordinances and in general accorda
with the current edition of the Standard Specifications for Pu
Works Construction (Green Book) and as specified herein.
1.2 Excavate, backfill, compact, and grade site to elevations shown
the plans and as needed to meet requirements of construction show
1.3 A Design Memorandum and a Design Addendum, including
geotechnical investigation and survey information prepared
Woodward-Clyde Consultants, is on file with the City of Carlsb
These documents were prepared for design and permit purposes.
geotechnical portions of these documents are attached to the Techn
Specifications as Appendix A and B. The Contractor is respons
for developing site-specific information necessary to dew
construction procedures and costs.
2.0 SOIL MATERIALS
2.1 General Fill and Backfill hlaterials
2.1.1 General fill material is subject to approval of the Engint
General fill material is that material removed from er
vations or imported from off-site borrow areas. It shall
predominantly granular, non-expansive soil, free f
roots, organic matter and other deleterious substances.
11-1
shall contain no rocks or lumps more than 6" in greatc
dimension and shall contain at least 60 percent of mater
smaller than & inch in size. Not more than 15% of racks
lumps shall be larger than 3.0 inches in greatest dimensic
Material shall have an Expansion Index of 25 or less wh
tested in accordance with UBC Standard 29-2.
2.1.2 Gravel and rocks which have a dimension greater than
will not be permitted in the upper 12" of general fills
backfills.
2.2 Terrace Sands
The terrace sands present on-site which are excavated as part of
proposed construction may generally be used as fill and backfill mate
when they are in accordance with these specifications. No Terrace sa1
shall be excavated from outside the normal limits of the excavations neec
for construction.
2.3 Santiago Sandstone
The sandstone present on-site which is excavated as part of the propo
construction may be used as fill and backfill when the material is in acc
dance with these specifications. It should be anticipated that some spe
treatment of this material may be required to break it down if it is to
used as fill or backfill. No material with lumps larger than those speci
in these specifications may be used as fill or backfill.
' 2.4 Beach Sand
No beach sand or cobbles shall be used as fill or backfill except as bacl
of excavations on the beach or as fill on the new Beach Access Ramps.
11-2
2.5 Import hlaterial/Waste Rlaterial
Import matepial shall be obtained by the Contractor from, and w;
material shall be deposited by the Contractor at, a site(s) appro
by the City Engineer. The Contractor shall be responsible for
debris or damage occurring along the haul routes or adjacent strc
as a direct result of the construction operations.
All off-site haul routes shall be submitted by the Contractor to
City Engineer for approval prior to the beginning of work.
3.0 EXISTING STONE
3.1 All on site suitable stone larger than 210 pounds shall be remo'
from the construction area, sorted by size and stockpiled, at an a
approved by the Engineer, for use in the new revetments. T
includes stone buried in the beach sand within the limits of
reinforced concrete seawall and stone revetment excavations and
other areas noted on the plans. The city inspector shall deterrr
the suitability and size of the stone.
in revetments shall be placed in the lifeguard pad area and shall
specified as rock fill. All existing stone shall be reused onsite
directed by the engineer. All stone and methods of placing stone
the Revetments shall be in general conformance to Part VI11 - "St(
Revetments, '' of these specifications.
Stone that is unsuitable for
3.2 Stone shall be sorted into the following sizes:
O Material between 210 pounds and 800 pounds (15 inches to
inches) ;
O Material between 800 pounds and 13 tons (24 inches to
inches) ;
11-3
O Material over 14 tons (36 inches); and
O Material for use as rock fill.
3.3 The Contractors' sorting and replacement of existing stone shall
observed and approved by the Engineer. The weight of indivic
stones will be determined by the City Inspector based on
measurements and a stone unit weight of 160 pounds per cubic foot
4.0 CLEARING AND GRUBBING
4.1 All clearing and grubbing shall be done in general accordance v
Brush shall be removed only wit Section 300-1 of the Green Book.
the areas to be graded.
No burning shall be permitted. 4.2
4.3 All brush, debris and unsuitable material shall be disposed off-site
accordance with Part I, Section 4.5 of these specifications.
5.0 EXISTING DRAIN PIPES
5.1 Existing exposed drain pipe within the project limits shall be
flush with the slope and removed. The remaining undergroi
portion of the pipe shall be plugged with a minimum of 5 feet of 1
concrete (2000 psi).
5.2 Existing drain pipe encountered in the excavations shall be cut fl
with the excavation slope and removed. The remaining portion of
pipe beyond the excavation limits shall be plugged with a minimum
5 feet of lean concrete (2000 psi).
5.3 All removed pipe shall be disposed offsite in accordance with Part
Section 4.5 of these specifications.
11-4
6.0 EXCAVATION
6.1 General
6.1.1 Excavate every type of material encountered within limit
work to lines, grades, and elevations indicated and
specified herein.
6.1.2 Excavations shall be cleaned of loose soil and shall
approved by the Engineer prior to placing concrete.
. No soil from excavations on or in the vicinity of the bl
shall be placed or dumped on the bluff. The contra
shall stockpile all excavations from this area on top of
bluff or at the base of the bluff and use or dispose o
specified.
6.1.3
6.2 Excavation in Bedrock
6.2.1 Excavation in rock shall be conducted so as to maintain
integrity of the remaining rock.
6.2.2 Excavation in rock for key of reinforced concrete sea
and beach access stairs shall consist of cutting ver
faces of excavation, removing the interior material
preparing the foundation as specified herein. Sawcut
may be required in several areas.
6.2.3 Any material disturbed on the seaward vertical face of
bedrock excavation for reinforced concrete seawall
beach access stairs shall be considered Unauthorized E:
vation and shall be backfilled with structural concrete a
cost to the City.
11-5
6.2.4 Excavation of keys for Reinforced Concrete Seawall i
Beach Access Stairs deepened below plan depths to obt
the required depth of embedment into bedrock shall
backfilled with structural concrete to the plan bot'
elevation and shall be placed as a continuous part of
key.
6.2.5 Where the plan bottom of the seawall footing does not b
on bedrock, the soil shall be removed down to bedrock i
replaced with structural concrete to the plan bot
elevation.
6.3 Excavated Materials Satisfactory for Fill or Backfill
6.3.1 Satisfactory excavated material for use as fill or bacE
shall be as described under Section 2.1 or as approved
the Engineer.
6.3.2 Satisfactory excavated materials shall be stockpiled
required, transported to, and placed in, fill areas wit
limits of work.
6.4 Excavated Materials Unsatisfactory for fill
6.4.1 Unsatisfactory excavated material shall be all organic so
roots, debris and other deleterious materials or mater
indicated by the Engineer as unsatisfactory for use in fil
6.4.2 Include excavation of unsatisfactory fill materials as pari
work.
6.4.3 Dispose of excavated material which is unsatisfactory for
away from site at disposal site arranged and paid for
Contractor in accordance with Part I, Section 4.5.
11-6
6.5 Excavate and backfill in a manner and sequence which will prov
proper drainage at all times.
6.6 Unauthorized Excavation
6.6.1 Unauthorized excavation is defined as the removal of ma
rials beyond indicated subgrade elevations or dimensi
without specific direction of the Engineer.
6.6.2 Prepare area and backfill unauthorized excavation with 4
psi structural concrete as specified unless otherwise dirc
ed by the Engineer.
6.6.3 All work associated with unauthorized excavation shall
completed at no cost to the City.
6.7 Authorized Overexcavation
6.7.1 Authorized overexcavation is defined as the removal
material beyond indicated subgrade elevations or dimensi
at the specific direction of the Engineer.
6.7.2 Prepare area and backfill authorized overexcavation
directed by the Engineer.
6.8 Stability of Excavations
6.8.1 Slope sides of excavations to stable inclinations in com
ance with CAL/OSHA requirements.
6.8.2 Shore and brace where sloping is not possible because
space restrictions or stability of materials being excaval
Shoring and bracing shall be in compliance with Sec
6.9.
11-7
6.8.3 Maintain sides and slopes of excavations in a safe condi
until backfilling has been completed.
6.8.4 Portions of the work may be subject to tidal and N
action. Excavations and slopes should be protected. ,
damage or change to construction by tide or waves shall
repaired by the Contractor at no cost to the City.
6.9 Shoring and Bracing
6.9.1 Provide materials for shoring and bracing, as necessary
safety of personnel, protection of work, and complit
with requirements of governmental agencies which k
jurisdiction.
6.9.2 hlaintain shoring and bracing in excavations, regardlesr
time period that excavations will be open.
7.0 FILL AND BACKFILL PLACEMENT
7.1 Fill Surface Preparation
7.1.1 Remove vegetation, debris, unsatisfactory soil materi
obstructions, and deleterious materials within limits
construction before placing fill.
7.1.2 Bench each lift into surfaces which are steeper than
vertical to six horizontal, so that fill material will bond 1
existing surface.
7.1.3 All loose or porous soils shall be removed or compactec
specified in Section 9.0. The depth of removal and rec
paction shall be approved in the field by the Enginc
11-8
Prior to placing fill, the surface to be filled shall be
from uneven features that would tend to prevent unif
compaction by the equipment to be used. It shall then
plowed or scarified to a minimum depth of 6 inches.
7.2 Backfill excavations as promptly as progress of work permits, but
until all of the following conditions are met:
7.2.1 Acceptance of construction below finish grade by wril
approval from the Engineer;
7.2.2 Inspection, testing, approval, and recording locations
underground utilities.
Removal of concrete form work; 7.2.3
7.2.4 Removal of shoring and bracing and backfilling of vc
with satisfactory materials ; and
7.2.5 Removal of trash and debris.
7.2.6 No backfill material shall be deposited against the reinfor
concrete seawall or beach access stairways until the c
Crete has developed not less than the specified 28-
compressive strength of 4000 psi.
7.3 Fill Placement and Compaction
7.3.1 Place backfill and fill materials in layers which are not m
than 6 inches thick, unless otherwise noted.
7.3.2 Before compacting, moisten or aerate each layer as nee
sary to provide required moisture content as specified
Section 8.0.
11-9
7.3.3 Compact each layer to required percentage of maxir
density specified in Section 9.0.
7.3.4 Place backfill and fill materials to required elevations,
nearly horizontal lifts. Contractor shall take measure5
provide positive drainage and prevent erosion of fre!
graded areas.
7.3.5 Take care to prevent wedging action of backfill agiu
structures. Place material uniformly around structures
approximate same elevation in each lift.
7.3.6 Rock fill generated from the excavation of on site stone
approved for use as rock fill by the City Inspector may
placed in the Lifeguard Revetment Pad as specified herc
All stone shall be placed at least 3 feet below final gra
No nesting of stone will be allowed, all voids shall be fi,
prior to the placement of additional material.
8.0 GRADING
8.1 General
8.1.1 Grade areas uniformly within limits of grading, includ
adjacent transition areas.
8.1.2 Smooth finished surfaces in conformance with lines ,
grades shown on plans.
8.1.3 Compact with uniform levels or slopes between points wh
elevations are shown on plans, or between such points :
existing grades.
11-10
8.2 Grading Tolerances
8.2.1 Grade areas adjacent to structures to achieve drainage ai
from structures and to prevent ponding.
8.2.2 Finish fill surfaces shall be free from irregular surl
changes and shall not be more than 0.1 foot above or bc
required subgrade elevation.
9 .O COhlPACTION REQUIREMENTS
9.1 Relative Compaction
9.1.1 After each layer of fill has been placed, mixed, and spr
evenly, it shall be thoroughly compacted to a rela
compaction that is indicated by test to be not less than
percent unless otherwise specified. Relative compactior
defined as the ratio (expressed in percent) of the in-p
dry density of the compacted fill divided by the maxir
laboratory dry density determined in accordance with
A§TM Test No. D1557-78, or other density test meth
that will obtain equivalent results. Unless other1
specified, fill material shall be compacted by the contra(
while at a moisture content at or above the optimum m
ture content determined in accordance with the above
method.
9.1.2 Subgrade soils for a minimum depth of 12 inches bc
walks and pavements shall be compacted to a relative c
paction that is indicated by test to be not less than
percent unless otherwise specified.
11-11
9.2 Rloisture Control
9.2.1 Where subgrade or layer of soil material is too dry
proper compaction , apply water uniformly to surface
subgrade or layer of soil material until moisture conten'
as required to permit compaction.
9.2.2 Remove and replace, or scarify and air-dry, soil mate
that is too wet to permit compacting to specified density.
9.2.3 Soil material which has been removed because it is too
to permit compacting may be stockpiled or spread I
allowed to dry until moisture content is as required
permit compaction. Assist drying by discing , harrowi
or pulverizing.
10.0 FIELD QUALITY CONTROL
10.1 The City Inspector shall observe all grading, filling and backfill
operations and test all compacted subgrades , fills, and backfills.
a general rule, no more than 2 feet of fill in vertical elevation s
be placed without at least one field density test being made wil
that interval.
10.2 If, based on results of observations or tests, subgrade or fills wh
have been placed are below specified density, additional compact
and testing shall be performed, as required to bring subgrade or
to the specified density, at no additional expense to the City.
11.0 RIAINTENANCE
11.1 Protection of Newly-Graded Areas
11-12
11.1.1 Protect newly-graded areas from traffic and erosion
keep free from trash.
11.1.2 Repair and re-establish grades in settled, eroded,
rutted areas to specified tolerances.
11.1.3 After completion of grading and when the Engineer
finished his observation of the work, no further excava
or filling shall be done except under the observation of
Engineer.
11.2 Reconditioning Compacted Areas : Where completed compacted ai
are disturbed by subsequent construction operations, high tic
waves or adverse weather, scarify surface, reshape, and compac'
required density, prior to further construction.
12.0 SLOPE STABILIZATION
12.1 As soon as grading is completed, all permanent bluff cut slopes s
be stabilized by hydroseeding, mulching and fertilization or appro
landscaping. The seed mix shall be designed by an expert in
field and shall be approved by the California Department of Parks
Recreation. The mulch shall be applied at not less than 2000 pou
per acre and the fertilizer at not less than 1000 pounds per i
unless otherwise specified and approved by the Department of Pa
and Recreation.
12.2 All slopes shall be planted and/or hydroseeded within 10 days follc
ing rough grade certification. Failure to complete hydroseed
operation within 30 days shall be reason to stop all construcl
activity on the project.
11-13
13.0 GUARD RAILS
13.1 Where guard rail is removed at the proposed Carlsbad Bouleva
Parking Lot and the Sycamore and Maple Avenue crosswalks, the en
of the remaining guard rail shall be finished with terminal sections
shown in Drawing Number M-8 of the San Diego Area Regional Sta
dard Drawings.
13.2 All guard rail and associated material removed shall be disposed of
trash as specified in Part I, Section 4.5. The City shall have fix
rights to salvage.
13.3 All holes or damaged created as a result of the removal of the guai
rail shall be repaired to the satisfaction of the Engineer.
14. o MEASUREMENT AND PAYMENT
Payment for site preparation; clearing and grubbing; rernovinl
excavating, stockpiling, sorting, disposal of and replacing bedrocl
stone, sand and soil as fill; importing and placement of all new fil
plugging, removal, and disposal of existing drain pipe; repair
unauthorized overexcavation; slope stabilization ; and cutting
disposing and repairing guardrail complete in every respect and i
specified herein, shall be included as a part of each respective b:
item. No additional payment will be made for this work.
Existing stone replaced in the revetments or beach ramps as riprz
shall be paid for at the corresponding unit price for rock indicated :
the respective bid item.
11-14
PART I11 - REINFORCED CONCRETE SEAWALL
1.0 GENERAL
1.1 The work provided for herein consists of supplying all plant, la1
material, and equipment and performing all operations required
constructing the Reinforced Concrete Seawall complete, as spec;
herein and shown on the plans.
1.2 All associated materials and construction methods shall be in gen
conformance with the current edition of the "Green Book'! and
specified herein.
2.0 MATERIALS
2.1 Portland Cement Concrete
2.1.1 Cement shall conform to ASTN C150-85, Type 11. It E
be low alkilide, air-entraining portland cement.
2,l.Z Concrete shall have a 28-day minimum compressive strer
of at least 4,000 psi with a water/cement ratio of .45 u
a water retarding agent such as pozzolith 300R (or equj
lent) and a mix design of approximately 64 to 7 sacks
cement. The entrained air shall be 5% plus or minus
Fly ash may be used as specified in Section 201-1.2.E
the "Green Book". The contractor shall submit the f
mix design to the Engineer as specified in Section 2.1.5.
2.1.3 Curing compound: ASTM C 309-81, liquid membrane fc
ing, with fugitive dye for identification equal to W.J. BL
Co., Rez-x. Compound shall be compatible with finis1
111-1
be applied thereto. Curing compound shall be applied tc
new exposed concrete. Curing compound and areas rec
ing it shall be approved by the Engineer.
2.1.4 Maximum Slump of 4".
2.1.5 Concrete shall be designed by an approved laboratory
the strength required. Mix design to be submitted to
Engineer fifteen (15) working days prior to plai
placement of concrete.
2.1.6 Concrete shall be natural color unless otherwise specific(
2.1.7 The stem portion of the reinforced concrete seawall shal
colored Davis Color No. 5447 - Mesa Bluff. All colo
agents shall be of the same batch number.
2.2 Reinforcing Steel
2.2.1 Reinforcing steel shall meet the requirements of ASTI
615-82 Grade 60 and shall be free of mud, grease,
rust, or other surface coatings which may impair
steel-concrete bond.
2.2.2 Reinforcing steel shall have minimum concrete protec
covering as follows:
A.
B.
Poured against earth or rock 3"
Poured against forms but exposed to ocean 4"
2.2.3 Reinforcing bars marked continuous shall be spliced
Minimum laps shall be as indicated on the plan lapping.
111-2
2.2.4 All reinforcing bar bends, hooks and offsets shall be
shown on the plans.
-
2.2.5 Welding of reinforcing bars to comply with 1985 U.B
Standards Section 26-8.
2.3 Subsurface Drain
2.3.1 The subsurface drain behind the wall shall consist o
perforated PVC pipe surrounded by filter gravel which s
be surrounded by filter fabric as shown on the Plans. '
perforated PVC pipe shall be connected to weep hc
through the seawall.
All perforated PVC pipe used as subdrains shall be SCH
manufactured in accordance with ASTLI-F-441. All perj
ations for subdrain pipe shall conform to the specifica
for Underdrain Pipe in ASTLI-C-508, Type 2.
2.3.2
2.3.3 Weep holes shall be SCH 40, PVC pipe manufactured
accordance with ASTM-F-441.
2.3.4 The filter fabric for the subdrain shall be a polyester
polypropylene woven or non-woven, needle punched fi
fabric and shall contain stabilizers and/or inhibitors ad
to the base plastic, if necessary, to make the filamc
resistant to the deterioration due to ultra-violet expost
The fabric shall also meet the following specifications:
111-3
Fabric Property Test b3 et hod Minimum Certifiable '
Grab Tensile Strength ASTM D-1682-64 120 x 120 lb. Grab Tensile Elongation ASTM D-1682-64 50% Burst Strength ASTM D 3786-80 210 pst2) Puncture Strength ASTM D 3787-80 65 lb. Apparent Opening Size (EOS) Water Flow Rate Proposed ASTnl 240 gpm/sq. ft.
COE CWO2215-77 100 + US STD Sieve
5 cm Head
NOTES :
(')hlinimum Certifiable Values: Each roll test value shall meet these
requirements.
("Tension testing machine with ring clamp; steel ball replaced with a
5/16-inch diameter solid steel cylinder (with flat tip) centered within
the ring clamp.
2.3.5 The filter gravel for the subsurface drain shall meet
following gradations :
Sieve Size Percent Passing
1 11 100 3/4" 90-100
No. 4 50-90
No. 8 30-60 No. 16 20-40
No. 30 10-30
No. 50 0-15
No. 200 0-3
3.0 CLEARING AND GRUBBING
3.1 Perform all clearing and grubbing in accordance with Part 11, Sec
4.0 of these specifications.
4.0 SOIL AND ROCK EXCAVATION
4.1 Perform excavation to dimensions and elevations indicated on plan5 required for the reinforced concrete wall and all work incide thereto.
111-4
4.2 All excavation shall be done in accordance with Payt 11, Section 6, these specifications.
Dewatering Shall be as specified in Part 1, Section 4.3. 4.3
5.0 FILL AND BACKFILL
5.1 All fill and backfill shall be in accordance with Bart II, Section
and Section 7 - 8 of these spwidcations,
6.0 CONCRETE CONSTRUCTION
6.1 All concrete shall be mixed, placed and cured and all reinforcing z
shall be placed in general accordance with Section 303 of the "G:
Book. If
6.2 The inside (landward) and top portion of the seawall shall ha\
Class 1 surface finish in accordance with Section 303-1.9.3 of
"Green Book. 11
The outside (seaward) portion of the seawall shall be an ordii
surface finish in accordance with Section 303-1.9.2 of the "GI
Book."
7.0 hIEASUREMENT AND PAYMENT
The contract lump sum prices paid for this work, according to Item:
and 2b in the Bid Proposal, shall include full compensation for furnisl
all labor, materials, tools, equipment and incidentals, and for doing all
work required to construct the Reinforced Concrete Seawall, completc
every respect and as specified herein.
Authorized overexcavation for the seawall key and footing shall be paid
at the unit price according to Items 2d and 2e, respectively, in the
Proposal.
111-5
PART IV - BEACH ACCESS STAIRWAYS
1.0 GENERAL
1.1 The work provided for herein consists of furnishing all plant, la1
material, and equipment and performing all operations required
constructing the Beach Access Stairways complete, as specified he
and shown on the plans.
1.2 All associated materials and construction methods shall be in gen
conformance with the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 Portland Cement Concrete
2.1.1 All concrete shall conform to, Part I11 Section 2
"Portland Cement Concrete, '' of these specifications.
2.1.2 The Beach Access Stairways shall be colored Davis C
No. 5447 - Mesa Bluff.
2.2 Reinforcing Steel
All reinforcing steel shall conform to, Part 111, Section 2.2, "Reinforc
Steel, 11 of these specifications.
2.3 Metal Railings
2.3.1 Metal handrails shall be welded or seamless steel I
conforming to the requirements of ASTbl A 120, structi
IV-1
steel conforming to ASTlLl A 36, or tubular sections of
rolled mild steel conforming to ASTM A 501.
2.3.2 Paint for the handrails shall be as specified in Part
Section 2.4 of these specifications.
3.0 CLEARING AND GRUBBING
3.1 Perform clearing and grubbing in accordance with Part 11, Section
of these specifications.
4.0 SOIL AND ROCK EXCAVATION
4.1 Perform excavation to dimensions and elevations indicated on plans
required for stairway structure , and all work incidental thereto.
4.2 All excavation shall be done in accordance with Part 11, Section 6.1
these specifications.
4.3 Dewatering shall be as specified in Part 1, Section 4.3.
5.0 FILL AND BACKFILL
5.1 All fill and backfill shall be in accordance with Part 11, Section
and Section 7.0 of these specifications.
6.0 CONCRETE CONSTRUCTION
-' All concrete construction shall be in accordance with Part I11 Section
of these specifications.
IV-2
7 .O HANDRAIL CONSTRUCTION AND INSTALLATION
Handrails shall be constructed and installed as specified in Part '
Section 7.0.
8.0 MEASUREMENT AND PAYMENT
The contract prices paid for this work, according to Items 2a and 2c
the Bid Proposal, shall include full compensation for furnishing all la1
materials, tools, equipment and incidentals, and for doing all the N
required to constructing the Beach Access Stairways, complete in ev
respect and as specified herein.
Authorized overexcavation for the Beach Access Stair key and footing s
be paid for at the unit price according to Items 2d and 2e, respectivc
in the Bid Proposal.
IV-3
PART V - BLUFF ACCESS STAIRWAY
1.0 GENERAL
1.1 The work provided for herein consists of furnishing all plant, labo
material, and equipment and performing all operations required f
constructing the Bluff Access Stairways complete, as specified herc
and shown on the plans.
1.2 All associated materials and construction methods shall be in genei
conformance with the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 Portland Cement Concrete
2.1.1 Concrete shall conform to Part 111, Section 2.1 of the
specifications and as noted herein.
2.1.2 Maximum Slump of 4" for all areas except caissons. Mal
mum slump of 5" 2 1" for caissons, also see Section 2.1
below for slump of tremied concrete.
2.1.3 Concrete shall be designed by an approved laboratory i
the strength required. Mix design to be submitted to t
Engineer five (5) working days prior to planned placeme
of concrete.
2.1.4 Specially designed mixes for tremied and pumped concrf
shall be submitted to the Engineer for approval before US
The slump of tremied or pumped concrete for the caissa
v-1
shall be at least six (6) inches with no increase
water-cement ration.
2.2 Reinforcing Steel
All reinforcing steel shall conform to, Part 111, Section 2.2 of tl
Specifications.
2.3 Steel Stairs and Handrails
2.3.1 Steel stair and railing materials shall be welded or seam
steel pipe conforming to the requirements of ASTILl A
structural steel conforming to ASTM A36, or tub
sections of hot rolled mild steel, conforming to ASTM A 1
2.3.2 Rolling and cutting tolerances, permissible variations
weight and dimensions, defects, and imperfections shall
exceed the limits contained in ASTN A6.
2.3.3 The Contractor shall furnish to the Engineer, before j
rication, a mill certified report (in duplicate) of the t
for each heat of steel or iron from which the material ii
be fabricated. The certification shall contain the result
chemical and physical tests required by the ASThl specif
tions for the materials.
2.4 Paint
2.4.1 Paint shall be homogeneous, free of contaminants, and (
consistency suitable for the use specified. Paint and p
material shall be appropriately identified with the manu
turer's name, date of manufacture, type of paint or p
material, State Specification number, and lot or b(
number.
v-2
2.4.2 Paint coats shall consist of primer, intermediate and :
coats as specified below.
A) Base coat of a sea water resistant epoxy primer with:
1. Pot Life - 8 hours @ 77OF min.
2. Flash Point - 79OF min.
3. Solids - 45% by volume min.
4. Theoretical
Spreading Rate -
(Devran 201 by Devoe Marine or equivalent)
360 sq ft/gal @ 2 mils dry min.
B) Heavy-duty, sea water resistant, intermediate epoxy (
with :
1. Pot Life - 5 hours @ 77OF min.
2. Flash Point - 100°F min.
3. Solids - 65% by volume min.
4. Theoretical
Spreading Rate -
(Deuthane 230 by Devoe Marine or equivalent)
130 sq ft/gal @ 8.0 mils dry mir
C) Aliphatic Urethane high gloss enamel final coat with:
1. Pot Life - 6 hours @ 77OF min.
2. Flash Point - 50°F min.
3. Solids - 40% by volume min.
4. Theoretical
Spreading Rate 500 sq ft/gal @ 1.5 mils dry min
(Deuthane 239, Color - Zapata Blue - No. 23928 by De
Marine or equivalent)
-
v-3
3.0 SOIL AND ROCK EXCAVATION
3.1 Perform excavation to dimensions and elevations indicated on plans (
required for stairway structure, and all work incidental thereto.
3.2 All excavation shall be done in accordance with Part I1 Section 6.0 1
these specifications.
3.3 Dewatering shall be as specified herein and as specified in Part
Section 4.3.
4.0 FILL AND BACKFILL
4.1 All fill and backfill shall be in accordance with Part 11, Section 2
and Section 7.0 of these specifications.
5.0 CAISSON CONSTRUCTION
5.1 Drilled in caissons shall be installed by a contractor experienced
caisson work. The caisson excavations shall be performed with
approved heavy-duty caisson drilling rig capable of expeditious
performing the work specified herein and as shown on the plans.
5.2 Excavation
5.2.1 Caisson shafts shall be drilled in accordance with the lir
and grades shown on the plans. Excavation shall be E
vanced in a manner which will not adversely affect 1
integrity and performance of the completed piers or dam;
adjacent facilities and property.
5.2.2 Unless a written exception is granted by the Engine(
temporary steel casing or an acceptable equivalent shall
v-4
provided for the full depth of the caisson shaft excavat
The casing shall be of sufficient strength to sus
handling and the pressures imposed by earth and fluids
5.2.3 Caisson excavations shall be maintained in an essent
dry condition, by pumping if necessary, just prior
placing concrete. Alternatively, slurry drilling procedu
which are acceptable to the Engineer, may be used if w
infiltration is excessive as defined in Part V, Section 5
of these specifications.
5.2.4 If it is anticipated that both caisson excavation and c
Crete placement will not be completed the same day,
Engineer may elect to stop the advancement of the caissc
to 5 feet above the anticipated bearing elevation be
resuming the operation the following day.
5.2.5 Unless otherwise specified, the end-bearing surface shal.
cleaned of all loose or softened materials.
5.3 Shaft Dimensions and Alignment
5.3.1 The caisson shaft shall be installed to the dimensions SF
ified on the Plans and shall be carried to the bearing lei
determined for each caisson by the Engineer.
5.3.2 Completed shafts shall be centered within three (3) inc
of plan location. The cutoff elevation of such shafts s
be within plus one (1) or minus two (2) inches of
established cutoff elevation.
5.3.3 Shafts shall neither deviate from the vertical by more t:
one and one-half (l-l/Z) percent of its length, nor exc
V -5
twelve and one-half (12-1/2) percent of the shaft diami
or fifteen (15) inches, whichever is less.
5.3.4 If the tolerances specified under 5.3.2 and 5.3.3 are
ceeded, the extent of overloading shall be investigated.
in the judgement of the Structural Engineer, correc
measures are required, the Contractor shall implement s
measures at his expense.
5.4 Reinforcing S tee1
5.4.1 After completion of the excavation , steel reinforcemc
shall be placed as shown on the Plans. Provisions shal
taken to ensure that the reinforcement is centered in
shaft and is so maintained during concrete placement.
5.4.2 Reinforcing cages shall be designed to be stable anc
retain the configuration of the bars during concrete pl,
ment .
5.5 Concrete Placement
5.5.1 After the bearing surface is prepared and reinforcen
placed, concrete shall be placed in such a manner that
preclude segregation of particles, excessive infiltratior
water, or any other occurrences which would tend to
crease the strength of the concrete or the suppor
capacity of the finished caisson. Concrete shall be pl:
through a center hopper, or equivalent, in such a mar
so as to free-fall vertically without obstruction.
If free-fall cannot be assured without obstruction 0:
caisson excavations contain more than three (3) inches
V-6
water, concrete shall be placed by the tremie method or
pumping in place. Tremie pipes shall be preferably twl
(12) inches and not less than eight (8) inches in diame
Positive control shall be provided to ensure that the bo1
of the tremie pipe is at all times below the concrete s
face.
5.5.2 In situ vibration of concrete shall be limited to the top
(10) feet of the shaft after temporary casing has k
removed unless otherwise approved by the Enginc
Vibration of the casing during extraction shall be subjec
the approval of the Engineer.
5.5.3 All caissons shall be poured monolithically . However
any pour is interrupted in such manner as to allow
in-place concrete to set for more than one hour before
pour is resumed, the surface of the in-place concrete s
be leveled, all laitance cleaned from the existing surl
and the surface roughened and slushed with a 1 to 1
ment grout.
5.5.4 The theoretical volume of concrete required to fill the pi
based on as-build configuration, shall be computed, an(
the actual volume (estimated by delivery tickets) insta
in less than the theoretical volume, the integrity of I
should be checked for possible necking, collapse or seg
gation of concrete.
*’ 5.6 Observation and Safety
5.6.1 The Engineer will provide continuous on-site observai
during the duration of the caisson installation. The C
tractor shall cooperate with the Engineer during the obs
v-7
vation process and assist in securing the construc
documentation specified herein.
5.6.2 The Contractor shall be responsible for the safety of
personnel entering caisson excavations for construction
inspection purposes.
5.7 Records
The Contractor shall maintain for each caisson complete records of drillj
reinforcement and concrete placement and other operations required ur
this contract. These records shall be submitted to the Engineer on a d
basis. For each caisson, the records shall include, but shall not
limited to:
0 Detailed description of drilling equipment used
0 Daily production log
0 Caisson locations, shaft alignment and dimensions
0 Concrete volume placed
0 Pay item quantities
Within two weeks of the termination of the construction, a summary re€
shall be submitted by the Contractor containing all pertinent records
other data relevant to the work.
6.0 CONCRETE CONSTRUCTION
6.1 All concrete construction shall be in accordance with Section 303
the "Green Book."
V-8
6.2 Prior to placing concrete, check with all trades to insure pr
placement of all openings, sleeves, curbs, conduits, etc.
6.3 Prior to placing concrete, reinforcing and embedded items shall
well secured in position.
7.0 STAIR AND HANDRAIL CONSTRUCTION
7.1 The Contractor shall submit shop drawings showing the details
dimensions of all metal hand railings and stairs.
7.2 Welding shall conform to the requirements of the "Structural Welt
Code" AWS D1.l. All exposed welds shall be ground flush I
adjacent surfaces.
7.3 Stairs and railing panels shall be straight and true dimensic:
Adjacent railing panels shall align with each other with a variation
to exceed 1/16 inch (Zmm). Joints shall be matchmarked.
The stairs and railing shall be erected in accordance with the Pla
The railings in concrete shall be erected on anchor bolts, or in hc
formed by inserts provided in the concrete railing base to receive
railing posts. Sheet metal inserts shall be removed before
erection of the railing.
No railing shall be erected on the structure until the structure
which it is to be attached is complete and all falsework supporting
system is released.
The stairs and railings shall be carefully erected true to line 1
grade. Posts and balusters shall be vertical with the deviation fx
the vertical for the full height of the panel not exceeding 1
(3mm).
v-9
After erecting the stairs and railings, any abrasions or exposed s
shall be repaired as per paint manufacturers recommendations
specifications.
7.4 Paint: General
All painting shall be in general conformance with Section 310 of
"Green Book," except as follows.
7.5 Paint:
7.5.1 All surfaces must be free of oil, grease and moisture be.
sandblasting to near white metal equivalent as defined
Section 310-2.5 of the "Green Book." The steel pr(
after blasting should be 13 to 33 mils in depth and be (
jagged nature as opposed to a peen pattern. Surfaces n
be free of grit dust. For areas where sandblasting can
be accomplished, hand clean, preferably with power (
sander, to bright, non-polished metal.
7.5.2 The primer coat (coat A) shall be applied to the clea
surface as soon as possible after cleaning. The base (
shall be applied to a dry film thickness of not less than
mils.
7.5.3 The intermediate coat (coat B) will be applied to a cle
smooth, dry primered surface. The intermediate coat s
be applied to a final dry film thickness of not less than
mils no earlier than 2 hours after application of base coal
7.5.4 The final coat (coat C) will be applied to the underc
when it is in a smooth, dry condition. The surface s.
be free of any runs, dry spray or heavy orange peel.
v-10
overcoats shall be applied prior to manufacturers recon
mended time to dry to recoat. The final coat shall t
applied, no earlier than 4 hours after the intermediate coal
to a dry film thickness no less than 1.5 mils.
7.5.5 Mixing and thinning shall be conducted as per manufactui
ers recommendations.
7.5.6 All drying times are subject to manufacturers recommend€
drying periods.
7.5.7 All coats should be applied using an airless sprayer with
30 to 1 pump. All paint shall be applied using manufactur
ers recommended tip sizes , hose diameters and length
Touch-up work may be done with brush or roller.
8.0 MEASUREMENT AND PAYMENT
The contract lump sum price for each stairway paid for this work accord
ing to Additive Item A-1 in the Bid Proposal shall include full compensatio
for furnishing all labor, materials, tools, equipment and incidentals, an1
for doing all the work required to constructing the Bluff Acces
Stairways, complete in every respect and as specified herein.
V-ll
PART VI - SEAWALL WALKWAY AND RETAINING WALLS
1.0 GENERAL .
1.1 The work provided for herein consists of supplying all plant, laL
material, and equipment and performing all operations required
constructing the Seawall Walkway and Retaining Walls complete,
specified herein and shown on the plans.
1.2 All associated materials and construction methods shall be in gent
conformance with the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 Portland Concrete Cement
All concrete shall conform to Part 111, Section 2.1 of these Specifi
tions .
2.2 Reinforcing Steel
2.2.1 All reinforcing steel shall conform to Part 111, Section .
of these Specifications.
2.2.2 Welded wire reinforcement shall conform to ASTM A lI
The gage of the wire and the dimensions of the mesh s€
be as shown on the plans. The welded wire reinforceml
shall be constructed as to retain its original shape and fc
during the necessary handling. The effect
cross-sectional area of the wire shall be equal to tl
indicated on the plans.
VI-1
2.3 Interlocking concrete Paving Stones
2.3.1 Interlocking concrete paving stones shall be a minii
compressive strength of 8,000 psi in accordance with tesl
procedures ASThl c-140.
2.3.2 Materials used to manufacture interlocking concrete pat
stones shall conform to the following:
a. Cement - ASThl C-150 (Portland Cement)
b. Aggregates - ASThl C-33 (washed, graded sand and
rock, no expanded shale or lightweight aggregates)
Shape, design and colors shall be in accordance with det
as noted on plans. Approximate stone size shall be 8" x
with approximately 3.6 stones per square foot. (Tau
style interlocking pavers by Lockstone Products, Ltd.
equivalent) .
2.3.3
2.3.4 Sand Laying Course - Shall be a clean washed sand r
100% passing a No. 4 sieve size and a maximum of 3% pa
ing a No. 200 sieve size.
2.4 Expansion Joint Material
Expansion joint material shall be a single component, urethane seal
equivalent to Sikaflex l-A.
-' 3.0 SOIL AND ROCK EXCAVATION
3.1 Perform excavation to dimensions and elevations indicated on the pl;
as required €or Seawall Walkways and Retaining Walls, and all W(
incidental thereto.
VI-2
3.2 All excavations shall be done in accordance with Part 11, Section
of these Specifications.
4.0 FILL AND BACKFILL
4.1 All fill and backfill shall be in accordance with Part 11, Section
and Section 7 .O of these Specifications.
4.2 Subgrade preparation for walkways shall be in accordance with :
tion 301-1 of the "Green Book."
5 .O CONCRETE CONSTRUCTION
All concrete construction shall be in accordance with Section 303 of
"Green Book. ''
6 .O INSTALLATION OF INTERLOCKING CONCRETE PAVING STONE
6.1 Pavers shall be clean and free of foreign materials before installatit
6.1.1 Installation shall start from a corner or straight edge
proceed forward over the undisturbed sand laying course
6.1.2 Thickness of sand laying course shall be uniform to ins
an even surface. The sand shall be no thicker than
maximum.
6.2 Paving work shall be plumb, level and true to line and grade; s
be installed to properly coincide and align with adjacent work
elevations. (All edges must be retained to secure the perimt
stones and the sand laying course. 1
VI-3
6.2.1 Paving stones shall be installed hand tight and level on t
undisturbed sand laying course. String lines shall be us
to hold pattern lines true.
6.2.2 A roller Vibrator or Plate Vibrator shall be used to compz
the stones and to vibrate the sand up into the joints b
tween the stones.
6.2.3 Sand shall be spread over the installed paving stones
that it may be vibrated into the joints between the stones.
6.2.4 Excess sand shall be swept into the joints or disposed
from surface area.
6.2.5 The completed paving stone installation should be wash
down and cleaned to provide a clean finished workmanli
installation.
6.3 Cutting of paving stones can be done with either a double bladt
breaker or a masonry saw.
7 .O MEASUREMENT AND PAYMENT
The contract lump sum price paid for this work according to Additive Itc
A-2 or Alternate Item A-2A in the Bid Proposal shall include f1
compensation for furnishing all labor, materials, tools, equipment ax
incidentals, and for doing all the work required to constructing tl
Seawall Walkway and Retaining Walls, complete in every respect and i
'specified herein.
VI-4
PART VI1 - UPPER BLUFF WALKWAYS
1.0 GENERAL
1.1 The work provided for herein consists of furnishing all plants, laL
material, and equipment and performing all operations required
constructing the Upper Bluff Walkways complete, as specified he
and shown on the plans.
1.2 All materials and methods of construction should conform to
applicable sections of the current edition of the "Green Book" anc
specified herein.
2 .O AIATERIALS
2.1 Portland Cement Concrete
2.1.1 All concrete shall conform to Part 111, Section 2
"Portland Cement Concrete" of these specifications.
2.1.2 A two sack slurry shall be mixed for use as speci
herein.
2.2. Reinforcing Steel
All reinforcing steel shall conform to Part 111, Section 2.2 "Reinforc
Steel" ,of these specification.
2.3 Randrails
2.3.1 Steel handrail materials shall be welded or seamless s
pipe conforming to the requirements of ASTN A 1
VII-1
structural steel conforming to ASTR'I A 36, or tub1
sections of hot rolled mild steel, conforming to ASTM A E
2.3.2 Paint for handrails shall be in accordance with Part
Section 2.4.
2.4 Guard Rails
Material for guard rails shall be in accordance with Section 206-5.2
the "Green Book".
3.0 CLEARING AND GRUBBING
3.1 Perform all clearing and grubbing in accordance with Part 11, Sec.
4.0 of these specifications.
-
4.0 SOIL AND ROCK EXCAVATION
4.1 Perform excavation to dimensions and elevations indicated on plans
required for walkways and retaining walls, and all work incider
thereto.
4.2 All excavation shall be done in accordance with Part 11, Section 6.C
these specifications.
5.0 FILL AND BACKFILL
5.1 All fill and backfill shall be in accordance with Part 11, Section
and Section 7.0 of these specifications.
5.2 Subgrade preparation for walkways shall be in accordance with S
tion 301-1 of the "Green Book".
VII-2
6.0 CONCRETE CONSTRUCTION
6.1 All concrete construction shall be in accordance with Section 30:
the "Green Book" and is specified herein.
6.2 Any exposed grade between the existing asphalt concrete berm
Carlsbad Boulevard and the edge of the proposed walkway shall
covered with a 4'' minimum section of a two sack slurry. The
section shall be level with the proposed walkway and slope d
towards the existing asphalt concrete berm.
7.0 HANDRAIL CONSTRUCTION
7.1 Handrail Fabrication: Welding shall conform to the requirements
the "Structural Welding Code '' AWS D1.l for steel. All expo
welds shall be ground flush with adjacent surfaces.
Railing panels shall be straight and true to dimensions. Adjac
railing panels shall align with each other with a variation not
exceed 1/16 inch (2mm).
For structures on curves, either horizontal or vertical, the rail
shall conform closely to the curvature of the structure by means
series of short chords. The lengths of the chords shall be
distance center to center of rail posts.
Steel railings shall be painted after fabrication in accordance P
Part V, Sections 7.4 and 7.5. All anchor bolts required
installation shall be painted after installed.
7.2 Handrail Installation: The railing shall be erected in accordance w
the Plans on anchor bolts, or in holes formed by inserts provided
the concrete railing base to receive the railing posts.
VII-3
No railing shall be erected on the structure until the sidewalk
which it is to be attached is completed and all falsework supportir
the system is .released.
The railing shall be carefully erected true to line and grade. Pos
and balusters shall be vertical with the deviation from the vertical fc
the full height of the panel not exceeding 1/8 inch (3mm).
After erecting railings, all abrassions or exposed steel shall be r(
paired as per manufacturers recommendations and specifications. Ar
field welds shall be ground flush and the damaged paint shall 1:
repaired as directed by the engineer.
8.0 DRILLED PIERS
8.1 Excavate drilled piers at the locations and to the depths shown on tl
plans.
8.2 Remove from bottom of drilled piers all loose material and standir
water as directed by the engineer.
8.3 Excavated material shall be placed as specified in Part 11, Sectic:
6.1.3.
8.4 Reinforcing steel shall be installed as specified in Part V, Sectic
5.4.
8.5 Concrete shall be placed as specified in Part V, Section 5.5
9.0 PRECAST OOUBLE TEES
9.1 Quality Assurance
VII-4
9.1.1 Acceptable manufacturers : A Company specializing
providing precast and/or precast prestressed concre
products and services normally associated with the indust
for at least 5 years. When requested by the Enginee
written evidence shall be submitted to shown experien
qualifications and adequacy of plant capability and faciliti
for performance of contract requirements.
9.1.2 Erector qualifications : Regularly engaged for at least
years in the erection of precast structural concrete simil
to the requirements of this project.
9.1.3 Qualifications of welders: In accordance with AWS Dl.:
Qualified within the past year.
9.1.4 Testing: In general compliance with applicable providior
of Prestressed Concrete Institute MNL-116, MANUAL FO
QUALITY CONTROL FOR PLANTS AND PRODUCTION C
PRECAST PRESTRESSED CONCRETE PRODUCTS.
9.1.5 Requirements of regulatory agencies : All local codes pk
the following specifications, standards and codes are a pal
of these specifications :
0 ACI 318 - Building Code Requirements for Reinforce
Concrete.
0 AWS D1.l - Structural Welding Code.
0 AWS D12.1 - Reinforcing Steel Welding Code.
0 ASTM Specifications - As referred to in Part 2 - Products
of this Specifications.
VII-5
9.2 Submittals
9.2.1 Shop drawings or calculations :
9.2.1.1. Erection drawings
a. Plans locating and defining all material furnished by
manufacturer.
b. Sections and details showing connections cast-in itei
and their relation to the structure,
c. Description of all loose, cast-in and field hardware.
d. Field installed anchor location drawings.
e. Erection sequences and handling requirements.
f. All dead, live and other applicable loads used in t
design.
9.2.1.2 Production drawings
a. Elevation view of each member.
b. Sections and details to indicate quantities and positit
of reinforcing steel, anchors, inserts , etc.
c. Lifting and erection inserts.
d . Dimensions and finishes.
e. Prestress for strand and concrete strengths.
VII-6
9.2.2 Product design criteria
9.2.2.1 Loadings for design
a. Initial handling and erection stresses.
b. All dead and 100 psf live load.
e. All other loads specified for member where they t
applicable.
9.2.2.2 Design calculations of products not completed on the cc
tract drawings shall be performed by a registered engint
experienced in precast prestressed concrete design a
submitted for approval upon request.
9.2.2.3 Design shall be in accordance with applicable code, A
318.
9.2.3 Permissible design deviations
9.2.3.1 Design deviations will be permitted only after the Enginee
written approval of the manufacturer's proposed desj
supported by complete design calculations and drawings.
9.2.3.2 Design deviations shall provide an installation equivalent
the basic intent without incurring additional cost to 1
city.
9.3 Products
9.3.1 Materials
VII-'7
9.3.1.1 Portland Cement :
ASTM C150 - Type 11.
9.3.1.2 Admixtures :
0 Air-Entraining Admixtures: ASTR.1 C260.
0 Water Reducing, Retarding, Accelerating Admixture
ASTR? C494.
9.3.1.3 ' Aggregates :
0 ASTM C33 or C330.
9.3.1.4 Water:
0 Potable or free from foreign materials in amounts harmful
concrete and embedded steel.
9.3.1.5 Reinforcing S tee1 :
0 Bars :
Deformed Billet Steel: ASTM A615.
Deformed Low Alloy Steel: ASTM A706.
0 Wire :
Cold Drawn Steel: ASTM A82.
0 Wire Fabric:
VII-8
Welded Steel: ASTM A185.
Welded Deformed Steel: ASTM A497.
9.3.1.6 Strand:
0 Uncoated, ?-Wire, Stress-Relieved Strand: a51
A416-Grade 250K or 270K.
9.3.1.7 Anchors and Inserts:
0 Materials :
a. Structural Steel: ASTM A36.
b. Malleable Iron
c. Stainless Steel: ASTM A666.
0 Finish :
a. Shop primer: Manufacturer's standards.
9.3.1.8 Grout:
0 Cement grout: Portland cement, sand, and water sufficier
for placement and hydration.
0 Non-shrink grout: Premixed, packaged ferrous an
non-ferrous aggregate shrink resistant grout.
VII-9
9.3.1.9 Bearing Pads :
0 Neoprene or neoprene with glass fibers as required
design.
9.3.2 Concrete Mixes
9.3.2.1 28-day compressive strength: Minimum of 5,000 psi.
9.3.2.2 Release strength: Minimum of 3,000 psi.
9.3.2.3 Use of calcium chloride, chloride ions or other salts is I
permitted.
9.3.3 Manufacture
9.3.3.1 Manufacturing procedures shall be in general compliar.
with PC1 MNL-116.
9.3.3.2 Manufacturing Tolerances:
0 Standard tolerances:
a. Length: +3/4 in., or +1/8 in. per 10 feet of lengt
whichever is greater.
b. Cross sectional dimensions: Less than 24 in. 3 23
in.,; 24 to 36 in., k1/2 in.; over 36 in., k5/8 in.
c. Flange thickness: (thin sections) +1/4 inc.
d. Position of anchors and inserts: tl in. of center lix
location shown on drawings.
VII-10
e. Horizontal alignment (sweep): 1/2 in., or 1/8 in. p
10 ft length, whichever is greater. Maximum of 1 ii
- gap between two adjacent members due to sweep.
f. End squareness: 1/2 in. maximum.
g. Blockouts: 21 in. of center line location shown c
drawings.
h. Camber deviation at midspan from design: 23/16 ii
per 10 ft. length, ?5/8 in. maximum.
i. Chamber differential at midspan between adjacer
members, after installation: 1/4 in. per 10 ft. length
3/4 in. maximum.
j . Position of reinforcement designed primarily for cor
nections: -1/4 in., +1/2 in. (minus represents
reduction in cover).
9.3.3.3 Finishes
0 Standard Underside: Resulting from casting against ap
proved forms using good industry practice in cleaning c
forms, design of concrete mix, placing and curing. Sma
surface holes caused by air bubbles, normal colo
variations, normal form joint marks, and minor chips an
spalls will be tolerated, but no major or unsightly imper
fections , honeycomb , or other defects will be permitted.
0 Standard Top : Result of vibrating screened and additiona
hand finishing at projections. Normal color variations
minor indentations, minor chips and spalls will b
VII-11
permitted. No major imperfections, honeycomb, or defe
will be permitted.
9.3.3.4 Openings : Primarily on thin sections, the manufactui
shall provide for those openings 12 in. square or larger
shown on the structural drawings. Other openings shall
located and field drilled or cut by the trade requiring th
after the precast prestressed products have been erecte
Openings shall be approved by Engineer before drilling
cutting .
9.3.3.5 Patching: Patching will be acceptable providing the stru
tural adequacy of the product is not impaired.
9.3.3.6 Fasteners : The manufacturer shall cast in structux
inserts, bolts and plates as detailed or required by tl
contract drawings.
9.4 Execution
9.4.1 Product Delivery, Storage, and Handling
9.4.1.1 Delivery and Handling
0 Precast concrete members shall be lifted and supportc
during manufacturing, stockpiling, transporting ar.
erection operations only at the lifting or supporting points
or both, as shown on the contract and shop drawings, an
with approved lifting devices.
minimum safety factor of 4.
All lifting devices shall be
VII-12
0 Transportation, site handling, and erection shall be PC
formed with acceptable equipment and methods, and
qualified personnel.
9.4.1.2 Storage:
0 Store all units off ground.
0 Place stored units so that identification marks are discer
ible.
0 . Separate stacked members by battens across full width
each bearing point..
0 Stack so that lifting devices are accessible and undamaged
0 Do not use upper member of stacked tier as storage arc
for shorter member or heavy equipment.
9.4.2 Erection
9.4.2.1 Site Access: The General Contractor shall be responsib
for providing suitable access to the structure and firm lev
bearing for the hauling and erection equipment to operaL
under their own power.
9.4.2.2 Preparation: The General Contractor shall be responsibl
for :
0 Providing true, level bearing surfaces on all field place
supporting members.
VII-13
0 Placement and accurate alignment of anchor bolts, plates or
dowels in piers, grade beams and other field placed
supporting members.
9.4.2.3 Installation : Installation of precast prestressed concrete
shall be performed by the manufacturer or a competent
erector. Members shall be lifted by means of suitable
Iifting devices at points provided by the manufacturer.
Temporary shoring and bracing, if necessary, shall comply
with manufacturer's recommendations.
9.4.2.4 Alignment: Members shall be properly aligned and leveled
as required by the approved shop drawings. Variations
between adjacent members shall be reasonably leveled out
by jacking, loading, or any other feasible method as recom-
mended by the manufacturer and acceptable to the
Engineer.
9.4.3 Field Welding
0 Field welding is to be done by qualified welders using
equipment and materials compatible to the base material.
9.4.4 At tachmen t s
0 Subject to approval of the Engineer, precast prestressed
products may be drilled or "shot" provided no contact is
made with the prestressing steel. Should spalling occur, it
shall be repaired by the trade doing the drilling or the
shooting.
9.4.5 Inspection and Acceptance
0 Final inspection and acceptance of erected precast pi
stressed concrete shall be made by the Engineer to ver
conformance with plans and specifications.
10.0 GUARD RAIL INSTALLATION
Guard rails shall be installed as specified in Section 304-2.2 of t
"Green Book".
11.0 MEASUREMENT AND PAYMENT
The contract lump sum price paid for this work according to Additive Itc
A-3a or Alternate Item A-3A in the Bid Proposal shall include full compel
sation for furnishing all labor, materials, tools, equipment and incidental,
and for doing all the work required to construct the Upper Bluff Walkwal
complete in every respect and as specified herein.
The work for the demolition and replacement of the guardrail alon
Carlsbad Boulevard shall be paid for according to the unit price in tl
Additive Item A-3b.
VII-15
PART VI11 - STONE REVEThIENTS, BEACH ACCESS RAh'IPS
AND ENERGY DISSAPATOR
1.0 GENERAL
1.1 The work provided for herein consists of furnishing all labor, ma
rials, and equipment and performing all operations required for
construction of the Stone Revetments, Beach Access Ramps i
Energy Dissapator complete, including the gunite slope as specil
herein and shown on the plans.
1.2 All materials and methods of construction shall conform to the appli
ble sections of the current edition of the "Green Book" and as sp
ified herein.
2.0 APPLICABLE PUBLICATIONS
2.1 Rockwork
The publications listed below form a part of this technical specifi
tion to the extent referenced. The publications are referred to
the text by the basic designation only.
American Society for Testing and blaterials (ASThI) :
C 127-81 Specific Gravity and Absorption of Coarse Aggregate
C 535-81 Resistance to Degradation of Large-Size Coarse Aggregate
by Abrasion and Impact in the Los Rngeles Machine
C 88-83 Sulfate Soundness
VIII-1
2.2 Filter Fabric
The publications listed below form a part of this technic
specification to the extent referenced, the publications are refemed
in the form by basic designators only.
American Society for Testing and Materials (ASTRI)
D 751-79 Testing Coated Fabrics
D 1682-64 (1975) Breaking Load and Elongation of Textile Fabrics
D 16a3-m Failure in Sewn Seams of Woven Fabrics D 4158-82 Abrasion Resistance of Textile Fabrics (Uniform Abrasion Method)
3 .O SUBMITTALS
Certificates of Compliance: In lieu of specified testing, submit cert
icates of compliance by supplier for all rock and filter fabric mal
rials. Furnish one certificate of compliance for each source of su
PlY
4.0 ROCK NATERIALS
4.1 General
4.1.1 Rock: Rock shall be as specified in Section 200-1.6 of 1
Green Book and as specified herein. Provide rock that
sound, durable, hard, free from laminations, weak clec
ages, and undesirable weathering, and of such charac
that it will not disintegrate from the action of air, occ
water, or the conditions to be met in handling and placinf
4.1.2 Source: Furnish rock conforming to the requiremei
herein from a source approved by the Engineer. Notify 1
Engineer in writing within five (5) calendar days after c
vm-z
of Notice to Proceed of the source or sources of rock tc
furnished. All rock excavated from on-site shall be sorl
stockpiled and used in the new revetments as directed
the Engineer.
4.1.3 Quality: Conduct suitable test to determine the accepta
ity of the rock, including specific gravity, absorption,
abrasion tests considered necessary to demonstrate to
Engineer that the materials are acceptable for use in
work or submit certified test reports from the mater
supplier that the rock materials furnished comply F
9 specification requirements. Approval of the sources s
not be construed as a waiver of the right of the Engir
to require the Contractor to furnish rock complying F
specification requirements. Furnish rock with the grea.
dimension not greater than 3 times the least dimension
conforming to the following requirements :
ASTLl Tc Requirement Designatio Bulk specific gravity
( saturated-surface dry basis), minimum:
Armor (A) Rock: 2.60 C 127-83 Underlaying (B) Rock : 2.60 C 127-81
Quarry Run: 2.40 C 127-81
Abrasion, maximum percentage : 45 C 535-8;
Soundness, maximum percentage: 5 C 88-83
4.1.4 Suitable On Site Rock: All on site rock greater than
pounds deemed suitable by the Engineer shall be inc
porated in the Revetment. The contractor may supplj
scale to determine the weight of suitable on site stone
verified by the City Inspector. Or, at the request of
VIII-3
contractor the City Inspector shall estimate the weigh
stone by measuring the rock to estimate the volume of
rock and multiply by a specific unit weight of 160 pou
per cubic foot.
4.2 Armor Rock (A-Layer)
4.2.1 8 Ton Armor Rock
Weight of Pieces (Pounds) Percent Larger by Weight *Dimensic
20,000 0 5.7 feet
16,000 50-100 5.3 feet
12,000 100 4.8 feet
4.2.2 4 Ton Armor Rock
Weight of Pieces (Pounds) Percent Larger by Weight *Dimensio
10,000 0 4.5 feet
8,000 50-100 4.2 feet
6,000 100 3.8 feet
4.2.3 13 Ton Armor Rock
Weight of Pieces (Pounds) Percent Larger by Weight *Dimensio
3,750 0 3.2 feet 3,000 50-100 3.0 feet 2,250 100 2.8 feet
4.3 Underlayer Rock (B-Layer)
4.3.1 1600 Pound Underlayer Rock
Weight of Pieces (Pounds) Percent Larger by Weight "Dimensioi
2,080 0 2.6 feet 1,600 50-100 2.4 feet 1,120 100 2.2 feet
VIII-4
4.3.2 800 Pound Underlayer Rock
Weight of Pieces (Pounds) Percent Larger by Weight *Dimensic
1,040 0 2.1 feet
800 50-100 2.0 feet
560 100 1.7 feet
4.3.3 300 Pound Underlayer Rock
Weight of Pieces (Pounds) Percent Larger by Weight *Dimensic
390 0 18 inchei
300 50-100 17 inchei
2 10 100 15 inche:
*Dimensions correspond to approximate size measured by sieve, grizzly
visual inspection for stone of 160 pounds per cubic feet.
4.4 Quarry-Hun Rock
Quarry-Run Rock shall be selected imported rock material of wl
not more than 15 percent of any load shall pass a No. 4 sieve, :
shall be reasonably graded uniformly between material retained b:
No. 4 sieve (1/4 inch) and individual pieces weighing 75 poui
(10-1/2 inches). All earth lumps or other non-rock material shall
considered to pass a No. 4 sieve.
5.0 FILTER FABRIC MATERIALS
. 5.1 Materials
5.1.1 Properties: The fabric shall be a polypropylene WOT
filter fabric and shall contain stabilizers and/or inhibit
added to the base plastic, if necessary, to make the fi
VIII-5
ments resistant to deterioration due to ultra-violet and 1
exposure. The fabric shall also meet the following minir
specifications :
Weight, oz/ sy --- 6 minimi
Grab Strength, lbs. ASTM D 1682 300 minimi
Elongation, percent ASTM D 1682 15 to
Bursting Strength, psi ASTN D 3786 500 minimi
Puncture Strength, lbs. ASTM D 751 modified20 minimi
Abrasion Resistance, lbs. ASThi D 4158-1175 55 minimi
30 to 1
4% minimi
Effective Opening size ---
Percent Open Area ---
The fabric should be fixed so that the yarns will ret
their relative position with respect to each other. 5
edges of the fabric shall be finished to prevent the ou
yarn from pulling away from the fabric.
If requested by the Engineer, the Contractor shall prov
to the Owner plastic filter fabric samples for testing
determine compliance with any or all of the requirements
this specification. When samples are to be provided, tl-
shall be submitted a minimum of 5 working days prior to 1
beginning of installation of the same plastic filter fab
materials.
5.1.2 Acceptance Requirements : All brands of plastic filter fab
and all seams to be used shall be accepted on the followj
basis. The Contractor shall furnish the Engineer,
duplicate, a mill certificate or affidavit signed by a lega
authorized official from the company manufacturing t
fabric. The mill certificate or affidavit shall attest that t
fabric meets the chemical, physical, and manufacturi
requirements stated in this specification.
VIII-6
5.1.3 Securing Pins: Securing Pins shall be 3/16-inch in di~
ter, of steel, pointed at one end and fabricated with a 1
to retain a steel washer having an outside diameter oi
less than 1.5 inches. The lengths of the pins shall be
less than 24 inches.
5.2 Shipment and Storage
During all periods of shipment and storage, the fabric shall be protec
from direct sunlight, ultra-violet rays, temperature greater than 14C
mud, dirt, and debris. To the extent possible, the fabric shall be m
tained wrapped in a heavy duty protective covering.
6.0 ROCK PLACEl'dENT
6.1 Excavation
The excavation for placement of rock shall be made to the limits
depth shown on the plans, and as specified in Section 300-8 of
"Green Book" and herein. Excavation slopes shall be cut to st:
inclinations in accordance with CAL/OSHA requirements. The ex
vation shall be dewatered as required to maintain stable slope i
bottom conditions, and in accordance with Part I, Section 4.3 of th
specifications. The contractor shall protect the excavation from
tides and waves. Any damage caused by tides or waves shall
repaired by the contractor at no cost to the City.
6.2 Placement
6.2.1 General: Place rock of the types specified such that
limits of rock in place follow with reasonable variation
indicated lines and slopes without continuous underbuild
or overbuilding. Construct the rock work to a full sect
VIII-'7
so as to produce a stable revetment. Place all rock from
bottom of the slope upwards. Do not dump rock from
excessive heights or employ placement methods that may
cause misplacement of rock. In order to achieve slope
uniformity and solid seating of armor rock, nudge a1
high-riding rocks with a normal-to-slope strike of thc
placement bucket, rock grab, or another rock held in :
rock grab. Nudging shall be carefully controlled to pre-
vent dislogement of more distant rocks in the mound, wit1
i,mpact sufficient only to consolidate the immediate arei
around the rock being nudged so as to bring it withir
tolerance limits and lock it firmly in place. Where nudging
fails to achieve this purpose, the rock shall be lifted an(
re-seated for better fit or replacement with a better fittinl
rock. Placement methods are subject to approval of thc
Engineer.
6.2.2 Armor Rock (A-Stone) and Underlayer Rock (B-Stone): N
rock weighing less than the designated minimum Arm0
weight shall be placed in the outer coarse without th
express approval of the Engineer. Each rock shall b
carefully fitted and nudged to achieve a solid three-poir
bearing and to lock solidly in place. Placement shall stai
at the bottom of the slope and work upward. The top c
the slope transitions shall be reasonably smooth.
6.2.3 Quarry Run Rock: Quarry Run shall be used to form tl
base of the revetment and the bedding layer against tl
filter cloth. Quarry Run material may be placed by COI
trolled dumping.
6.2.4 Placement of Stone on Plastic Filter Cloth: In areas whe
plastic filter cloth is shown to be placed, the filter clo
VIII-8
shall be in place prior to placement of the Quarry-R
Underlayer and and Armor Rock thereon. The Quar
Run, Underlayer and Armor Rock shall be placed on
plastic filter cloth with care so as not to rupture the clc
During placement of rock, any damage to the cloth shall
repaired by the Contractor in a manner approved by
Engineer at no additional expense to the City.
6.2.5 hlisplacement of illaterial: All rock which is misplac
laying beyond the limits of the construction indicated on
Plans or in the opinion of the Engineer is unacceptable s
be removed by the Contractor prior to completion of
work of these Specifications, at no additional cost to
City.
6.3 Tolerance
Rock shall be within one (1) foot inside or outside the neat s
lines, measured perpendicular to the slope, indicated for each typl
rock.
7.0 FILTER FABRIC INSTALLATION
7.1 The plastic filter fabric shall be placed in the manner and at
locations shown on the drawings. At the time of installation, fa
shall be rejected if it has defects, rips, holes, flaws, deterioratioi
damage incurred during manufacture, transportation or storage.
surface to receive fabric shall be prepared to a relatively sm
condition free of obstructions, depressions, debris, and soft or
density pockets of material. The fabric shall be placed with the
dimension perpendicular to the shoreline and shall be laid smooth
free of tension, stress, folds, wrinkles or creases. The fabric 2
be placed loosely, not in a stretched condition. The filter fa
VIII-9
strips shall be placed to provide a minimum width of 24 inches
overlap for each joint. Where filter cloth is to be placed around
adjacent to steel, wood, or concrete foundations, it shall be exten
up the side of the foundation for a minimum of 24 inches.
7.2 Securing pins with washers shall be inserted through both strips
overlapped fabric at not greater than 2 foot intervals along a
through the midpoint of the overlap. Additional pins shall be
stalled as necessary, regardless of location, to prevent any slipp
of the filter fabric. Each securing pin shall be pushed through
fabric until the washer bears against the fabric and secures it fir
to the underlying soils.
7.3 The fabric shall be protected at all times during construction f
contamination by surface runoff and any fabric so contaminated s
be removed and replaced with uncontaminated fabric. Any damagc
the fabric during its installation or during placement of rock shall
repaired to the satisfaction of the Engineer or replaced by the C
tractor at no cost to the City. The work shall be scheduled so 1
the covering of the fabric with a layer of the specified Quarry
rock material is accomplished within 5 working days after placemen
the fabric. Failure to comply shall require replacement of fab
Before placement of rock, the Contractor shall demonstrate that
placement technique will not damage the fabric.
8.0 ENERGY DISSIPATOR
An energy dissipator shall be constructed as shown on the plan!
the south end of the South Stone Revetment. The dissipator shal
considered as part of the revetment and shall tie into the revetr
as indicated on the plans.
VIII-10
9.0 GUNITE SLOPE
All gunite slope protection shall be in accordance with Section 303-
Method A, of the "Green Book".
10.0 MEASURELIENT AND PAYMENT
The contract lump sum price and unit prices paid for this wo
according to Additive Items A-4, A-5, and A-6 in the Bid Propo:
shall include full compensation for furnishing all labor, material
tools, equipment and incidentals, and for doing all the work requirc
to construct the Stone Revetments, complete in every respect and
specified herein.
in the lump sum price for Item A-6a.
The payment for the gunite slope shall be includc
VIII-11
PART IX - CARLSBAD BOULEVARD PARKING AREA AND WALKlVAE
1.0 GENERAL
1.1 The work provided for herein consists of furnishing all plants, la1
material, and equipment and performing all operations required
constructing the Carlsbad Boulevard Parking Area complete, as SI
ified herein and shown on the Plans.
1.2 All materials and methods of construction shall conform to the appl
ble sections of the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 Asphalt Concrete
The type of asphalt concrete, class of aggregate grading and gi
of asphalt shall be 111-B-AR-4000 in the base course
111-C-2-AR-4000 in the finish course.
2.2 Base Rlaterial
The untreated base material shall consist of crushed aggregate t
as specified in Section 200-2.2 of the "Green Book."
2.3 Portland Cement Concrete
All concrete shall conform to Part 111, Section 2.1 "Portland Cen
Concrete'' of these specifications.
IX-1
2.4 Curb Mortar
Curb mortar shall consist of 1 part cement to 13 part sand with j
enough water to produce a mixture sufficiently workable to f
curbs. Mortar shall be used as soon as possible after mixing with
retempering permitted.
2.5 Drain Pipes
Drain pipe shall consist of SCH 40 PVC pipe, manufactured
accordance with ASTbI-F-441.
2.6 Drainage Grates
Drainage grates shall be as indicated on the Plans
3.0 SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS
The subgrade shall be prepared and the base material placed in accordar
with Section 301 of the "Green Book." The top 12 inches of subgr;
material shall be compacted to a relative compaction of 95 percent.
4.0 ASPHALT CONCRETE PLACEMENT
The Asphalt Concrete Pavement shall be constructed in general accordar
with Section 302-5 of the "Green Book.t1
5.0 CURB CONSTRUCTION
Concrete curbs shall be constructed in accordance with Section 303-5
the "Green Book."
IX-2
6.0 DRAINAGE GRATE CONSTRUCTION
Drainage grates shall be constructed as shown on the plans and
specified in these specifications.
7 .O DRAIN PIPES INSTALLATION
Drain pipe shall be installed as shown on the plans.
8.0 IllEASUREIllENT PAYMENT
The contract lump sum price paid for this work according to Alternate
A-7 in the Bid Proposal shall include full compensation for furnishing
labor, materials, tcols, equipment and incidentals, and for doing all
work required to construct the Carlsbad Boulevard Parking Area
Walkway, complete in every respect and as specified herein.
IX-3
PART X - REPAIR AND REPAVIIJG OF SOUTH PARKING LOT
1.0 GENERAL
1.1 The work provided for herein consists of supplying all plants, lab
materials, and equipment and performing all operations required
repairing and repaving the south parking lot at Tamarack Street
specified herein and as shown on the plans.
1.2 All associated materials and construction methods shall be in gen
conformance with the current edition of the "Green Book" as specj
herein.
1.3 If construction is not complete by May 15, 1987, the contractor I
provide a temporary repair consisting of filling and leveling holes
placing a slurry seal over the entire parking lot for use of the pt
between Rlay 15, and September 8, 1987.
2.0 MATERIALS
2.1 All materials shall be as specified in Part IX, Section 2.0.
2.2 Tack coat shall consist of AR-1000 paving asphalt.
3.0 REPAIR OF DAMAGED AREA
3.1 General: At the completion of all other work, the paving damagec
in need of repair, as designated by the Engineer, shall be repaj
as specified and the entire parking area shall receive an overlay.
the completion of this work, the contractor shall no longer have
use of the parking area.
x-1
3.2 Method of Repair: The contractor shall remove all designated asphi
concrete and any base material, sub-base and loose subgrade benea
the designated area. The exposed grade shall be prepared as spe
ified in Part IX, Section 3.0. The area may then be repaired 1
filling the excavation with a section consisting of full thickness a
phalt concrete to meet existing top of paving or by placing a sectic
consisting of asphalt concrete, of equal thickness to that existin!
over base material placed on the compacted grade. The base materj
shall be placed as specified in Park IX, Section 3.0. The asph;
concrete shall be placed as specified in Part IX, Section 4.0.
4.0 OVERLAY
After the patching is complete, the entire parking area shall receive i
overlay of 2 inches of asphalt concrete. The overlay shall be constructc
in accordance with Section 302-5 of the "Green Book".
5.0 MEASUREMENT AND PAYMENT
The contract lump sum price paid for this work according to Item lb '
the Bid Proposal shall include full compensation for furnishing all laboi
materials, tools, equipment and incidentals, and for doing all the WOI
required to repair and repave the south parking lot, complete in eve]
respect and as specified herein.
x-2
PART XI - REPAIR OF EXISTING STAIRWAY AT CHERRY AVENUE
1.0 GENERAL
1.1 The work provided for herein consists of supplying all plants, labc
materials and equipment and performing all operations required
the Repair of Existing Stairway at Cherry Avenue, as specified he]
and shown on the plans.
1.2 All associated materials and construction methods shall be in genc
conformance with the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 All materials shall be as specified in Part V, Section 2.0 and
follows.
2.2 Concrete patch material shall consist of a one component concr
repair material such as Master Builder Set 45 or equivalent.
3.0 REMOVAL OF EXISTING STEUCTURES
3.1 The contractor shall dismantle the existing handrails and stairs
such a manner that minimizes damage to the existing concrete p
estals.
J 3.2 The dismantled handrails, concrete steps and steel supporting bei
shall be disposed of off site as trash as specified in Part I, Sect
4.5.
XI-1
4.0 REPAIR OF EXISTING PEDESTALS
4.1 After dismantling the handrail and stairways, the concrete pedes
shall be prepared for patching as per manufacturer recommenc
procedures for preparation.
4.2 After surface preparation has been completed on all areas in need
repair as indicated by the engineer, forms shall be constructed :
the application of the patching material. The forms shall be cc
structed such that the finished, patched pedestal is sound structL
having dimension similar to the original pedestal.
4.3 The top of the pedestal shall have a minimum one inch layer of patc
ing material placed on the prepared surface and all formed voids sh
be filled with the patching material as per the manufacturer specific
tions .
5.0 STAIR AND HANDRAIL CONSTRUCTION
The new stairs and handrails shall be constructed on the patched pedesta
as shown on the plans and as specified in Part V, Section 7.0
6. o MEASUREMENT AND PAYMENT
The contract lump sum price paid for the repair of the stairway accordin
to Additive Item A-8a in the Bid Proposal shall include full compensatic
for furnishing all labor, materials, tools, equipment and incidentals, ar:
for doing all work required for the Repair of Existing Stairway at Cherr
'Avenue, complete in every respect and as specified herein.
XI-2
PART XI1 - REPAIR OF STAIRWAY AND
HANDRAILS AT TAMARACK AVENUE
1.0 GENERAL
1.1 The work provided for herein consists of supplying all plants, labor
materials and equipment and performing all operations required f
repairing the existing stairways and handrails at Tamarack Avenue.
1.2 All associated materials and construction. Methods shall be in gene1
conformance with the current edition of the "Green Book" and
specified herein.
2.0 MATERIALS
2.1 Portland Cement Concrete
All concrete shall conform to Part 111, Section 2.1 of these specific:
tions.
2.2 Reinforcing Steel
All reinforcing steel shall conform to Part 111, Section 2.2 of thes
specifications.
2.3 Metal Railings
All metal railings shall conform to Part IV, Section 2.3 of thes
specifications.
3.0 CLEARING AND GRUBBING
Perform clearing and grubbing in accordance with Part 11, Section 4.0 o
these specifications.
xrr-1
4.0 DISMANTLING EXISTING STRUCTURE
4.1 The existing handrails on the wall above the ramp at Tamarac
Avenue shall be removed as shown on the plans.
4.2 The existing buried stairs at Tamarack Avenue shall be excavated ar
removed as shown on the plans.
4.3 The dismantled handrails and concrete steps shall be disposed of c
site as trash as specified in Part I, Section 4.5.
5.0 CONCRETE CONSTRUCTION
All concrete construction shall be as shown on the plans and in accordanc
with Part 111, Section 6.0 of these specifications.
6.0 HANDRAIL INSTALLATION
Handrails shall be erected as specified in Part VII, Section 7.0
7.0 MEASUREMENT AND PAYMENT
The contract lump sum price paid for this work according to Additive Ite
A-8b in the Bid Proposal shall include full compensation for furnishing a
labor, materials, tools, equipment and incidentals, and for doing all th
work required for the Repair of Stairway and Handrails at Tamarac
Avenue complete in every respect and as specified herein.
XII-2
APPENDIX A
DESIGN ADDENDUM FOR CARLSBAD
BOULEVARD SEAWALL
A- 1
DESIGN ADDENDUM FOR
CARLSBAD BOULEVARD SEAWALL CARLSBAD, CALIFORNIA
Prepared for:
City of Carlsbad
1200 Elm Avenue
CarIsbad, California 92008-1989
July 25, 1986
Project No. 542681-PD04
City of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008-1989
Attention: Mr. Jeffrey L. Bunnell Project Manager
DESIGN ADDENDUM FOR CARLSBAD BOULEVARD SEAWALL CARLSBAD , CALIFORNIA
Gentlemen:
As a part of our Engineering Services for Carlsbad Boulevard Sea
Resolution No. 8357, we have made additional geotechnical and co
engineering studies to supplement the design information presented in
Design hlemorandum dated May 30, 1986. The results of our addit:
investigations and studies are presented in the attached Design Adder for Carlsbad Boulevard Seawall. Three copies of this addendum transmitted herewith for your use.
Very truly yours,
WOODWARD-CLYDE CONSULTANTS &/A Louis R.E. 14 J. 9 ee
LJL 1 sar
Enclosures
(3) City of Carlsbad
(1) California Department of Boating and Waterways Attention: Ron Jesperson
TABLE OF CONTENTS
PAGE NO.
INTRODUCTION 1
ADDITIONAL GEOTECHNICAL INFORRIATION 1
Geologic Reconnaissance - Upper Bluff Walkway 1
Bedrock Surface Elevations 2
Additional Geotechnical Design Recommendations 4
Upper Bluff Walkway and Parking Area 4
Reinforced Concrete Seawall Foundation 5
Reinforced Concrete Seawall Drain 5
Reinforced Concrete Seawall Lateral
Earth Pressures 6
ADDITIONAL COASTAL ENGINEERING INFORMATION 6
Tables
1.
2.
3. Summary of Test Pits
Figures
A-1 Site Plan for Proposed Carlsbad Boulevard Seawall A-2 Key to Logs
A-3 Log to Test Boring 4
A-4 Log to Test Boring 5
Surface Soil Descriptions Upper Bluff Walkway Summary of Bedrock Exposure Elevations along Face of Seawall
i
DESIGN ADDENDUM FOR CARLSBAD BOULEVARD SEAWALL
CARLSBAD, CALIFORNIA
INTRODUCTION
A Design Memorandum for Carlsbad Boulevard Seawall was prepared
issued by Woodward-Clyde Consultants on May 30, 1986. In ordc
address certain conditions and to provide additional design informatic
the design concepts developed, additional geotechnical and coastal
neering information was obtained. The purpose of this Design Addei
is to present the supplemental information gathered and the addil
design criteria developed during this process. Additional information
supplemental design recommendations are presented in the following
tions .
ADDITIONAL GEOTECHNICAL INFORhIATION
Additional field investigations were made along the alignment of the pr
to better identify the surface soil and bedrock conditions. This 1
consisted of a geologic reconnaissance along the proposed upper 1
walkway, a survey along the face of the proposed seawall and elev;
measurements of exposed bedrock surfaces, excavation of eighteen test
along the alignment of the proposed seawall and stone revetments
drilling of two test borings in the existing parking lot at the south en
the project. This work was done during the period between June 3
25, 1986. The approximate locations of the test pits and test borings
shown on the Site Plan, Figure NO. 1A. A Key to Logs and Logs of
Borings are presented on Figure Nos. 2A, 3A and 4A, respectively.
Geologic Reconnaissance - Upper Bluff Walkway
The geologic reCOm=.iSSanCe generally consisted of Visual observations
field mapping of the exposed natural and fill soils along the prop(
Project No. 542681-PD04
alignment of the upper bluff walkway between Pine Avenue and Cf
Avenue. The results of the reconnaissance are summarized on thc
tached Table No. 1.
The area along the top of the bluff is generally covered by a thin lays
to 3 feet) of silty sand and gravel fill. Deep fills are located at Wi
Avenue (120 feet wide), Sycamore Avenue (20 feet wide), Maple Av
(40 feet wide), south of Maple Avenue (100 feet wide), and sout
Acacia Avenue (80 feet wide). The fills are generally underlain by
sandy terrace deposits.
The top of the bluff along the west side of Carlsbad Boulevard from
Avenue to approximately 100 feet south of Pine Avenue is relative wide
to 20 feet) and flat. The flat portion at the top of the bluff narrow
the south of this area and the flat portion generally becomes 5 feet or
in width extending to south of Chestnut. There are localized wider a
and gullies or eroded areas within this portion of the walkway alignn;
Approximately 120 to 130 feet south of Chestnut the top of the 1
widens to about 5 to 10 feet extending to about 200 feet south of h
Avenue where it widens to about 15 to 20 feet extending to Ch
Avenue. There is one large gully extending into this latter area loc
approximately 150 feet north of Cherry Avenue.
The slopes extending down from the flat area at the top of the 1
generally have inclinations on the order 13:l (horizontal to vertical)
localized flatter and steeper areas.
* Bedrock Surface Elevations
The alignment of the proposed reinforced concrete seawall and s
revetments was surveyed and staked in the field. Elevations of expc
bedrock surface on or adjacent to the alignments were measured at sele
locations and are summarized on Table No. 2. In areas where bedrock
-2-
Project No. 542681-PD04
not exposed at the surface, test pits were excavated down to bed
(Bedrock was not encountered within the depths explored in Test Pits
and T-10) to determine approximate bedrock surface elevations.
results of the test pit measurements are summarized on Table 3. In h
tion, two test borings were made in the south parking lot to help eval
the bedrock surface elevation in this area; Logs of Test Borings
presented on Figure Nos. 3A and 4A.
In general, the bedrock surface elevations along the face of the reinfo
concrete seawall range from approximately +6 feet at the north end (n
of Walnut Avenue) up to +10 feet at Sycamore Avenue; it generally ra
from +10 to +8 feet from Sycamore Avenue to about 90 feet sout:
Redwood Avenue with localized higher and lower elevations; soutk
Redwood Avenue the bedrock surface elevation gradually drops down
minimum elevation of approximately -2 feet at the south end of the seat
The bedrock surface elevation generally appears to drop down to the
in front of the seawall at a rate of approximately 1 foot vertical to 4
feet horizonal.
The observed bedrock surface elevations along the alignment of the n
bluff stone revetment generally range from approximately +6 to +9 feet.
estimated that bedrock at the toe of the revetment will be at or 1
elevations +2 to +4 feet.
It is estimated that the bedrock surface elevations along the alignmen
the lifeguard pad stone revetment will range from 0 to +3 feet, genei
decreasing from north to south. The bedrock surface at the toe is
timated to be at approximately -1 to -2 feet.
It is estimated that the bedrock surface along the alignment of the sc
parking lot revetment is at or near approximate elevation -4 feet and
it will be below -8 feet at the toe.
-3-
Project No. 542681-PD04
Additional Geotechnical Design Recommendations
Upper Bluff Walkway and Parking Area
It is recommended that the upper bluff walkway and parking area subg
for concrete sidewalks on grade and asphalt concrete paving be prop
prepared and compacted to a minimum relative compaction of 95 percen
a minimum depth of 12 inches. All other new fill or backfill shoulc
compacted to a minimum relative compaction of 90 percent. Existing
left in place should be tested and if less than 90 percent relative (
paction, should be scarified to a minimum depth of 12 inches below exis
grade or below the 12 inch subgrade and recompacted to a minimum I
tive compaction of 90 percent.
It is recommended that footings for the walkway or walkway retaining 'I
be designed for a maximum allowable soil bearing pressure of 1,000
Footings should extend a minimum depth of 24-inches below the 101
adjacent grade.
For walkways supported on pier foundations, it is recommended that
piers be designed as friction piers. Friction values on the perimete:
the pier of 0 for the top 2 feet, 500 psf between a depth of 2 and 7
and 1,000 psf below 7 feet may be used for design. It is recommer
that the piers have a minimum depth of 10 feet below the lowest adja
ground surface and that they have a minimum diameter of 18 inches.
estimated that the point of fixity for lateral loads will be at a dept:
approximately 5 feet below the lowest adjacent ground surface.
It is recommended that retaining walls be designed for an equivalent lat
earth pressure of 30 pcf. All backfill materials should consist of SE
sand and the walls should be provided with adequate drainage to pre.
the build-up of hydrostatic pressures.
-4-
Project No. 542681-PD04
It is recommended that the pavement in the proposed new parking
along the west side of Carlsbad Boulevard north of Cherry Avenue COI
of 3 inches of asphalt concrete over 6 inches of Class I1 aggregate bas
Reinforced Concrete Seawall Foundation
It is recommended that the foundation for the seawall generally be foul
on bedrock (Santiago Formation). It is anticipated that, except for
south end, the bottom of the footing will generally be founded a1
elevation of +6 to +8 feet (NGVD). In localized areas were bedroc
below these elevations, the footing can either be lowered or the soil b
the foundation removed to bedrock and filled with structural concrete.
the south end of the seawall, the footing should be stepped down with
bedrock surface.
It is estimated that bedrock exposed near the surface at the face of
seawall will erode at an average rate of 4 inch or less per year or abo
feet in 50 years. It is recommended that the footing key for the sea
extend into bedrock a minimum depth of 4 feet below the footing leve
to an elevation of approximately +2 to +4 feet. It is estimated that
south end where bedrock is below the normal beach level, erosion wil
more eposodic and should occur only during maximum design storm
wave conditions. In this area, it is recommended the key exten
minimum of 2 feet into bedrock. It is further recommended that a<
erosion along the front of the wall be monitored on a yearly basis.
appears that erosion is occurring at a faster rate in some areas, it ma:
necessary to place riprap along the toe of the wall at some future c
The riprap should be designed and placed such that it is generally
below the normal beach level.
Reinforced Concrete Seawall Drain
Based on measurements during the past six months, the existing grc
water level along Carlsbad Boulevard appears to be relatively stable a
-5-
Project No. 542681-PD04
elevation of approximately +12 to +13 feet (NGVD). Seepage is also
served along the bedrock surface at the toe of the bluff at an approx
elevation of +8 to +10 feet. After construction of the seawall, it is a
ipated that the ground water level at Carlsbad Boulevard may raise sei
feet. For our analyses, we have assumed a maximum ground water
vation along Carlsbad Boulevard of +18 feet. For this condition,
recommend that the drain pipe behind the wall have a minimum diamett
4 inches and be located at an elevation of +10 feet. Weep holes thr
the wall should be spaced at 10 feet on center.
Reinforced Concrete Seawall Lateral Earth Pressures
The proposed seawall will have a minimum 10 feet wide level walk
behind the wall at an elevation of +17 feet. The natural bluff behind
walk slopes up at an inclination of approximately 1$:1 (horizontal to v1
cal). It is recommended that the pressures for level backfill above
water table (above elevation +10 feet), as presented in the Design &IC
randum, be used for design. The 13:l slope should not have any sigi
cant influence on the seawall above an elevation of approximately +6 f
It is therefore recommended that a lateral pressure of 80 pcf (soil
water) be used-below the water table from elevation +10 down to eleva
+6 feet. Below an elevation of +6, it is recommended that due to
effect of the 13 to 1 slopes, the lateral pressure be increased to 95 pcf
ADDITIONAL COASTAL ENGINEERING INFORMATION
Based on additional geotechnical information and discussions with perso:
from the California Department of Boating and Waterways, we have rev
certain coastal engineering design criteria. The revisions are summar
below and revised design calculations are attached.
-6 -
Project No. 542681-PD04
hlaximum Depths of Scour
North Bluff +3.0 feet (NGVD)
Lifeguard Pad -2.0 feet (NGVD)
South Parking Lot -6.0 feet (NGVD)
Wave Height at Toe
North Bluff 5.7 feet
Lifeguard Fad 8.6 feet
South Parking Lot 11.3 feet
Estimated hlaximum Run-up '2 : 1 Slope
North Bluff +17 feet (NGVD)
Lifeguard Pad
South Parking Lot
+19 to +23 feet (NGVD)
+23 to +27 feet (NGVD)
It is anticipated that both the lifeguard revetment and the south par1
lot revetment will be overtopped during maximum design storm condition;
-7-
Project NO. 542681-PD01
TABLE 1
SURFACE SOIL DESCRIPTIONS
UPPER BLUFF WALKWAY
Location Soil Description
Pine Avenue to Walnut Avenue Shallow (1 to 3 feet thick), gri
brown silty sand fill over t
race deposits, fill extends 20 to
feet down slope.
feet wide (over storm drain) compo:
of silty sands and gravels, extend to toe of bluff; riprap toe protectio
Shallow (1 to 3 feet thick) red-brc and gray-brown silty sand fill 07
terrace deposits, fill extends about
feet down slope; fill is deeper nl
Sycamore Avenue.
Sycamore Avenue Deep (greater than 3 feet thic gray - b ro w n silty sand approximately 20 feet wide (07r
storm drain) extends to toe of bluff
Shallow (1-3 feet thick), gray-brow silty sand fill extending 10 to 30 fc
down slope; fill deeper and exten further down slope in localized area
Exposed terrace deposits with local-
gray-brown sandy fill. Localized 2
5 feet thick gray-brown silty sa
and gravel fill approximately 30 fi wide, extending to toe of blu located approximately 80 feet north Maple Avenue.
Maple Avenue Deep (greater than 5 feet thic gray-brown silty sand and gravel :
(over storm drain); extends to toe bluff and is approximately 40 fc
wide.
Walnut Avenue Rebuilt fill slope approximately
Walnut Avenue to Sycamore Avenue
Sycamore Avenue to 100 feet south
of Chestnut Avenue
100 feet south of Chestnut Avenue
to Maple Avenue ized thin (1 foot thick) cover
Project No. 542681-PD01
TABLE 1
SURFACE SOIL DESCRIPTIONS UPPER BLUFF WALKWAY
(Continued)
Location Soil Description
Maple Avenue to 120 feet south Gully or small canyon filled with d brown silty sand fill with localj concrete rubble, asphalt and roc approximately 100 feet wide extends to toe of bluff.
Thin (1 to 3 feet thick) gray-brow to Acacia Avenue silty sand and gravel fill; extends
to 15 feet down slope.
Upper slope covered with gray-br to red-brown silty sand and gr,
with cobbles fill; localized gully
small canyon fills composed of E
sand, gravel and concrete and aspi
debris extending 50 to 70 feet dc slope; rebuilt fill slope south Acacia Avenue composed of s sands and gravels extending to toc bluff, riprap toe protection.
Terrace deposits with localized thin to Cherry Avenue foot thick) cover of gray-brown s sand fill; localized concrete rubble on slope north of Cherry Avenue.
120 feet south of Maple Avenue
Acacia Avenue to 120 feet south
120 feet south of Acacia Avenue
Project No. 542681-PD01
TABLE NO. 2
SUMMARY OF BEDROCK EXPOSURE
ELEVATIONS ALONG FACE OF SEAWALL
Bedrock Elevations
S eawal 1 Bedrock Elevation (ft) East or West of Wall Fa
Station NO.* At Face of Wall Distance Elevation (f
21 + 95 +10.8 -- --
22 + 95 +9.8 -- --
6' east +10.8 23 + 26 --
5' west +lo. 1 24 + 88 --
10' west +lo. 5 25 + 18 --
25 + 62 +9.7 5' west +8.1
27 + 31 +11.1 -- --
27 + 38 +lo. 1 2' west +8.9
28 + 52 +lo. 7 -- --
28 + 93 +lo. 0 -- --
30 + 27 +9.5
32 + 19 +9.7
32 + 28 +7.2
33 + 58 +9.2 2' east +lo. 7
35 + 39 +9.2
35 + 46 +lo. 5 7' west +8.2
38 + 49 +9.5 8' west +7.9
39 + 76 +lo. 0
39 + 83 +8.0 1' west +7.8
41 + 94 +8.4 1' east +9.7
42 + 59 +9.8
43 + 69 +11.2
45 + 06 +8.2 8' east +10.9
45 + 36 +10.9 -- --
45 + 81 Bedrock dips down and into bluff
-- --
-- --
-- --
-- --
-- --
-- --
-- --
*Station Nos. are from plans for Carlsbad Boulevard Seawall
Project No. 542681-PD01
TABLE NO. 3
SUMMARY OF TEST PITS
Test Pit Ground Surface Depth Bedrock Surface
No. Elevation(ft) - (ft) Elevation (ft) Remarks
T-1 +8.0 8 0.0 ---
T-2-A +13.0 8 +5.0 At face of wall
T-2-B -- -- +2.0 8 ft. west of wal
T-3 +lo. 3 4.5 +5.8 At face of wall
T-4 +11.0 6.0 +5.0 ---
T- 5 +14.0 5.5 +8.5 ---
T-6 +13.5 7.3 +6.2 ---
T-7 +16.4 14.6 +1.8 ---
T-8 +4.5 9.0 -- No bedrock
T-9 +7.0 2.0 +5.0 15' west of wall
T-10 +1 .o 9.0 -- No bedrock
T-11 +7.0 7.0 0.0
T-12-A +lo. 3 2.3 +8.0 At face of wall
T-12-B . +8.0 1.2 +6.8 5' west of wall
T-13 +9.0 6.0 +3.0 At face of wall
T-14 +5.9 9.9 -4.0
encountered
encountered ---
---
T-15-A +8.0 3.0 +5.0 15' west of wall
T-15-B +4 .O 3.5 M.5 35' west of wall
T-16 +9.0 3.0 +6.0
T-17 4-7.2 3.2 +4 .O 25' west of wall
T-18-A +8.1 4.1 +4.0 5' west of wall
T-18-B +5 .O 2.0 +3.0 15' west of wall
T-18-C +4 .O 2.0 +2.0 25' west of CI
---
Note: See Figure No. 1A for approximate locations of test pits.
I
-.- w
I
fi
I
1 L J -1 0 4-Zz ----
MODIFIED CALIFORNIA SAMPLER
Sample with recorded blows per foot was obtained with a Modified
California drive sampler 12’ insde diameter, 2.5” outside diameter)
lined with sample tubes. The sampler was driven into the soil ai the
bottom of the hole with a 140 pound hammer falling 30 inches.
STANDARD PENETRATION SAMPLER
DEPTH
FEET IN
5,
- - - - - 10
-
-
-
1.5-
-
20 -
-
-
25 i
-
-
30 7 - - - -
35- - - -
40 -
.For
Approximate El.
TESTDATA .OTHER apLE .m .DD SBC TESTS NUMBER SOIL DESCRIPTION
Moist, dark gray brown, silty sand
gravel (gravels approximately 35%) 00 -
FILL - 0,
U - - 00
00 FILL
Moist, brown, silty sand with grav
approximately 3 0 % ) 0
- ...... .......... ..... ..... ..... .....
..... ..... ..... Loose to medium dense, wet, dark g ..... ..... graded sand (SW) BEACH DEPOSITS ..... ..... ..... ..... ..... .......... .......... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .......... .......... .......... ..... ..... ..... ..... ..... ..... .
$?? - With some gravels
loo/ 4-1 (SM) (sandstone) SANTIAGO FORMATI
.hm ..... ..... ..... ..... ..... .......... Very dense, moist, pale olive, si1 .... ......... :
4 "
-- ..-..-.
Bottom of Hole
descrlptron of svmbols, see Fwre A-1
APPENDIX B
GEOLOGICAL INVESTIGATION FROM
DESIGN hIEhIGRANDUM FOR
CARLSBAD BOULEVARD SEAWALL
B-1
Project No. 542681-CT03
APPENDIX B
GEOLOGICAL INVESTIGATION FOR THE PROPOSED CARLSBAD BOULEVARD SEAWALL CARLSBAD, CALIFORNIA
B -1
Project No. 542681-61'03
APPENDIX B
GEOLOGICAL INVESTIGATION
FOR THE PROPOSED CARLSBAD BOULEVARD SEAWALL
CARLSBAD, CALIFORNIA
PURPOSE AND SCOPE OF INVESTIGATION
This report presents the results of the geotechnical investigation
Woodward-Clyde Consultants at the site of the proposed Carls'
Boulevard Seawall. The site is located along Carlsbad Boulevard c
Ocean Street Between Oak Avenue and the entrance to Agua Hedior
Lagoon in Carlsbad , California.
This report has been prepared for the City of Carlsbad for use
evaluating the property and in project design. This report presei
Woodward-Clyde Consultants conclusions and/or recommendatic
regarding:
O The geologic setting of the site;
O Potential geologic hazards ;
O General subsurface soil conditions;
O Ground water conditions within the depths of our subsurfa
investigation ;
O Stability of proposed cut and fill slopes;
O Grading and earthwork;
0 Types and depths of foundations;
0 Allowable soil bearing pressures;
B -2
Project No. 542681-CT03
0 Settlements;
O Design pressures for retaining walls;
Corrosivity and sulfate content of soil samples; O
This report is included as a part of the Design Memorandum for
Carlsbad Boulevard Seawall.
DESCRIPTION OF THE PROJECT
For this study, we have discussed the project with City of Carlsbad SI
and we have been provided with .copies of the Feasibility Study prepa:
by Woodward-Clyde Consultants, dated November 1984 and the Draft E
vironmental Report prepared by Westec Services, Inc., dated March 191
We have also been provided with a copy of portions of a report entit:
"Coastal Storm Drain Study, 'I prepared by Wilson Engineering, dated As
1984 and Sheets 8-11 of Drawing No. 159-9 for the Water Syst
Improvements - Carlsbad Boulevard South, prepared by Enginec
ing-Science, Inc. , dated December 15, 1970.
We understand that the proposed project will include a seawall along t
toe of the existing bluff, improvement of existing beach access ways, a
the possible addition of one or more new stairways from the top of 1
bluff to the beach and new lateral access ways. The overall projc
extends along the beach for a distance of approximately 4,400 fec
Existing public beach access stairways, which lead down to the beach frl
the top of the bluff, are located at Tamarack Avenue at the south end a
Cherry Avenue near the middle of the project. Existing vehicular bea
access ramps are located at Tamarack Avenue at the south end and Pi
Avenue at the north end of the project. A public restroom facility
located at Tamarack Avenue. Existing drain pipes are located upon t
bluff at many locations. Many of the pipes lead down from storm drai
and man-holes located along Carlsbad Boulevard and empty either on t
B -3
Project No. 542681-CT03
bluff or at the toe of the bluff. It is our understanding that these p
are to be relocated and surface water runoff collected and diverted z
from the bluffs. The location and general limits of the project are SI-
on the Site Plan (Figure No. 1 of the Design Memorandum).
FIELD AND LABORATORY INVESTIGATIONS
Our field investigation included making a visual geologic reconnaissanc
the existing surface conditions, making beach profiles at approximate
feet intervals along the project alignment, obtaining disturbed sample
beach sand and cobbles, making three test borings on January 31, 1
obtaining representative soil samples from and installing well points in
test boring. The test borings were advanced to depths ranging from
to 43 feet. The drilling was performed, under the direction of a geolc
from our firm, using an &inch diameter hollow stem auger truck mou
rig. The location of each test boring and the elevation of the grc
surface at each location were estimated by reference to the Water Sy
Improvement drawings dated December 15, 1970, as well as the
topographic information.
shown on Figure No. 1 of the Design Rlemorandum.
The approximate locations of the test borings
A Key to Logs is presented on Figure B-1. Final logs of the test box
are presented as Figures B-2 through B-6. The descriptions on the
are based on field logs, sample inspection, and laboratory test results.
Samples of the subsurface materials were obtained from the test boz
using a modified California drive sampler (2-inch inside diameter
23-inch outside diameter) with thin brass liners. The sampler
generally driven 18 inches into the material at the bottom of the hole
140-pound hammer falling 30 inches; thin metal liner tubes containing
sample were removed from the sampler, sealed to preserve the na
moisture content of the sample, and returned to the laboratory for
amination and testing.
B -4
Project No. 542681-CT03
The materials observed in the test borings were visually classified :
evaluated with respect to strength, swelling, and compressibility char
teristics; dry density; and moisture content. The classifications wc
substantiated by performing grain size analyses on representative samp
of the soils. Fill suitability tests, including compaction tests and dir
shear tests, were performed on samples of the probable fill soils.
The strength of the soils was evaluated by performing unconfined c(
pression tests and direct shear tests on selected samples, and by cc
sidering the density ana moisture content of the samples and the per
tration resistance of the sampler. Results of the laboratory tests on dr:
samples are shown with sampler penetration resistance at the correspondj
sample locations on the logs and on Figures B-7 through B-16. I
suitability tests are presented on Figure B-17. The results of p
resistivity and water soluble sulfates tests are included as an attachmt
from Clarkson Laboratory and Supply, Inc. Grain size distribution cur7
for the beach sands are presented on Figure B-10.
The well installations generally consisted of an approximate 4'-9" long w
screen placed near the bottom of the test boring and surrounded with N
20 sand. A solid riser pipe was extended to the surface and the hc
backfilled with native soil. A locked cap was installed and the riser pj
concreted-in at the top.
GENERAL SITE CONDITIONS
Geologic Setting
The shoreline along Carlsbad Beach State Park, like much of the coastli
along San Diego County, is backed by low coastal bluffs. The bluffs E
backed by a broad, low relief coastal plain that generally extends seve
tens of miles inland. Agua Hedionda Lagoon and Buena Vista Lagoon a
two lagoons located immediately south and about 3 mile north, respective1
of Carlsbad State Beach. The lagoons generally act as "sediment traps
B -5
Project No. 542681-CT03
as sand and sediment are largely discharged from the lagoons only dur
periods of sustained, high runoff. Longshore transport of sand in
littoral zone along this stretch of coastline is predominantly to the sou
In order to maintain circulation and tidal action within Agua Hediol
Lagoon, the entrance to the lagoon is periodically dredged. The sedim
dredged from the lagoon is distributed hydraulically dong the beach a
south of the lagoon inlet.
Geologic Units and Erosion Characteristics
The coastal bluffs backing the state beach area are underlain by Eocc
sandstone of the Santiago Formation; the sandstone is typically exposed
a low ledge along portions of the toe of the coastal bluff. The Santi:
Formation is overlain by Pleistocene terrace deposits which are expo:
along the face of the bluffs. The Pleistocene sediments were deposil
upon a wave-cut platform (marine terrace) that was cut during a hj
stand of sea level estimated at about 85,000 to 120,000 years ago. I'
contact between the two geologic units generally varies in elevation alo
the toe of the bluff from +6 to i12 feet and dips down to as low as -4 ft
at the south end of the study area.
The Santiago Formation consists of greenish grey clayey sandstone; t
sediment comprising this formation is indurated and is generally much mc
resistant to erosion than the Pleistocene sand. The upper bluffs i
comprised of friable, fine- to coarse-grained sand. These deposits a
typically weakly cemented, and are not capable of standing for long pel
ods as vertical exposures over several feet in height. Steep faces erod
into the Pleistocefie deposits are only marginally stable, and quickly slou
back to a less steep slope inclination. The Pleistocene deposits are a1
relatively easily eroded by surface water runoff. Many relatively de
gullies and small ravines have been partially filled with material dump
from the bluff top.
B -6
Project No. 542681-CT03
Geologic Structure
Local bedding attitudes within the Santiago Formation could not be
termined from the current exposures. The regional dip of the Santi
Formation is generally to the northeast at inclinations typically less than
degrees.
lower sandy portion is highly cross-bedded.
geologic units locally slopes seaward at several degrees.
The presence of fractures, joints or faults may greatly accelerate the wj
erosion process in the coastal environment. The Pleistocene terrace depl
its are generally not a highly fractured or jointed unit; no faults WI
observed, nor have any faults been mapped that displace the mar
terrace. The Santiago Formation, however, is typically jointed a
fractured to varying degrees; many northeast-trending fractures and SIT
faults commonly cut the ‘Eocene bedrock. At other nearby locations alo
the coast, such features as surge channels and sea caves are commor
formed by wave action scouring the sedimentary rock adjacent to faults
fractures. Along the study area, bluff erosion does not appear to
greatly influenced by these features.
Bedding within the Pleistocene deposits is nearly horizontal;
The contact between the
Seismicity and Faulting
The faults within the study area do not displace the wave-cut terrace a
are overlain by Pleistocene deposits, indicating that movement has r
occurred during the past at least 85,000 and possibly 120,000 years.
The nearest potential earthquake sources is the offshore continuation
the Rose Canyon Fault zone, mapped about 3 miles west of the study are
More distant earthquake sources include the Elsinore Fault zone, mapp
about 25 miles to the northeast, and the Coronado Banks Fault zon
approximately 20 miles to the west. Many historic moderate earthquak
have occurred on the Elsinore Fault, whereas no earthquakes of magnitul
greater than 4.0 have been recorded on the Rose Canyon. In genere
B -7
Project No. 542681-CT03
although the historic seismicity record of Southern California is relati.
short, the San Diego area has historically been recognized as an ares
relatively low seismic activity. Although no specific seismic evaluation
performed for this study it appears to be reasonable to estimate that
largest earthquake-induced ground acceleration at the site with an aver
recurrence of 50 years is about 0.15g.
Landslides
No existing landslides were observed on the site during our investigati
nor were any noted on published geologic maps used for our study. '
terrace sands are subject to sloughing and blockfalls where the bluff
been undercut by wave action or .human digging. Numerous burrows h
also been dug into the bluffs by ground squirrels. These erosion p'
cesses result in mass wasting deposits which occur along the coastal bl
on slopes of the Pleistocene terrace unit. These deposits are usus
composed of unsorted mixtures of locally derived materials and gener&
range from a few inches to several feet in thickness.
mass wasting accumulate on the upper beach at the toe of the bluff z
are subsequently eroded and disposed by wave action and littoral drift.
Deposits formed
Sur face Conditions
North of Agua Hedionda Lagoon , Carlsbad Boulevard extends genera
parallel to and along the top of the bluff above Carlsbad State Beac
The boulevard is generally set back from the bluff edge distances varyi
between as little as 2 feet to as much as 50 feet. Public parking
available along the west side of Carlsbad Avenue between Tamarack a
Cherry Avenue. At the intersection of Pine Avenue, Carlsbad Bouleva
turns inland away from the coastal bluffs. At this point, Ocean Strt
continues northerly adjacent to the bluff top. Parking is also availal
along the west side of Ocean Street. Private homes have been built do
the bluff north of Oak Avenue.
B -8
Project No. 542681-CT03
At the south end of the study area, two parallel rock jetties ext
seaward about 200 feet from the mouth of Agua Iledionda Lagoon. A pa
public parking area is located north of the jetties and generally south
Tamarack Avenue. The parking area includes approximately 2 acres anc
located generally west of and below Carlsbad Boulevard along the toe
the bluff. Grading for the parking area apparently consisted of plac
fill from the back beach area, adjacent to the toe of the bluff, out to n
the end of the jetties. This resulted in a relatively level pad several 1
above the elevation of the beach. A new concrete block wall has b
constructed along the toe of the bluff (east side of parking lot) and sc
rock riprap has been placed along the seaward (west) limits of
parking area as a means of temporary slope protection. The rip]
generally consists of a single layer of 2 to 4 ton stone placed upor
cobble berm.
A local park area, which extends along a portion of the top of the bluf
consists of a landscaped picnic area with a concrete walkway leadi
generally through the picnic area and along the top of the bluff. Ti
park extends from south of Tamarack Avenue north to approximatt
Cherry Avenue. The landscaping includes trees, grassy area, pic.
tables and a low wooden railing along the top of the bluff. A put:
restroom is located near the top of the bluff near Tamarack Aveni
Public beach access stairways, which lead down from the top of the blu
are located at the restroom facility (Tamarack Avenue) and across fr-
Cherry Avenue. A vehicular beach access ramp is also located near t
north end of the park at Ocean Street. Beach access is also available
the parking lot at the south end of the park. The public access at Chc
ry Avenue consists of a stairway elevated several feet above the bluff
columns and pier foundations. The stairway was originally located adjact
to a second public restroom located at beach level. During the win
storms of 1983, this restroom, and the lower stairway landing were heav
damaged by storm waves and were subsequently demolished and remove
Portions of the concrete-slab foundations below the old restroom a1
remain in place on the beach. The lower stairway landing has be
B-9
Project No. 542681-CT03
repaired and the stairs replaced with a wooden structure. A portion
the natural slope below the upper landing has been rebuilt with stacl
sand-filled sacks.
Drain pipes are located upon the bluff at many locations.
pipes lead down from storm drains and man-holes located along Carlsl
Boulevard to concrete box culverts built at the toe of the bluff. Ot
pipes collect surface water run off from along Carlsbad Boulevard E
adjacent areas.
Several of
Gullies and deep ravines are developed nearly continuously along the f,
of the bluff. Many of the wider, more extensively gullied areas extc
from the beach level up to the top of the bluff. The upper portions
many of the deeper gullies and ravines have been partially filled w
material dumped from the top of the bluff. The materials used for 1
dumped fill include concrete and asphalt rubble.
Two areas of the upper bluff adjacent to Carlsbad Avenue have requir
fairly extensive temporary slope repair. This slope rebuilding H
required in 1983 along two approximately 50 foot wide stretches of 1
bluffs west of Walnut Avenue and Acacia Avenue. This temporary slo
repair generally consisted of rebuilding the slope by placing a fill slo
down to the level of the beach, and using riprap to protect the toe of t
fill slope. Jute netting was laid upon the slope to retard surface wal
erosion.
Much of the bluff face is barren; vegetation along the bluff consists
scattered patches of iceplant and native grasses with locally dense stan
of bamboo.
The beach along the base of the bluffs is typically about 100 to 150 fe
wide. Abundant cobbles form a low berm several tens of feet wide alo
the back edge of the beach. Seasonal variations in longshore drift, wa
height and wave frequency result in varying beach levels and volumes
sand.
B-IO
Project No. 542681-CT03
Subsurface Soil Conditions
The subsurface soils as encountered in the three borings drilled along
top of the bluff and as observed in the exposures along the face of 1
bluff generally consist of approximately 2 to 5 feet of moderately comp
moist, brown, silty sand fill underlain by terrace deposits composed
medium dense to very dense silty sand and poorly graded fine to medi
sands. Within the terrace deposits locally thin cemented zone and grav
up to 2 inches across were also observed. Below the terrace deposits,
approximately 7 to 15 feet above National Geodetical Vertical Dat
(NGVD) , the Santiago Formation was encountered. The Santiago Format
in the area is composed of indurated and well cemented sandstone.
The beach at Carlsbad State Beach has a moderately varying tern
consisting of clean fine beach sands, non-uniformly dispersed cobblc
boulders, and exposed bedrock. From the toe of the bluffs extendi
seaward, the surficial geology is basically exposed cobbles and boulders
an elevated beach terrace followed by a descending slope covered w
additional cobbles thinning toward sparse cobbles and gravels embedded
clean beach sand. The cobbles range in size from approximately 3 tc
inches. This is followed by a gentle sloping surf zone of clean grad€
fine beach sands. During the winter the beach material generally appes
to have a thickness of 2 to 6 feet with localized thicker areas. At appro
imately 150 to 200 feet and beyond, projecting bedrock is exposed in t
surf zone.
Soil Characteristics
The terrace materials generally consist of poorly graded fine to medi
sands with approximately 5 to 10 percent fines (material passing a No. 2
sieve size). The dry density generally ranges from approximately 95
115 pcf with a mean Value of 105 pcf with an average moisture content of
percent. The normalized sampler penetration values ranged from appro:
B-11
Project No. 542681-CT03
mately 15 to over 60 blows per foot with a mean value of approximately
blows per foot. The mean friction angle for this material is approximai
37O with a standard deviation of approximately t440.
The Santiago Formation materials generally consist of a cemented silty I
sand with about 15 to 25 percent fines. The average dry density :
moisture content of a limited number of samples is approximately 122
and 13 percent, respectively. The sampler penetration values w
generally over 100 blows per foot and the unconfined compression val
ranged from approximately 10,700 psf to 18,500 psf.
The beach materials at the time of our study generally consisted of clc
fine sands with rounded and elongated gravel and cobble. The be:
sands typically have a 100 percent material finer than a No. 30 sieve s
(0.59 mm) and zero percent finer than a No. 200 sieve size (0.074 mrr
The gravel and cobbles generally range from approximate 1 to 8 inches
average diameter. The gravel and cobble are generally higher on t
beach and decrease in size as you move out from the toe of the bluff.
Ground Water
A perched ground water table typically occurs at the contact between t
Santiago Formation and the Pleistocene deposits. This condition is comm
along the North County coastline and has been recognized as a contribL
ing factor to bluff erosion.
The source of the ground water is thought to be primarily surface wat
introduced locally as rainfall and irrigation that percolates into the perm
able terrace sands. When the ground water reaches the relative
impermeable Santiago Formation, it flows laterally along the seaward-slopir
contact until it reaches the bluff face. A line of vegetation common
grows at this point on the bluff. Prominent ground water seepage W~
observed along the toe of the bluffs at many locations within the stuc
area.
B-12
Project No. 542681-CT03
Ground water was encountered in each test boring and was obser
seeping out at the toe of the bluff along the contact between the terr
sands and sandstone formations. Periodic water elevation measureme
made in the test boring wells are presented below:
Test Boring 1 Test Boring 2 Test Boring 3
Date (Tamarack Ave. ) (Cherry Ave. 1 (Pine Ave. )
01-31-86 +11.5 +12.5 +11.0
02 -0 6-8 6 +12.1 +12.7 +ll. 6
02 -2 1-8 6 +12.3 +12 e 9 +11.8
03-03-8 6- +12.2 +12.8 +11.7
03-12-86 +12.3 +13.0 +11.8
03-20-86 +12.3 +13.0 +ll .8
* Elevations are NGVD
It should be anticipated that minor variations will occur in the grou
water levels, depending on the amount of rain fall and land irrigation
the area.
DISCUSSIONS, CONCLUSIONS, AND RECOMMENDATIONS
The discussions, conclusions, and recommendations presented in t.
report are based on the information provided to us, results of our fil
and laboratory studies, analyses, and professional judgment.
Potential Geologic Hazards
Faulting and Ground Shaking
No active faults were identified on the site and the closest active fa
zones are the Elsinore Fault approximately 25 miles from the site and 1
B-13
Project No. 542681-CT03
Coronado Banks Fault approximately 20 miles from the site. No detai
seismic evaluation of the site has been made; however, it is recommc
that a minimum ground acceleration of 0.15g be used for design of '
seawall.
Liquefaction
The terrace sands are generally dense to very dense and the sandstone
very dense and cemented. The water table is generally confined to a tl
zone (5 to 10 feet thick) above the contact between the two formations.
is our opinion that there is a low probability of liquefaction occurring
these materials at the subject site.
Site Grading
Excavation and Material Characteristics
It is anticipated that some cutting and filling will be required to constri
the proposed seawall and associated facilities. The terrace sand 2
relatively friable and should be relatively easy to excavate. These ma'
rials should also 'provide a suitable select granular fill. The sandstone
the Santiago Formation are relatively hard and cemented and may requj
special equipment to excavate; however it is not anticipated that a
blasting will be required. Excavation of the sandstone may also result
some oversize material that may require crushing or breaking up for use
fills.
Temporary Cut Slopes
Our analyses indicate that temporary cuts in the undisturbed terrace san
should have a safety factor of 1.2 or greater against a deep slide f
inclinations of 1:1 or flatter up to approximately 20 feet in height. It
anticipated that the sandstone should stand at near vertical inclinations
up to 10 feet in height. These materials are subject to localized sloughi
B-14
Project No. 542681-CT03
and blockfalls and should be observed during construction.
rnent, shoring or flatting of slopes may be required in some areas.
Special trei
Natural Slopes
In general, the natural slopes comprising the coastal bluffs appear to
grossly stable in their present condition. However, the sandy, frial
terrace deposits, when undercut and oversteepened by wave action, i
only marginally stable at relatively steep slope inclinations. Experier
with this geologic unit in the subject area and at other locations along t
coast has shown that once slopes are oversteepened, additional' surf:
sloughing andlor relatively shallow slope failures are likely to continue
occur within and adjacent to the undercut area until more stable slo
inclinations are reached. Factors that could influence slope failures wit1
such potentially unstable areas include heavy rainfall, ground wat
seepage, earthquakes e and additional erosion by high wave action. Re1
tively minor slope failures or blockfalls could represent a potential haza
to beach users.
Cut and Fill Slopes
We have performed stability analyses for anticipated cut and fill slopes 1
the Jaubu method using the following strength parameters for the terra
materials: 0 - 37*, C = 100 psf. The results of the analyses indicate th
the slopes with maximum inclinations of 1i:l (horizontal to vertical) ai
maximum heights of 30 feet have calculated factors of safety in excess
1.5 for static conditions, and in excess of 1.2 for dynamic condition
Assuming a horizontal coefficient of ground acceleration of 0.15g. Stabili
analyses require using parameters selected from a range of possible v:
ues. There is a finite possibility that slopes having calculated factors
safety, as indicated, could become unstable. In our opinion, the probabj
ity of slopes becoming unstable under the assumed conditions is low.
B-15
Project No. 542681-CT03
Fill slopes, especially those constructed at inclinations steeper than 2
are particularly susceptible to shallow slope sloughing in periods of ra
fall, heavy irrigation, and/or upslope surface runoff. Periodic sL
maintenance may be required, including rebuilding the outer 13 to 4 f
of the slope. Sloughing of fill slopes can be reduced by overbuilding
least 3 feet and cutting back to the desired slope. To a lesser exte:
sloughing can be reduced by backrolling slopes at frequent intervals.
a minimum, we recommend that fill slopes be trackwalked so that a do
track covers the surfaces at least twice. We recommend that cut and
slopes be planted, drained, and maintained.
Fill Compaction
It is recommended that structural fills be compacted to a minimum relati
compaction of 92 percent in accordance with ASTM Test Designat;
1557-78. Structural fills should be observed and tested . by 1
geotechnical engineer.
Drainage
A perched ground water table is present along the contact between 1
terrace sands and underlying sandstone which results in water seepage
the toe of the bluff. It is recommended that all retaining structures
provided with back drains to intercept and control this seepage. It
further recommended that the back drain be placed at an elevation
approximately +10 to +12 feet (NGVD) behind the proposed seawall.
It is also recommended that existing drains on the bluff generally
abandoned and that a new storm drain system be designed and construcl
to collect and divert runoff away from the bluff. The new facilities shol
be designed such that surface drainage waters are directed away from t
bluff top.
B-16
Project No. 542681-CT03
The site is located along the edge of the Pacific Ocean and is subjec
inundation from tides and the action of waves. The contractor will hav
take special measures to protect his work and to keep construction a.
free from surface, subsurface and ocean water.
Foundations
It is recommended that the foundations for the seawall and beach acc
stairways be founded in the dense sandstone of the Santiago formatic
The foundations should have a minimum width of 2 feet and extent
minimum of 2 feet into the sandstone. Where foundations are exposed
scour from wave action, the foundations should either be protected by
stone or extend below the design scour depth.
It is recommended that for foundations bearing in sandstone, a maxim
allowable soil bearing pressure of 8,000 psf be used for design. T
value may be increased by up to one third for loads that include wind
seismic forces. AI1 loose or disturbed material should be cleaned fx
foundation excavations and foundations should bear on clean undisturt
sands tone.
It is estimated that settlements under anticipated loads will be less thar
inch.
Retaining Walls
It is anticipated that the seawall may be designed as a cantilever retainii
structure along the toe of the existing bluff. Two possible conditions a
considered, one with a level backfill and walkway behind the Wall and 0'
with an average slope inclination of approximately 13: 1 (horizontal
vertical) and no walkway behind the wall. For these conditions, it
recommended that the following equivalent fluid lateral earth Pressures t
used for design :
B-17
Project No. 542681-CT03
Level Backfill - 30 pcf (Static)
15 pcf (Seismic-inverted)
1i:l Slope - 60 pcf (Static)
30 pcf (Seismic-inverted)
It is further recommended that an average total unit weight and submerl
unit weight of 115 and 55 pcf be used for the backfill and terrace sands
It is recommended that the retaining walls be provided with a back dr
to limit the ground water level to elevation +10 to +12 feet (NGVD). Wa
pressures should be considered to. act on the wall below this elevation.
To resist lateral pressures, it is recommended that for foundations in 1
sandstone a uniform passive pressure of 2,000 psf and a friction coefficic
of 0.3 be used for design.
UNCERTAINTY AND LIMITATIONS
We have observed only a very small portion of the pertinent soil a
ground water conditions. The recommendations made herein are based
the assumption that soil conditions do not deviate appreciably from thc
found during our field investigation. We recommend that Woodward-Cly
Consultants observe the site grading and foundation excavations to veri
that site conditions are as anticipated or to provide revised recommend
tions if necessary. If variations or undesirable geotechnical conditions a
encountered during construction, we should be consulted for furth
recommendations.
This report is intended for design purposes only and may not be sufficic
to prepare an accurate bid.
B-18
Project No. 542681-CT03
California, including San Diego, is an area of high seismic risk. It
generally considered economically unfeasible to build a totally earl
quake-resistant project; it is, therefore, possible that a large or ne81
earthquake could cause damage at the site.
Geotechnical engineering and the geologic sciences are characterized
uncertainty. Professional judgements presented herein are based partly
our understanding of the proposed construction, and partly on our gene
experience. Our engineering work and judgements rendered meet currf
professional standards; we do not guarantee the performance of the pro$
in any respect.
Inspection services allow the testing of only a small percentage of the :
placed at the site. Contractual arrangements with the grading contracl
should contain the provision that he is responsible for excavating, placin
and compacting fill in accordance with project specifications. Inspecti
by the geotechnical engineer during grading should not relieve the gradi
contractor of his primary responsibility to perform all work in accordar
with the specifications.
This firm does not practice or consult in the field of safety engineerin
We do not direct the contractor's operations, and we can not be respo
sible for the safety of personnel other than our own on the site; t
safety of others is the responsibility of the contractor. The contract
should notify the owner if he considers any of the recommended actio
presented herein to be unsafe.
B-19
TEST D*TA
OK 000 OW
; 12 110 65
+
-
d
SOIL DESCRIPTION OTHER SAMPLE nSTs NUMBER
Very dense, damp, brown silty sand
2
Soil Classifications are based on the Unified Soil Classificatii
and include color, moisture and consistency. Field descriptic
been modified to reflect results of laboratory analyses wherc
DISTURBED SAMPLE LOCATION
DRIVE SAMPLE LOCATION
Obtained by collecting the auger cuttings in a plastic or clot+
MODIFIED CALIFORNIA SAMFLER
Sample with recorded blows per foot was obtained with a MI
California drrve sampler (2” inside diameter, 2.5” outside di,
lined with sample tubes. The sampler was driven into the SOI
bottom of the hole with a 140 pound hammer falling 30 ind
STANDARD PENETRATION SAMPLER (*)
Sample wlth recorded blows per foot was obtained using a standard split spoon sampler (lY$ inside diameter, 2” outside diameter), The sampler was driven into the soil at the bottom of the hole with a 140 pound hammer falling 30 inches and the sample placed in a piastic bag.
INDICATES SAMPLE TESTED FOR OTHER PROPER1
CT - Coisolidation Test
UCS - Unconfined Cornprei
SDS - Slow Direct Shear TE
TX- Triaxial Cornpressior
‘R’- R-value
GS- Grain Size Distributton
LC- Laboratory Compaction
PI - Atterberg Limits Test DS - Direct Shear Test
ST - Loaded Swell Test
CC - Confined Compression
TeSl SG - Specific Gravi NOTE: In this column the results of these tests may be recori
Test
where applicable.
BLOW COUNT
DRY DENSITY
~
Number of blows needed to advance sampler one foot or as ir
See N
Pounds per Cubic Foot
MOISTURE CONTENT Percent of Dry Werght
I
KEY TO LOGS
CARLSBAD BOULEVARD SEAWALL
DRAWBY: ,-.h I CHECKLOBY: I ‘RwECT NO: 542681-~101 I DATE3-6-86 FIGURE
SOIL DESCRIPTION DEPTH TEST DATA I .OTHER SAMPLE IN FEET .MC ODD DBC TESTS NUMBER + -
3
-
5:
-
- - - -
-
10: - - - -
1%
-
- -
- *
20.
- -
2 51
-
-
3 0, -
;, -
Approximate El. 3
Moist, brown, silty sand
1-1 FILL
7 103 5 GS 1-2
..... ..... Medium dense, damp, brown, silty s
- - - - Grading to - - -
Medium dense to very dense, damp,
brown, poorly graded fine to mediu
TERRACE DEPOSITS
..... ..... ..... ..... TERRACE DEPOSITS ..... ..... ..... .....
3 95 29 GS,
SDS
Grades to pale brown to pale gray 2 132 36 GS
2 101 65 GS
(SM) with local th 6 5/
6 "
861 6 "
14 121 56/ GS,PI
10671
6" UCS=
PSf
DEPTH
IN FEE^
5,
- - - -
10 - -
- :
-
15 -
-
- .
20 -
-
25 -'
- .
-
30 - -
- -
35 - - - - -
40
*For t
Approximate El. 4
SOIL DESCRIPTION TEST DATA .*OTHER SAMPLE TESTS NUMBER +MC *DD *~c
- Moist, brown, silty sand - FILL
- 10 Medium dense, moist, light brown t
brown, silty to fine sand (SM-SP)
TERRACE DEPOSITS
Medium dense, moist, light brown, ..... ..... ..... ..... ..... ..... ..... medium sand (SP) TERRACE DEPOSITS .......... ..... ..... ..... ..... ..... ..... ..... 2-4 ..... "**' ..... ..... 21
Dense, moist, pale brown, fine san
with some black particles
6 99 31 GS 2-5 TERRACE DEPOSITS
Medium dense to dense, moist, ligh
to gray, medium to fine sand (SP) 5 110 44
..... TERRACE DEPOSITS ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .....
..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .....
2.80
17 2-8
3 97 60 GS, 2-9
..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .....
SDS
..... ..... ..... ..... ..... ..... Dense, moist, pale brown, gravelly ..... ..... sand (SP-GP) gravels up to 2" maxi]
..... ension TERRACE DEPOSITS
.:.>:.:.: ..... (-J Water table at 34f' after well insi
..... ..... ..... ..... ..... ..... ..... ..... ..... .....
2 - 10 ;:;<:;:;: ..... ..... ..... ..... .....
50/
54 'I ..... ..... ..... .....
..... ..... - ..... ..... ..... ..... ..... .....
description of symbols. see Figure ~-1 Continued on next Page
DEPTH
FEET IN
45-
-
50:
-
-
-
-
5 5- -
- -
60-
- -
65-
-
-
70-
- -
75,
-
- -
80 -
'For
I
TEST DATA *OTHER -pLE *MC *OD *BC TESTS NUMBER SOIL DESCRIPTION
- (Continued) very dense, moist, gr,
silty fine sand (SM) (sandstone) I
1 13 122 56/ GS,PI SANTIAGO FORMAT I ( - 6" UCS= - 17965
- SG=
PSf Bottom of Hole
2.68 -
-
description of symbols. see Figure B-1
I
LOG OF TEST BORING 3
CARLSBAD SOULEVARD SEAWALL
DRAWNBY: ch 1 CHECKEDBY:
DEPTH IN FEET
-
:
45 - - - - -
50 -
3 - - -
55 -. - - -
60 -
-
-
65 -
-
70 -
-
-
75 - - - -
80 A
*For
SOIL DESCRIPTION TEST DATA ,*OTHER SAMPLE TESTS NUMBER *MC *OD *8C
(Continued) very dense, damp, gray
to fine sandy clay (CL) (claystone
SANTIAGO FORMATIO
L - - -Grading to - - - -
Very dense, moist, gray, silty €in
(SM) with cemented zones (sandston
SANTIAGO FORMATIO
16 113 8
18483
PSf
\
Bottom of Hole
description of symbols, see Flgure - B-1
GRAVEL
Coarse 1 Fine COBBLES SAND SILT and CLAY Coarse] Medium I Fine
.
GRAIN SIZE DISTRIBUTION CURVES
CARLSBAD BOULEVARD SE~JJALL
DRAWN BY: ch CHECKED BY: I PROJECT NO: 542681-3101 1 DATE: 3-6-86 FIGURE
COBBLES GRAVEL SAND - SILT and CLAY Coarse Fine Coarse Medium Fine
b
GRAIN SIZE DISTRIBUTION CURVES
CARLSBAD BOULEVARD SEAWALL
DRAWNBY: ch I CHECKEDBY: I PROJECTNO: 542681-~101 1 DATE: 3-6-86 FIGURE I
COBBLES GRAVEL SAND SI LT and CLAY Coarse I Fine Coarse] Medium 1 Fine
I GRAIN SIZE DISTRIBUTION CURVES
CARLSBAD BOULEVARD SEAWALL
DRAWN BY: ch CHECKED By: I PROJECT NO: 5426Fl-SI01 1 DATE:3-6-86 FIGURE f
COBBLES GRAVEL SAND SILT and CLAY Coarse I Fine Coarse] Medium I Fine
5060
4380
4880
3500
+
-
-
-
Specimen Number 1
Height. inches .814
2
-814
Diameter, inches 1.94 i 1.94 1
Final Saturation, % I 89 88
Type of Test: slow Direct Shear Test
Angle of Friction, Effective $' = 370
Cohesion, Effective C'=0 psf 1 Rate of Shear, in/min .00028800
SLOW DIRECT SHEAR TEST
CLIRLSBAD BOULEVARD SEAk7ALL
DRAWN BY: c'n CHECKED By: [ PROJECT NO: 542681-SI01 1 DATE: 3-6-86 FIGURE
c
, Sample/Classification Sample 2-6, ?,ledium to fine sand (SP)
SAMPLE DATA
1 Specimen Number 1 21
Height, inches j -814 -814
Diameter, inches I 1.94 ' 1-94
Initial Moisture Content, % 58 6
19 25 Initial Saturation, %
100 104 Final Dry Density, pcf
24 22 Final Moisture Content, %
Final Saturation, % 96 98
Normal Stress. psf 1 2089.0 4116.5
Initial Dry Denslty, pcf ~ 97 102
r
TEST DATA
Type of Test: Slow Direct Shear Test
Angle of Friction, Effective 6' = 330
Cohesion, Effective C' = 0 psf 1 Rate of Shear, in/min .~~~~88°~
SLOW DIRECT SHEAR TEST
CARLSZAD BOULEVARD SEA\JAI;L
DRAWN BY: ch lCHECKED By: I PROJECT NO: 54:?b81-~101 I DATE: 3-26-86 IFIGURE
500 -
Specimen Number
Height, inches
I 1 21
-814 ! -814 ] 1
Initial Dry Density, pcf
Initial Saturation, % 1 10 i 9
Final Dry Density, pcf j 101 I 97
Final Saturation, % j 99 79
Final Moisture Content, % 1 24 \ 21
Normal Stress, psf 1 2089.0 4116.5
c TEST DATA
Type of Test: slow DirpCt ShP
Angle of Friction, Effective 0'
Cohesion, Effective C' = 800 nsf 1 Rate of Shear, in/min .00028800
Test
= 420
SLOW DIRECT SHEAR TEST
CARLSABD BOULEVARD SEAWALL
I
DRAWN BY: ch lCHECKED BY: I PROJECT NO: 542681-SI01 I DATE: 3-6-86 FIGURE I
508 -
c
SAMPLE DATA
SampleiClassification Gray to pale brown, medium to fine sand (SP) Sample 2-9
Height, inches -814 .814
Initial Dry Density, pcf 1 96 1 98
Specimen Number 1 2
Diameter, 'inches 1.94 1 1.94
Initial Moisture Content, 46 31 31
Initial Saturation, % 1 11 1 11
Final Dry Density, pcf I 97 1 101
I
Final Moisture Content, % i 24 I 22
Final Saturation, % 90 92
Normal Stress, psf 2048.0 4096.0 i s
SLOW DIRECT SHEAR TEST
CARLSBAD BOULEVARD SEAWALL
I DRAWN BY: ch CHECKED By: 1 PAoJECT NO: 542681-~101 IDATE: 3-6-86 FlGURl
4508
4000
3508
g 3008
L
-_
-
-
-
-
SAMPLE DATA
Sample/Classification pale brown, medium to fine sand (SP) Sample 3-6
Specimen Number 1 2
Initial Dry Density, pcf i 97 97
Initial Moisture Content, % I 4 i 4 j
Final Dry Density, pcf j 99 100
Height, inches I .814 .814
Diameter, inches j 1.94 i 1.94 !
I , I
Initial Saturation, % j 14 14
Final Moisture Content, % i 23 ' 23
Final Saturation, % I 93 92
Normal Stress. psf 1 2089.0 4116.5
TEST DATA
TVPe of Test: Slow Direct Shear Test
Angle of Friction, Effective fd' = 320
J Cohesion, Effective C' = 300 psf 1 Rate of Shear, in/min .00028800
L
SLOW DIRECT SHEAR TEST
CARLSBAD BOULEVARD SEAWALT,
DRAWN BY: ch ICHECKED BY: 1 PROJECT NO: 542'681-2101 I DATE: 3-6-86 FlGURE 1
50011
4¶08
4me
3588
-
-
-
500 -
# SAMPLE DATA
Specimen Number 1 2
Sample/Classification Light brown, medium to fine clean sand (SP) Sample 3-8
.814 -814 Height, inches
Diameter, inches 1.94 i 1.94 i
Initial Dry Denstty, pcf 103 i 101
Initial Moisture Content, % I 3; 41 i
Initial Saturation, % 1 14 j 15
j 103 j 102
- Final Moisture Content, % j 21 21
Final Dry Density, pcf
- Final Saturation, % 1 92 87
Normal Stress. psf 1 2089.0 4116.5 d *
TEST DATA
Type of Test:
Angle of Friction, Effective @' = 32"
Cohesion, Effective c' = 750 psf
Slow Direct She-ar Test
1 Rate of Shear, in/min .00028800 .
SLOW DIRECT SHEAR TEST
CARLSBAD BOULEVARD SEA\JALL
I
FILL SUITABILITY TESTS
CARJ~SBAD BOULEVARD SEAWALL
.Y 1103 110 2 0 1 165 2 2 0 0 35 5
Telephone (619) 425-1993 Establish&
CLARKSON LABORATORY AND SUPPLY INC. 350 Trousdale Dr. Chula Vista, Ca. 92010
Date: 03-25-86 Purchase Order Number: Job P542681 SI01
Account Number: WCQX
To:
LABORATORY REPORT
ANALYTICAT, AND aEJsuLTING CHEEISTS
-----------* -- *
Woodward Clyde 3467 Kurtz St.
San Diego, CA, 92110 Attention: Chuck Elliot
Laboratory Nurr;ber:SO 1210 Customers Phone No: L27 224-2911
Sample Designation: *------- ---------* One soil sample marked Carlsbad Seawall, sample C 1-7. Job #542681 SIO1.
ANALYSIS: By Test Method No. Calif, 643-2 October 2, 1972 State of
California Department of Public Works Division of Highways Materials and Research Department tlethod for Estirrating the Service Life of Metal Culverts.
S?W?L,E
pH 7.0
Water Added (nil) Resistivity (ohm-m)
100 4050 50 2840 50 2340 50 1770 50 1640 50 1520
50 1520 50 1520
The above results inaicate 25 years to prforation for a 16 gaup
metal culvert, and 57 years to prforation for a 10 gauge metal culvert.
Water Sclble sulfates 0.009%
@-IF-@&* CFCA
PETERB. STEAD
pBs/ltm
P.O. Box 670
San Diego, Ca. 92112
3052 Caliremont Dr., "A" San Diego, Ca. 92117
ALL OWNED AUTOS
SCHEDULED AUTOS
NON OWNED AUTOS
GARAGE LIABILITY
EMPLOYERS' LIABILITY
tract with the City. It
Carlsbad, Ca. 92008
c
January 22, 1990
Marathon Construction Corp. 3052 Clairemont Dr. San Diego, CA 92117
Re: Bond Release - Contract No. 3185 - Seawall
Per instructions from our Municipal Projects Department, we are hereby releasii the remaining 25% of the bond for the above-referenced contract:
Performance Bond U 67 67 31 United Pacific Insurance Co.
The bond is enclosed so that you may return it to your surety. p5g3 KA EN R. UJ TZ
. eputy City Cle k
Enc.
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28C
7
WRITE IT- DON’T SAY 11)
Date 6 1
To a Reply Wanted
From Karen Kundtz, Deputy City Clerk 0 No Reply Necessary
J I/
Re: Bond Release - & 3/8fG %~&era,~ &. --
Our records indicate that the bond for the
above-referenced subdivisionlproject is eligible for release. We need
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
t/-- /& /@LL5R62c /Q/ Bt5Jfqf)f Thanks,
i
b
PRINT
Y-
AIGNER FORM NO 55-032
f 3
i
c - ._J
I
B 0
+-e
1200 ELM AVENUE TELEP
CARLSBAD, CALIFORNIA 92008 (619) 43
Office of the City Clerk Mitn of Mark bab
October 25, 1988
Marathon Construction Corp.
3052 Clairemont Dr.
San Diego, CA 92117
Re: Bond Release - Contract No. 3185 - Carlsbad Blvd. Seawall
Per instructions from our Municipal Projects Department, we are
hereby releasing the following bond for the above-referenced
contract:
Labor & Materials Bond No. U 67 67 31
United Pacific Insurance Co.
The bond is enclosed so that you may return it to your surety.
*fiT EN R, UND
eputy City Clerk
Enc .
I t I I - DUN'T SAY S@ - vviy
e
To
From Karln Kundtz, Deputy City Clerk
/
Re: Bond Release - G&& y/&-- % -* w
Our records indicate that the &*qi & bond for the
above-referenced /project is eligible for release. We need
your written authorization/approval for release.
the status, and if release is 0.k.
Please let me know
Thanks, ,--j 7 -${ ~~ C'r I.-/$ TI/- LL-Yf p L
f? -7 &; _*- j( 2, 3 -A1
L- Lp //-- .l"i ,/- .
// . ' fJ'
d
6 / --
Y-
:/ PRINTED AIGNER FORM NO. 55-032
e 0
1200 ELM AVENUE TELEF
CARLSBAD, CALIFORNIA 92008 (619) 42
Office of the City Clerk MitQ df Marlsbab
October 27, 1987
Marathon Construction Corp.
3052 Clairemont Dr.
San Diego, CA 92117
Re: Bond Release - Contract No. 3185 - Carlsbad Blvd. Seawall
The Notice of Completion for the above-referenced project has recorded.
Therefore, we are releasing 75% of the Performance Bond. Please consid
this letter as your notification that $2,363,722.50 of United Pacific
Insurance Company Performance Bond No. U 67 67 31 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.
The Labor & Materials Bond in the amount of $1,575,815 will be due
for release six months from the date of recordation of the Notice of
Completion, a copy of which is enclosed for your records.
gz* Deputy City Clerk
Enc .
'++//FA
" UNITED BROT~~~ERHOO~ OF CARPENTERS AND JO NERS OF AMERIC ' 7 & % * /-+&J 4&*zk&,,L, 8 4 I 9bLJ ,fi c /
728 LAGOON AVENU
WILMINGTON. CALIFORNIA 9C LOCAL UNION No. 2375
FILE DRIVERS, BRIDGE, WHARF AND DOCK CARPENTERS,
WELDERS, RIG-BUILDERS, DRILLERS AND ROTARY HELPERS,
MARINE DIVERS AND TENDERS a e 2s
(213) a
December 9, 1986
Division of Apprenticeship Standards
Administrator OT Apprenticeship
Department of Industrial Relations
Post Office Box 603
San Francisco, CA 94101
RE: Carlsbad Boulevard Seawall, Carlsbad, CA. Specification
3185; In and for the City of Carlsbad, CA. Awarded
contract price $5,859,805, by the City of Carlsbad
Gentlemen:
Please be advised that the above listed contractor has violated
the below identified parts or requirements of the Labor Code of California, Division 2, Part 7, Chapter 1, Article 2, Section
1777.5. "Apprentices - Employment Upon Public Works".
VIOLATION: Did not apply to the joint apprenticeship committee
administering the apprenticeship standards of the craft or
trade in the area of the site of the public work for a cer-
tificate approving the contractor or subcontractor under the
apprenticeship standards for the employment and training of
apprentices in the area or industry affected.
VIOLATION: Did not employ the number of apprentices or the
ratio of apprentices to journeymen stipulated in the apprentice
ship standards.
VIOLATION: Did not contribute to the fund or funds in each
craft or trade in which he employes journeymen or apprentices
on the public works in the same amount or upon the same basis
and in the same manner as the other contractors do, but where
the trust administrators are unable to accept such funds,
contractors not signatory to the trust agreement shall pay a
like amount to the California Apprenticeship Council.
I declare, under penalty of law, that the contents of these
statements are true and correct to the best of my knowledge.
* Division of Appren c) ceship Standards -2- December 9, 1986
I am enclosing a copy of a letter that I mailed to Charles
Cunningham of Marathon Construction on October 16, 1986 and also
a copy of a letter that I mailed to Jeffrey Bunnell of the
Building Department of Carlsbad regarding this matter.
If you need or desire any further information, please feel free to contact me at the above listed address.
Sincerely, (j?2q&/ L&.%ALd
Ral h Avalos
Business Representative
RA : mw
opeiu-542
af 1-cio
Enclosure
cc: Jeffrey L. Bunnell, Project Manager, City of Carlsbad
Althea Rautenkranz, City Clerk
Leo Garcia, D. A. S.
Rita Studa, D. A. S.
George White, S.D. C. C. J. A. T. C.
C. Blenkhorn, L.A.C.C.J.A.T.C.
c (0 (\ 0 I
UNITED BROTHERHOOD OF CARPENTERS AND JOINERS OF AMERI(
711 LAGOON AVLNt
WILMINGTON. CALIFORNIA 9 LOCAL UNION No. 2375
PlU DRIVERS, BRIDGE, WHARF AND DOCK CARPENTERS,
MARINE DIVERS AND TENDERS
Q - 2s
WELDERS, RIGBUILDERS, DRIUERS AND ROTARY HELPERS, (213) I
October 16, 1986
Mr. Charles Cunningham
President
Marathon Construction
2343 Morena Blvd.
San Diego, CA 92110
RE: Carlsbad Boulevard Seawall, Carlsbad, CA. Specification
3185; In and for the City of Carlsbad, CA. Awarded contract
price $5,859,805, by the City of Carlsbad.
Dear Sir:
Congratulations on your being the successful bidding contractor
on the above referenced Public Works job.
This organization and the Los Angeles County Carpentry Joint
Apprenticeship and Training Committee are prepared to assist your
company in meeting your responsibility for compliance to the Labo
Code of California, Division 2, Part 7, Chapter 1, Article 2,
Section 1777.5. "Apprentices - Employment Upon Public Works".
In addition, the California Administrative Code, Title 8, Chapter
2 I Article 10, Section:229 (b) states.: "Tha sontrac&crr chzll .
make application to the appropriate Joint Apprenticeship Committe
for the certificate of approval to employ and to train apprentice
immediately upon award of the contract".
This organization is most agreeable to assist your office with th
application for certification (8 Cal. Adm. Code 230), consisting
of the following:
A. Certificate of Approval to train apprentices (DAS-7).
B. Statement of required ratio of apprentices to workmen.
C. Copy of Apprenticeship Standards and Regulations.
D. Apprenticeship Trust Fund payments and where payable. F:. L,etter of <-.ornpl iancc to the Division of Apprenticeship
1:. Appropriate 111 Lieu Apprentice Agreement.
Standar-(is and thc Award1 ng Contract. Agency.
(0 ( 0 ..
For your information, enclosed is a copy of the General Prevailin;
Wage Determination made by the Director of Industrial Relations;
a copy of the Agreement to Train Apprentices (DAS-7); and a copy of our Apprenticeship Standards and Regulations, and a copy of the Appropriate In Lieu Apprentice Agreement.
Please feel free to call the undersigned for an appointment with our area representative to meet at your company office for furthei assistances.
Sincerely,
j w Ral h Avalos QA
Business Representative
RA : mw
ope i u-542
af 1-cio
Enclosures
cc: Jeffrey L. Bunnell, Project Manager
Althea Rautenkranz, City Clerk
Leo Garcia, D. A. S.
Rita Studa, D. A. S.
George White, S.D.C.C.J.A.T.C.
C. Blenkhorn, L.A.C.C. J.A.T.C.
I .UNITED BROTHERHOO a OF CARPENTERS AND ~b % ERS OF AMERI'
728 LAGOON AVEN
Wl WINGTON, CALI FORNICI !
LOCAL UNlON No. 2375
PILE DRIVERS, BRIDGE, WHARF AND DOCK CARPENTERS,
WELDERS, RIGBUILDERS, DRlLLERS AND ROTARY HELPERS,
MARINE DIVERS AND TENDERS
a - 2s
December 2, 1986
(213)
?Jr ~ Jeffrey L. Bunnell
Project Manager
Building Department Carlsbad
2075 Las Palmas Dr.
Carlsbad, CA 92008
RE: Carlsbad Boulevard Seawall, Carlsbad, CA. Specification
3185; In and for the City of Carlsbad, CA. Awarded
contract price $5,859,805, by the City of Carlsbad.
Dear Sir:
I would like to take this opportunity to request the following
information concerning your project Specification No. 3185,
Carlsbad Boulevard Seawall, Carlsbad, CA.
I would like to know the dates and in which newspaper the
project was advertised for bid by your Agency.
Also, I would like to view the Certified Payroll of the
Marathon Construction, who are the contractors on this project.
I am making this request for Certified Payroll in accordance
with Section 17'16 of the labor Code of the State of California.
The Code states that the contractor has 10 days in which to
furnish your Agency, after you request same, a Certified Pay-
roll for the above named job.
Would you please inform me at this office as to when the
Certified Payroll will be available for our inspection.
ours truly,
tal aP / i/o;zkJ
Avalos
Business Representative
RA:mw
ope i u-542
af 1-cio
"p. ,. 0
UNITED BROTHERHOOD OF CARPENTERS AND JOINERS OF AMER
728 LAGOON AV
WILMINGTON. CAUFORNI LOCAL UNION No. 2375
PllE DRIVERS, BRIDGE, WHARF AND DOCK CARPENTERS,
WELDERS, RIGBUILDERS, DRILLERS AND ROTARY HELPERS,
MARINE DIVERS AND TENDERS
@ - 23
(21
October 16, 1986
Mr. Charles Cunningham
President
M-arathon Construction
2343 Morena Blvd.
San Diego, CA 92110
RE: Carlsbad Boulevard Seawall, Carlsbad, CA. Specification
3185; In and for the City of Carlsbad, CA. Awarded contrac
price $5,859,805, by the City of Carlsbad.
Dear Sir:
Congratulations on your being the successful bidding contractor
on the above referenced Public Works job.
This organization and the Los Angeles County Carpentry Joint
Apprenticeship and Training Committee are prepared to assist yo1
company in meeting your responsibility for compliance to the Lat
Code of California, Division 2, Part 7, Chapter I, Article 2,
Section 1777.5. "Apprentices - Employment Upon Public Works".
In adc?iticn, the Califsrni2 Admicistrative Code, Title 8, Chaptc
2, Article 10, Section 229 (b) states: "The contractor shall
make application to the appropriate Joint Apprenticeship Commit1
for the certificate of approval to employ and to train apprentic
immediately upon award of the contract".
This organization is most agreeable to assist your office with 1
application for certification (8 Cal. Adm. Code 230), consisting
of the following:
A. Certificate of Approval to train apprentices (DAS-7).
B. Statement of required ratio of apprentices to workmen.
C. Copy of Apprenticeship Standards and Regulations.
D. Apprenticeship Trust Fund payments and where payable. E. Letter of compliance to the Division of Apprenticeship
F. Appropriate In Lieu Apprentice Agreement.
Standards and the Awarding Contract Agency.
-* 1. ,a
c
For your information, enclosed is a copy of the General Prevaili Wage Determination made by the Director of Industrial Relations;
a copy of the Agreement to Train Apprentices (DAS-7); and a copy
of our Apprenticeship Standards and Regulations, and a copy of
the Appropriate In Lieu Apprentice Agreement.
Please feel free to call the undersigned for an appointment with
our area representative to meet at your company office for furth
assistances.
Sincerely,
(ici$LLQA Ral h Avalos
Business Representative
RA : mw
opeiu-542
af 1-cio
Enclosures
cc: Jeffrey L. Bunnell, Project Manager
Althea Rautenkranz, City Clerk
Leo Garcia, D. A. S.
Rita Studa, D. A. S.
George White, S.D.C.C.J.A.T.C.
C. Blenkhorn, L.A.C.C.J.A.T.C.