Loading...
HomeMy WebLinkAbout2019-03-12; Public Financing Authority; Resolution 77RESOLUTION NO. 77 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD PUBLIC FINANCING AUTHORITY APPROVING THE CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS FOR THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT PROJECT (CONTRACT NO. PWS 19-690 PKS), AND AUTHORIZING THE CITY CLERK TO ADVERTISE THE PROJECT FOR PUBLIC BIDS EXHIBIT 1 WHEREAS, the Public Financing Authority of the City of Carlsbad, California has determined that accomplishing municipal golf course management and operations is of benefit to the community and consistent with the values of the community; and WHEREAS, two engineered lakes are part of the original design of The Crossings at Carlsbad Municipal Golf Course (Golf Course), which opened in the summer of 2007; and WHEREAS, the larger, centrally located lake, has a size of approximately 2.6 acres, a capacity of approximately 7.6 million of gallons of recycled water, and serves as the Golf Course's primary irrigation source; and the second lake has a size of approximately .8 acre, a capacity of approximately 1.45 million of gallons of recycled water, and consists of a two-level, decorative waterfall feature; and WHEREAS, the existing liner in each lake is over 11 years old and needs to be replaced due to splits in several locations, causing the loss of water, and the sedimentation of the lakes; and WHEREAS, the existing liners have surpassed their 10-year warranty period, and their expected useful life; and WHEREAS, the Golf Course Lake Refurbishment Project (Contract No. PWS 19-690 PKS) includes removal of the existing pond liner; minor re-grading and re-compaction of the subsurface; removal of the aquatic planter shelves; minor repairs of the shoreline; and installation of high quality geomembrane liner and the pouring of a concrete apron at the edge of each lake to secure the liner in place; and March 12, 2019 Item #5 Page 3 of 387 WHEREAS, the contract documents, plans, and specifications for the furnishing of all labor, material and equipment necessary for the Golf Course Lake Refurbishment Project have been prepared, are on file in the City Clerk's Office, and are incorporated by reference herein; and WHEREAS, the estimated construction cost for this project is $523,525, and sufficient funds are available in the Golf Course Fund. NOW, THEREFORE, BE IT RESOLVED by the Public Financing Authority Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the contract documents, plans and specifications for the Golf Course Lake Refurbishment Project (Contract No. PWS 19-960 PKS) have been prepared, are on file in the City Clerk's Office, and are hereby approved. 3. That the City Clerk of the City of Carlsbad is hereby authorized and directed to publish, in accordance with State law, a Notice to Contractors Inviting Bids for the Golf Course Lake Refurbishment Project, in accordance with the contract document, plans and specifications referred to herein. PASSED, APPROVED AND ADOPTED at a Special Meeting ofthe Public Financing Authority of the City of Carlsbad on the 12th day of March 2019, by the following vote, to wit: AYES: Hall, Blackburn, Bhat-Patel, Schumacher, Hamilton. NOES: ABSENT: None. None. 1f~oard March 12, 2019 Item #5 Page 4 of 387 EXHIBIT 2 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment ,, •+;' Revised 6/12/18 CONTRACT NO. 9009-A BID NO. PWS19-690PKS Contract No. 9009-A Page 1 of 107 March 12, 2019 Item #5 Page 5 of 387 Revised 6/12/18 Contract No. 9009-A Page 2 of 107 INFORMATION TO BIDDERS Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator pwcontractadmin@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sections. The cutoff date to submit questions regarding this project is April 5, 2019 No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by April 12, 2019 For additional information concerning questions on the bid documents, refer to Notice Inviting Bids, page 9. MANDATORY PRE-BID MEETING Date: March 27, 2019 Time: 10:00 a.m. – 11:00 a.m. Location: The Crossings at Carlsbad Municipal Golf Course 5800 The Crossings Drive, Carlsbad, CA 92008 March 12, 2019 Item #5 Page 6 of 387 Revised 6/12/18 Contract No. 9009-A Page 3 of 107 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 7 Contractor's Proposal ........................................................................................................... 12 Bid Security Form ................................................................................................................ 18 Bidder’s Bond to Accompany Proposal ................................................................................ 19 Guide for Completing the “Designation Of Subcontractors” Form ......................................... 20 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 22 Bidder's Statement of Technical Ability and Experience ....................................................... 23 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 24 Bidder’s Statement Re Debarment ....................................................................................... 25 Bidder's Disclosure of Discipline Record …………………………………………… ................. 26 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 28 Contract Public Works .......................................................................................................... 29 Labor and Materials Bond .................................................................................................... 36 Faithful Performance/Warranty Bond ................................................................................... 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 40 March 12, 2019 Item #5 Page 7 of 387 Revised 6/12/18 Contract No. 9009-A Page 4 of 107 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 43 1-2 Definitions .................................................... ................................................ 43 1-3 Abbreviations ............................................... ................................................ 47 1-4 Units of Measure .......................................... ................................................ 50 1-5 Symbols ....................................................... ................................................ 51 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 52 2-2 Assignment .................................................. ................................................ 52 2-3 Subcontracts ................................................ ................................................ 52 2-4 Contract Bonds ............................................ ................................................ 53 2-5 Plans and Specifications .............................. ................................................ 54 2-6 Work to be Done .......................................... ................................................ 57 2-7 Subsurface Data .......................................... ................................................ 57 2-8 Right-of-Way ................................................ ................................................ 58 2-9 Surveying ..................................................... ................................................ 58 2-10 Authority of Board and Engineer .................. ................................................ 58 2-11 Inspection .................................................... ................................................ 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 60 3-2 Changes Initiated by the Agency .................. ................................................ 60 3-3 Extra Work ................................................... ................................................ 61 3-4 Changed Conditions .................................... ................................................ 64 3-5 Disputed Work ............................................. ................................................ 65 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 71 4-2 Materials Transportation, Handling and Storage ........................................... 75 Section 5 Utilities 5-1 Location ....................................................... ................................................ 76 5-2 Protection .................................................... ................................................ 76 5-3 Removal ...................................................... ................................................ 77 5-4 Relocation .................................................... ................................................ 77 5-5 Delays .......................................................... ................................................ 78 5-6 Cooperation ................................................. ................................................ 78 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 79 6-2 Prosecution of Work ..................................... ................................................ 83 6-3 Suspension of Work ..................................... ................................................ 83 6-4 Default by Contractor ................................... ................................................ 84 6-5 Termination of Contract................................ ................................................ 85 6-6 Delays and Extensions of Time .................... ................................................ 85 6-7 Time of Completion ...................................... ................................................ 86 6-8 Completion, Acceptance, and Warranty ....... ................................................ 87 6-9 Liquidated Damages .................................... ................................................ 87 March 12, 2019 Item #5 Page 8 of 387 Revised 6/12/18 Contract No. 9009-A Page 5 of 107 6-10 Use of Improvement During Construction .... ................................................ 88 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 89 7-2 Labor ........................................................... ................................................ 89 7-3 Liability Insurance ........................................ ................................................ 89 7-4 Workers' Compensation Insurance .............. ................................................ 89 7-5 Permits ........................................................ ................................................ 90 7-6 The Contractor’s Representative .................. ................................................ 90 7-7 Cooperation and Collateral Work ................. ................................................ 90 7-8 Project Site Maintenance ............................. ................................................ 91 7-9 Protection and Restoration of Existing Improvements ................................... 93 7-10 Public Convenience and Safety ................... ................................................ 94 7-11 Patent Fees or Royalties .............................. ................................................ 99 7-12 Advertising ................................................... ................................................ 99 7-13 Laws to be Observed ................................... ................................................ 99 7-14 Antitrust Claims ............................................ ................................................ 99 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 100 8-2 Field Office Facilities .................................... .............................................. 100 8-3 Field Laboratories ........................................ .............................................. 100 8-4 Bathhouse Facilities ..................................... .............................................. 100 8-5 Removal of Facilities .................................... .............................................. 100 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 101 9-2 Lump Sum Work .......................................... .............................................. 101 9-3 Payment ...................................................... .............................................. 101 9-4 Bid Items ...................................................... .............................................. 104 March 12, 2019 Item #5 Page 9 of 387 Revised 6/12/18 Contract No. 9009-A Page 6 of 107 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS PART 2 CONSTRUCTION MATERIALS SECTION 200 ROCK MATERIALS 200-1 Rock Products................................................................................................. 105 200-2 Untreated Base Materials ............................................................................. 106 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 Portland Cement Concrete ........................................................................... 107 SECTION 215 FENCING 215-1 Environmental Fencing .................................................................................. 107 PART 4 CSI FORMAT TECHNICAL SPECIFICATIONS DIVISION 13 SPECIAL CONSTRUCTION 31200 Water Feature APPENDICES: Appendix A: California Coastal Commission Permit A-6-CII-00-087 issued on August 28, 2003 Appendix B: Geotechnical Report March 12, 2019 Item #5 Page 10 of 387 Revised 6/12/18 Contract No. 9009-A Page 7 of 107 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on April 23, 2019, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The Crossings at Carlsbad Golf Course Lake Refurbishment including new lake geomembrane liner and decorative concrete shoreline treatment. THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A BID NO. PWS19-690PKS INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca-ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart-ment. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris-diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk’s Office. The spec-ifications for the work include City of Carlsbad Technical Specifications and the Standard Speci-fications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc.) all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. March 12, 2019 Item #5 Page 11 of 387 Revised 6/12/18 Contract No. 9009-A Page 8 of 107 The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac-tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER’S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $523,521. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit-ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification A – General Engineering. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR Bidder shall demonstrate that they are qualified for the job by providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this job. Proof of Bidder’s experience and technical ability (as outlined below) shall be attached to The Bidder’s Statements of Technical Ability and Experience to be included with the Contractor’s bid. The statement and listing of information shall include but not be limited to the successful con-struction of the following: March 12, 2019 Item #5 Page 12 of 387 Revised 6/12/18 Contract No. 9009-A Page 9 of 107 • Shall have successfully completed a minimum of five (5) water feature projects, which are each of a scope equal to or greater than this project, within the last two (2) years. The Bidder’s Statements of Technical Ability and Experience shall in-clude a complete list of a minimum of five (5) such previous projects, including for each project: 1. Project name. 2. Location. 3. Owner’s representative with telephone number and name to contact. 4. Date of completion. The City of Carlsbad reserves the right to disqualify bidders if bidder does not demonstrate the required technical ability and experience. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and sub-mitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract documents may be obtained on the City of Carlsbad web site at www.carlsbadca.gov. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the draw-ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore spec-ified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con-tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. March 12, 2019 Item #5 Page 13 of 387 Revised 6/12/18 Contract No. 9009-A Page 10 of 107 The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A MANDATORY pre-bid meeting and tour of the project site will be held on March 27, 2019 at 10 a.m. at The Crossings at Carlsbad Municipal Golf Course, 5800 The Crossings Drive, Carlsbad, CA 92008. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator pwcontractadmin@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de-tails or specification sheets. The cutoff date to submit questions regarding this project is Friday, April 5, 2019. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by Friday, April 12, 2019. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. March 12, 2019 Item #5 Page 14 of 387 March 12, 2019 Item #5 Page 15 of 387 Revised 6/12/18 Contract No. 9009-A Page 12 of 107 CITY OF CARLSBAD THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 9009-A in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE “A” THE CROSSINGS LAKE REFURBISHMENT Item No. Description Approxi- mate Quantity and Unit Unit Price (Figures) Total Amount (Figures) A-1 Mobilization/Demobilization Not to $___________ Exceed $150,000 (Price in Words) A-2 General Conditions Lump $___________ (paid in equal increments for con-tract duration) Sum (Price in Words) A-3 Temporary Construction Fencing w/Windscreen Lump Sum $___________ (Price in Words) A-4 Erosion Control/SWPPP Compli-ance: Lump Sum $___________ (Price in Words) March 12, 2019 Item #5 Page 16 of 387 Revised 6/12/18 Contract No. 9009-A Page 13 of 107 Item No. Description Approxi-mate Quantity and Unit Unit Price (Figures) Total Amount (Figures) A-8 Demolition of Existing Liner and Shoreline treatment Lump Sum $____________ (Price in Words) A-9 Geomembrane Liner 152,280 SF $____________ $____________ (Unit Price in Words) A-10 Geotextile Fabric Layer Note: this item may not be neces-sary – to be determined after com-pletion of demolition and after sub-grade preparation (Unit Price in Words) 152,280 SF $____________ _________$ ___________ A-11 Concrete Veneer over Liner in troughs 2,500 SF $____________ $____________ (Unit Price in Words) A-12 Lake Shoreline Treatment includ-ing shelf 2,930 LF $____________ $____________ (Unit Price in Words) A-13 Water Feature Boulders (reuse ex-isting rock; remove and set aside, reinstall in boulder pockets) 50 TON $____________ $____________ (Unit Price in Words) March 12, 2019 Item #5 Page 17 of 387 Revised 6/12/18 Contract No. 9009-A Page 14 of 107 Item No. Description Approxi-mate Quantity and Unit Unit Price (Figures) Total Amount (Figures) A-14 Lake Aeration Equipment (remove hoses and diffusers; set aside, then reinstall) (Price in Words) Lump Sum $____________ A-15 Lake Level Control Device (remove float valve assembly; set aside, then reinstall) Lump Sum $____________ (Price in Words) A-16 Seal to Existing Geomembrane Liner (above and below the water-fall) 160 LF $____________ $____________ (Unit Price in Words) A-17 Landscape Repairs (planting and turf areas impacted by project im-provements) Lump Sum $____________ (Price in Words) Total amount of bid in words for Schedule “A”: _______________________________________ ___________________________________________________________________________ Total amount of bid in numbers for Schedule “A”: $____________________________________ The City shall determine the low bid based on Schedule “A”. After the low Bid has been deter-mined, the City may, at its sole discretion, award the Contract for Schedule “A”. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s).____________________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. March 12, 2019 Item #5 Page 18 of 387 Revised 6/12/18 Contract No. 9009-A Page 15 of 107 The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number _________________________, classification ________________ which expires on _______________________, and Department of Industrial Relations PWC registration num-ber ________________________ which expires on _______________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________________________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-in-surance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. March 12, 2019 Item #5 Page 19 of 387 Revised 6/12/18 Contract No. 9009-A Page 16 of 107 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _____________________________________ (2) Signature (given and surname) of proprietor ____________________________________ (3) Place of Business ________________________________________________________ (Street and Number) City and State _______________________________________________________________ (4) Zip Code ___________________ Telephone No. __________________________________ (5) E-Mail _____________________________________________________ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted________________________________________ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) _________________________________________________________________________ _________________________________________________________________________ (3) Place of Business ___________________________________________________________ (Street and Number) City and State ______________________________________________________________ (4) Zip Code ___________________ Telephone No. __________________________________ (5) E-Mail _____________________________________________________ March 12, 2019 Item #5 Page 20 of 387 Revised 6/12/18 Contract No. 9009-A Page 17 of 107 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________________________________ __________________________________________________________________________ (2) ____________________________________________________________________________ (Signature) _________________________________________________________________________ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _______________________________________ (4) Place of Business ________________________________________________________ (Street and Number) City and State ______________________________________________________________ (5) Zip Code _____________________ Telephone No. ________________________________ (6) E-Mail ____________________________________________________________________ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ ___________________________________ __________________________________ March 12, 2019 Item #5 Page 21 of 387 Revised 6/12/18 Contract No. 9009-A Page 18 of 107 BID SECURITY FORM (Check to Accompany Bid) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of _______________________________________________________ ___________________________________________________ dollars ($________________), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insur- ance coverage within the stipulated time; otherwise, the check shall be returned to the under-signed. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to an-other bidder. _______________________________________ _______________________________________ BIDDER _________________ *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) March 12, 2019 Item #5 Page 22 of 387 Revised 6/12/18 Contract No. 9009-A Page 19 of 107 BIDDER'S BOND TO ACCOMPANY PROPOSAL THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A KNOW ALL PERSONS BY THESE PRESENTS: That we, _______________________________________________________, as Principal, and ______________________________________, 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, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract 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 Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ____________ day of ____________________________, 20____ _________________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: __________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _________________________________ Deputy City Attorney March 12, 2019 Item #5 Page 23 of 387 Revised 6/12/18 Contract No. 9009-A Page 20 of 107 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali-fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im-provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be deter-mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. March 12, 2019 Item #5 Page 24 of 387 Revised 6/12/18 Contract No. 9009-A Page 21 of 107 Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. March 12, 2019 Item #5 Page 25 of 387 Revised 6/12/18 Contract No. 9009-A Page 22 of 107 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR’S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor’s License No. and Classification Amount of Work by Subcontractor in Dollars* Page _____ of _____ pages of this Subcontractor Designation form _________________ *Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be sub-mitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” March 12, 2019 Item #5 Page 26 of 387 Revised 6/12/18 Contract No. 9009-A Page 23 of 107 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract March 12, 2019 Item #5 Page 27 of 387 Revised 6/12/18 Contract No. 9009-A Page 24 of 107 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer’s Liability 2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer’s Liability in conformance with the requirements herein and Certificates of in-surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. March 12, 2019 Item #5 Page 28 of 387 Revised 6/12/18 Contract No. 9009-A Page 25 of 107 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? ______ ______ yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. _____________________________________ party debarred _____________________________________ agency _____________________________________ period of debarment _____________________________________ party debarred _____________________________________ agency _____________________________________ period of debarment BY CONTRACTOR: _____________________________________ (name of Contractor) By: __________________________________ (sign here) _____________________________________ (print name/title) Page _____ of _____ pages of this Re Debarment form March 12, 2019 Item #5 Page 29 of 387 Revised 6/12/18 Contract No. 9009-A Page 26 of 107 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor’s license suspended or revoked by the California Contrac- tors’ State license Board two or more times within an eight year period? ______ ______ yes no 2) Has the suspension or revocation of your contractor’s license ever been stayed? ______ ______ yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? ______ ______ yes no 4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? ______ ______ yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _____ of _____ pages of this Disclosure of Discipline form March 12, 2019 Item #5 Page 30 of 387 Revised 6/12/18 Contract No. 9009-A Page 27 of 107 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: _______________________________________ (name of Contractor) By: ____________________________________ (sign here) _______________________________________ (print name/title) Page _____ of _____ pages of this Disclosure of Discipline form March 12, 2019 Item #5 Page 31 of 387 Revised 6/12/18 Contract No. 9009-A Page 28 of 107 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A The undersigned declares: I am the ____________ of ______________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com-pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner-ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre-sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________________________, 20____ at _________ [city], ________ [state]. ________________________________________________ Signature of Bidder March 12, 2019 Item #5 Page 32 of 387 Revised 6/12/18 Contract No. 9009-A Page 29 of 107 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ________________________________, 2019, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and ________________________________________________ whose principal place of business is ___________________________________________________________________ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu-ments for: THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder’s Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac-tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli-ance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay-ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that March 12, 2019 Item #5 Page 33 of 387 Revised 6/12/18 Contract No. 9009-A Page 30 of 107 may be done by Contractor, whether anticipated or not, in order to overcome underground condi-tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher-ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligi-bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with Cali-fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver-ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. March 12, 2019 Item #5 Page 34 of 387 Revised 6/12/18 Contract No. 9009-A Page 31 of 107 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De-fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (CGL) Insurance: Insurance written on an “occurrence” ba-sis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the March 12, 2019 Item #5 Page 35 of 387 Revised 6/12/18 Contract No. 9009-A Page 32 of 107 contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com-pany affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage pro-vided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov-erage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub-contractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse-ments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. March 12, 2019 Item #5 Page 36 of 387 Revised 6/12/18 Contract No. 9009-A Page 33 of 107 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is in-cluded in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by ref-erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro-visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici-pation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno-rance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ________ init ________ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. March 12, 2019 Item #5 Page 37 of 387 Revised 6/12/18 Contract No. 9009-A Page 34 of 107 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substi-tuted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or sub-contractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursu-ant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. /// /// /// /// /// /// /// /// /// /// /// /// /// March 12, 2019 Item #5 Page 38 of 387 Revised 6/12/18 Contract No. 9009-A Page 35 of 107 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: ____________________________________ (name of Contractor) By: ________________________________ (sign here) ____________________________________ (print name and title) By: ________________________________ (sign here) ____________________________________ (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California By: ____________________________________ MATT HALL, Mayor ATTEST: ____________________________________ BARBARA ENGLESON, City Clerk President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _________________________________ Deputy City Attorney March 12, 2019 Item #5 Page 39 of 387 Revised 6/12/18 Contract No. 9009-A Page 36 of 107 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to __________________________________________________________________ (hereinafter designated as the "Principal"), a Contract for: THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, ____________________________________________, as Principal, (hereinafter designated as the "Contractor"), and _____________________________________ _______________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of __________________________________________________________________ ____________________________________________________ Dollars ($_______________), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac-tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop- ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor-ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. March 12, 2019 Item #5 Page 40 of 387 Revised 6/12/18 Contract No. 9009-A Page 37 of 107 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this ________ day of ______________________, 20____. CONTRACTOR: ___________________________________ (name of Contractor) By: ________________________________ (sign here) ___________________________________ (print name here) ___________________________________ (title and organization of signatory) By: ________________________________ (sign here) ___________________________________ (print name here) ___________________________________ (title and organization of signatory) Executed by SURETY this ___________ day of __________________________, 20____. SURETY: ___________________________________ (name of Surety) ___________________________________ (address of Surety) ___________________________________ (telephone number of Surety) By: ___________________________________ (signature of Attorney-in-Fact) ___________________________________ (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be at-tached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assis-tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _______________________________ Deputy City Attorney March 12, 2019 Item #5 Page 41 of 387 Revised 6/12/18 Contract No. 9009-A Page 38 of 107 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to __________________________________________________________________ (hereinafter designated as the "Principal"), a Contract for: THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ____________________________________________, as Principal, (hereinafter designated as the "Contractor"), and _____________________________________ _______________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of __________________________________________________________________ ____________________________________________________ Dollars ($_______________), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. March 12, 2019 Item #5 Page 42 of 387 Revised 6/12/18 Contract No. 9009-A Page 39 of 107 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this __________ day of ________________________, 20____ CONTRACTOR: ____________________________________ (name of Contractor) By: ____________________________________ (sign here) ____________________________________ (print name here) ____________________________________ (Title and Organization of Signatory) By: ____________________________________ (sign here) ____________________________________ (print name here) ____________________________________ (Title and Organization of signatory) Executed by SURETY this ___________ day of ___________________________, 20____ SURETY: ____________________________________ (name of Surety) ____________________________________ (address of Surety) ____________________________________ (telephone number of Surety) By: ____________________________________ (signature of Attorney-in-Fact) ____________________________________ (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be at-tached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assis-tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _________________________________ Deputy City Attorney March 12, 2019 Item #5 Page 43 of 387 Revised 6/12/18 Contract No. 9009-A Page 40 of 107 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ______________________________________________________________ whose address is ______________________________________________________________ hereinafter called "Contractor" and __________________________________________________ whose address is _________________________________________________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Con-tractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A in the amount of ___________________________ dated ______________ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make pay- ments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu- rities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Es-crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. March 12, 2019 Item #5 Page 44 of 387 Revised 6/12/18 Contract No. 9009-A Page 41 of 107 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con-tractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and com-plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pur-suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu-rities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ___________FINANCE DIRECTOR________ Name ____________________________________ Signature _________________________________ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on March 12, 2019 Item #5 Page 45 of 387 Revised 6/12/18 Contract No. 9009-A Page 42 of 107 the date first set forth above. For City: Title _______________MAYOR_______________ Name ____________________________________ Signature _________________________________ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ March 12, 2019 Item #5 Page 46 of 387 Revised 6/15/17 Contract No. 9009-A Page 43 of 107 GENERAL PROVISIONS FOR THE CROSSINGS MUNICIPAL GOLF COURSE LAKE REFURBISHMENT CONTRACT NO. 9009-A CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "sched- uled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un-derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "acceptance”, or words of similar import are used, it shall be understood that the ap-proval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex-pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. March 12, 2019 Item #5 Page 47 of 387 Revised 6/15/17 Contract No. 9009-A Page 44 of 107 Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. City Council – the City Council of the City of Carlsbad. City Manager – the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract – A Contract financed by means other than special assessments. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen-tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand-ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. March 12, 2019 Item #5 Page 48 of 387 Revised 6/15/17 Contract No. 9009-A Page 45 of 107 Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contrac-tor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection – The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, lumi-naire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile – Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. March 12, 2019 Item #5 Page 49 of 387 Revised 6/15/17 Contract No. 9009-A Page 46 of 107 Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur-ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – The Engineer’s designated representative for inspection, contract admin-istration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications – General Provisions, Standard Specifications, Technical Specifications, Refer-ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. March 12, 2019 Item #5 Page 50 of 387 Revised 6/15/17 Contract No. 9009-A Page 47 of 107 Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, sub-base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. March 12, 2019 Item #5 Page 51 of 387 Revised 6/15/17 Contract No. 9009-A Page 48 of 107 1-3.2 Common Usage Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe March 12, 2019 Item #5 Page 52 of 387 Revised 6/15/17 Contract No. 9009-A Page 49 of 107 H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone March 12, 2019 Item #5 Page 53 of 387 Revised 6/15/17 Contract No. 9009-A Page 50 of 107 TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters’ Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand-ard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. March 12, 2019 Item #5 Page 54 of 387 Revised 6/15/17 Contract No. 9009-A Page 51 of 107 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line March 12, 2019 Item #5 Page 55 of 387 Revised 6/15/17 Contract No. 9009-A Page 52 of 107 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether as- signed or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), which- ever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Con-tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. March 12, 2019 Item #5 Page 56 of 387 Revised 6/15/17 Contract No. 9009-A Page 53 of 107 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed-ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The deter- mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon-tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con-tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con-tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce-dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. March 12, 2019 Item #5 Page 57 of 387 Revised 6/15/17 Contract No. 9009-A Page 54 of 107 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis-sioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica-tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter desig-nated "SSPWC", as amended. The construction plans consist of one set of construction plans. The first set is designated as City of Carlsbad Drawing No. LK0.1 through LK4.5 and consists of 12 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. March 12, 2019 Item #5 Page 58 of 387 Revised 6/15/17 Contract No. 9009-A Page 55 of 107 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci-fications and not shown on the Plans or shown on the Plans and not specified in the Specifica-tions, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, im-mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Standard Specifications for Public Works Construction, as amended. 8) Reference Specifications. 9) Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. March 12, 2019 Item #5 Page 59 of 387 Revised 6/15/17 Contract No. 9009-A Page 56 of 107 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other-wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans-mittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submit-tals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor’s certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: _________________________________ Title: ______________________________ Date: _______________________________ Company Name: ______________________________________________________________ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. March 12, 2019 Item #5 Page 60 of 387 Revised 6/15/17 Contract No. 9009-A Page 57 of 107 Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as-sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi-cations for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the sys-tem. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bul-letins, specifications, diagrams, product samples, and other information necessary to de-scribe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufac-tured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all ma- terials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available March 12, 2019 Item #5 Page 61 of 387 Revised 6/15/17 Contract No. 9009-A Page 58 of 107 for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro-vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Con-tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sur-veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual-ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin-ished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc-tions from the Engineer or an authorized representative. March 12, 2019 Item #5 Page 62 of 387 Revised 6/15/17 Contract No. 9009-A Page 59 of 107 The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engi-neer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors’ performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Con-tractor’s staff and the staff of all subcontractors to this contract. At any time during normal busi-ness hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relat-ing to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Con-tractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con- tractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. March 12, 2019 Item #5 Page 63 of 387 Revised 6/15/17 Contract No. 9009-A Page 60 of 107 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the inter-ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant-ing a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con- tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in-volved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con-formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov-ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per-cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. March 12, 2019 Item #5 Page 64 of 387 Revised 6/15/17 Contract No. 9009-A Page 61 of 107 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifica- tions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Con-tract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contrac-tor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise spec-ified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notifi-cation in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. March 12, 2019 Item #5 Page 65 of 387 Revised 6/15/17 Contract No. 9009-A Page 62 of 107 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com-pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equip-ment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Sec-tion 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” pub-lished by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inci-dentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Con-tractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating rec-ommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. March 12, 2019 Item #5 Page 66 of 387 Revised 6/15/17 Contract No. 9009-A Page 63 of 107 (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Con-tractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor …………………………..…. 20 2) Materials …………………………. 15 3) Equipment Rental ………………. 15 4) Other Items and Expenditures … 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Sub-contractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcon-tracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting doc-uments to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. March 12, 2019 Item #5 Page 67 of 387 Revised 6/15/17 Contract No. 9009-A Page 64 of 107 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the fol-lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per-formed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect perfor-mance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the hap-pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par-ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be-lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed condi-tions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. March 12, 2019 Item #5 Page 68 of 387 Revised 6/15/17 Contract No. 9009-A Page 65 of 107 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in re-sponse to the City’s proposed final estimate in order for it to be further considered.” By: __________________________________ Title: ______________________________ Date: ________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim sub-sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or re-quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso-lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. March 12, 2019 Item #5 Page 69 of 387 Revised 6/15/17 Contract No. 9009-A Page 66 of 107 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Sec-tion 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State Univer-sity, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, polit-ical subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that de-partment. (iv) The Department of Corrections and Rehabilitation with respect to any project under its juris-diction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and March 12, 2019 Item #5 Page 70 of 387 Revised 6/15/17 Contract No. 9009-A Page 67 of 107 what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the gov- erning body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dis-pute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for set-tlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under pri-vate arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. March 12, 2019 Item #5 Page 71 of 387 Revised 6/15/17 Contract No. 9009-A Page 68 of 107 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may re-quest in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be pre-sented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its con-tractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the March 12, 2019 Item #5 Page 72 of 387 Revised 6/15/17 Contract No. 9009-A Page 69 of 107 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifica-tions for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (com-mencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. March 12, 2019 Item #5 Page 73 of 387 Revised 6/15/17 Contract No. 9009-A Page 70 of 107 20104.4. The following procedures are established for all civil actions filed to resolve claims sub-ject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time re-quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce-dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap-pointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ-ent division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis-puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. March 12, 2019 Item #5 Page 74 of 387 Revised 6/15/17 Contract No. 9009-A Page 71 of 107 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the gener-ally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be con- sidered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so di-rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no-tice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Spec- ifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Con-tractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be neces-sary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrica-tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta-ble upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to in-spection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety March 12, 2019 Item #5 Page 75 of 387 Revised 6/15/17 Contract No. 9009-A Page 72 of 107 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec-essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur-chase materials, fabricated products, or equipment from sources located more than 50 miles out-side the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equip-ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex-pense, shall deliver the materials for testing to the place and at the time designated by the Engi-neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require-ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after im-proper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. March 12, 2019 Item #5 Page 76 of 387 Revised 6/15/17 Contract No. 9009-A Page 73 of 107 Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made nec-essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica-tions and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any mate-rial, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durabil-ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, ap-pearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for propor- tioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. March 12, 2019 Item #5 Page 77 of 387 Revised 6/15/17 Contract No. 9009-A Page 74 of 107 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper-ation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper-ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres-sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal-ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod-ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as de-fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in-formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co-operative investigation concluded. Whenever the cooperative investigation is unable to reach res-olution, the investigation may then either conclude without resolution or continue by written noti-fication of one party to the other requesting the implementation of a resolution process by com-mittee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within three (3) calendar days after receiving a request. Without acknowl-edgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within seven (7) calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose two (2) engineers to be the third member within 21 calen- dar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a contin-uance of the cooperative investigation and will re-consider all available information and if neces- sary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the March 12, 2019 Item #5 Page 78 of 387 Revised 6/15/17 Contract No. 9009-A Page 75 of 107 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the inves-tigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertain-ing to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engi-neer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. March 12, 2019 Item #5 Page 79 of 387 Revised 6/15/17 Contract No. 9009-A Page 76 of 107 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec-ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili-ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele-phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under-ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup-port of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. March 12, 2019 Item #5 Page 80 of 387 Revised 6/15/17 Contract No. 9009-A Page 77 of 107 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic pro-tection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por- tions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements be-fore commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for man-hole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2015 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and prop-erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. March 12, 2019 Item #5 Page 81 of 387 Revised 6/15/17 Contract No. 9009-A Page 78 of 107 Such temporary omission shall be for the Contractor’s convenience and no additional compensa-tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol-lowing the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail-able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec-tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea-sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden-tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. March 12, 2019 Item #5 Page 82 of 387 Revised 6/15/17 Contract No. 9009-A Page 79 of 107 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within seven (7) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s man- agement personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the precon-struction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base-line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se-quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. March 12, 2019 Item #5 Page 83 of 387 Revised 6/15/17 Contract No. 9009-A Page 80 of 107 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible “Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac-tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a “Suretrak”, “Project” or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the “Suretrak” program by Primavera or “Project” program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi-ties, including submittals, interfaces between utility companies and other agencies, project mile-stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accu-rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con-struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac-tor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened du-ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. March 12, 2019 Item #5 Page 84 of 387 Revised 6/15/17 Contract No. 9009-A Page 81 of 107 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece-dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi-neer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro- visions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc-tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the cor-rections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur-ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. March 12, 2019 Item #5 Page 85 of 387 Revised 6/15/17 Contract No. 9009-A Page 82 of 107 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resub-mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re-turning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Sec- tion 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan-tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list March 12, 2019 Item #5 Page 86 of 387 Revised 6/15/17 Contract No. 9009-A Page 83 of 107 and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Sched- ule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revi-sions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meet-ings. The Contractor’s Representative shall attend each Project Meeting. The Project Representa-tive shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi-neer that the suspension is necessary in the interest of the Agency. The Contractor shall comply March 12, 2019 Item #5 Page 87 of 387 Revised 6/15/17 Contract No. 9009-A Page 84 of 107 immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar-chaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within five (5) days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within five (5) days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. March 12, 2019 Item #5 Page 88 of 387 Revised 6/15/17 Contract No. 9009-A Page 85 of 107 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own dis-cretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac-tor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Con-tractor will not be entitled to damages or additional payment due to such delays, except as pro-vided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the clas-sification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reason-able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. March 12, 2019 Item #5 Page 89 of 387 Revised 6/15/17 Contract No. 9009-A Page 86 of 107 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Con-tract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 90 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa-tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Con-tractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.2.1 Construction-Related Noise. Construction noise created during the general breeding season (January 15 to September 15) that could affect the breeding of the coastal California gnatcatcher, migratory songbirds, and other bird species associated with adjacent undeveloped areas shall be avoided. No loud construction noise (exceeding 60dBA hourly average, adjusted for ambient noise levels, at the nesting site) may take place within 500 feet of active nesting sites during the general breeding season (January 15 through September 15). If it is confirmed that the project could result in construction-related noise impacts to breeding birds during the general breeding season, the City shall retain a qualified biologist to monitor the construction operations. The biological monitor shall be present to monitor construction activities that occur adjacent to the undeveloped open space potentially supporting breeding birds. The monitor shall verify that construction noise levels do not exceed 60dBA hourly average and shall have the ability to halt construction work, if necessary, and confer with the City, USFWS, and CDFW to ensure the proper implementation of additional protection measures during construc- tion. The biologist shall report any violation to the USFWS and/or CDFW within 24 hours of its occurrence. Contractor is encouraged to complete all grading activities outside of the general breeding season. All costs associated with implementation of noise protection measures shall be the responsibility of the Contractor. March 12, 2019 Item #5 Page 90 of 387 Revised 6/15/17 Contract No. 9009-A Page 87 of 107 The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the pro-hibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work-ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indi-cate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com-pleted and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or perma-nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi-neer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Two Thousand Dollars ($2,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Two Thousand Dollars ($2,000.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any dam-ages. March 12, 2019 Item #5 Page 91 of 387 Revised 6/15/17 Contract No. 9009-A Page 88 of 107 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the im-provement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any com-pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. March 12, 2019 Item #5 Page 92 of 387 Revised 6/15/17 Contract No. 9009-A Page 89 of 107 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with ap- plicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agree-ment on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes respon-sibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the re-maining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to un-dertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” March 12, 2019 Item #5 Page 93 of 387 Revised 6/15/17 Contract No. 9009-A Page 90 of 107 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Com- pensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contrac-tor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compen-sation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency permits for the Work are included in Ap- pendix ‘A’ of these supplemental provisions. Resource agency permits pertaining to this project include California Coastal Commission permit number A-6-CII-00-087 issued on August 28, 2003. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres-ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven-ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or per-son in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. March 12, 2019 Item #5 Page 94 of 387 Revised 6/15/17 Contract No. 9009-A Page 91 of 107 The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for dam- ages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time exten-sion if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incom-plete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed imme-diately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. March 12, 2019 Item #5 Page 95 of 387 Revised 6/15/17 Contract No. 9009-A Page 92 of 107 Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Con- tractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole dis-cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Con-tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em-ployees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The contractor will develop and implement a Storm Water Pollution Prevention Plan (SWPPP) and Erosion control exhibit that will include BMP’s for water pollution prevention. All costs for preparing and implementing the Storm Water Pollution Prevention BMP’s shall be included as part of the contract bid. March 12, 2019 Item #5 Page 96 of 387 Revised 6/15/17 Contract No. 9009-A Page 93 of 107 7-8.6.1 Best Management Practices. Referenced BMP’s shall comply with plans and specifica-tions, the “CASQA’s Construction BMP Handbook”, the City’s Stormwater Management Plan for this project and Volume 4 of the City of Carlsbad’s Engineering Standards. Prior to any land disturbance activities, the Contractor shall educate all employees, subcontrac- tors, and suppliers about storm water pollution and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharge. The Contractor shall conduct and schedule land disturbance operations, such as demolition, clearing, and grading, to minimize or avoid rain fall induced erosion and sediment discharges that result in muddying and silting of paved streets, channels, storm drains, and water bodies. Any modifications to the phasing of construction activities shall be shown on the erosion control plan. Water pollution control activities shall also consist of implementing good housekeeping pollution control measures to reduce the discharge of pollutants from construction sites to the maximum extent practicable. Such features as drainage gutters, check dams, silt fences, slope protection blankets, and retention basins shall be constructed concurrently with other work and at the earli-est practicable time. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa-tions, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relo- cated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. March 12, 2019 Item #5 Page 97 of 387 Revised 6/15/17 Contract No. 9009-A Page 94 of 107 All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconven-ience. The access rights of the public shall be considered at all times. Unless otherwise author-ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac-cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross-ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com-pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal com-pany, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park-ing within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the af-fected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. March 12, 2019 Item #5 Page 98 of 387 Revised 6/15/17 Contract No. 9009-A Page 95 of 107 The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descrip-tion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du-rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam-ple of such notice is provided in Appendix “A”. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad-vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than five (5) days after unloading. All materials or equipment not installed or used in construction within five (5) days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip-ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com-pletion of the Work. March 12, 2019 Item #5 Page 99 of 387 Revised 6/15/17 Contract No. 9009-A Page 96 of 107 After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer.................................................................................. 760-602-2720 2) Carlsbad Fire Department Dispatch ............................................... 760-931-2197 3) Carlsbad Police Department Dispatch ............................................ 760-931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................. 760-438-2980 5) Carlsbad Traffic Signals Operations ............................................... 760-602-2752 6) North County Transit District ........................................................... 760-967-2828 7) Waste Management ....................................................................... 760-929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delin-eation or devices and charge the Contractor twenty-five dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con-trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark-ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con-tractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be re- moved from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground March 12, 2019 Item #5 Page 100 of 387 Revised 6/15/17 Contract No. 9009-A Page 97 of 107 facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav-eled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in-cluding any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equip-ment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 6 feet, nor operate equipment within 2 feet from any traffic lane occupied by traffic. For equipment the mini-mum acceptable shy distance, 2 feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the En- gineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lanes, not less than 12 feet wide, shall be open for use by public traffic in each direction of travel. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Con-tractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. March 12, 2019 Item #5 Page 101 of 387 Revised 6/15/17 Contract No. 9009-A Page 98 of 107 Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are pro- vided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma-terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi-tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin-istering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and con- tain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor per-sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor March 12, 2019 Item #5 Page 102 of 387 Revised 6/15/17 Contract No. 9009-A Page 99 of 107 shall implement a permit space program prior to performing any work in a permit-required con-fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and person- nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe-ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Na-tional laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the par-ties.” March 12, 2019 Item #5 Page 103 of 387 Revised 6/15/17 Contract No. 9009-A Page 100 of 107 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations ap-proved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnish- ing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local juris-diction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispens-ers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. Not used. 8-3 FIELD LABORATORIES. Not used. 8-4 BATHHOUSE FACILITIES. Not used. 8-5 REMOVAL OF FACILITIES. Not used. March 12, 2019 Item #5 Page 104 of 387 Revised 6/15/17 Contract No. 9009-A Page 101 of 107 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from meas-urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with dupli-cate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Stand-ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accord-ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it March 12, 2019 Item #5 Page 105 of 387 Revised 6/15/17 Contract No. 9009-A Page 102 of 107 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau-tions which are the Contractor’s responsibility have not been taken and are not reasonably ex-pected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner-ship shall remain with the Contractor who shall be obligated to store any fully or partially com-pleted work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re-cordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli-cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. March 12, 2019 Item #5 Page 106 of 387 Revised 6/15/17 Contract No. 9009-A Page 103 of 107 Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engi- neer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If pay-ment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from re-maining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liqui-dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corre- sponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjust-ments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the March 12, 2019 Item #5 Page 107 of 387 Revised 6/15/17 Contract No. 9009-A Page 104 of 107 facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state-ment required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Condi-tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Re-port, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or con-tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex-pense. March 12, 2019 Item #5 Page 108 of 387 Revised 6/15/17 Contract No. 9009-A Page 105 of 107 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to fur-nish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Sieve Sizes Type A Type B 50-mm (2”) --- 100 37.5-mm (11/2”) --- 95-100 19-mm (3/4”) 100 50-100 12.5-mm (1/2”) 95-100 --- 9.5-mm (3/8”) 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-µm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1”) 100 19-mm (3/4”) 90-100 9.5-mm (3/8”) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-µm (No. 30) 5-15 300-µm (No. 50) 0-7 75-µm (no. 200) 0-3 March 12, 2019 Item #5 Page 109 of 387 Revised 6/15/17 Contract No. 9009-A Page 106 of 107 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Cal-trans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from or-ganic matter and other deleterious substances, and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include ma-terial processed from reclaimed asphalt concrete, Portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum __________________ _____________________ Operating Operating Sieve Sizes Range Range 2" ................................. 100 — 11/2" ............................ 90-100 — 1" ................................. — 100 3/4" .............................. 50-85 90-100 No. 4 ............................ 25-45 35-60 No. 30 ........................... 10-25 10-30 No. 200 ........................ 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Dura-bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, an-other day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements spec-ified for “Operating Range.” If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the En-gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grad-ing and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. March 12, 2019 Item #5 Page 110 of 387 Revised 6/15/17 Contract No. 9009-A Page 107 of 107 No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8”) Street Light Foundations and Survey Monu-ments 330-C-23 (560-C-3250) 100 (4”) Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4”) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. SECTION 215 - FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4’ high, orange colored plastic con-struction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from –58F de-grees to 194F degrees. Color shall be non-fading. Posts shall be 6’-6” long, shall be spaced no more than 10’-0” apart and buried portion shall be no less than 2’-6” deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose in-tended, as determined by the Engineer. Materials may be commercial quality providing the di-mensions and sizes of the materials are equal to, or greater than, the dimensions and sizes spec-ified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and paint-ing of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. March 12, 2019 Item #5 Page 111 of 387 TECHNICAL SPECIFICATIONS March 12, 2019 Item #5 Page 112 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 1 PART 1 - GENERAL 1.1 Description A. Demolition of Existing Lake Shore Treatment and Geomembrane Liner B. New Geomembrane liner. C. New Concrete Veneer over Geomembrane. D. Boulders (removal, set aside and reinstall in boulder pockets) E. Shoreline treatments. F. Aeration equipment (remove hoses and diffusers, set aside and reinstall) G. Lake Level Control sensor (remove, set aside and reinstall) 1.2 General Requirements A. Before submitting a bid for this project, each bidder shall visit the site and determine the existing conditions affecting the work. The bidder is responsible to verify that such site conditions are correctly represented in the plans and project documents for said project; and if such representation(s) is (are) not correct, the bidder shall bring such omissions, discrepancies, errors, and/or conflicts immediately to the attention of the Owner’s Representative and the Engineer. Such a review of existing site conditions by each bidder shall also include the amount of material required and the amount of work required to provide the proposed improvements. B. The work required for this project includes all material, labor, and equipment shown on the plans, described in the specifications, or which are required to provide a complete, operating system(s), meeting with the approval of the Owner’s representative, without further cost for labor and material to the Owner’s representative. 1. The work of the water feature Contractor shall include, but is not necessarily limited, to the following: a. General layout and verification of said layout location(s) of the water feature(s). b. Minor finish grading and subgrade preparation to receive new liner. c. Water feature geomembrane liner, to underlay the entire lake/pond/water features areas, and all lake edge construction in a continuous waterproofing barrier. March 12, 2019 Item #5 Page 113 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 2 d. All lake/pond edges and bottoms, to include coloring and/or any special decorative and structural treatment mandated in the lake plans. e. Decorative rocks and boulders, with: 1) Placement in the location as directed by, and to the satisfaction of the Owner’s representative. 2) Adequate concrete footings/pads, with sufficient structural reinforcement to the satisfaction of the Engineer. 3) Adequate anchoring of the rocks to the concrete footings/pads (i.e., by grouting), to the satisfaction of the Engineer. 2. All materials, parts and equipment furnished by the Contractor in the work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the lake plans and specifications shall be considered defective and will be subject to rejection. C. Materials, equipment, and methods of installation and construction shall comply with the following codes and standards: 1. Local, county, state and federal ordinances, as applicable. 2. California Building Code, California Mechanical Code, (latest edition) 3. National Fire Protection Association (NFPA): 4. National Electrical Code. 5. American Society for Testing and Materials, (ASTM). D. Guarantee 1. Warrant Geomembrane and seaming materials for an effective life of at least twenty (20) years, providing they remain continuously protected against exposure and mechanical damage. Warranty to guarantee prorata replacement costs of defective materials deteriorating as a result of physical or chemical changes which render membrane ineffective. 2. Submit all manufacturers’ guarantees to owner’s representative. E. Acceptance: Work deemed complete and acceptable by owner’s representative after satisfactory completion of the following: March 12, 2019 Item #5 Page 114 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 3 1. 90 day maintenance period. 2. All aeration and level control systems have been demonstrated to be operational. 3. All shoreline treatments have been shown to be at proper grade preventing any loss of water. 4. All lakes have been shown to be watertight. 5. Complete set of "as-built" drawings indicating lines, grades and elevations of the various elements of work has been submitted to the owner’s representative. The as-built drawings shall show changes to water feature elevations, shoreline treatment locations, etc. As-built drawings shall include any and all variations from the lake plans in line, grade, elevations and materials. 1.3 The Contractor assumes full responsibility for procurement of, and compliance with, any and all changes / revisions which are made in the plans and specifications by the Engineer(s), architect(s), Owner’s representative and/or his designated representative(s), or any other responsible party of vested authority, to which said Contractor has agreed. If changes are made after the lake system construction contract is perfected, the Contractor shall make the necessary changes and shall be paid according to the requirements of the general specifications. 1.4 All omissions, discrepancies, errors, and conflicts in the plans, specifications, and any other applicable project drawings shall be brought to the attention of the project Engineer before proceeding with work. Work shall not proceed in any areas where said discrepancies exist, until written approval to proceed is given by the Engineer. 1.5 Locations for known utilities may be obtained from the owner’s representative. The Contractor shall locate and protect all cables, conduits, pipes, sewer and drainage facilities, and any other existing improvements, whether underground or above ground. If a conflict exists between such obstacles and the proposed work, the Contractor shall promptly notify the owner’s representative, who will arrange for relocation. In the event that any improvements are damaged, the Contractor shall immediately notify the owner’s representative. 1.6 All work shall be constructed in the most direct and workmanlike manner so as to avoid, as much as possible, any conflicts with other Contractors' work and activity in the area. All fittings, pipe, etc., as may be required to meet such conditions shall be supplied and installed by the Contractor without additional cost to the Owner’s representative. The site shall be kept clean and materials shall be stored in an orderly manner. 1.7 All construction work and materials shall be as specified in the lake plans, these specifications and in the most recently adopted editions of applicable codes. 1.8 The terms and conditions of the construction contract, the Contractor's warranty and guarantee, and adjustments, repairs, restorations, and/or replacements of defective March 12, 2019 Item #5 Page 115 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 4 workmanship, systems, components, equipment, and site improvements shall also be subject to the Standard General and Special Conditions of the Construction Contract. 1.9 Contractor Qualifications A. The Contractor (or subcontractor) shall have the following minimum qualifications: 1. Shall have successfully completed a minimum of five (5) water feature projects, which are each of a scope, which is equal to or greater than this project, within the last two (2) years. 2. Upon submission of his formal construction bid for this project, the Contractor shall submit a complete list of a minimum of five (5) such previous projects, including for each project: a. Project name. b. Location. c. Owner’s representative with telephone number and name to contact. d. Date of completion. 3. The Contractor shall be capable of providing all required performance bond(s). 2.0 PRODUCTS SPECIFIED BY BRAND NAME (See General Provisions Section 4-1.6) 2.1 Brand names or product numbers indicated on the plans or in the specifications indicates that the product described will perform in a satisfactory manner if installed as shown on the plans, and in accordance with the manufacturer's recommendations. 2.2 Substitutions Substitutions of specified products may be allowed if the Contractor submits sufficient evidence that the proposed alternate product(s) will perform equally or of greater quality, will fit in the allocated space(s), and will not present greater maintenance requirements. Alternate products shall not be installed unless prior approval by the Engineer in writing has been given. In the absence of said written approval for product substitution, the product(s) indicated by brand name(s) and/or product number(s) on the plans shall be installed. The decision(s) as to whether to permit proposed product substitution(s) by the Contractor, shall be to the sole discretion of the Engineer. Under no circumstances shall changes, modifications, etc., be made to the lake system design without the prior written approval of the Engineer. March 12, 2019 Item #5 Page 116 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 5 2.3 Submittals A. Prior to the start of affected construction work, five (5) copies of all required shop drawings and product submittals shall be submitted at least two (2) weeks prior to the start of the affected work. No work shall be performed until the Engineer approves the shop drawings and the product submittals. B. Within fifteen (15) days after the construction contract is executed, five (5) copies of any requests for substitutions of named products shall be submitted, complete with any and all catalogue "cut sheets", and a list of successful past applications, as outlined in Section 3 above of these specifications, as requested by the Engineer. Acceptance of such requests shall be at the sole discretion of the Engineer. C. Immediately upon completion of the construction work, the Contractor shall provide the owner’s representative with a complete set of as-built lake plans, with complete "red-line" mark-ups by the Contractor, to indicate all re-routing of pipelines, relocations of equipment, and all other revisions and changes made in the field during the construction of the water features and related systems. D. Acceptance of any Contractor submittals by the Owner’s representative shall not relieve the Contractor of any obligations as required by the lake plans, project drawings, specifications, or any other valid project documents. 3.0 CONCRETE 3.1 Unless otherwise shown on the lake plans, all concrete shall be as follows: A. Concrete shall consist of portland cement, aggregates and water in conformance with the latest adopted version of the California Building Code. B. Cement for all concrete shall be Type I or Type II low alkali portland cement conforming to ASTM C 150, unless otherwise specified. 3.2 Unless otherwise noted in the lake plans, or if otherwise directed by the Owner’s representative, the coloring of concrete shoreline treatment, where required on the lake plans, shall be by staining. The stain shall be "Permeon" Colorization Systems Desert Varnish, or Engineer approved equal. Rocks or other decorative boulders shall not be colored unless specifically called for in the lake plans. A. The varnish coloring process shall be an artificially accelerated, single-step oxidation process to simulate natural varnish colors on concrete, masonry, rock and/or boulder surfaces. The coloration process, and the resultant colors, shall be under the direction of, and shall be subject to the approval of, the Owner’s representative, his designated representative(s), and the Engineer. 1. The varnish material shall be an aqueous solution containing salts of iron and manganese, and other trace elements, including copper and zinc. a. The material shall be manufactured as a concentrate that can be diluted by as much as six parts water to one part varnish material (6:1) to achieve the desired color intensity. March 12, 2019 Item #5 Page 117 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 6 b. The material shall contain no caustic nor alkaline compounds. c. The material shall be environmentally safe and shall not be toxic, as it shall contain no harmful residuals to humans or wildlife. d. The material shall be water-soluble. 2. The varnish material and process shall have a projected life of fifty (50) years on concrete, and one hundred (100) years on rock and boulders. 3. Before applying the varnish material on the project surfaces, test sections shall be applied, under the direction of, and subject to the approval of, the Owner’s representative, his designated representative(s), and the project GCA. Approvals from the above individual(s) shall be given to the Contractor before the Contractor is to proceed with the application process on the project surfaces. 4. The application process of the varnish material shall be as follows: a. Prepare all surfaces so that they are free of all dirt, moisture, curing compounds, and all other foreign substances. b. Shake the varnish material well and often before preparing the color solution. c. Dilute the varnish concentrate material with water, as desired, to give the desired colors (as previously determined by test sections). d. Apply the solution directly to the surfaces of the concrete, rock, etc., with a garden sprayer, back pack or power sprayer, as provided by the varnish material manufacturer and/or supplier. Application shall be achieved with a circular, over-lapping spray pattern. e. Apply the varnish material only to wet the surface. Do not apply it excessively, so as to prevent runoff. f. Repeat applications shall be made as directed by the Owner’s representative, in order to produce more intense colors for highlighting effects, as desired. Repeat applications may be made any time after the previous application has completely dried. g. Full colors of the varnish shall develop in approximately seven (7) days after application - depending upon ambient temperature, humidity, sun exposure, etc. (the varnish material is colorless when initially applied). March 12, 2019 Item #5 Page 118 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 7 5. The varnish material manufacturer and supplier shall be: Advanced Concrete Technologies 11622 Newport Ave. Santa Ana, CA 92705 714-731-0906 or Engineer approved equal. 4.0 ROCKS AND BOULDERS 4.1 Rocks and boulders are existing and shall be removed, set aside and replaced in boulder pockets as shown on the lake plans. 4.2 No rocks or boulders shall be placed directly upon the waterproofing liner, so that the liner shall not be damaged. 4.3 Rocks and boulders shall not be dumped nor bulldozed into place but shall be placed with a crane or "cherry-picker", carefully utilizing slings or tongs. 4.4 Rocks and boulders shall be mortared in place such that sufficient anchorage is provided to prevent their shifting and movement, or of future cracking of said mortar anchorage. Any and all concrete, mortar, and/or grout splatter or spillage on rocks shall be removed immediately. 4.5 Additional concrete pads, footings, and/or support thicknesses, and additional concrete steel reinforcement in the footings and pads, shall be provided as required, and/or as shown in the lake plans, to provide sufficient structural support for the weight and retention of rocks and boulders. 5.0 IMPERMEABLE MEMBRANE LINING 5.1 All lake/water feature lining system(s) construction and materials shall be in compliance with the lake plans and with these specifications, and with applicable requirements of governing authorities having jurisdiction. The lining shall completely seal the entire lake/water features from water seepage losses. 5.2 Unless otherwise indicated on the lake plans, the liner material shall be a geomembrane synthetic liner, produced from both domestic and virgin materials. A. The materials supplied under these specifications shall be first quality products designed and manufactured specifically for the purposes of this work as specified herein and which have been satisfactorily demonstrated by prior use to be suitable and durable for such purposes, to the satisfaction of, and as approved by the Engineer. No used material shall be permitted. March 12, 2019 Item #5 Page 119 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 8 B. All geomembrane liner and welding solvent shall be supplied by: Colorado Linings International, Inc. 1062 Singing Hills Road Parker, CO 80138 Telephone: 800-524-5780 or Engineer approved equal. 5.3 The Contractor who installs the liner shall have minimum qualifications meeting the following criteria: A. The manufacturer and installer of liner shall have demonstrated by previous experience ability to do the work. B. The liner shall be installed by crews experienced in making lining installations. The immediate field supervisor of the installation crew shall have installed at least ten (10) comparably-sized geomembrane liner installations as this project. 5.4 Prior to ordering, furnishing, and installing the liner, the Contractor shall submit the following to the Engineer, for his approval: A. Samples of liner material and field seams for visual inspection and testing. B. Certificates of compliance with the requirements of standards specified herein for the liner and its installation. C. Installation data and schedule. D. Maintenance and repair requirements. E. Manufacturer's standard guarantee. F. The name of the lining fabricator and an affidavit from the manufacturer that guarantees the performance requirements specified herein. 5.5 Shipping, delivery, and handling (and short-term storage, if any) shall be done in strict accordance with the manufacturer's instructions. Storage on-site shall be kept to an absolute minimum and shall be done only as approved in writing by the manufacturer. Written manufacturer's approval shall be submitted at least sixty (60) days prior to the scheduled start of any storage. 5.6 The liner shall be placed over the prepared surfaces as specified herein, and at the elevations shown in the design drawings. The surface of the complete subgrade upon which the liner is to be installed shall be smooth, uniform, free from sudden changes in grade, and shall be prepared as shown in the lake plans and specifications, except that the Contractor shall perform final adjustment of the subgrade as required by the project Engineer. If the subgrade is excessively rocky (i.e., containing excessive pebbles, cobbles, boulders, etc.) or consists of other materials which can damage the lining (eg., due to puncture), the subgrade shall be over excavated by a minimum depth of twelve inches (12") below finished subgrade. The area shall then be properly backfilled and March 12, 2019 Item #5 Page 120 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 9 compacted to approved grade with materials selected and approved by the soils Engineer and project Engineer. 5.7 The liner and other materials shall be installed substantially as shown in the lake plans and these specifications, specified to form a complete, liquid-retaining layer resistant to abuse as noted herein. A. Each panel of liner shall be laid out and installed in accordance with the lake plans. The layout shall be designed and positioned in order to minimize the number and length of field joints, consistent with proper methods of liner installation. B. Field joints shall be made by overlapping adjacent sheets and joining the overlapped sheets as shown on the lake plans: 1. Prior to joining the liner panels, all areas that are to become joint interfaces shall be thoroughly cleansed of all dust and dirt. 2. Joints between liner sheets shall be lap joints to seal the factory fabricated geomembrane panels together in the field. All field joints between sections of lining shall be made as detailed on the lake plans. 3. Joining of the geomembrane liner panels shall not take place unless the sheet is dry and shall not be attempted when the ambient temperature is below 45 degrees F, or above 90 degrees F, unless otherwise approved by the Engineer. C. The seal between the penetrating pipes and the sheet lining shall be made by installing an assembly consisting of a geomembrane pipe sleeve (boot) and lining sheet over both the penetrating pipe and the previously made attachment of the base lining sheet to the concrete (where applicable). The pipe sleeve assembly and the base-lining sheet shall be sealed together as described in the lake plans. D. Where pipe and structural details shown on the plans and design drawings require modification and/or additional work to allow for a satisfactory seal for the liner furnished, the Contractor shall make changes at no extra cost to the Owner’s representative and shall present a certificate from the manufacturer that it (they) is (are) an acceptable method(s). E. The anchor trench(es) for the liner, if shown in the lake plans, shall be constructed as shown, or as modified by shop drawings, which are to be approved by the Engineer. F. All concrete shall be thoroughly cleaned and smoothed before anchoring of the liner is to take place. 5.8 If requested by the Engineer, and at no additional cost to the owner, a representative of the liner manufacturer shall be present during the entire installation procedure and shall provide technical assistance for, and inspection of, the installation of the liner. March 12, 2019 Item #5 Page 121 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 10 A. The inspection of the installation of the liner shall include the following: 1. Inspection and written approval of the sub-base upon which the liner is to be installed. Installation of the liner shall not start until this approval is issued. 2. All field joined seams shall be visually examined and probed for voids, imperfect bonds, and defects; including internal cracks, unjoined interfaces, voids, cavities, gravel inclusions, and other foreign particles above 1 mm (0.04 inch) in size. 3. All If requested by the Engineer, and at no additional cost to the owner, all joined seams shall also be tested by a nondestructive air lance test method, whereby a stream of air is forced through a nozzle at the end of a hollow metal tube to determine seam continuity and tightness of the seam and liner. The test shall comply with the recommendations of Watersaver Company, Inc. The Contractor shall furnish the Engineer with a copy of the test results coordinated with the seam pattern shown on the approved shop drawings. a. The nozzle shall be 3/32" inside diameter and shall be held at a 45-degree angle to the field seam, approximately two inches (2") from the edge of the liner material. b. The air pressure in the nozzle shall be a minimum of 30 psi, and a maximum of 45 psi. gauge pressure. c. The air shall be directed toward the seam edge, upper edge, and surface to detect loose edges. d. Riffles indicating unbonded areas within the seam, or other undesirable seam conditions, shall be patched using care to extend the patch a minimum of three inches (3") beyond all affected areas. The patching shall comply with these seaming specifications, and per the liner manufacturer's recommendations. e. The patches shall all be tested using the same air lance test method. 4. The Contractor shall supply daily to the Engineer, or as requested, seam samples for testing, cut from that day's liner installation. The Engineer shall determine the number and sizes of the samples. The seam samples may be tested to determine strength and durability. The Contractor at no additional expense to the Owner shall repair any seams not meeting the requirements specified herein. 5. The Contractor shall repair all areas damaged by sampling immediately after the sample is taken. The repairs shall be made at no additional expense to the Owner’s representative. March 12, 2019 Item #5 Page 122 of 387 City of Carlsbad - The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment - 12/2018 GOLF COURSE LAKE REFURBISHMENT 131200 - 11 B. All defects and damages found during the testing of the liner and its installation shall be repaired and re-tested. Such tests and adjustments shall be repeated until, in the opinion of the Engineer, the repairs are complete. All repairs shall be made by the Contractor at no additional expense to the Owner. 5.9 After installation of the liner, care and/or treatment of the liner shall be as follows: A. The liner material shall be cleaned of all debris and materials which may negatively affect the performance of the liner system. B. The Contractor shall take all necessary measures to prevent excess ponding on the lined surfaces. C. The geomembrane liner shall be covered with materials as shown in the lake plans. Damage to the liner occurring during the placement of cover material shall be repaired immediately by the Contractor at no additional expense to the Owner’s representative, in conformance with requirements of these specifications. 5.10 Upon completion of the installation of the lining system(s), the Contractor shall dispose of all trash and waste material and shall leave the lake/water features in a neat and acceptable manner. 5.11 Upon completion of the work, the liner installation shall be subjected to a final inspection. All work in the system therein being tested shall be complete, cleaned, and ready for use. All work shall meet the requirements as to line, grade, cleanliness, and workmanship. All discrepancies shall be noted and repaired by the Contractor at no additional expense to the Owner’s representative. 5.12 The following liner manufacturer warranty and Contractor guarantee shall apply for the liner material and installation, respectively: A. The liner manufacturer and the geotextile manufacturer shall warrant the material against manufacturing defects and material degradation in the outdoor exposure for a period of at least twenty (20) years from the date of final acceptance of the installation. The manufacturer shall replace any material which fails from the above causes within the warranty period. The manufacturer shall furnish the Owner’s representative with a written warranty covering the requirements of this paragraph. B. The Contractor shall guarantee the liner system against defects in installation and workmanship for a period of ten (10) years, commencing with the date of final acceptance of the installation. The guarantee shall include the services of qualified service technicians, and all materials required for the repairs. END OF SECTION March 12, 2019 Item #5 Page 123 of 387 APPENDIX A CALIFORNIA COASTAL COMMISSION PERMIT A-6-CII-00-087 March 12, 2019 Item #5 Page 124 of 387 March 12, 2019Item #5 Page 125 of 387 March 12, 2019Item #5 Page 126 of 387 March 12, 2019Item #5 Page 127 of 387 March 12, 2019Item #5 Page 128 of 387 March 12, 2019Item #5 Page 129 of 387 March 12, 2019Item #5 Page 130 of 387 March 12, 2019Item #5 Page 131 of 387 March 12, 2019Item #5 Page 132 of 387 March 12, 2019Item #5 Page 133 of 387 March 12, 2019Item #5 Page 134 of 387 March 12, 2019Item #5 Page 135 of 387 APPENDIX B GEOTECHNICAL REPORT March 12, 2019 Item #5 Page 136 of 387 March 12, 2019 Item #5 Page 137 of 387 & n LEIGHTONAKDASSOCIATES, INC. Geotechnical and Environmental Engineering Consultants GEOTECHNICAL INVESTIGATION FOR THE PROPOSED CARLSBAD MUNICIPAL GOLF COURSE, CARLSBAD, CALIFORNIA January 23, 1998 (Revised February 16, 1998) Project No. 4841363-006 Prepared For: P&D Technologies 401 West A Street, Suite 2500 San Diego, Califomia 92101 3934 MURPHY CANYON ROAD, SUITE B205, SAN DIEGO, CA 92123 (619) 292-8030 • (800) 447-2626 FAX (619) 292-0771 March 12, 2019 Item #5 Page 138 of 387 LEIGHTON AND ASSOCIATES, INC. Geoteclinical and Environmental Engineering Consultants January 23, 1998 (Revised February 16,1998) Project No. 4841363-006 To: P&D Technologies 401 West A Street, Suite 2500 San Diego, Califomia 92101 Attention: Mr. Chuck Moore Subject: Geotechnical Investigation for the Proposed Carlsbad Municipal Golf Course, Carlsbad, Califomia I In accordance with your request, Leighton and Associates, Inc. has performed a geotechnical investigation for the proposed Carlsbad Municipal Golf Course located in Carlsbad, Califomia. The purpose of our study was to provide one comprehensive geotechnical report for the entire golf course. Our study included further evaluation of areas not previously addressed during earlier investigations on portions of the site and adjacent properties (see Appendix A). The results of previous geotechnical studies are incorporated into this report. During the most recent phase of work we concentrated our investigation on the areas proposed for stmctural improvements, including underground utilities, and the areas where remedial grading would most likely be required. This report also includes design recommendations for the proposed site development. If you have any questions regarding our report, please contact this office. We appreciate this opportunity to be of service. Respectfully submitted, LEIGHTON AND ASSOCIATES, INC. Scott C. Bums, RCE 55370 Senior Staff Engineer KAB/JGF/MRS Distribution: (6) Addressee Michael R. Stewai Director of Geology 3934 MURPHY CANYON ROAD SUITE 8205, SAN DIEGO, CA 92123 (619) 292-8030 • (800) 447-2626 FAX (619) 292-0771 March 12, 2019 Item #5 Page 139 of 387 4841363-006 TABLE OF CONTENTS Section Page 1.0 INTRODUCTION 1 1.1 PURPOSE AND SCOPE i 1.2 SITE DESCRIPTION ; 3 1.3 PROPOSED DEVELOPMENT 3 1.4 CURRENT SITE INVESTIGATION : 4 2.0 SUMMARY OF GEOTECHNICAL CONDITIONS , 5 2.1 REGIONAL GEOLOGY 5 2.2 SITE GEOLOGY 5 2.2.1 Jurassic Santiago Peak Volcanics (Map Symbol - Jsp) J 2.2.2 Santiago Formation (Map Symbol -Ts) 5 2.2.3 Terrace Deposits (Map Symbol - Qt) 6 2.2.4 Alluvium (Map Symbol - Qal) 6 2.2.5 Colluvium/Slope Wash (Unmapped) 6 2.2.6 Topsoil (Unmapped) 7 2.2.7 DocumentedFill(MapSymbol-Afi) 7 2.2.8 UndocumentedFill (Map Symbol - Afu) 7 2.3 GEOLOGIC STRUCTURE 8 2.4 GROUNDWATER 8 2.5 MASS MOVEMENT '. 8 2.6 FAULTING AND SEISMICITY 8 2.7 SEISMIC CONSIDERATIONS 9 2.7.1 Liquefaction/DynamicSettlement 9 2.8 GRADED SLOPES 10 2.8.1 Existing Slope Configurations. 10 2.8.2 Cut and Fill Slopes.. ' 11 2.8.3 Slope Stability Analysis II 2.8.4 Surficial Slope Stability. ; 12 3.0 EXPANSION POTENTIAL 14 3.1 SULFATE CONTENT, MINIMUM RESISTIVITY AND PH 14 3.2 EARTHWORK SHRINKAGE/BULKING 15 4.0 CONCLUSIONS 16 5.0 RECOMMENDATIONS 18 5.1 GOLF COURSE AND BUILDING STRUCTURE EARTHWORK. 18 5. /.; Site Preparation _ _ _ _ 18 5.1.2 Removal and Recompaction of Potentially Compressible Soils 18 & 8 L LBBHTOH AND ASSOCIA TES, INC. March 12, 2019 Item #5 Page 140 of 387 I I 4841363-006 TABLE OF CONTENTS (Continued) 5.7.5 Excavations : 19 5.1.4 Fill Placement and Compaction 19 5.1.5 Stability Fills. : 20 5.1.6 Transition Lots. 20 5.1.7 Control of Ground Water and Surface Waters 20 5.1.8 Preliminary Foundation DesignConsiderationsfor Building Structures. 2/ 5.1.9 Footing Design for Building Structures 21 5.1.10 Floor Slab Design. 22 5.1.11 Foundation Setback 22 5.2 SPECIAL DESIGN AND GRADING CONSIDERATIONSFOR FILL SETTLEMENT 22 5.3 EXPANSIVESOILS/PRESOAK 23 5.4 RETAINING WALL DESIGN CONSIDERATIONS 23 5.5 FOUNDATIONDESIGNANDEARTHWORKREQUIREMENTSFORBRIDGESTRUCTURES 25 5.5.7 CollegeBridge : 25 5.5.2 Eastern and Western Bridge Crossing Main Drainage Course 29 5.5.3 Deep Foundation Design, Eastern and Western Bridges 30 5.6 TYPE OF CEMENT FOR CONSTRUCTION •. 33 5.7 CORROSION RESISTANCE 33 5.8 PAVEMENT DESIGN 34 5.9 WATERFEATURES 35 Tables Table 1 - Dynamic Settlement- Page 10 Table 2 - Slope Stability Analysis Parameters - Page 11 Table 3 - Equivalent Fluid Weight - Page 24 Table 4 - Estimated Allowable Single Pile Capacities (College Bridge, West Abutment - Page 27) Table 5 - Pile Group Capacity Reductions - Page 27 Table 6 - Estimated Allowable Single Pile Capacities (Westem Bridge) - Page 32 Table 7 - Estimated Allowable Single Pile Capacities (Eastem Bridge) - Page 33 Table 8 - Structural Pavement Design - Page 34 Figures Figure 1 - Site Location Map - Page 2 LEimON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 141 of 387 4841363-006 TABLE OF CONTENTS (Continued) Plates Plate 1 - Geotechnical Map - In Pocket Plate 2 - Geologic Cross-Section A-A - In Pocket Plate 3 - Geologic Cross-Section B-B' - In Pocket Plate 4 - Geologic Cross-Section C-C - In Pocket Plate 5 -^Geologic Cross-Section D-D' - In Pocket Appendices Appendix A - References Appendix B - Boring and Trench Logs Appendix C - Laboratory Test Results and Test Procedures Appendix D - General Earthwork and Grading Specifications Appendix E - Slope Stability Calculations - Ill - LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 142 of 387 4841363-006 1.0 INTRODUCTION 1.1 Purpose and Scope This report provides a summary of our findings, conclusions and recommendations regarding the onsite soil and geologic conditions to be utilized for site development purposes. In preparation of this report we have utilized the 200-scale site grading plans entitled "Grading Plan (based on route plan 6-2-97) City of Carlsbad Municipal Golf Course", prepared by P&D/CTE Engineers dated July 14, 1997 as a base map during this study, and the previously issued geotechnical reports relative to the proposed project (see Appendix A). The purpose of our study was specifically, to evaluate the geotechnical conditions at the Carlsbad Municipal Golf Course (CMGC) site (Figure 1), and to provide conclusions and recommendations relative to site development based on the additional'data and conceptual development plans. The main objective was the further evaluation of site remedial grading with regard to areas of proposed stmctural improvements. These areas include, but are not limited to, the clubhouse area, several planned industrial golf related pads, two large lake areas, a maintenance area, associated underground utilities and three bridges. The scope of our services during the evaluation included the following: - Review of geotechnical literature and aerial photographs pertaining to the general vicinity of the site, and geotechnical reports pertaining specifically to the site. A list of the items reviewed is included in Appendix A. Field reconnaissance of the site and general vicinity. Additional subsurface investigation of the site conditions, including the drilling, logging and sampling of 5 additional small diameter borings and 10 additional backhoe trenches. All borings and trenches were logged by our geologists and backfilled upon completion. The logs of these excavations are presented as Appendix B. The logs of previously excavated borings and trenches are also included in Appendix B and were utilized in preparation of this report. Laboratory testing of representative soil samples to evaluate the pertinent engineering properties of the onsite soils. Geotechnical analysis of the data obtained, including re-evaluatiori of previously obtained data. Preparation of this report presenting our findings, conclusions and recommendations with respect to the proposed development. Our report includes the results of the previous subsurface exploration studies and laboratory data applicable to the CMGC project. As requested, our study did not include an evaluation of all alluvial areas, natural slope areas not to be graded, or the areas proposed for the Police Shooting Range or 0.8-acre Conference Center. It is understood that some settlement of alluvial areas within the golf course areas is expected and is acceptable to the City of Carlsbad. LEIBHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 143 of 387 BASE MAP: Thomas Bros. GeoFlnder for Windows, San Diego County, 1995, Page 1128 2000 4000 APPROXIMATE SCALE IN FEET I I Carlsbad Municipal Golf Course Carlsbad, California Srm LOCATION MAP PROJECT NO. 4841361-006 DATE January 1998 & 0 JL FIGURE NO. 1 March 12, 2019 Item #5 Page 144 of 387 4841363-006 1.2 Site Description The site is located north of Palomar Airport Road and east of Hidden Valley Road in Carlsbad, Califomia (Figure 1). The CMGC project is bounded by Palomar Airport Road on the south, the proposed extension of Cannon Road and Agua Hedionda Lagoon on the north and agricultural commercial properties to the east. The Carlsbad Ranch / Legoland projects are located west of and adjacent to the CMGC site. Topographically, the site is characterized by numerous ridges and intervening valleys that connect with a main northwest trending drainage that flows into Agua Hedionda Lagoon. Elevations of the subject site range from approximately 20 feet mean sea level (m.s.l.) at the extreme northwest comer of the site in the main drainage, to approximately 321 feet mean sea level (m.s.l.) near the ridgeline along the southeastern edge of the property. Natural slopes on the site range from relatively steep (steeper than 1:1, horizontal to vertical) to relatively gentle (less than 3:1, horizontal to vertical. Existing improvements on site are generally related to past and present agricultural activities on the site. Improvements associated with the agricultural fields include underground irrigation lines and valves, city water lines supplying the water reservoir to the west of the site, and minor cuts and fills associated with access roads. Other onsite improvements include: access roads associated with several SDG&E easements, a water main and graded pads present adjacent to the northwest side of College Avenue. These pads were created during the grading for College Avenue and the widening of Palomar Airport Road. Several deep erosional gullies were observed as the slope faces between these pads. Vegetation on site ranges from minor growth of grasses and weeds on the majority of the hillsides to shmbs and thick weeds in the ravines. Riparian trees and shrubs grow quite heavily m the main drainage trending northwest-southeast across the site. In addition, portions of the site are planted as agricultural areas. 1.3 Proposed Development Based on our review of the 200-scale grading plans prepared by P&D/CTE Engineers dated July 14, 1997, it is our understanding that future use of the site will include the constmction of an 18 hole championship golf course, including several lakes, numerous buildings, including a large clubhouse, and improvements associated with the golf course such as bridges, cart paths and parking areas. In addition, several large pad areas have been slated for industrial/golf related development. A precise grading plan for site development has not yet been prepared. Based on our conversation with the owners' representative and the City of Carlsbad, we understand that general golf-course areas will be considered non-stmctural areas and as such, can tolerate some settlement. Accordingly, as requested, we have not performed a complete evaluation of alluvial areas. Areas proposed for buildings or settlement sensitive improvements should be considered structural areas and treated accordingly. -3- LEIBHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 145 of 387 4841363-006 Based on our review of the site tentative map, proposed grading is anticipated to consist of cuts and fills creating sheet-graded areas for the building pads, parking areas and other improvements within the subject site, and cuts and fills associates with the contour grading of the course itself Cut and fill slopes are anticipated to be constmcted at slope inclinations of 2:1 (horizontal to vertical) or flatter. Maximum depths of cut are on the order of ±40 feet from the existing site elevations. While maximum fill is on the order of ±80 feet above existing elevations, maximum cut slope heights of ±75 feet and maximum fill slope heights of ±90 feet are proposed. While some changes from this plan are anticipated, the overall site grading is not likely to differ significantly. Previous investigations included the excavation of large- and small-diameter borings, exploratory backhoe trenches and test pits. All pertinent boring and trench logs are included within Appendix B. The approximate locations of the borings and trenches are shown on the Geotechnical Map (Plate 1). Also included are the laboratory test results of representative soil samples collected during the most recent investigation as well as previous L&A subsurface investigations onsite. Laboratory test results relative to the CMGC project are included in Appendix C. The laborator>' testing included direct shear, expansion index, moisture/density determinations, maximum dry density, grain size analysis, and consolidation tests. Brief descriptions of the laboratory test procedures and the laboratory test results are presented in Appendix C. The test results of the moisture/densitydeterminationsare presented in the boring logs included in Appendix B. 1.4 Current Site Investigation The current site investigation included the drilling, logging and sampling of 5 small diameter exploratory borings and 10 exploratory trenches. The small diameter borings and trenches were excavated predominantly in existing fill areas, alluvial areas, and in areas of proposed structural improvements. The maximum depth of excavation during the most recent investigation was 52 feet below ground surface in boring B-1 a. Previous subsurface investigations reached a maximum depth of 75 feet below ground surface in boring B-1. All borings and trenches were logged and sampled by our geologists and backfilled upon completion. The small diameter borings drilled in conjunction with this study have been designated B-1 a through B-5a, the trenches have been labeled as T-1 a through T-10a. Logs of these borings and trenches, as well as those from previous studies are included as Appendix B. The locations of all exploratory excavations are indicated on Plate No. 1, Geotechnical Map. & 1—1 '11/ LEIGHTONANO ASSOCIATES, INC. March 12, 2019 Item #5 Page 146 of 387 4841363-006 2.0 SUMMARY OF GEOTECHNICAL CONDITIONS 2.1 Regional Geology The subject site is located within the coastal subprovence of the Peninsular Ranges Geomorphic Provence, near the western edge of the southem Califomia batholith. The topography at the edge of the batholith changes from mgged landforms developed on the batholith to the more subdued landforms which typify the softer sedimentary formations of the coastal plain. 2.2 Site Geology As encountered during our investigation(s), and our review of geotechnical reports applicable to the subject site (Appendix A), the CMCG site is underlain by bedrock units consisting of the Tertiaiy Santiago,Formation and the Jurassic Santiago Peak Volcanics. Surficial units consist of alluvium, colluvium, topsoil, and documented and undocumented fill soils. The approximate areal distributions of the units are shown on the Geotechnical Map (Plate 1). 2.2.1 Jurassic Santiago Peak Volcanics (Map Symbol - Jsp) The Jurassic aged Santiago Peak Volcanics were encountered in the easternmost portion of the subject site. Typically the unit is hard and extremely resistant to erosion and forms topographic highs. Most of the rocks are dark greenish gray where fresh but weather grayish red to dark reddish brown. The soil developed on the Santiago Peak Volcanics is the color of the weathered bedrock and supports the growth of dense chaparral. If deep removals are planned in this area, localized heavy ripping or blasting may be required. 2.2.2 Santiago Formation (Map Symbol - Ts) The bedrock unit underlying the majority of the site is the Tertiary-aged Santiago Formation. In general, the unit consists of massive to weakly bedded sandstone with interbedded clayey siltstone and silty claystone. The sandstone encountered consisted primarily of light gray, light brovm, and light yellow-brown, moist, dense, silty, fine- to occasionally medium-grained sandstone. The sandstone was generally friable, slightly micaceous and weakly bedded to massive. The siltstone consisted of brown and olive- brown, moist, stiff, clayey siltstones that were fissile to indistinctly bedded and contained calcium carbonate, manganese-oxide and iron-oxide staining. The claystone typically was gray to brown, moist, stiff to hard, fine-grained, sandy to silty claystone that was moderately sheared. Where encountered, the upper 6 to 12 inches of the Santiago Formation appears to be moderately weathered, porous and potentially compressible. This layer should be removed and recompacted in areas of stmctural fill placement or settlement sensitive improvements. LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 147 of 387 4841363-006 2.2.3 Terrace Deposits (Map Symbol - Ot) Quatemary-aged Terrace Deposits locally overlie the Santiago Formation and were encountered in the easternmost portion of the site along an isolated ridgeline above an elevation of approximately 300 feet (msl). As encountered during our current and previous invCvStigations, these deposits generally consist of orange to red brown, damp to moist, medium dense, silty fine- to medium-grained sand. The upper portion of the Terrace Deposits (generally the upper 3 to 8 feet) appeared to be highly weathered and are anticipated to be moderately to highly porous and compressible. In general, the Terrace Deposits have a very low expansion potential. With the exception of the upper weathered zone, the terrace deposits have favorable engineering properties and are suitable to receive the proposed improvements. The weathered portion of the terrace deposits will require removal and recompaction in areas of proposed stmctural improvements or fill soils. 2.2.4 Alluvium (Map Symbol - OaV) Alluvium was encountered during our investigation of the proposed development in most of the low-lying drainages and the low lying areas adjacent to Palomar Airport Road and College Avenue. As encountered the alluvium generally consisted of potentially compressible^ moist to saturated, loose to medium dense silty sands with some sandy silts and sandy clays. In the area adjacent to the intersection of Palomar Airport Road and College Avenue, allluvial deposits are on the order of 15-25 feet thick. Within the main northwest trending drainage the alluvium is relatively thick as evidenced by approximately 24-45 feet of alluvium encountered in borings B-1 a and B-2a respectively. In many of the smaller side canyons, alluvium was encountered and mapped. However, these areas were not accessible with the drilling equipment utilized in this investigation. Based upon our work on adjacent properties and our experience with similar conditions alluvial depths in these areas can be expected to range from 3-10 feet Unsaturated alluvial soils are considered potentially compressible and not suitable for the support of stmctural loads of fill soils in areas of settlement sensitive improvements. These soils should be removed and recompacted in areas proposed for structural improvements as part of site grading. In golf course areas where settlement can be tolerated, these soils may be left in place, however settlement should be anticipated. 2.2.5 Colluvium / Slope Wash (Unmapped) Holocene aged colluvium / slope wash was encountered mantling the lower valley slopes, throughoutthe project site. As encountered, the colluvium / slope wash typically consisted of poorly consolidated surficial materials derived from nearby soil and decomposed bedrock sources. This reworked debris is deposited along the flanks of the lower valley slopes by the action of gravity and surface water. Generally, the material was light brown to dark brown, damp to moist, medium dense, silty to clayey sand that was generally 2 to 10 feet in thickness although locally it may be deeper. The colluvium / slope wash was typically porous and anticipated to be potentially compressible under the load of existing -6- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 148 of 387 4841363-006 fills or improvements. In places, it was somewhat difficult to distinguish the sandier colluvial soils from the underlying weathered Santiago Formation. 2.2.6 Topsoil (Unmapped) Topsoil was encountered essentially covering the entire site but was not mapped. The topsoil was found to be generally light brown to dark brown, damp, loose to medium dense, silty sands with minor amounts of clay. The topsoil was generally ± 2 feet in thickness, contained minor amounts of decomposed organics and has been disturbed by the past and present agricultural activities on the northeastem portion of the site. This unit was evaluated to be potentially compressible under the loading of fill soils or improvements. 2.2.7 Documented Fill (Map Symbol - Af,) Documented compacted fill soils were placed on the subject site during the grading for College Avenue and the widening of Palomar Airport Road. A fill disposal site located adjacent to the northwest side of College Avenue where several graded pads are located (see Plate 1) was used as an area to place excess soil derived from the grading operations on the two streets. The disposal site was prepared to receive fill (i.e., compressible soils were removed, fill slope keys constmcted and canyon subdrains placed), after which fill soils were placed and compacted during August through October, 1986 under the observation and testing services of San Diego Geotechnical Consultants, Inc. Subsurface exploration indicated that as much as 40 feet of fill was placed during these operations. These fill soils generally consisted of clayey to silty sands and some sandy clays that were generally medium dense to dense, moist and relatively well compacted. Existing fill slopes in areas are heavily eroded and will require rework. 2.2.8 UndocumentedFill (Map Symbol - Afu) A relatively large amount of undocumented fill soil is present on the site in various locations. The major undocumented fill areas are located at the intersection of Palomar Airport Road and College Avenue and at the extreme southeastem comer of the site in the area of the proposed maintenance area. Borings completed during our earlier supplemental geotechnical investigations (see Appendix A) and trenches excavated during the latest investigation indicate that potentially compressible alluvium was left in place beneath these fill areas. In addition, our literature review did not indicate that any documentation or testing was completed for these areas. Undocumented fill soils were also noted in several other locations within the subject site. These fill soils consisted of earthen embankments for agricultural ponds, unimproved roads, end-dumped debris piles, and utility trench backfill. I LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 149 of 387 4841363-006 As encountered, the undocumented fill consisted of numerous soil types, but typically the fill soils were light brown to medium brown and gray, moist to very moist, loose, silty sands and clayey sands. 2.3 Geologic Stmcture The bedrock units encountered on the site were generally massive with no apparent bedding. However, based on our professional experience in the area, bedding of the underlying Santiago Formation is anticipated to be relatively gently dipping (i.e. 5 to 10 degrees) to the west. 2.4 Ground Water Ground water was encountered within several of tlie onsite drainages in the lower elevations of the site particularly in the main drainage and adjacent to Palomar Airport Road. The presence of ground water in these areas would most likely limit the removal of alluvium and undocumented fill that would be required for structural improvements proposed for these areas. Based upon our experience on adjacent sites and our professional experience on nearby sites with similar conditions, we anticipate that perched groundwater conditions may be encountered at the contact between the relatively impemieable Tertiary Santiago Formation and the relatively porous overlying soils. However, ground water is not anticipated to be a constraint to site development provided the recommendations of this report are adhered to. 2.5 Mass Movement Based on our review of the previous geotechnical reports, available geologic literature and maps, and aerial photographs, no indication of mass movements (such as landslides, surficial slumps, etc.) were observed within the areas proposed for development. In the northem portion of the site an area has been mapped as a possible landslide based on topographic expression. Because this feature is localized in predominantly an open-space area, it is not considered a major constraint to site development. Geologic mapping of all excavating in this area should be performed during site grading. Localized zones of weak claystone material are present in the Santiago Formation and may create localized areas that are prone to slope instability if exposed in a cut slope. Accordingly, all cut slopes should be mapped by an engineering geologist during site grading. Additional recommendations for slope stabilization can be provided as needed during site grading. 2.6 Faulting and Seismicity Our discussion of the faults on the site is prefaced with a discussion of California legislation and state policies concerning the classification and land-use criteria associated with faults. By definition of the Califomia Mining and Geology Board, an active fault is a fault which has had surface displacement within Holocene time (about the last 11,000 years). The State Geologist has defined a potentially active fault as any fault considered to have been active during Quatemary time (last 1,600,000 years) but that has not been proven to be active or inactive. This definition is used in delineating Fault Rupture Hazard Zones as mandated by the Alquist-Priolo Earthquake Fault -8- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 150 of 387 4841363-006 Zoning Act of 1972 and most recently revised in 1994. The intent of this act is to assure that unwise urban development does not occur across the traces of active faults. Base on our review of the Fault-Rupture Hazard Zones, the subject site is not located within any Fault-Rupture Hazard Zone as created by the Alquist-Priolo Act (Hart, 1994). However, several inactive fault zones have been mapped in a numberof places within and adjacent to the subject site. These inactive fault zones are not considered to be a constraint to site development. The location of the proposed development can be considered to lie within a seismically active region, as can all of southem Califomia. The. Rose Canyon Fault Zone which is located approximately 3.5 miles to the west of the site is considered to have the most significant seismic effect at the site from a design standpoint. A maximum probable earthquake of moment magnitude 5.9 on the fault could produce a peak horizontal ground acceleration of approximately 0.30g at the site. 2.7 Seismic Considerations The principal seismic considerations for most structures in southem Califomia are surface mpturing of fault traces, damage caused by ground shaking and/or seismically induced liquefaction or dynamic settlement. The probability of damage due to ground mpture is considered minimal since active faults are not known to cross the site. Ground lurching due to shaking from distant seismic events is not considered a significant hazard, although it is a possibility throughout the southern Califomia region. 2.7.1 Ground Shaking The seismic hazard most likely to impact the site is ground shaking resulting from an earthquake on one of the major regional faults. As discussed above, a maximum probable event on the Rose Canyon Fault Zone (considered the design earthquake for this site) could produce a peak horizontal acceleration at the site of 0.30g. A site coefficient (S factor) of 1.2 may be used for design-purposes (ICBO, 1994, Table 16-J). The site is located within Seismic Zone 4 of the Uniform Building Code (ICBO, 1994). 2.7.2 Liquefaction/DynamicSettlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earthquakes. Research and historical data indicate that loose granular soils underlain by a near-surface ground water table are most susceptible to liquefaction, while the stability of most silty clays and clays is not adversely affected by vibratory motion. The Santiago Formation is generally not considered liquefiable due to its high density characteristics. The onsite identified documented fill soils are also not considered liquefiable due to their generally unsaturated condition, fine-grained nature and relatively dense characteristic. -9- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 151 of 387 4841363-006 From our preliminary field study, it appears that the only region susceptible to liquefaction is the main drainage area. Accordingly, improvements and golf course fills in those areas may be subject to settlement in the event of an earthquake. In addition, the two bridges proposed in this area may be affected. From our observations during our field study, the alluvial sediments appear to be interbedded with sand lenses and fine sandy silty lenses. Therefore, based on our analysis, it is our professional opinion that the main drainage region has a moderate potential for liquefaction in isolated areas. Accordingly, we estimate the following total and differential dynamic induced settlements resulting from the design earthquake for the east and west bridges. Table 1 Dynamic Settlement Area Most Susceptible Total Dynamic Differential Settlement (feet bgs) Settlement Over 100 feet Horizontally (inches) (inches) West Bridge 7'6"-30' 4 2 East Bridge 9'-20' 2 1 It should be recognized, however, that many of the parameters used in liquefaction evaluation are subjective and open to interpretation. It should also be understood that much of Southem Califomia is an area of moderate to high seismic risk and is not generally considered economically feasible to build stmctures totally resistant to earthquake related hazards. However, current state-of-art standards for design and constmction are intended to reduce the potential for major stmctural damage. 2.8 Graded Slopes 2.8.1 Existing Slope Conditions A number of existing graded slopes have been constmcted along Palomar Airport Road, College Avenue, and the fill disposal areas discussed above. These slopes have inclinations ranging from 2:1 to 3:1 (horizontal to vertical) or flatter. The slopes consist of both cut and fill slopes. Existing fill slopes are limited to the fill disposal area and adjacent to the southem portion of College Avenue. The stability of existing cut and fill slopes adjacent to College Boulevard was previously addressed at the time of constmction. We understand that portions of the existing slopes are temporary and will be reconfigured to reflect the elevations shown on the project grading plans. Based on the As-Graded Geotechnical Report of the Fill Disposal Site (San Diego Geotechnical Consultants, 1987), the fill slopes for this area were constmcted with fill slope keys, but the temporary slope faces were not compacted. As a consequence, severe erosion was observed within the south facing temporary fill slope near the intersectionof Palomar Airport Road and College Avenue. This slope will require remedial grading in addition to the design grading to mitigate these deep erosional features. & D r JL •10- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 152 of 387 4841363-006 2.8.2 Cut and Fill Slopes Based on our review of the site grading plans, (Appendix A) fill slopes up to ±90 feet in height at <2:1 (horizontal to vertical) and cut slopes up to ±75 feet in height at <2:1 (horizontal to vertical) are proposed. Geotechnical analysis indicates that the proposed cut slopes will be stable against deep-seated failure if adverse geologic (i.e., clay seams, or out- of-slope-bedding)conditions do not occur in the cut slopes. Where adverse conditions are exposed during grading, replacement or buttress fills may be required to provide stable slope conditions. Fill slopes less than 75 feet in height were analyzed to have an adequate factor of safety (>1.5) against deep-seated failure. For fill slopes greater than 75 feet and less than 90 feet, a 10-foot horizontal trench shall be constmcted at least 35 feet vertically from toe of slope. We recommend that all excavations-and cut slopes be observed and mapped by a geologist from our firm during grading operations to verify that the soil and geologic conditions encountered do not differ significantly from those assumed in our analysis. Oversteepening of existing slopes should be avoided during fine-grading and constmction unless supported by appropriately designed retaining stmctures. Cut and fill slopes should be provided with appropriate surface drainage features and landscaped with drought-tolerantvegetation as soon as possible after completion of grading lo minimize the potential for erosion. In slopes where seepage is present, drainage should be provided as shown in Appendix D. Slopes which require special drainage features can be evaluated and recommendations provided by the geotechnical consultant during grading operations. 2.8.3 Slope Stability Analysis The proposed slopes were analyzed for their deep-seated and surficial stability. Slope stability analysis were performed using the PC software program XSTABLE. The values used in the analysis are provided below: Table 2 Slope Stability Analysis Parameters Soil Type Friction Angle (degrees) Cohesion (psf) Santiago Formation* (composite) 30 250 Santiago Formation (Claystone) 25 250 Santiago Formation (Sandstone) 32 175 Clayseam 10 100 Artificial Fill for Buttresses (Claystone/Sandstone Mix) 28 175 -11- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 153 of 387 4841363-006 * Due to the interbedding of the sandstone and claystone materials in this unit, the friction angle and cohesion values were estimated from these respective values obtained from the claystone and sandstone units themselves. This composite value must be confirmed prior to placement of the mixed fill to verify our assumptions. Cut slopes in the Santiago Formation and fill slopes derived from the predominant on site materials were analyzed for inclinations up to 2 to 1 (horizontal to vertical). Where adverse geologic conditions such as clayseams do not exist, a factor of safety of 1.5 or greater was calculated for the proposed slopes. However, our laboratory tests indicate that slopes derived from the Santiago Formation claystone possess deep-seated stability (when constmcted at an inclination of 2:1 [horizontal to vertical]) to a maximum height of only 20 feet (less than the maximum proposed slope heights). Therefore, we recommend that the Santiago Formation claystone be utilized only in deeper fills or thoroughly mixed with onsite sandy soils in accordance with the recommendations of the geotechnical consultant. We recommend that the fill material be tested during grading to evaluate the strength parameters of the fill. With information obtained from our referenced report dated September 24, 1991, our most recent field study and the referenced grading plan by P&D Technologies, Cross-Sections A, B, C and D were developed. These cross-sections are provided at the end of this report. From our analyses, buttressing will be necessary at a portion of Cross-Section A-A' given the proposed configuration. The buttress shall be constmcted in accordance with Geologic Cross Sections A-A' and Appendix D. Our analysis indicates Cross-Section C-C is stable given its proposed configuration; however, due to the presence of a clay seam, we recommend a stability fill also be constmcted for this slope due to a potential for future surficial instabilities. Minor design changes may be made based on in-grading inspection. Accordingly, we strongly recommend geologic mapping of all cut slopes to verify our assumptions. In addition, laboratory testing of the cut and fill materials during grading should be performed to verify the strength parameters used in our analyses. Special precautions shall be taken for grading operations performed in the area of the SDG&E metal towers. Buttress cuts or other excavations next to the poles or towers should start at least 2 0 feet from the stmcture and not be steeper than 1-1/2:1 (horizontal to vertical). 2.8.4 Surficial Slope Stability Our calculations of surficial stability (Appendix E) show a calculated factor of safety of 1.5 or greater for the proposed slopes. The strength parameters presented in Table 2 were used for our analysis. Erosion and/or surficial failure potential of fill slopes may be reduced if the following measures are implemented during design and constmction of the subject slopes. -12- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 154 of 387 4841363-006 Selective Grading of Fill Materials We recommend against the exclusive use of either highly expansive clayey soils or poorly graded sands of the Santiago formation. Highly expansive soils are generally known to be subject to surficial failures when exposed in slope faces. Clayey soils of the Santiago Formation weather, generally losing integrity when exposed on slope faces. Poorly graded sands utilized in slope faces may be subject to excessive erosion and rilling. A mixture of clayey soils and sandy soils is recommended to reduce overall expansion potential and slope erosion and increase surficial slope stability. We recommend that mixture of soils be approved by the project geotechnical engineer prior to placement in fill slopes. Slope Landscaping and Drainage Cut and fill slopes should be provided with appropriate surface drainage features and landscaped with drought-tolerant, slope-stabilizing vegetation as soon as possible after grading to minimize potential for erosion. Berms should be provided at the top of all slopes and lot drainage directed such that surface mnoff on slope faces is minimized. & n -13- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 155 of 387 4841363-006 3.0 EXPANSION POTENTIAL The expansion potential of the soils encountered within the subject site are described as follows: Undocumented Fill: Low expansion potential for the majority of the soils. Minor amounts of silty sand/clayey sand soils may have a moderate expansion potential. Alluvium and Colluvium: Low expansion potential for sandy soils to high for clayey soils. Topsoil: Low expansion potential for sandy soils to high for clayey soils. Santiago Formation: Low expansion potential for silty sandstone, medium to high for sandy to clayey siltstones and high to very high for the silty claystones. Expansion testing of representative finish grade soils in proposed building areas should be performed upon completion of rough grading to better assess the expansion potential of the finish grade soils so that final foundation recommendations can be provided. 3.1 Sulfate Content Minimum Resistivity and pH The test results from site investigations performed on the adjacent Carlsbad Ranch and other nearby projects indicate the onsite soils possess a negligible to high soluble sulfate content. Soluble sulfates, if present in significant amounts, can be damaging to conventional Type I/II cement. Therefore, as a preliminary recommendation, sulfate resistant cement (Type II or V) should be used. In addition, laboratory testing of finish grade soils at grade or in contact with concrete and/or buried metal conduits should be performed once grading operations are completed. Our minimum resistivity test results indicate that the onsite soils do possess a very corrosive potential to buried, uncoated metal conduit. A corrosion engineer should be consulted to address this condition. & H n -14- LEICHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 156 of 387 4841363-006 3.2 Earthwork shrinkage/Bulking The volume change of excavated onsite materials upon recompaction as fill is expected to vary with material and location. Typically, the surficial soils and bedrock material vary significantly in natural and compacted density; and therefore, accurate earthwork shrinkage/bulking estimates cannot be determined. However, the following factors, based on the results of our geotechnical analysis and our experience grading the adjacent Carlsbad Ranch project, are provided as guideline estimates. If possible, we suggest an area where site grades can be adjusted be provided and utilized as a balance area. Topsoil: UndocumentedFill Colluvium/Slope Wash Alluvium Terrace Deposits 5-10 percent shrinkage. 5-15 percent shrinkage 0-2 percent shrinkage 5-15 percent shrinkage 3- 5 percent shrinkage upper 2-3 feet 0-3 percent bulking below 3 feet in depth 4- 7 percent bulking (assuming the majority of the Santiago Formation is sandstone, bulking may be greater in areas of siltstone or claystone). Santiago Peak Volcanics 15-20 percent bulking Santiago Formation & n •15- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 157 of 387 4841363-006 4.0 CONCLUSIONS Based on our review of the 200-scale project grading plans and the results of our geotechnical investigations and review of pertinent data, it is our opinion that the proposed development of the Carlsbad Municipal Golf Course is feasible from a geotechnical standpoint provided the following conclusions and recommendations are incorporated into the design and constmction of the project. The following is a summary of the geotechnical factors which may affect developmentof the site. • Based on subsurface investigations, the site is underlain by alluvium, colluvium/slope wash, undocumented fill soils, the Santiago Formation, and the Jurassic Santiago Peak Volcanics. • The topsoil, colluvium, alluvium, weathered formational material and undocumented fill soils are porous and/or potentially compressible in their present state and will require removal and recompaction in areas of proposed structural improvements. If complete removals are not made, settlement should be anticipated. • Based on the our subsurface investigations of the formational soils and surficial soils present on the site, we anticipate that these materials will be rippable with heavy-duty constmction equipment. However, localized concretions and cemented layers within the Tertiary Santiago Formation if encountered, may require heavy ripping during excavation. In addition the Jurassic Santiago Peak Volcanics that outcrop in the southeastem portion of the site are extremely hard and may require localized heavy ripping and/or blasting for removal should design plans change in this area. Significant amounts of oversized material should be anticipated if such measures are required. • Undocumented fill soils are present on the site at various locations. Removal of these deleterious materials will be required in areas proposed for stmctural improvements • Laboratory test results of representative soil samples from our investigations onsite the and our previous experience on adjacent sites indicate the soils present on the site have the following soil engineering characteristics: very low to high expansion potential negligible to considerable sulfate content adequate shear strength in both existing formational soils or as properly compacted fill soils mild to high potential for corrosion to buried metal conduits • The existing onsite soils appear to be suitable for use as fill material provided they are free of organic material, debris, and rock fragments larger than 6 inches in maximum dimension. Ground water was observed in several of the borings excavated in the alluvial areas onsite. It is anticipated that groundwater will limit the extent of required removals in the area adjacent to the intersection of Palomar Airport Road and College Avenue, and in the immediate vicinity of the main drainage onsite. Perched ground water conditions were encountered within the tract in a number of places. Ground water is not considered a constraint to development, however, ground water seepage or shallow ground water conditions may occur in areas where ground water did not previously exist. This is especially tme where a relatively impermeable material such as a claystone or a cemented layer (i.e. -16- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 158 of 387 4841363-006 the Santiago Formation) underlies a relatively permeable material such as sandstone or sandy fill soils. After removal of undocumented fill and alluvium, canyon subdrains should be installed to avoid a future buildup of water. Additional subdrains may be required based upon our review of final developmentplans and conditions encountered during site grading. Active or potentially active faults are not known to exist on the CMGC project. However, inactive faults and other seismic features have been mapped and/or observed transecting the site. The impact of these faults will depend on their location and relation to the proposed cut slopes and structural improvements. The observed sheared material associated with the faulting may affect the stability of the cut slopes and, in pad areas, juxtapose materials with differing engineering characteristics at pad grade. The exact location of the faulting can best be determined during grading operations. Mitigative measures may include overexcavation and recompaction or special foundation recommendations in pad areas and stabilizationfills for impacted proposed cut slopes. The peak horizontal ground acceleration on the site diie to the design earthquake on the Rose Canyon Fault Zone of moment magnitude 5.9 is estimated to be 0.30g. Based on our evaluation, the potential for liquefaction of the majority of site soils is considered very low. However, due to the perched ground water conditions and presence of relatively loose alluvium in isolated areas of the main drainage region, the potential for liquefaction is considered moderate. Grading of the subject site may result in a transition condition (cut/fill) in several of the proposed building areas. Section 5.1,6 provides recommendationsto mitigate these conditions. Proposed fill slopes between 75 and 90 feet or greater in vertical height will require benching or reinforcement for inclinations of 2 to 1. Several of the planned cut slopes in the southeastem portion of the site require construction of a stability fill. & 0 • JL -17- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 159 of 387 4841363-006 5.0 RECOMMENDATIONS 5.1 Golf Course and Building Stmcture Earthwork We anticipate that earthwork at the site will consist of site preparation, excavation, removal and recompaction of potentially compressible soils, fill placement, and backfill. We recommend that earthwork on the site be performed in accordance with the following recommendations, the City of Carlsbad grading requirements, and the General Earthwork and Grading Specifications included in Appendix D. In case of conflict, the following recommendations shall supersede those in . Appendix D. 5.1.1 Site Preparation Prior to grading, all areas to receive stmctural fill or engineered stmctures should be cleared of surface and subsurface obstmctions, including any existing debris, potentially compressible material (such as topsoil, colluvium, alluvium, weathered formation materials, and undocumented fill soils), and stripped of vegetation. Holes resulting from removal of buried obstmctions which extend below finish site grades should be replaced with suitable compacted fill material. All areas proposed to receive stmctural fill or slopes with inclinations greater than 3 to 1 should be scarified to a minimum depth of 6 inches, brought to near optimum moisture condition, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method Dl557-91) prior to the placement of any additional fill soils. All areas proposed to receive non-stmctural fill soils (golf course areas, including the practice range and slopes with inclinations less than or equal to 3 to 1) should be scarified to a minimum depth of 6 inches, brought to near optimum moisture condition, and recompacted to at least 85 percent relative compaction (based on ASTM Test Method D1557-91) prior to the placement of additional fill soils. 5.1.2 Removal and Recompaction of Potentially Compressible Soils In general, alluvium, colluvium, topsoil, weathered formational soils, and undocumented fill soils in areas of proposed stmctural fill,'should be excavated, moisture conditioned or dried back to obtain a near optimum moisture content, and then compacted prior to placing any additional fill. These soils are anticipated to be porous and potentially compressible in their present state, and may settle appreciably under the surcharge of fills or foundation loading. Removals in areas of proposed stmctural improvements should be projected downward at a 1:1 (horizontal to vertical) to competent formational material (where applicable) prior to the placement of additional fill soils. In areas proposed to receive non- stmctural fill, these potentially compressible soils should be scarified to a minimum depth of 6 inches, brought to near optimum moisture condition, and recompacted to at least 85 percent relative compaction (based on ASTM Test Method D1557-91) prior to the placement of additional fill soils. •18- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 160 of 387 4841363-006 In general, we estimate that the alluvial removals in the commercial area located in the southwestem portion of the site, (adjacent to Palomar Airport Road and Hidden Valley Road) to be up to 18-20 feet in depth, and will be limited by the depth of ground water in this area. The colluvial removals will in general range from 3 to 7 feet, while removals of topsoil and near-surface soil will be on the order of 2 to 4 feet. It should be noted that deeper removals may be required in areas proposed for structural improvements due to localized thicker zones of compressible soils. In the central canyon area alluvial depths of approximately 50 feet were encountered. Other areas of undocumented fill although limited in extent may require complete removal and recompaction if structural improvements are proposed. 5.1.3 Excavations Excavations of the onsite materials may generally be accomplished with conventional heavy-duty earthwork equipment. It is not anticipated that blasting will be required or that significant quantities of oversized rock (i.e. rock with maximum dimensions greater than 6 inches) will be generated during grading (excluding Santiago Peak Volcanics). However, if oversized rock is encountered, it should be placed as fill in accordance with the details presented in Appendix D. Due to the relatively high density characteristics and coarse nature of the onsite soils, temporary excavations such as utility trenches with vertical sides in the onsite soils should remain stable for the period required to construct the utility, provided they are free of adverse geologic conditions. Trench operations should be performed in accordance with the most recent OSHA requirements. For excavations deeper than 15 feet, specific recommendations can be made on a case by case basis. 5.1.4 Fill Placement and Compaction The onsite soils are generally suitable for use as compacted fill provided they are free of organic material, debris, and rock fragments larger than 6 inches in maximum dimension. Fill soils placed in areas of proposed stmctural improvements and/or slopes within inclinations greater than 3 to 1 should be brought to near-optimum moisture content and compacted in uniform lifts to at least 90 percent relative compaction based on laboratory standard ASTM Test Method D15 57-91. The 90 percent relative compaction should extend a minimum often feet outside the stmctural improvement footprint and downward at a 1:1 projection (horizontal to vertical) to competent material. In areas proposed to receive non- stmctural fill soils (i.e. general course areas including the proposed practice range and fills with inclinations less than or equal to 3 to 1), fill soils should be brought to near-optimum moisture content and compacted in uniform lifts to at least 85 percent relative compaction 'based on laboratory standard ASTM Test Method D1557-91. The optimum lift thickness required to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in lifts not exceeding 8 inches in thickness. & r -19- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 161 of 387 4841363-006 Placement and compaction of fill should be performed in general accordance with the current City of Carlsbad grading ordinances, sound construction practice, and the General Earthwork and Grading Specifications presented in Appendix D. 5.1.5 Stability Fills Two proposed cut slopes will require the constmction of stability fills due to the presence of adverse geologic conditions that will be exposed in the slope face. As shown on Geologic Cross-Sections A-A' and C-C, stability fills are recommended for these slopes. Stability fills should have a minimum width at the top of slope of 20 feet and a key depth of 5 feet below the toe of slope. The width of the bottom of the stability fill key shall be 20 feet for the slope shown on Cross-Section C-C and 70 feet for Cross-Section A-A'. The base of stability fill key shall slope toward the back of the key at a minimum of 2 percent. In addition, a subdrain should be provided at the base of the key. A typical detail for stability fill constmction is included as part of Appendix D, General Earthwork and Grading Specifications. The lateral extent of the stability fills should be determined after review of final grading plans. In order to minimize the potential for instability of the stability fill backcuts during constmction, work should be planned such that the backcuts remain exposed for only the minimum amount of time possible. As previously noted, special precautions shall be taken for grading operations performed in the area of the San Diego Gas and Electric metal towers. Buttress cuts or other excavations next to the poles or towers should start at least 20 feet from the stmcture and not be steeper than 1-1/2:1 (horizontal to vertical). 5.1.6 Transition Lots We recommend the areas of proposed stmctural fill be planned such that they are entirely underlain by competent formational soils or underlain by a uniform thickness of properly compacted fill. If this is not possible, in order to help minimize the potential for differential settlements, the entire cut portion of the area planned for structures in daylight areas should be overexcavated to a minimum depth of 3 feet below the bottoms of proposed foundations and replaced with properly compacted fill. The overexcavations should laterally extend at least 10 feet beyond the building pad. Depth of overexcavation should be deepened when necessary to provide a uniform thickness of fill beneath the stmcture(s). 5.1.7 Control of Ground Water and Surface Waters Based on previous preliminary investigations, it is our opinion that except for alluvial areas adjacent to Palomar Airport Road and the main canyon drainages, a permanent shallow ground water table does not currently exist at the site. The control of ground water in a hillside development is essential to reduce the potential for undesirable surface flow or seepage, hydrostatic pressure and the adverse effects of ground water on slope stability. I I -20- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 162 of 387 4841363-006 We recommend that measures be taken to properly finish grade each sheet-graded area, such that drainage water is directed away from top-of-slopes. No ponding of water should be permitted. Drainage design is within the purview of the design civil engineer. Even with these provisions, our experience indicates that shallow ground water conditions can develop in areas where no such ground water conditions existed prior to site development, especially in areas where a substantial increase in surface water infiltration results from landscape irrigation. We recommend that an engineering geologist be present during grading operations to observe and record possible future seepage. Canyon subdrains should be installed in the canyon bottoms that will be infilled and in the removal bottom of the undocumented fill removal areas in order to collect subsurface water and minimize the saturation of the fill soils. The locations for recommended subdrains should be made after review of final grading plans. Additional subdrains may be recommended based on observations made during site grading and review of final developmentplans. If seepage conditions occur in cut slopes or other areas of the tract, shallow subdrains may be installed to collect the ground water and minimize problems associated with saturated soil. The subdrains should be installed in accordance with the details presented in Appendix D. 5.1.8 Preliminary Foundation Design Considerationsfor Building Stmctures Proposed building types, final locations, and foundation loads were unknown at the time this report was prepared. For planning purposes, we anticipate the proposed stmctures will vary from one to two stories in height and will utilize both stmctural steel and concrete tilt- up constmction. Assuming the pad grade soils have a very low to low expansion, the following foundation recommendations may be utilized. Final foundation plans should be reviewed by this office. 5.1.9 Footing Design for Building Stmctures The proposed buildings may utilize a combination of continuous perimeter footings and conventional interior isolated-spread footings for building support. Footings bearing properly compacted fill should extend a minimum of 18 inches below the lowest adjacent compacted soil grade (24 inches for two stories). At this depth, footings may be designed using an allowable soil-bearing value of 2,500 pounds per square foot (psf). The allowable soil bearing pressure may be increased by 250 psf for each additional foot of foundation embedment below 18 inches to a maximum allowable soil bearing pressure of 3,000 pounds per square foot. This value may be increased by one-third for loads of short duration including wind or seismic forces. Continuous perimeter footings should have a minimum width of 15 inches and should be reinforced by placing at least one No. 5 rebar near the top and one No. 5 rebar near the bottom of the footing, and in accordance with the stmctural engineer's requirements. We recommend a minimum width of 24 inches for isolated spread footings. Utilizing these recommendations, total and differential settlement are not anticipated to exceed 1 inch and 1/2 inches, respectively, approximately one-half of this settlement is expected to occur during construction. Also see Section 5.1.6 for undercut/transitionlot recommendations. -21- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 163 of 387 4841363-006 5.1.10 Floor Slab Design All slabs should have a minimum thickness of 4 inches and be reinforced at slab midheight with No. 3 rebars at 18 inches on center or No. 4 rebars at 24 inches on center (each way). Additional reinforcement and/or concrete thickness to accommodate specific loading conditions should be designed by the structural engineer. We emphasize that it is the responsibility of the contractor to ensure that the slab reinforcement is placed at midheight of the slab. Slabs should be underlain by a 2-inch layer of clean sand (sand equivalent greater than 30) to aid in concrete curing, which is underlain by a 10-mil (or heavier) moisture barrier which, in turn, underlain by a 2-inch layer of clean sand to act as a capillary break. All laps and penetrations in the moisture barrier should be appropriately sealed. The spacing of crack-control joints should be designed by the structural engineer. Our experience indicates that use of reinforcement in slabs and foundations will generally reduce the potential for drying and shrinkage cracking. However, some cracking should be expected as the concrete cures. Minor cracking is considered normal; however, it is often aggravated by a high water/cement ratio, high concrete temperature at the time of placement, small nominal aggregate size, and rapid moisture loss due to hot, dry, and/or windy weather conditions during placement and curing. Cracking due to temperature and moisture fluctuations can also be expected. The use of low slump concrete (not exceeding 4 inches at the time of placement) will reduce the potential for shrinkage cracking. A slip sheet or equivalent should be used if crack-sensitive floor coverings (such as ceramic tile, etc.) are planned directly on the concrete floor. Moisture barriers can retard, but not eliminate moisture vapor movement from the underlying soils up through the slab. We recommend that the floor coverings contractor test the moisture vapor flux rate prior to attempting application of moisture sensitive flooring. "Breathable" floor coverings should be considered if the vapor flux rates are high. 5.1.11 Foundation Setback We recommend a minimum horizontal setback distance from the face of slopes for all improvements (such as flatwork, retaining walls, building footings, bridges abutment footings, etc.). This distance is measured from the outside edge of the footing, horizontally to the slope face (or to the face of a retaining wall) and should have a distance of H/2 where it is the height of the slope with a minimum of 10 feet and a maximum setback of 20 feet. Please note that the soils within the stmctural setback area possess poor lateral stability, and improvements (such as retaining walls, sidewalks, fences, pavements, etc.) constmcted within this setback area may be subject to lateral movement and/or differential settlement. Potential distress to such improvements may be mitigated by providing a deepened footing to support the improvement. The deepened footing should meet the setback recommendations described above. 5.2 Special Design and Grading Considerationsfor Fill Settlement Due to their inherent characteristics, fill soils tend to settle due to their own weight and increase in moisture content. The amount of settlement is proportional to the depth of fill and its relative compaction. Based on laboratory testing of the materials anticipated to be used as fill (Appendix C) & r~] 1^ -22- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 164 of 387 4841363-006 and our experience with similar materials, we estimate these soils (when compacted to ±90 percent relative compaction) may settle on the order of 0.35 percent of the total fill thickness. In terms of differential settlement, 3/4 inch of settlement should be anticipated for each 20 feet of differential fill thickness. Relatively deep fill areas, placed on steep existing topography, are most likely to be impacted by the effects of differential settlement. In areas where the proposed structures cannot tolerate the amount of anticipated differential settlement mentioned above, special design and grading considerations may be required. These considerations may include: • The proposed stmctures may be planned such that they are entirely founded into competent formational material. This may be accomplished by constructing the structure on the cut portion of the lot or by deepening foundation into the formational soils by the use of a pier and grade beam system or deepened footings.. Geotechnical recommendations for these foundation systems may be provided based upon the proposed location and design of the stmctures. • The proposed stmctures may be located in areas of uniform fill thickness such that the anticipated differential settlement is within tolerate limits. In daylight areas, the cut portions should be overexcavated and replaced with properly compacted fill. The depth of the overexcavation will be based upon the amount of differential fill thickness and stmctural requirements. • The potential differential settlements may be decreased by compacting the fill to a higher relative compaction (i.e., greater than 90 percent). Tentatively, if this alternative is chosen, the fill should be compacted to 95 percent relative compaction (ASTM Test Method Dl 557-91) in areas where the differential fill thickness is greater than 10 to 20 feet • Additional stmctural consideration such as post-tensioned foundation and slab systems and additional concrete slab-on-grade/foundation depth and reinforcement may be required to mitigate the effects of differential settlement. We recommend the stmctural engineer consider the effects of differential settlement on the design of the proposed sthictures. 5.3 Expansive Soils/Presoak Based on laboratory testing of representative soils during the previous investigations, the majority of the soils on site have a low to very low expansion potential (Appendix C). Expansion testing of the actual soils placed at finish grade and recommendations concerning potentially expansive soils should be made after site grading has been completed. If soils other than very low (less than 20 per UBC 18-2) expansion potential are placed at pad grade, presoaking of slab subgrade soils will be recommended prior to concrete placement. 5.4 Retaining Wall Design Considerations Embedded structural walls should be designed for lateral earth pressures exerted on them. The magnitude of these pressures depends on the amount of deformation that the wall can yield under load. If the wall can yield enough to mobilize the fiill shear strength of the soil, it can be designed -23- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 165 of 387 4841363-006 for "active" pressure. If the wall cannot yield under the applied load, the shear strength of the soil cannot be mobilized and the earth pressure will be higher. Such walls should be designed for "at rest" conditions. If a stmcture moves toward the soil, the resulting resistance developed by the soil is the "passive" resistance. For design purposes, the recommended equivalent fluid pressure for each case for walls founded above the static ground water table and backfilled with soils of very low to low expansion potential (less than 50 per UBC 18-2) is provided below. Soils with medium to very high expansion potential shall not be used as retaining wall backfill. Table 3 Equivalent Fluid Weight (pcf) Condition Level 2:1 Slope Active At-Rest Passive 35 55 350 (maximum =3 ksf) 55 65 The above values assume free-draining conditions. If conditions other than those assumed above are anticipated, the equivalent fluid pressure values should be provided on an individual-case basis by the geotechnical engineer. All retaining wall structures should be provided with appropriate drainage. The outlet pipe should be sloped to drain to a suitable outlet. Typical drainage design is illustrated in Appendix D. Wall back cut excavations less than 4 feet in height can be made near vertical. For back cuts greater than 4 feet in height, but less than 15 feet in height, the back cut should be flattened to a gradient of not steeper than 1:1 (horizontal to vertical) slope inclination. For back cuts in excess of 15 feet in height, specific recommendations should be requested from the geotechnical consultant. Soil resistance developed against lateral stmctural movement can be obtained from the passive pressure values in the previous table. Further, for sliding resistance, a friction coefficient of 0.35 may be used at the concrete and soil interface. These values may be increased by one-third when considering loads of short duration including wind or seismic loads. The total resistance may be taken as the sum of the frictional and passive resistances provided the passive portion does not exceed two-thirds of the total resistance. -24- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 166 of 387 4841363-006 5.5 Foundation Design and Earthwork Requirements for Bridge Structures At the time of this report, stmctural plans and exact locations of the three bridges were not available. Our recommendations are based upon the borings and trenches indicated on plate 1 and the Grading Plan prepared by P&D/CTE Engineers dated August 7, 1997. Final plans shall be reviewed by this office to verify our assumptions. Once final plans are completed, additional borings may be necessary for final site design recommendations. 5.5.1 CollegeBridge From our field study and review of the referenced grading plan, it appears that the westem abutment will be underlain by approximately 16 feet of alluvium and the east abutment will be underlain by cut formational materials. With regard to a possible center span support founded in the medium, no subsurface exploration has been performed. Based on the pregrading topography, it appears that this is a cut area. However, it is also probable that fill soils of 2 to 3 feet in depth were placed during the roadway constmction. It is also possible that underground utilities exist at this location. As a result, an additional boring will be necessary in the area of mid-span foundation if this design is selected. For preliminary design purposes, the pile capacities for the westem abutment may be used for the mid-span support foundation. Earthwork Grading and earthwork for the westem abutment should be performed in accordance with the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included as Appendix D. • Site Clearing Prior to grading, areas below and within 5 feet of the westem abutment should be cleared of surface and buried obstmctions. Voids resulting from removal of buried obstmctions which extent below finished site grades should be backfilled with properly compacted fill soils. Asphalt and concrete should not be disposed of below the proposed abutments. • Site Preparation and Removals Due to the relatively loose nature of the near surface onsite soils, we recommend that the alluvium to a depth of 3 feet below existing or proposed grade (whichever is greater) to be removed and recompacted to provide a uniform mat of compacted fill soils below the proposed westem abutment. This removal and recompaction should be performed to a minimum of 10 feet (horizontally) outside the perimeter of the roadway and the abutment, we recommend that the removal be performed to at least 20 feet in the roadway direction. The removal bottom and replaced fill soils should be compacted to a minimum of 95 percent relative compaction (based on ASTM Test Method D1557-91). Even with these recommendations, ongoing differential settlement between the bridge abutment and approach soils (due to -25- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 167 of 387 4841363-006 vibrational loading) may most likely occur and will require ongoing maintenance. All grading should be performed under the testing and observation of a qualified geotechnical consultant. Stmctural Fills The onsite soils are generally suitable for use as compacted fill provided they are free of organic materials, asphalt concrete, and debris. The abutments should be underlain by a minimum depth of 5 feet by soils within an expansion index of less than 51 (UBC 18-I-B). The optimum lift thickness required to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in thickness. Materials greater that 6 inches in maximum dimension should not be utilized in fills. Fill soils should be placed at or above optimum moisture content and compacted to a minimum of 95 percent relative compaction (based on ASTM Test Method D1557-91) below and within the areas specified above in the previous section. Placement and compaction of fill should be performed in accordance with the City of Carlsbad grading ordinances under the observation and testing of a qualified geotechnical consultant. Pile Design We recommend that precast, prestressed concrete piles be used to support the bridge loads. The west abutment of the bridge should derive its support for the piles only. These piles will derive end bearing and friction resistance in the alluvial deposits and underlying Santiago Formation. We recommend a minimum pile depth of 20 feet below the existing ground surface (or a minimum pile tip elevation of 90 feet msl). Based on the soil data obtained during the investigation, we have made preliminary estimates of downward (axial) and lateral capacities for 12 and 14 inch square precast prestressed concrete piles. Our calculations were performed in accordance with U.S. Navy Specifications, 1982. Estimated allowable single pile capacities are presented in Table 4. & 1—1 1. n -26- LEIGHTON AND ASSOCIA TES, INC. March 12, 2019 Item #5 Page 168 of 387 4841363-006 Table 4 Estimated Allowable Single Pile Capacities (College Bridge, West Abutment) Pile Type (inches) Allowable Single Pile Axial Capacity (tons) Allowable Lateral Capacity for 0.5 inch of Displacement(kips) Point of Fixity for Lateral Loads (Feet Below Existing Ground Surface) Design Tip Elevation (Feet) (Mean Sea Level) 12 45 28 12 90 12 70 28 12 85 12 100 28 12 80 14 60 40 13 90 14 95 40 13 85 14 120 40 13 80 NOTES: (1) The above values are for piles spaced greater than 7 pile diameters. Axial and lateral capacity for piles spaced less than 7 pile diameters should be reduced by the capacity reduction provided on Table 5. In no case should the piles be closer than 3 pile diameters (center-to-center). (2) Lateral loads are based on a minimum 28-day (pile) concrete compressive strength of 5,000 psi. Table 5 Pile Group Capacity Reductions Pile Spacing (Center-to-Cenfer) Reduction in Axial and Lateral Capacity (Percent) 7 pile diameters 100 6 pile diameters 95 5 pile diameters 90 4 pile diameters 85 3 pile diameters 75 Recommended allowable single pile vertical loads may be used for dead loads plus frequently occurring live loads and may be increased one-third to resist transient components such as wind or seismic loads. Uplift capacity may be taken as 40 percent of axial capacity. Total and differential settlement of piles or pile groups (with appropriate reductions, if necessary) upon loading may be taken as 0.75 and 0.5 inches, respectively. Pile settlement calculations do not consider pile concrete shortening. -27- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 169 of 387 4841363-006 Piles should be driven in a continuous operation to the required depth. Jetting is not recommended. Predrilling may be accomplished but not within 10 feet of the design tip elevation. In the event heaving should occur, the piles should be redriven. We suggest that the bidding contractors be required to bid on the design pile tip elevations and include add and deduct unit costs for pile lengths longer and shorter than those estimated utilizing the design tip elevations. The actual lengths for payment should then be determined subsequent to the installation of the indicator piles. The vibration associated with pile driving is anticipated to have an adverse affect on adjacent stmctures within 100 to 200 feet. The vibrations will cause differential settlement of the underlying sandy soils and settlement of the adjacent stmctures and improvements. The magnitude of this settlement is based on the proximity to existing stmctures and the type of equipment used to drive piles. Based on the many variables, we recommend that the pile driving contractor evaluate and address the anticipated settlement. It is recommended that the soil engineer review the final foundation plans and specifications to assure that the intent of the recommendations presented in this report have been incorporated into the contract documents. In addition, all pile driving operations should be performed under the observation of the soil engineer. College Bridge, Eastem Abutment For the eastem abutment formation, a deepened footing may be utilized. We recommend that a deepened continuous foot extend a minimum depth of 3 feet below lowest adjacent grade into undisturbed formational materials. We provide the following allowable bearing capacity for spread footings founded into competent formational material Allowable Bearing Capacities - Spread Footings College Bridge-Eastem Abutment Embedment below Lowest Adjacent Grade in Cut Formational Material Allowable Bearing Capacity 36 inches 3,500 psf 48 inches 4,500 psf 60 inches 6,000 psf 72 inches 8,000 psf I I These values may be increased by one-third for loads of short duration such as wind or seismic forces. The above bearing capacity is based on a total and differential settlement of 3/4 and 1/2, respectively across the structure. This footing should be reinforced per the stmctural engineers requirements/recommendation. -28- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 170 of 387 4841363-006 5.5.2 Eastem and Westem Bridge Crossing Main Drainage Course As previously mentioned, dynamic settlement resulting from liquefaction is a distinct possibility in the area of the proposed westem and eastem bridge locations in the main drainage course. If the total and differential settlements provided in Section 2.7.2 Table 1, are acceptable or the risk is considered acceptable to the owner or owner's representatives, we provided herein shallow foundation recommendations for the eastem and westem bridges over the main drainage course. Shallow Foundation Design We recommend that the foundation be designed in accordance with stmctural considerations and design differential settlement of 2 inches in 100 feet horizontally for the westem bridge and 1 inch in 100 feet for the eastem bridge. Continuous footings (ribs or thickened edges) with a minimum width of 18 inches and a minimum depth of 36 inches below adjacent grade may be designed for a maximum allowable bearing pressure of 2,500 pounds per square foot if founded into property compacted fill soils compacted and reinforced as recommended by the project stmctural engineer. The allowable pressure may be increased by one-third when considering loads of short duration such as wind or seismic forces. Earthwork • Site Clearing Prior to grading, areas below and within 5 feet of the abutments should be cleared of surface and buried obstmctions. Voids resulting from removal of buried obstmctions which extent below finished site grades should be backfilled with properly compacted fill soils. Utilities should be properly abandoned in accordance with appropriate local codes. Asphalt and concrete should not be disposed of below the proposed abutments. • Site Preparation and Removals Due to the relatively loose nature of the near surface onsite soils, we recommend that the existing soils to a depth of 5 feet below existing or proposed grade (whichever is greater) be removed and recompacted to provide a uniform mat of compacted fill soils below the proposed abutments. This removal and recompaction should be performed to a minimum of 10 feet (horizontally) outside the perimeter of the abutments. This removal bottom and replaced fill soils should be compacted to a minimum of 95 percent relative compaction (based on ASTM Test Method D1557-91) below the abutments. To help reduce the potential for vertical offset between the roadway and the abutment, we recommend that the removal be performed at least 20 feet in the roadway direction. The removal bottom and replaced fill soils should be compacted to a minimum of 95 percent relative compaction (based on ASTM Test method D1557-91). Even with these recommendations, ongoing differential settlement between the bridge abutment and approach soils (due to vibrational loading) may most likely occur and will -29- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 171 of 387 4841363-006 require ongoing maintenance. All grading should be performed under the testing and observation of a qualified geotechnical consultant Due to the low in-place density of the alluvial soils, special procedures will be necessary in preparing the removal bottom for the placement of fill soils. Upon removal of the upper 5 feet of soil, the removal bottom should be rolled with a roller. Vibration may or may not be helpful depending on the actual conditions encountered. This preparation shall be performed in all areas. Once the removal bottom has been processed, the geotechnical consultant shall evaluate the results prior to placement of fill. To reduce the potential for differential settlement, sand boils, and/or lateral spreading under the footprint of the abutments, we recommend two layers of a geotextile such as AMOCO 2016 or Mirafi HP565 be placed on the removal bottom. If an equivalent material is used, it shall have a greater tensile strength and lower permeability. Once placed, backfill operations may proceed. Caution should be taken such that track-mounted compaction equipment does not damage the geotextile material. Utilities should be planned to be above the uppermost geotextile layer. Stmctural Fills The onsite soils are generally suitable for use as compacted fill provided they are free of organic materials, asphalt concrete, and debris. The abutments should be underlain by a minimum depth of 5 feet by soils within an expansion index of less than 51 (UBC 18-I-B). The optimum lift thickness required to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in thickness. Materials greater that 6 inches in maximum dimension should not be utilized in fills. Fill soils should be placed at or above optimuni moisture content and compacted to a minimum of 95 percent relative compaction (based on ASTM Test Method D1557-91) within 5 feet vertically and 10 feet horizontally of the stmcture. Placement and compaction of fill should be performed in accordance with the local grading ordinances under the observation and testing of a qualified geotechnical consultant. 5.5.3 Deep Foundation Design. Eastem and Westem Bridges If the design differential settlement of 1 inch and 2 inches for the eastem and westem bridges respectively, or the potential damage resulting from liquefaction are considered unacceptable, we provide herein deep foundation design recommendations. & 1— r -30- mcmON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 172 of 387 4841363-006 Earthwork All earthwork shall be performed in accordance with Section 5.5. Pile Design. Westem Bridge We recommend that precast, prestressed concrete piles be used to support the westem bridge loads. The abutments of the bridge should derive their support from the piles only. These piles will derive end bearing and friction resistance in the alluvial deposits and Santiago Formation. We recommend a minimum pile depth of 55 feet below the existing ground surface (or a minimum pile tip elevation of -13 feet msl). As previously noted, the pile depth provided herein are based on. our exploratory borings in close proximity to the proposed westem bridge. Actual pile depth may increase or decrease once the final abutment locations and final grades are determined. Final plans shall be reviewed by this office to verify our assumptions. Based on the soil data obtained during the investigation, we have made preliminary estimates of downward (axial) and lateral capacities for 12 and 14 inch square precast prestressed concrete piles. Our calculations were performed in accordance with U.S. Navy Specifications, 1982. Estimated allowable single pile capacities are presented in Table 6. -31- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 173 of 387 4841363-006 Table 6 Estimated Allowable Single Pile Capiacities (Westem Bridge) Pile Type (inches) Allowable Single Pile Axial Capacity (Tons) Allowable Lateral Capacity for 0.5 inch of Displacement (kips) Point of Fixity for Lateral Loads (Feet Below Existing Ground Surface) Design Tip Elevation (Feet) (Mean Sea Level) 12 28 30 14 -13 12 32 30 14 -18 12 40 30 14 -23 14 38 50 16 -13 14 43 50 16 -18 14 54 50 16 -23 NOTES: (3) The above values are for piles spaced greater than 7 pile diameters. Axial and lateral capacity for piles spaced less than 7 pile diameters should be reduced by the capacity reduction provided on Table 5. In no case should the piles be closer than 3 pile diameters (center-to-center). . (4) Lateral loads are based on a minimum 28-day (pile) concrete compressive strength of 5,000 psi. Pile Design, Eastem Bridge We recommend that precast, prestressed concrete piles be used to support the eastem bridge loads. The abutments of the bridge should derive their support from the piles only. These piles will derive end bearing and friction resistance in the alluvial deposits and Santiago Formation. We recommend a minimum pile depth of 35 feet below the existing ground surface (or a minimum pile tip elevation of 19 feet msl). Actual pile lengths should be determined after a review of final design grades. Based on the soil data obtained during the investigation, we have made preliminary estimates of downward (axial) and lateral capacities for 12 and 14 inch square precast prestressed concrete piles. Our calculations were performed in accordance with U.S. Navy Specifications, 1982. Estimated allowable single pile capacities are presented in Table 7. & [— L LJL -32- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 174 of 387 4841363-006 Table 7 Estimated Allowable Single Pile Capacities (Eastem Bridge) Pile Type (inches) Allowable Single Pile Axial Capacity (tons) Allowable Lateral Capacity for 0.5 inch of Displacement (kips) Point of Fixity for Lateral Loads (Feet Below Existing Ground Surface) Design Tip Elevation (Feet) (Mean Sea Level) 12 25 30 12 19 12 30 30 12 14 12 35 30 12 9 14 34 50 13 19 14 41 50 13 14 14 48 50 13 9 NOTES: (5) The above values are for piles spaced greater than 7 pile diameters. Axial and lateral capacity for piles spaced less than 7 pile diameters should be reduced by the capacity reduction provided on Table 5. In no case should the piles be closer than 3 pile diameters (center-to-center). (6) Lateral loads are based on a minimum 28-day (pile) concrete compressive strength of 5,000 psi. 5.6 Type of Cement for Constmction Representative samples of the soils anticipated to be near finish grade should be obtained and tested for soluble sulfate content upon completion of rough grading in order to determine the type of cement for constmction. However, tests performed on samples from adjacent sites indicated the soil possess a negligible to severe soluble sulfate exposure to concrete. As a result, for preliminary planning purposes concrete in contact with the onsite soils should be designed with Type II or V cement (or equivalent). 5.7 Corrosion Resistance Tests performed on similar soils during previous investigation on an adjacent site indicate that the soils have a mild to high potential for corrosion to buried uncoated metal conduits. A corrosion engineer should be consulted for further evaluation of this potential if buried uncoated metal conduit is utilized. & r- : r 11 -33- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 175 of 387 4841363-006 5.8 Pavement Design Final pavement recommendations should be provided based on R-value testing of roadway subgrade soils as final grades are achieved. For planning purposes, we have assumed the sandy onsite soils will have an R-value of 40. Utilizing assumed traffic indices of T.I. = 5.O., T.I. = 6.0, and T.I. = 7.0, the following structural pavement sections can be assumed for planning purposes. Tables Structural Pavement Design Use ' Assumed Traffic Index Design R-Value Recommended Structural Pavement Design Parking and light auto traffic T.L = 5.0 R = 40 3 inches of asphalt concrete over 4 inches of Caltrans Class 2 base Drive Areas T.L = 6.0 R = 40 4 inches of asphalt concrete over 5 inches of Caltrans Class 2 base Truck areas and fire lanes T.L = 7.0 R = 40 4 inches of asphalt concrete over 7 inches of Caltrans Class 2 base The upper 12 inches of subgrade soils should be scarified, moisture conditioned and compacted to a minimum of 95 percent relative compaction based on ASTM Test Method D1557-91. If fill is required to reach subgrade design grade, fill placement should be performed in accordance with the recommendations presented in Section 4.1. The aggregate base material should be compacted to a minimum of 95 percent relative compaction. Untreated Class 2 aggregate base should meet the requirements of Caltrans specifications. We recommend that the curbs, gutters, sidewalks, and cart paths be designed by the civil engineer or stmctural engineer. We suggest control joints at appropriate intervals as determined by the civil or stmctural engineer be considered. We also suggest a minimum thickness of 4 inches for sidewalk slabs. To minimize cracking of cart paths in non-stmctural golf course areas, we recommend the cart path subgrade be proof rolled the upper 12 inches and compacted to at least 90 percent of the soils maximum dry density. In accordance with City of Carlsbad guidelines, concrete improvements within city right of ways should be underlain by a minimum of 6 inches of Caltrans Class 2 aggregate base. If pavement areas are adjacent to heavily watered landscape areas, we recommend some measures of moisture control be taken to prevent the subgrade soils from becoming saturated. It is recommended that the concrete curbing separating the landscaping area from the pavement extend below the aggregate base to help seal the ends of the sections where heavy landscape watering may have access to the aggregate base and subgrade. Concrete swales should be designed in roadway or parking areas subject to concentrated surface runoff. For loading areas subject to impact loading (i.e., trash trucks, delivery frucks bays, loading docks, etc.), we recommend a minimum 7 inch Portland Cement concrete pavement section. The Portland Cement Concrete (P.C.C.) should be provided with appropriate steel reinforcement and crack- -34- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 176 of 387 4841363-006 control joints as designed by the project structural engineer. We recommend that crack-control joints be spaced no more than 12 feet on center each way. If sawcuts are used, they should be a minimum depth of one-quarter the slab thickness and made within 8 hours of concrete placement. We recommend that sections be as nearly square as possible. A 3,250 psi mix may be utilized. Asphalt Concrete (A.C.), Portland Cement Concrete (P.C.C.) and base materials should conform to and be placed in accordance with the latest revision of the Califomia Department of Transportation Standard Specifications (Caltrans) and American Concrete Institute (ACI) codes. 5.9 Water Features We understand the proposed CMGC will incorporate several lakes/ponds into the design. The location and extent of these features are shown on Plate 1. For preliminary design purposes, we recommend that the ponds be lined with gunite lining having a minimum thickness of 4 inches and be reinforced with a minimum of 6x6-10/10 welded wire mesh. Stmctural considerations may increase the thickness and reinforcement of gunite/concrete. A 2 to 4-inch layer of clean sand (S.E. > 30) should be placed below the gunite to aid in curing. The sand layer should be underlain by a synthetic pond liner (60 to 80 mil) which is underlain by a layer of geofabric such as Mirafi HON or equivalent to protect the liner. A subdrain or sump system should also be constmcted below the lake liner to collect seepage water, to inhibit uplift forces during pond cleaning, and to reduce the potential for infiltration of water into the subsurface soils. Final recommendations can be provided after completion of project plans. We note that the proposed lakes may be in non-stmctural areas where differential fill settlement is anticipated, and, thus additional reinforcement recommendations or deeper removals may be necessary. If settlement of pond areas or in general golf course areas (i.e. non-structural ) cannot be tolerated, we recommend that the pond be treated as a stmctural improvement and the grading performed accordingly. -35- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 177 of 387 4841363-006 6.0 CONSTRUCTION OBSERVATIONS The conclusions and recommendations provided in this report are based on subsurface conditions disclosed by widely spaced exploratory borings, trenches and test pits. The interpolated subsurface conditions should be checked in the field during construction by a representative of Leighton and Associates. We recommend that all cut areas and cut slopes be geologically mapped for the presence of potentially adverse geologic conditions and potential ground water seepage zones by an engineering geologist from Leighton and Associates during grading. All grading operations should be observed by a representative of this firm so that constmction is performed in accordance with the recommendations of this report. Final grading and developmentplans should also be reviewed by this office. -36- LEIGHTON AND ASSOCIATES, INC. March 12, 2019 Item #5 Page 178 of 387 March 12, 2019 Item #5 Page 179 of 387 March 12, 2019 Item #5 Page 180 of 387 March 12, 2019 Item #5 Page 181 of 387 March 12, 2019 Item #5 Page 182 of 387 March 12, 2019 Item #5 Page 183 of 387 March 12, 2019 Item #5 Page 184 of 387 4841363-006 APPENDIX A REFERENCES Abbott, P.L., ed., 1985, On the Manner of Deposition of the Eocene Strata in Northern San Diego County; SanDiego Association of Geologists Fieldtrip Guidebook, April 13,1985. Albee, A.L., and Smith J.L., 1966, Earthquake Characteristics and Fault Activity Southem Califomia in Southem Califomia, Association of Engineering Geologists, Special Publication, dated October 1966. Bodas Engineering, Undated, GradingPlan, Carlsbad Tract No. 85-17, Scale 1"=80'. Bolt, B.A., 1973, Duration of Strong Ground Motion, Proc. Fifth World Conference on Earthquake Engineering, Rom, Paper No. 292, pp. 1304-1313. dated June 1973. Bonilla, M.J., 1970, Surface Faulting and Related Effects, inWiegel, R., Ed., Earthquake Engineering, New Jersey, Prentice-Hall,Inc., pp. 47-74. Califomia Division of Mines and Geology, 1975, Fault Map of Califomia, Scale 1"=750,000'. Eisenberg, L.I., 1983, Pleistocene Terraces and Eocene Geology, Encinitas and Rancho Santa Fe Quadrangles, San Diego County, Califomia, San Diego State University Master's Thesis (unpublished), p. 386. , 1985, Pleistocene Faults and Marine Terraces, Northem San Diego County in Abbott, P.L., Editor, On the Manner of Deposition of the Eocene Strata in Northem San Diego County, San Diego Association of Geologists, Field Trip Guidebook, pp. 86-91. Geotechnics, 1992, Phase 1 Geotechnical Investigation, Carlsbad Ranch, Carlsbad, Califomia, Project No. 0054-0001-00, dated September 25,1992. Greensfelder, R.W., 1974, Maximum Credible Rock Accelerations from Earthquakes in Califomia, Califomia Division of Mines and Geology, Map Sheet 23. Hannan, D.L., 1975, Faulting in the Oceanside, Carlsbad, and Vista Areas, Northem San Diego County, Califomia in Ross, A. and Dowlen, R.J., eds., Studies on the Geology of Camp Pendleton and Westem San Diego County, Califomia, San Diego Association of Geologists Field Trip Guidebook, pp. 56-60. Hart, 1988, Fault-Rupture Hazard Zones in Califomia, Alquist-Priolo Special Studies Zones Act of 1972 with Index to Special Study Zones Maps: Department of Conservation, Division of Mines and Geology, Special Publication42. Hart, E.W., 1992, Fault-Rupture Hazard Zones in California, Alquist-Priolo Special studies Zones Act of 1972 with Index to Special Study Zones Maps: Department of Conversation, Division of Mines and Geology, Special Publication42. A-1 March 12, 2019 Item #5 Page 185 of 387 4841363-006 APPENDIX A (Continued) Hileman, J.A., Allen, C.R., and Nordquist, J.M., 1973, Seismicity of the Southem Califomia Region, 1 January 1932 to 31 December 1972: Califomia Institute of Technology Seismology Laboratory, Pasadena, Califomia. ICG, Inc., 1988, Geotechnical Map and Cross Section A-A', Plates 2 and 3, Job 05-7379-002-00-00, dated January 1988. Intemational Conference of Building Officials (ICBO), 1991, Uniform Building Code. : , 1994, Uniform Building Code, Volume I-Administrative, Fire- and Life-Safety, and Field Inspection Provisions; Volume Il-Stmctural Engineering Design Provisions; and Volume Ill-Material, Testing and Installation Provisions: ICBO. Jennings, C.W., 1975, Fault Map of Califomia: California Division of Mines and Geology, Geologic Map No. 1, Scale 1:750,000. , 1992, Preliminary Fauh Activity Map of Califomia: Califomia Division of Mines and Geology, Open File Report 92-03, Scale 1:750,000. Joyner, W.B., and Boore, D.M., 1982, Prediction of Earthquake Response Spectra, in Proceeding 51" Annual Convention, Structural Engineers Association of Califomia; Also U.S. Geological Survey Open-File Report 81-977, p. 16. Lamar, D.L., Merifield, P.M., and Proctor, R.J., 1973, Earthquake Recurrence Intervals on Major Faults in Southem Califomia, in Moran, D.E., Slosson, J.E., Stone, R.O., and Yelverton, C.A., Eds., 1973, Geology, Seismicity, and Environmental Impact, Association of Engineering Geologists, Special Publication. Leighton and Associates, Inc., 1985, Preliminary Geoteclinical Investigation, Proposed Huntington Palomar Business Park, Carisbad, Califomia, Project No. 4841363-02, dated April 5,1985. , 1987, Preliminary Geotechnical Investigation, Portion of Lot H of Rancho Agua Hedionda, Partition Map No. 823, Northeast Comer of Interstate 5 and Cannon Road, Carlsbad, Califomia,ProjectNo. 8870059-01,datedFebmary 17,1987. 1989a, Preliminary Geotechnical Investigation, Proposed Carltas Rancho Agua Hedionda Regional Shopping Center, Northeast of Interstate 5 and Cannon Road, Carlsbad, Califomia, ProjectNo. 8891551-01,dated September29,1989. 1991, Supplemental Geotechnical Evaluation, Proposed College Business Park, Carlsbad Tract 85-17, Carlsbad, Califomia, Project No. 8841363-04, dated January -16, 1991 revised September 24,1991. 1992, City of Carlsbad Geotechnical Hazards Analysis and Mapping Study, 84 Sheets, dated November, 1992. A-2 March 12, 2019 Item #5 Page 186 of 387 4841363-006 APPENDIX A (Continued) -, 1993, Preliminary Geotechnical Investigation, Units I and II (Lots 1 through 7), Carlsbad Ranch, Phase 1, Carlsbad, Califomia, ProjectNo. 4930489-01, dated July 22,1993. , 1994a, Preliminary Geotechnical Investigation, Carlsbad Ranch Phase II, Carlsbad, Califomia, ProjectNo. 4930489-03, dated March 23,1994. , 1994b, Preliminary Geotechnical Evaluation for Tentative Map Purposes, Carlsbad Ranch, Carisbad, Califomia, ProjectNo. 4930489-04, dated July 5,1994. , In-house unpublished data. Lindvall, S.C., Rockwell, T.K., and Lindvall, C.E., 1990, The Seismic Hazard of San Diego Revised New Evidence for Magnitude 6+ Holocene Earthquake on the Rose Canyon Fault Zone: Proceedings of Fourth U.S. National Conference on Earthquake Engineering, Volume 1, pp.679-688. Moore and Taber, 1987, Report of Geotechnical Services, Carlsbad Tract No. 81-46, Airport Business Center UnitNo. 1, City of Carlsbad, Califomia, Job No. 285-256, dated February 25,1987. Ploessel, M.R., and Slosson, J.E., 1974, Repeatable High Ground Accelerations From Earthquakes - Important Design Criteria, Califomia Geology, V. 27. Reichle, M.S., and Kahle, J.E., 1990, Planning Scenario for a Major Earthquake, San Diego-Tijuana Metropolitan Area: CalifomiaDivision of Mines and Geology, Special Publication 100. Rick Engineering, 1987, Site Development Plan, College Business Park, Carlsbad Tract No. 85-17, Scale 1 "=100', Job No. 8495C, dated May 1, 1985, Revised September 4,1987. , 1985, Site Development Plan, College Business Park, Carlsbad Tract No. 85-17, Scale 1"=100', Job No. 8495C, dated May 1,1985, Revised September 4,1987. San Diego Geotechnical Consultants, Inc., 1987, As-Graded Geotechnical Report, Fill Disposal Site - College Boulevard Extension, Carlsbad, Califomia, Job No. 05-6657-001-00-10, dated May 12,1987. Schnabel, R., and Seed, H.B., 1973, Accelerationis in Rock from Earthquakes in the Westem United States, Bulletin of the SeismologicalSociety of America, V. 63, No. 2, pp. 501-516. Seed, H.B., and Idriss, I.M., 1982, Ground Motions and Soil Liquefaction During Earthquakes, Monogram Series, Earthquake Engineering Research Institute, Berkeley, Califomia. Seed, H.B., and Idriss, I.M., and Kiefer, R.W., 1968, Characteristics of Rock Mofions During Earthquakes, Joumal of Soil Mechanics and Foundations Division, ASCE, V. 95, No. SMS, Proc. Paper 6783, pp. 1199-1218. A-3 March 12, 2019 Item #5 Page 187 of 387 4841363-006 APPENDIX A (Continued) Singh, A., 1970, Shear Strength and Stability of Man-Made Slopes, in Journal of the Soil Mechanics and Foundations Divisions, ASCE, No. SM6,pp. 1879-1892. , 1982, Recent Slope failures, Ancient Landslides and Related Geology of the North-Central Coastal Area, San Diego County, Califomia, Califomia Division of Mines and Geology, Open File Report 82-12, LA. , 1963, Geology and Mineral Resources of San Diego County, Califomia California Division of Mines and Geology, County Report 3, 309p. U.S. Departmentof the Navy, 1969, Civil Engineering, DM-5. , 1982, Foundations and Earth Stmctures, DM 7.2. , 1986, Soil Mechanics, DM 7.1. United States Department of the Interior Geologic Survey, 1968, 7.5-Minute Encinitas Quadrangles, Scale 1:24,000, Photo Revised 1975. Wilson, K.L., 1972, Eocene and Related Geology of a Portion of the San Luis Rey and Encinitas Quadrangles, San Diego, Califomia. Ziony, J.I., and Yerkes, R.F., 1985, Evaluating Earthquake and Surface-Faulting Potential in Ziony, ed., 1985, Evaluating Earthquake Hazards in the Los Angeles Region - An Earth - Science Perspective: U.S. Geological Survey, Professional Paper 1360, pp. 43-91. Date Source Flight No. Photo No. Scale 1978 San Diego County 210-15B 30and31 1"=1000' 4-11-53 USDA AXN-8M 99,100,101 and 102 1"=2000' 1928 San Diego County 30 Dl,D2,ElandE2 1"=1100' A-4 March 12, 2019 Item #5 Page 188 of 387 March 12, 2019 Item #5 Page 189 of 387 Date Project GEOTECHNICAL BORING LOG KEY Drilling Co. _^ Hole Diameter Elevation Top of Hole +/- KEY TO BORING LOG GRAPHICS Drive Weight ft. Ref. or Datum Sheet 1_ Project No. Type of Rig of Drop in. c UJ o x:o) ao fO-J c ID 10- 15- 20- m 01 25 1^ Q. E n tn 03 31 4- c CM-0) U Q Q. w 3» L o Q u GO GEOTECHNICAL DESCRIPTION Logged By Sampled By CL CH 1 hdicate SPT Sample] indicate Cal Sample atesj^-dund waterkevel I time ondriihg OL-OH ML MH CL-ML ML-SM CL-SC SC-SM SW tnoTganicclay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean | Inorganic clay of high plasticity; fat clay Organic clay, silt or silty clay-clayey silt mixtures Inorganic silt; very fme sand; silty or clayey fine sand; clayey silt with low plasticityl Inorganic silt; diatomaceous fme sandy or silty soils; elastic silt Low plasticity clay to silt mixture Sandy silt to silty sand mixture Sandy clay to clayey sand mixture SP SM SC GW GP GM GC Clayey sand to silty sand mixture Well graded sand; gravelly sand, little or no fines Pooriy graded sand; gravelly sand, little or no fines Silty sand; pooriy graded sandnsilt mixture Qayey sand; pooriy graded sand-clay mixture Well graded gravel; gravel-sand mixture, little or no fines Pooriy graded gravel; gravel-sand mixture, little or no fines Silty gravel; gravel-sand-silt mixture Clayey gravel; gravel-«and-day mixture Sandstone Siltstone Claystone Breccia (angular gravel and cobbles or matrix-supported conglomerate) Con^omerate (rounded gravel and cobble, clast-supported) Igneous granitic or granitic type rock Metavolcanic or metamoiphic rock Artificial or man-made fill Asphaltic concrete Portland Cement Concrete !505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 190 of 387 GEOTECHNICAL BORING LOG B-la Date_ 11-17-97 Carlsbad Municipal Golf Course/P & D Development • • • F&C Drilling . Sheet 1 of 2 ProjectNo. 841363-06 Project Drilling Co. • ' ' F&C Drilling . Type of Rig Hollow-Stem Auger Hole Diameter 8 in. Drive Weight 140 pounds Drop 30 in. Elevation Top of Hole +/- 42 ft. Ref. or Datum See Map 0)3 u Z 0) ao (0_l c CO tn 01 E n CO Ql u Q a C a CJ GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 40 35- 10- 30- 15- 25- 20- 15 20- 25— •VI- 1 I 14 Bag-2 @5'-7 I 16 I 14 I 23 I 19 ML QUATERNARY ALLUVIUM rOal) @ 0': Dark brown, moist, stiff, very fine to medium sandy SILT 104.9 20.6 ) 5'-8': Bulk sample, same as above 105.8 102.6 101.5 98.8 19.9 23.1 22.8 25.2 SM/ML > 10': Dark brown, moist to wet, stiff, very fine to medium sandy SILT; mica-rich @ 15': Light brown, moist to wet, stiff, very fme to medium sandy SILT/silty SAND; some coarse grained SAND @ 20': Light brown, moist, stiff, sandy SILT to silty SAND; very fine to coarse grained sand @ 25': Light to dark brown, moist to wet, loose to medium stiff at silty portion, silty fine to medium sand grades to fine to very coarse SAND; some pebbles, iron-oxide staining 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 191 of 387 GEOTECHNICAL BORING LOG B-1a 11-17-97 Date Project Drilling Co. _ Hole Diameter Elevation Top of Hole + /- 42 ft. Carlsbad Municipal Golf Course/P & D Development F&C Drilling Sin. Sheet 2 ProjectNo. Type of Rig of 841363-06 Drive Weight Ref. or Datum 140 pounds HoUow-Steni Auger Drop 30 in. See Map r. 0) Q.O ni-l L CS in (U o OJ Q. (0 tn in-^ CM-OJ u Q Q. c • a cn- GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 30-I 10 35- 5- -5- -10' 40- 45- 50- 33 107.2 21.4 SM/ML @ 30': Light to dark brown, wet, medium dense to very stiff, silty very fine to coarse SAND with SILTSTONE clasts (clasts up to 1" diameter, consists of light gray to orange, moist to wet, very stiff siltstone) I 15 97.8 29.0 I 21 100.7 25.1 10 I 23 11 I 34 ML-CL ML @35': Light brown, wet, loose to medium dense with stiff areas, silty fine to medium SAND to SILT; layers of silt within sand, some iron-oxide staining. > 40': Light brown, moist to wet, very stiff, clayey SILT; some fine SAND, mica-rich, rolls in fingers SANTIAGO FORMATION n<\ @ 44': Brown to orangish tan, wet, very stiff, fine to medium sandy SILTSTONE; iron-oxide staining, some coarse sands, weathered bedrock SM ! 50': Brown to orangish tan, moist, hard, silty fine to medium SANDSTONE; iron-oxide staining, some gypsum 55- -15 Total Depth = 52 Feet Ground Water Encountered at 7 Feet 6 Inches at Time of Drilling Hole Backfilled: 11/17/97 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 192 of 387 GEOTECHNICAL BORING LOG B-2a Date 11-17-97 Project Drilling Co. Carlsbad Municipal Golf Course/P & D Development F&C Drilling Sheet 1 Project No. of 841363-06 Type of Rig Hollow-Stem Auger Hole Diameter 8 in. Drive Weight 140 pounds Drop 30 in. Elevation Top of Hole +1- 54 ft. Ref. or Datum See Map c LU in (U QJ Q. m CL in^ CH-(U u Q a. w 31 C. Q ^ O u .CO tn GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 50 45 40- 15— 35- 30 25 20— 25- 12 Bag-13 @6'-9' 44 I 14 I 28 15 I 21 16 I 33 I 17 • 42 CL 108.2 18.2 1045 18.6 96.3 25.9 108.1 104.8 19.7 205 SM QUATERNARY ALLUVIUM (Oal) @ 0': Dark brown, damp, hard, silty CLAY ) 5': Dark brown, damp, hard, silty CLAY; few very fine SAND, minor organics, rolls in fingers (7'-10') Bulk sample, same as above) ML @ 10': Brown, moist, very stiff, fine to medium sandy SILT; 1/2" diameter pebble ' 15': Light brown to brown, damp to moist, very stiff, fine sandy SILT; 1" diameter rock fragment @ 20': Light brown mottled, damp to moist, hard, fine to medium sandy SILT; few pebbles up to 1/4", mottled black and orange portions TERTIARY SANTIAGO FORMATION (Ts^ @ 25': Light orange to mottled light brown, moist, medium dense to very stiff, medium to coarse sandstone grades to fine to medium sandy SILTSTONE; gypsum, iron oxide, few organics 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 193 of 387 GEOTECHNICAL BORING LOG B-2a 11-17-97 Date Project Drilling Co. Hole Diameter Elevation Top of Hole + /- 54 ft. Carisbad Municipal Golf Course/P & D Development F&C Drilling Sheet 2 Project No. Type of Rig of 841363-06 Sin. Drive Weight Ref. or Datum 140 pounds See Map Hollow-Stem Auger Drop _M. m. c Q3 u in QJ ao +-IO_l o L z CO Q. B to in.^ (U u O Q. O Q CJ CJ GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 30-18 20- 35— 15 40- 10 45- 5- 50— 55- -5- 43 96.6 25.0 ML-CL @ 30': Olive-gray, damp, hard, clayey SILTSTONE; some gypsum, iron-oxide staining Total Depth = 31 Feet Ground Water Encountered at 9 Feet at Time of Drilling Hole Backfilled: 11/17/97 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 194 of 387 GEOTECHNICAL BORING LOG B-3a Carlsbad Municipal Golf Course/P & D Development Sheet 1 of 2 ProjectNo. 841363-06 Date 11-17-97 Project Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger Hole Diameter 8 in. Drive Weight : 140 pounds Drop 30 in. Elevation Top of Hole -i-/- 120' ft. Ref. or Datum See Map c I- Ul 03 u .CD) ao rfl_I C 03 in lU a B m cn 3) in^ CH-(U u Q a C a ^ o o jcn "CJ .cn cn GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 10— 25— Bag-20i @3'-7'l 53/6" 102.8 7.9 20 I 50/3" 93.7 10.6 21 I 65/6" 99.3 18.8 Bag-23 tS15'-19 22 I 50/4" 95.1 11.2 24 I 65/4" 102.4 5.5 ML-MH SM CL SM TOPSOIL (unmapped) @ 0': Dark brown, damp, stiff to very stiff, clayey SILT; organics, clumpy, grass at top SANTIAGO FORMATION (Ts^ @ 3': Light tan, damp, very dense, silty, fine to medium SANDSTONE; moderate cementation @ 10': Light gray to white, damp, very dense, silty, very fine to medium SANDSTONE; less cemented than above, include silt, few biotite crystals 115': Olive-green, dry to damp, hard, clayey SILTSTONE; moderate cementation ) 20': Light tan to gray, damp, very dense, silty, very fine to medium SANDSTONE; iron-oxide staining ) 25': Light tan, damp, very dense, silty, very fine to coarse SANDSTONE with pebbles; pebbles up to 1/3" diameter, some siltstone clasts 505A{11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 195 of 387 GEOTECHNICAL BORING LOG B-3a 11-17-97 Date Project Drilling Co. _ Hole Diameter Elevation Top of Hole -f/- 120' Carisbad Municipal Golf Course/P & D Development F&C Drilling Sheet 2 Project No. Type of Rig of 841363-06 8 in. Drive Weight ft. Ref. or Datum 140 pounds Hollow-Stem Auger Drop 30 in. See Map LU a3 u JZO ao L CD in (U OJ a 10 cn to ^ a. Jl in.^ m u a a j> L Q cn .tn cn GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 30-25 50/4" 98.2 75 SM I 30': Gray, damp, hard, fine sandy SILTSTONE 35- 40- 45- 50— 55- 60- Total Depth = 31 Feet No Ground Water Encountered at Time of Drilling Hole Backfilled: 11/18/97 I 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 196 of 387 I I GEOTECHNICAL BORING LOG B-4a Date 11-17-97 Carlsbad Municipal Golf Course/P & D Development F&C Drilling Sheet 1 of 1 ProjectNo. 841363-06 Project Drilling Co. F&C Drilling ] Type of Rig Hollow-Stem Auger Hole Diameter 8 in. Drive Weight 140 pounds Drop 30 in. Elevation Top of Hole + /- 295 ft. Ref. or Datum See Map c .0^ — in xro) lU ao +• nj_J o c z CD o •z at a E to cn tl. in/^ CM-QJ U Q a \^ L a c in GO _cn oB cn Logged By Sampled By GEOTECHNICAL DESCRIPTION KTS KTS 295 290- 285-10- 280 15— 275 20- 270 25— 30- ML SM/ML TOPSOIL Bag-26 @2'-5' SANTIAGO FORMATION iTs^ @ 1': Olive-gray, damp, hard, fine sandy SILTSTONE; iron-oxide staining 27 I 62/6" 109.1 16.2 28 i 66/6" 110.5 12.5 ML 29 I 63/6" 105.1 15.2 30 I 80/5" 105.4 18.8 ML-MH ) 5': Same as above 110': Orange to gray, damp, very dense/ hard, fine to medium sandy SILTSTONE; include sand from previous, iron-oxide staining @ 15': Orangish olive-gray, damp, hard, SILTSTONE; iron-oxide staining I 20': Orangish olive-gray, damp, hard, clayey SILTSTONE; iron-oxide staining, smears between fingers Total Depth = 21 Feet No Ground Water Encountered at Time of Drilling Hole Backfilled on November 18,1997 I 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 197 of 387 I I GEOTECHNICAL BORING LOG B-5a Carisbad Municipal Golf Course/P & D Development Sheet Project No. of 841363-06 Date 11-17-97 Project DrilUngCo. ; ; F&C Drilling \ Type of Rig Hollow-Stem Auger Hole Diameter 8 in. Drive Weight 140 pounds ' Drop 30 in. Elevation Top of Hole + /- 230 ft. Ref. or Datum See Map a"" Q3 ao ro_j L CD in QJ o a E m tn OO CH-0) U Q a o Q|5 ^ o CJ _(n cn GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS 230 • 0- 225- 220- 10- 215 210- 205- 15- 20- 25- SM/ML SANTIAGO FORMATION (Ts-) @ 0': Reddish light brown, damp, hard, fine sandy SILTSTONE; gypsum veins 31 I 93 I 103.7 175 Bag-32 @7'-10'L 33 • 93 I 114.0 14.1 34 I 87 112.5 9.1 35 91 111.9 9.1 @ 5': Same as above (Bulk sample at 7'-10' ML 110': Orangish tan, damp, hard, SILTSTONE; iron-oxide staining SM/ML 15': Reddish light brown, damp, dense to very dense, silty fine SANDSTONE ! 20': Reddish light brown, damp to moist, dense to very dense, silty fine SANDSTONE Total Depth = 21 Feet No Ground Water Encountered at Time of Drilling Hole Backfilled: 11/18/97 I 505A(11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 198 of 387 LOG OF TRENCH NO. T-IA o Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by: Elevation: +/-270' msl Location: Carlsbad. CA GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to S. Side of College GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Moist. Density (pcf) TOPSOIL o A (a 0-2' Dark brown, moist, loose to medium dense, clayey, silty, fine to coarse sand, common roots and root casts throughout SANTIAGO FORMATION Qal/ Topsoil Ts SM-CL SM 0 2'-8': Light brown to tan, moist, dense to very dense, silty, fine to medium sand, scattered manganese oxide and Iron oxide staining throughout Bulk sample from +/- 3 of Ts T-IA sample #1 bulk r- or > 09 CO o o » (D CO GRAPHIC REPRESENTATION West Face SCALE: 1" = 5' SURFACE SLOPE: 4^ TREND: N March 12, 2019 Item #5 Page 199 of 387 LOG OF TRENCH NO.: T-2A 01 o I > o Project Name: Carlsbad P&D Project Number: 4841363-006 Equi oment: John Deere 710D 4x4 hoe KAB Logged by: El evati on: _!7z2321ji!si Locat1 on: Carlsbad. CA GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to Palomar Oaks Way GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Moi St. Density (pcf) FILL A @ 0-16'6": Artificial Fill Undocumented: Moist, loose to medium dense, slightly clayey, silty, fine to medium sand, visible lifts 8"-2' in thickness, no organics visible. Lifts vary in color from light tan to dark brown TERTIARY SANTIAGO FORMATION Afu SM-ML Ts SM B @ 16'6"-18" o 3 > (0 09 O O a (D 09 Light brown, moist, very dense, slightly clayey, silty, fine to medium sand, manganese oxide and iron oxide staining visible Bulk sample taken of Afu @ 12' T-2A Sample #1 Bulk GRAPHIC REPRESENTATION West Wall• SCALE: 1" = 5' SURFACE SLOPE: 0 TREND: N March 12, 2019 Item #5 Page 200 of 387 LOG OF TRENCH NO.: T-3A Ol o I > o Project Name: Carlsbad P&D Project Number: 4841363-006 Logged bv: KAB Equi pment: John Deere 710D 4x4 hoe Elevation: +/-250' msl Locat1 on: Carlsbad. CA GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: NE Corner of Property GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Moist. Density (pcf) ARTIFICIAL FILL UNDOCUMENTED A @ 0-6': Dark brown to light tan, moist to wet, soft to loose, soft to loose, clayey, silty fine to medium sand to sandy silt, visible lifts 8"-2' thick JURRASIC SANTIAGO PEAK VOLCANICS B 0 6'-7'6": Dark gray, crystal1ne fractured, olivine basalt Afu SM-ML Jsp Basalt o 2r w o o 09 GRAPHIC REPRESENTATION West Wall SCALE: 1" =5' SURFACE SLOPE: 2°W TREND: NS March 12, 2019 Item #5 Page 201 of 387 LOG OF TRENCH NO.: T-4A 01 o > <0 o (•' 3r o 09 O O »• >^ (D 09 Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by: Elevation: Location: Carlsbad. CA +/-222' msl GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: +/-100' East Hidden Valley Rd. COLLUVIUM/TOPSOIL A" (a O'-r Dark brown, moist, loose: slightly clayey, silty fine sand SANTIAGO FORMATION B 0 r-5': Light brown, damp, medium dense to very dense, slightly clayey silty fine to medium sand to sandstone, moderately fractured (random) upper 6"-10" highly weathered GEOLOGIC UNIT Qcol/ Topsoi1 Ts ENGINEERING PROPERTIES USCS SM-ML SM Sample No. Moist. Density (pcf) GRAPHIC REPRESENTATION North Wall SCALE: 1" =5' SURFACE SLOPE: 22°E TREND: EW March 12, 2019 Item #5 Page 202 of 387 LOG OF TRENCH NO.: T-5A Ol o I > o CD (Q* O 3 > 09 09 O o a (D 09 Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by: Elevation: Location: Carlsbad. CA +/-240' msl GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: 200' E. of HVR Cul-de-Sac COLLUVIUM/TOPSOIL A . 0 0-1': Dark brown to brown, moist, loose, porous, clayey, silty, fine to medium sand, calcium carbonate visible as stringers and laths SANTIAGO FORMATION B @ r6': Brown, moist, medium dense, blocky, clayey, fine to medium sand, very clayey, lenses 6"-10" thick visible, calcium carbonate stringers throughout SANTIAGO FORMATION • C (a 6'-8': Light brown, damp, very dense, silty to clayey, fractured, sandstone GEOLOGIC UNIT Qcol/ Topsoi1 Ts Ts ENGINEERING PROPERTIES USCS SM-ML SM-SC SM-SC Sample No. Moist. Density (pcf) GRAPHIC REPRESENTATION East Wall SCALE: 1" = 5' SURFACE SLOPE: 0 TREND: NS 4-M-I I I I MM acol/Top50*il 4-4-MM MM MM MM TOTAL DEPTH AT 8' NO GROUND WATER BACKFILLED: 12/4/97 March 12, 2019 Item #5 Page 203 of 387 LOG OF TRENCH NO.: T-6A Ol o > I CO o Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by:. Elevation: +/-115' msl Location: Carlsbad. CA GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: SW facing slope E. of River GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Moist. Density (pcf) TERTIARY SANTIAGO A 00'-4': Light brown, damp, very dense, silty, fine to medium sandstone, upper 6" slightly to moderately weathered Bulk sample taken 0'-3' Ts SM T-6A Sample #1 Bulk 3- o 3 > 09 09 O o 5' (D 09 GRAPHIC REPRESENTATION West Wall SCALE: 1" = 5' SURFACE SLOPE: 4°SW TREND: NS TOTAL DEPTH AT 4' NO GROUND WATER - BACKFILLED AND WHEELROLLED: 12/4/97 March 12, 2019 Item #5 Page 204 of 387 LOG OF TRENCH NO.: T-7A Ol o I > CO o Project Name: Carlsbad P&D Project Number: 4841363-006 Logged by: KAB Equi pment: John Deere 710D 4x4 hoe Elevat 1 on: +/-lir msl Locati on: Carlsbad. CA GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to S. Side of College GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Moist. Density (pcf) COLLUVIUM/TOPSOIL A @ 0-1': Dark brown, damp to moist, loose, clayey, silty fine sand . TERTIARY SANTIAGO FORMATION B (a l'-6': Light brown, moist, dense to very dense, slightly clayey, silty fine sandstone Qcol/ Topsoi1 Ts SM-ML SM r (D o 3 > 09 0) o o 5' Q 09 GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: TREND: EW MM (Jcol/tcpsoil MM MM MM MM MM TOTAL DEPTH AT 6' NO GROUND WATER BACKFILLED AND WHEELROLLED: 12/4/97 March 12, 2019 Item #5 Page 205 of 387 LOG OF TRENCH NO.: T-8A cn o I > CO o <D IQ' 3- •f O 3 po > 09 09 O o ® 09 Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by:. Elevation: +1-112' msl Locati on: Carlsbad. CA GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: N. of River 400" TERTIARY SANTIAGO SANDSTONE A @ 0-6': Light brown, damp to moist, dense, randomly fractured . sandstone, minor calcium carbonate deposited in fractures GEOLOGIC UNIT Ts ENGINEERING PROPERTIES USCS SM Sample No. Moist. Density (pcf) GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 12° TREND: EW Mil II II TOTAL DEPTH AT 6' NO GROUND WATER BACKFILLED AND WHEELROLLED: 12/4/97 March 12, 2019 Item #5 Page 206 of 387 LOG OF TRENCH NO.: T-9A cn o > CO o Project Name: Carlsbad P&D Project Number: 4841363-006 KAB Equi pment: John Deere 710D 4x4 hoe Logged by:. Elevation:. Locati on: Carlsbad. CA +/-265' msl GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: 75' N. of College Avenue GEOLOGIC UNIT ENGINEERING PROPERTIES USCS Sample No. Mo1St. a) Density (pcf) ALLUVIUM A 0 0-3': Dark brown, moist, soft, very clayey silty sand TERTIARY SANTIAGO FORMATION B (a 3'-7': Orange-brown, damp, very dense, silty to clayey fine sand Bag sample at 0-3' of Qal Qal Ts SM-CL SM-CL T-9A Sample #1 Bulk (Q* 3- o 3 > 09 09 O o 5' (D 09 GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 10°E TREND: EW I II I I II I 4-4-II M II I I II I I I II I TOTAL DEPTH AT 7' NO GROUND WATER BACKFILLED: 12/4/97 March 12, 2019 Item #5 Page 207 of 387 LOG OF TRENCH NO.: TlOA Ol o CO o (5' 3^ o 3 > 01 0) o o 5' (D 09 Project Name: Carlsbad P&D Project Number: 4841363-006 Logged bv: KAB Equi pment: John Deere 710D 4x4 hoe Elevation: +/-110' msl Locati on: Carlsbad. CA GEOLOGIC AHITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to PAR X.College TOPSOIL A 0 0-1': Dark brown, clayey, moist, loose to soft, clayey, silty fine sand QUATERNARY ALLUVIUM B @ r-16': Mixed, dark brown to light brown, damp to moist, loose, friable silty, fine to coarse sand with channeling visible TERTIARY.SANTIAGO FORMATION C @ 16'-18': Light brown damp, dense to very dense, silty, fine to medium sandstone Bulk sample from 3'-8' in Qal GEOLOGIC UNIT Topsoi1 Qal Ts ENGINEERING PROPERTIES USCS SM-ML SW/SM SM Sample No. T-lOA Sample #1 Bulk Moist. {.%) Density (pcf) GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 2°E TREND: EW March 12, 2019 Item #5 Page 208 of 387 HATF 12/IO/.:'4 Psn.iFrT. Hijnt innton/Pa lomar GEOTECHNICAL BORING LOG DRILL HOLE NO. _JJ__ SHEET _i__OF L DRILLING Co__klLill. HOLE DIAMETER—1^1 PROJECT NO. 484i363-o? TYPE OF RiG-t!2i!£U5— ELEVATION TOP OF HOLE DRIVE WEIGHT O-?/'. 37nnv28'-55'. 2600<'/56'-80', 1400.* REF. OR DATUM Mean Sea Level DROP 12 IN. X o Q. O QC 3 I— a. < Ul o 2 o ou_ _; cu cc IXJ •Q_ z u. LU u a a. >-ai • ca in LU - O L_J CO CO - -J - -JOO OID OT—• GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY SJ/HO HQ 5 — 10— 15 — 20 , 25 _ 30' C:r..;dda- tiorial XB:N42''E. I3'ri;j 19°.NW B:N70°W. 7''SW C:N25"W. 8"-:w (D TOPSOIL: SC 111.0 112.7 Medium brown, dry to damp, loose to medium dense, clayey fine sand. SANTIAGO FORMATION: SM Li.qht brownish gray, damp, medium dense, silty fine sand; abundant infilling of fractures 1/16"-1/S", random^ discontinuous, massive, moderately cementec!. 0 7' Staining along bedding, generally horizontal. 8.7 12.0 ML 0 11.5'-16' Continuous infilled fracture. 0 16' Oxidation along bedding, discontinuous, dipping 2°-3'' NW. P 21' Staining along bedding. 0 21.5' Cross-bedding, becomes fine- to medium- grained sand. P 28' Staining on bedding. Gray to light brownish gray, damp to moist, very stiff, silt to very fine sand; massive, some iron oxide staining. .^"'.SA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 209 of 387 DATF 12/10/84 PRQJFCT Huntinqton/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO. B-I DRILLING CO. Larive HOLE DIAMETER—^fil. SHEET _i__0F PROJECT NO. 4841363-02 TYPE OF RIG ^'"dei 45 ELEVATION TOP OF HoLE-l^aii DRIVE WEIGHT O-27', 37OO#/28'-55', 2600iy/56'-80', i4oo# REF. OR DATUM Mean Sea Level DROP 12 IN, UJ I cc to UJ Q 3 ca LU I— Q- < CO CO o 2 O OLl_ _I pa a: LU t- UJ o Q a. >• cc (=5 LU (O LU o sz o C_) co-co -ICO 0=3 GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY SJ/HO HO 30 F:N35°W, vertical 35 40 — 45 50 — F:N70°E, 82''S B:Undu- latory F:N80°W, vertical N82°W, N30°W, N52°W, vertical C:Hori zontal FrNg-W, 47''ME N70°W, ez-sw 14 119.0 15.1 ML/SM 115.2 16.5 55 — 60 -f 0-0 CS:N8°W, 14°SW CD CL F:N86"'E, vertical 105.4 23.7 CH SANTIAGO FORMATION: (continued) Gray to light brownish gray, damp, medium dense, silt to very fine sand. @ 30.5' Becomes silty fine sand. @ 31' Oxidation along bedding, dipping 2°-3''SW. @ 33' Infilled fracture +2' long. @ 36' Local dark brown mottling, 6"-8" across, west side of hole. @ 38' Becomes moist. @ 38.5' Iron staining along bedding, undulating with 4" relief, near horizontal, dipping slightly NE 2''-3"'. 0 40.5' Infilled fracture. 0 44' Highly fractured zone, some slightly filled with clay, some iron stained. Gray to blue-gray, damp, very stiff to hard, silty clay; abundant iron oxide staining. 0 47'-51' Continuous fracture, several subparallel fractures. 0 51' Gray, moist, stiff, clay seam; remolded, ±1" thick. Below clay seam becomes very hard, no staining. 0 55.5'-58' Fracture, nearly continuous, surfaces polished. 0 58' Zone of calcium carbonate nodules, discon- tinuous, slightly softer +1.5" above. 0 59.5' Becomes sparsely fossiliferous to 75'. .inSA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 210 of 387 DATF 12/10/84 PRO.lFr.T Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO. B-I DRILLING CO. larive HOLE DIAMETER- SHFFT 3 OF 3 PROJECT NO. 484i363-02 TYPE OF RiG-MiI.45_ 30" DRIVE WEIGHT O-27'. 3700iii/28'-55'. 2600#/56'-80'. i4oo# ORQP IL ELEVATION TOP OF HOLE REF. OR DATUM Mean sea Level IN. o Hi 1- LU a. UJ Q. O ca Ll_ <—1 a: W E cq LU =3 _l I— D. s: < C/5 CO O 3 O CDU_ . _l CQ CH LU >• LU U ca o->-o: ca LU i- z to LU ; o to^ to - <cri _l - _ICO LOGGED BY . SAMPLED BY GEOTECHNICAL DESCRIPTION SJ/HO ^HO 60- 65 — 70 75 S: approx, NS to N45''W, 2-4°!^/ SW S: approx. NS to N45°E, 2-4°!^/ NW 40/li-ne.5 16.7 CL I N/A 109.8 20.0 SANTIAGO FORMATION: (continued) Gray to blue-gray, damp, very stiff to hard, silty clay. 0 65' Zone of calcium carbonate nodules ±1' thick, discontinuous around hole. 0 68' Softer zone, 1/4" wide, dipping 2°-4"' W/SW, shearing across bedding. Small calcium carbonate nodules along bedding feature. 0 72' Feature similar to that at 68', dipping 2''-4° W/NW. Total Depth = 75' Geologically logged to 73' Seepage at 40" 80 _ 505A(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 211 of 387 DATF 12/10/84 Ppn.iFPT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO. B-2 DRILLING Co_kiIi^ HOLE DIAMETER- SHEET_J OF ^ PROJECT NO. ^841363-02 TYPE OF RIG 30" ELEVATION TOP OF HOLE- REF. OR DATUM Mean sea Level DRIVE WEIGHT O-27'. 3700^/28'-SS'. 260o#/56'-80'. uooi? DRQP " 12" IN, a. o a: IS) to LU Q 3 oq LU 3 _i I— D- < co o s o ou_ _i ca cc LU DL. LU LJ ca o. > cc ca to LU — H o z £Z O t_) to^ to -«-ri -loo oz 00^ GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY HO 5 — 10 — C:Grada tional C: Grada- tional F:N60°E. vertical C: Hori- zontal FiNlB-E, vertical F:N48°E. vertical F:N75°W, vertical F:N75°E. vertical Nes-w, 18°.SW NIO-W. 47°NE 15 — 20 — 25 — B:E-W, 25°N B: Hori- zontal 1 Hori- zontal Undu- lating N7°W. i/ertical 30 0 TOPSOIL/COLLUVIUM: CL/CH Medium to dark brown, damp to moist, stiff, sandy clav: abundant roots and rootlets. CL ML CL I 121.0 13.8 ML I 118.8 6.7 CL SANTIAGO FORMATION: Olive to green-gray, damp to moist, very stiff, silty clay; blocky, very fractured in random directions. Light greenish-gray, damp to moist, medium dense, silty fine sand; massive, moderately cemented. 0 4' Becomes qravish white to white. 0 5' Fracture infilled with dark minerals. Pink color in sand +2" above contact. Olive, damp to moist, stiff, silty clay; randomly oriented, parting, polished surfaces. Contact dip- ping 2°-4°NW. Highly fractured, very well develop- ed fractures with small amount of clay infilling. 0 8' Becomes highly fractured, all surfaces polished, one moderately well developed fracture, all else are parting surfaces very well developed, large, purple stained. Light gray, damp, medium dense, silty fine sand. 0 12.5'-14.5' Becomes friable. / 0 17' Dark mineral concentration along bedding, discontinuous, dipping 8°N. Becomes fine- to medium-grained sand. 0 20' Faint bedding, coarse-grained layer, stained, with small clay grains. 0 22' Clay rip-ups, 2" diameter, staining along bedding, some dark minerals along bedding. 0 22.5' Becomes fine-grained sand. 0 23' Dark mineral concentration, discontinuous, west side of hole, dipping 26°W. Green, damp to moist, very stiff to hard, clay; iron oxide staining along contact. SOSA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 212 of 387 DflTF 12/10/84 PRQJFCT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO. B-2 DRILLING CO. Larive HOLE DIAMETER SHFFT 2 OF 2 PROJECT NO. 484i363-02 TYPE OF RiG-Mii_45_ DRIVE WEIGHT O-27'. 37oo#/28'-55'. 2600#/56'-80'. i40o^ DROP IL ELEVATION TOP OF HoLE-lZil± REF. OR DATUM Mean sea Level IN, CL LU I ca ' X IS Q- O CC iS3 LU Q ZD UJ ca UJ t— OL < CO to o X o OLJ-_l PQ CC LU o_ LU <_) ca Q. > cc ca B-5 LU a: t- z to LU — H o z ZZ O t_> to. to <co _l -<_><_> -ICO GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY HO .HO 30- 35 — 12 122.3 6.7 CL SANTIAGO FORMATION: (continued) >r Green, damp to moist, very stiff to hard, clay. Total Depth = 31,5' Geologically logged to 30' No ground water encountered at time of drilling .';05A(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 213 of 387 DflTF 12/11/84 PRfi.lFr.T Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO; B-3 DRILLING CO, "-arive HOLE DIAMETER—521 SHEETJ 0F__i_ PROJECT NO. ^B^"63-02 TYPE OF RrG-MiL£5— ELEVATION TOP OF HOLE 19S' DRIVE WEIGHT 0-27', 37oo#/28'-55', 2600#/56'-80', 1400# Q^op REF. OR DATUM Mean Sea Level 12 IN. X h-o. LU ca X 13 CL o cc cs to LU o 3 <3: CQ UJ :=> _i I— D. < CO CO o 3: o OU-_l PQ CC LU CL. ITY LU CO - CO z u_ cc •> <oo CO z u_ 3 1-_J - LU U ca Q- ^- z CO LU -loo 0 z >• sz 0 0=) ca t_3 GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY SJ/HO _H0 -r^y 5 — 10 — it 15 C: Grada- tional :Grada- tional F:N46''E. vertical E-W. 34°S CS:N12°E, 30°NW N2"'E, ifertical F:N49°W, i^ertical F:N16°E, (vertical N4''E, i/ertical :N22''E. vertical 3:approx E-W,35 40° S TOPSOIL: CL Medium brown, damp to moist, stiff sandy clay; abundant rootlets in upper 6". CL CL I 119.3 20 I 8/10" 122.2 25 _ 30 F:N66''E, SS'NW F:N76''E, near ver- tical CH 13.9 SC 14.0 ML COLLUVIUM: i Medium to olive-brown, damp to moist, stiff, sandy clay; scattered rootlets. SANTIAGO FORMATION: Medium red-brown, damp to moist, stiff, clay; mottled appearance. 0 5' becomes blocky, fractures randomly oriented, l/2"-2" blocks, parting surfaces, waxy appearance. 0 6.5' Fractures with rootlets. 0 8.5' Clay seam, ±l/4"-l/2" thick, green, moist, medium stiff, clay; red staining ±6" above, 4" below slightly remolded, nearly continuous. 0 9' Becomes sandy. 0 12' Becomes silty. 0 14.5' Some shearing along bedding. Gray, damp to moist, medium dense, fine sand. 0 16'-17.5' Continuous parallel banding, gray-brown, dipping 37°S. 0 18' Dark mineral concentration along bedding, dipping westerly. 0 20' Iron oxide staining along bedding, 1°-2''NW. 0 23' Abundant staining. 0 25'-28' Fracture, very well developed off-set sand against very fine sandy silt, below fracture highly stained. 0 28' Remolded clay seam, ±l/16"-l/4" thick, brown, moist, medium stiff, clay. Below fracture: Gray, damp to moist, medium stiff, very fine sandy silt; highly stained. .';oSA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 214 of 387 DATE. 12/10/84 PpoJErT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE No. ^'^ DRILLING CO^ ti!2!^£- SHEET OF PROJECT NO. 484i363-02 TYPE OF RIG HOLE DIAMETER 22! DRIVE WEIGHT O-27'. 3700iif/28'-55', 26oo#/56'-80', i400# ppQp ^ i2_ IN , ELEVATION TOP OF HoLE-i^ REF. OR DATUM Mean sea Level X I-X ID a. O cc tJD a I- LU ca LU =) _l I— a. s: < CO CO o 2 o OLl- • _l CQ CC LU >- UJ o ca a. >-cc ca 6-« UJ cc •> =J t- h- Z to LU — I-o z O CJ to^ to - _J - -ICO o::3 CO— GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY SJ/HO HO 30" 15 119.0 14.7 ML SANTIAGO FORMATION: (continued) ;N85°E, 50°S 35- 40- 45 — 50 — SC I CS:N60''W, 49°SW 16 103.0 7.4 CH 5 B 8 112.8 8.2 Gray, damp to moist, medium stiff, very fine sandy silt; highly stained. Brown to gray, damp to moist, medium dense, fine sand massive, iron oxide staining. 0 33' Becomes reddish yellow. 0 36' Becomes pink and reddish yellow. 0 40' Dark mineral swirls. 0 47'-52' Clay seams, slightly remolded, l/16"-l/4" thick. 55 — Total Depth = 53' Geologically logged to 52' No ground water encountered at time of drilling .=;osA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 215 of 387 I I I I I I i I I I I I I I I I I ll I DATE I2/I3/B4 pRn.iFfT Huntinoton/Palomar GEOTECHNICAL BORING LOG DRILL HOLE Nd. B-4 SHFFT 1 OF 2 DRILLING CO.—Larive HOLE DIAMETER—2Q1. PROJECT NO. 4841363-O2 TYPE OF RIG ELEVATION TOP OF HOLE—^72'± DRIVE WEIGHT 0-27'. 3700#/28'-55'. 2600ii'/56'-80'. i4oo# ORQP REF. OR DATUM —Mean sea Level 12 IN, X 13 CL O <_l cc to W E to Ul a LU CQ UJ 3 -I t— O. s: < CO t-to o 3 O OU--I ca cc LU lU (J ca >-cc ca 6^ LU CC V 3 l-(- Z to LU — l-O zz o t_> CO. CO -<oo -I -t_>c_> -JCO o: CO—' GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY HO HO C:Grada tional 0. F:N30"'E, 69''SE 10 _ N40°W. vertical F:20°W, near ver- tical 15 — ":N4''W, 85»SW 20 — 25 — 30 F:E-w, vertical -:N40°E. i/ertical I 125.0 12.2 I 122.2 13.7 CL CL ML ML TOPSOIL: i Oark to medium brown, dry to damp, medium stiff, silty clay; some rootlets, calcium carbonate blebs. SANTIAGO FORMATION: Olive-brown to medium red-brown, damp to moist, stiff silty clay; completely mixed with calcium carbonate, highly fractured, crumbly to blocky, blocks l/2"-2". 0 6' Loose calcium carbonate. 0 7' Becomes stiffer, less crumbly. @ 9' Fracture, very well developed with several subparallel fractures, becomes siltier. Becomes medium red-brown and gray, damp, very dense, very fine sandy silt; massive, some iron oxide staining. Light brown to light gray, damp, medium dense, silty fine sand. 0 13' Manganese stained fracture. 0 15' Heavy pink and iron oxide mottling, no apparent bedding. 0 18.5' Becomes siltier, harder. 0 21' Manganese stained fracture. 0 24' Becomes medium-grained sand. 0 25'-26' Completely stained layer, golden color, bottom dip 2°-3° to W. .'iOSA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 216 of 387 DATE izmm PRO.lFrT Huntington/Palomar DRILLING CO. GEOTECHNICAL BORING LOG DRILL HOLE NO. B-4 Larive HOLE DIAMETER— SHFFT 2 OF 2 PROJECT NO. ^84i363-o2 TYPE OF RIG ELEVATION TOP OF HOLE 1^^'- REF. OR DATUM Mean sea Level DRIVE WEIGHT °-^7', 3700#/28'-55', 26oo#/56'-80', i40o# ^^^^ i-2 IN, X I- LU ca u I t3 Q. o <—J cc CO W E to UJ Q UJ CQ LU 3 -I h- O. s: < CO 1-co o jSITY UJ cc <• 2 O jSITY 3 1-OU-_J CQ DC lU o ca QL 1- Z to LU — h- LU O 2 zz o C_) Q_ >-cc ca O 2 zz o C_) CO. CO <oo -I -t_>t_} -JCO CO- LOGGED BY . SAMPLED BY GEOTECHNICAL DESCRIPTION HO HO 30-I 11 118.1 10.5 SANTIAGO FORMATION: (continued) ML Light brown to light gray, damp, medium dense, silty fine sand. 35 — Total Depth = 33.5' Geologically logged to 33' No ground water encountered at time of drilling 50SA(ll/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 217 of 387 DATF 12/12/84 PROJFrT Huntinqton/Palomar GEOTECHNICAL BORING LOG DRILL HOLE NO. B-5'~ SHEET_J-_OF L DRILLING CO. Larive HOLE DIAMETER—22!L PROJECT NO. ^841363-O2 TYPE OF RIG ELEVATION TOP OF HoLE-Hili DRIVE WEIGHT 3700)ii to 28'/26oo# to 55' REF. OR DATUM Mean Sea Level DROP 12 X t UJ LJJ ca X 13 a. o cc cs CO LU Q O z: UJ m LU I— Q. < CO o 2 O OU--J CQ OC UJ to z u- lU (J ca a. > cc ca LU OC -31- h- Z CO LU — h-o z o <_J CO. CO <oo _J • t_i<_) -ICO o= C/O^ GEOTECHNICAL DESCRIPTION LOGGED BY . SAMPLED BY RLW HO/RLW 5 — 10 — C:Undu lating 8:N61''E, 34°SE C:N70°E, S'SE B:N38°E, IS^SE B:N81°E, 29''SE C:N29°E, IS-SE Ne'E, 86<'SE 8:N76°W, 22°SW 3:N29°E, 21''SE 15 — 3:N44"'E, ig'SE 20 25 — 6 . . 30 , © CL SM ML SM I 108.9 20.7 I 113.0 16.0 TOPSOIL: Mottled brown, gray and yellowish brown, damp, medium stiff, fine sandy clay; abundant rootlets, desicca- ted cracks with openings to 1/2" SANTIAGO FORMATION: Yellow-brown to gray mottled golden brown, damp to moist, silty fine sand; some calcium carbonate nodules, minor root development, scattered gypsum crystallization, minor manganese staining. Gray mottled golden brown, moist, stiff, fine sandy silt; gypsum crystallization developing along con- tact with underlying silty sand unit. Gray to light brown.mottled light golden brown, moist, medium dense, very silty fine sand; iron oxide stained joints, gypsum frequently developed along bedding surfaces, minor randomly oriented iron oxide stained closed structures. 0 13.5' Becomes more massive with less frequent bedding surfaces. 0 22.8' 6" diameter concretionary nodule. 0 25' 8" diameter concretionary nodule. 0 26' 2" diameter pod of uncemented calcium carbonate. 0 27' Discontinuous +1' thick concretionary nodule zone. .iOSA(il/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 218 of 387 DATF 12/13/84 PROJFr.T Huntinoton/Palomar GEOTECHNKAL BORING LOG DRILL HOLE NO. • B-5 SHEET_2 OF 2_ DRILLING CO. Larive HOLE DIAMETER—30" PROJECT NO. 484i363-02 TYPE OF RIG DRIVE WEIGHT 37001? to 28'/26oo# to 55' ELEVATION TOP OF HOLE. ii'6'± REF. OR DATUM Mean sea Level DROP -J2-IN, X o Q. O CC cs UJ Q UJ CQ UJ Z) -I I— OL < CO >-CO o 3: o OU-_l OQ OC LU D_ CO z IxJ U ca a. >-cc ca LU cc » =3 H H z CO LU >- t-o z zz o t_> CO CO <C/0 -loo 0=3 OOw GEOTECHNICAL DESCRIPTION LOGGED BY _ SAMPLED BY RLW HO/RLW 30- 14 113.3 16.7 SANTIAGO FORMATION: (continued) 35 _ CS:N28''E. 5°NW 40 _ ::Grada- tional 45 50 — SM CL Gray to light brown mottled light golden brown, moist, medium dense, very silty fine sand. 0 33' 0.7' thick layer of wet soil, appears to be perched on underlaying clay seam. 0 33.7' ±1" thick silty clay seam, laminated. 0 36.2' 4" diameter concretionary nodule. 16 115.0 16.7 SM 0 40' 4" diameter concretionary nodule. Light brown to gray mottled light golden brown, dense, wet, silty sand; massive, no apparent bed- ding surfaces. • 20/9" 122.3 7.1 0 47.2' Continuous r-1.5' thick concretionary nodule zone. 55 Total Depth =53' Geologically logged to 51' Ground water seepage at 37.5' No caving 60 SOSAC11/77) LEIGHTON & ASSOCIATES March 12, 2019 Item #5 Page 219 of 387 Date 12/12/84 Proj ect Huntinqton/Palomar GEOTECHNIGAL BORING LOG Drill Hole No. B-6 Sheet 1 of 1 • Job No, 4R41363-02 Drilling Co. Morrison Hole Diameter 6" Drive Weight Jype of Rig B-53 HoUow Stem Auger 30 140 lbs. Drop in. Elevation Top of Hole 106'± Ref. or Datum Mean Sea Level u I in 4) 3 •H +J < O to (0 O * O o u. rH ca u 4) Ol Q Ol Q 3 +J V) 4) •H +J (A W rt u u . r-l C/J •H O 3 00 Logged by Sampled by GEOTECHNICAL DESCRIPTION RLW RLW 5- 1-C- 15 20. 25 - 30 ALLUVIUM: SM SC (Dil 28 99.2 16.5 SM/ SC I 21 19 105.2 13.9 (D SM I 31 19 41 41 3is.ti rbed 5 I 79 99.7 17.0 Medium brown, moist, medium dense to dense, silty fine sand; scattered gravel size sandstone clasts. Dark brown, moist, medium dense, clayey fine sand Medium brown, moist, medium dense, silty to clayey sand. Light brown, wet, dense, slightly silty Light gray-brown, moist, medium dense, silty sand. @ 16' Gravel-size clasts, 1.5' thick. SANTIAGO FORMATION: SM 104.5 7.1 Light golden brown, damp to moist, medium dense, silty fine-grained sand. Total Depth =30' No ground wate^ encountered at time nf . drilling Backfilled 12/12/84 March 12, 2019 Item #5 Page 220 of 387 Date 12/12/84 Project Huntington/Palomar GEOTECHNIGAL BORING LOG Drill Hole No. B-7 Job No, Sheet 1 of 1 4841363-02 Drilling Co. Morrison Hole Diameter 6" Drive Weight Type of Rig B-53 Hollow Stem Auger 30 140 lbs Drop in. Elevation Top of Hole 95'± Ref. or Datum Mean Sea Level 4-> 4-> Q< o rt M3 u I VI 4> 3 3 -I H a. CO in o > o o u. CO u 4) a, +J •H in C <« 4) O a o. u a 4) VI • 3 4J +J C W 4) i g in ^ w • rt W3 r-( • u u rH C/1 •H • O 3 Logged by Sampled by GEOTECHNICAL DESCRIPTION RLW . RLW 5 - 10 — 15 20 - 25 30 ALLUVIUM: SM ®l| 24 IN/A (D I 31 36 I 41 28 51 30 94.8 12.8 96.6 9.7 ML 100.7 11.5 Medium brown, damp to moist, medium dense, clayey silty.sand Gray-brown, damp, very stiff, fine sandy silt. 91.5 10.9 SM SM SANTIAGO FORMATION: Medium brown, damp, medium dense, 93.4 9.8 siltv sand: slightly vfe^tMred^ Light golden brown, damp, medium dense silty sand. Total Depth =25' No ground water encountered at time of drilling No caving Backfilled 12/12/84 March 12, 2019 Item #5 Page 221 of 387 Date 1P/12/R4 Proj ect Huntington/Palomar GEOTECHNIGAL BORING LOG Drill Hole No. B-8 Sheet 1 of 1 ^ Job No. . 4841363-02 Drilling Co. Morrison Type of Rig B-53 Hollow Stem Auger 140 lbs. Drop 30 in. Hole Diameter 6" Drive Weight Elevation Top of Hole 78'+ Ref. or Datum Mean Sea Level ft, 4) O 4) u cu o rt >J u o I in 4) 3 +J •H +J < O z 4> Ji 4> 3 -H 4-) M O » O o u. rH CQ U 4) 0) u u a 4-) (A tn in • rt w rH • u u rH C/3 •H • O 3 tn ^ GEOTECHNICAL DESCRIPTION Logged by RLW Sampled by RLW 5- 10- 15 - 20- 25- 30 ALLUVIUM: SM GL/ SC 0 I 1 I 14 108.E 19.1 I 32 Dist irbed SW/ SM si 19 Disturbed 0 SM I 4 19 106;7 18.5 Light brown, moist, sand. medium dense, silty Very dark brown, very moist, stiff, fine sandy clay to loose, clayey fine sand. @ 9' Becomes clayey sand. @ 9'-10' Lense of gravel-siize clasts to 1" in diameter. Light brown, damp, medium dense, slightly silty sand. @ 16' Becomes wet. Brown, wet, loose, silty sand. SM I 70 110.8 17.4 SANTIAGO FORMATION: Light brown to brown, wet to saturated, dense, silty sand. Total Depth =30' Ground water measured 12/13/84 7:30 a.m. at a depth of 18' No caving i Backfilled 12/12/84 March 12, 2019 Item #5 Page 222 of 387 Date 12/13/84 Proj ect Huntington/Palomar GEOTECHNICAL BORING LOG Drill Hole No. B-9 Job No, Sheet 1 of 1 4841363-02 Dri11ing Co. Morrison Hole Diameter 6" Drive Weight Jype of Rig B-53 Hollow Stem Auger 30 140 lbs. Drop in. Elevation Top of Hole 104'± Ref. or Datum Mean Sea Level ft< 4> 4> 0) 2 U. ^3 u C5 I tn 4> 3 •ri o z 4) Xi 4> 3 rH 4-> tn o » o o u. ca •H tn C «« 4) U a o. a 4) tn 4) •H 4J s § u in in rt V) rH • u u rH CO •H O 3 to Logged by Sampled by RLW GEOTECHNICAL DESCRIPTION RLW 5- 10- 15- 20- 25- ALLUVIUM: SM Medium brown, moist, medium dense to dense, clayey silty sand. I 21 I 30 26 97:£ 5.5 SANTIAGO FORMATION: SM Light brown to medium brown, medium dense, silty sand. moist. 102.e 25.0 104.3 15.5 @ 17' Becomes wet. @ 19' Becomes slightly silty sand. Total Depth =21' No ground water encountered at time of drilling No caving Backfilled on 12/13/84 March 12, 2019 Item #5 Page 223 of 387 Date 12/13/84 Proj ect Huntington/Palomar GEOTECHNICAL BORING LOG Drill Hole No. B-10 Sheet 1 of 1 Job No, 4841343-02 Drilling Co. Morrison Hole Diameter 6" Drive Weight Jype of Rig B-53 Hollow Stem Auger 30 140 lbs. Drop m. Elevation Top of Hole 108'± Ref. or Datum ^ean Sea Level JS (X, O 4) 4> u •H J: ao iH C3 I in 4> •d 3 •H +J 4-1 < O z 4> pO 4) 3 *-i CO tn o * o o u. rH ca u 4) a. •H in C <« u u a (X >» vi a 4> b • 3 4J tn 4> •H +J i § tn m rt CO rH • U U • rH to •H O 3 CO Logged by Sampled by GEOTECHNICAL DESCRIPTION RLW RLW 5 - 10- 15 - 20 - 25 - 30 • • * I 28 I 2 I 27 3 I 23 I 24 ALLUVIUM: SC SM 102.7 9.2 117.8 12.2 102.3 9.3 106 2 16.0 SM/ SC Dark brown, moist, medium dense, clayey sand. Light brown to brown, nioist, medium dense, silty sand; slightly clayey, cal cium carbonate stringers. Dark brown, moist, medium dense, silty to clayey sand. @ 10'-11' Tighter drilling. SANTIAGO FORMATION: SM Light brown, damp to moist, medium dense, silty sand. @ ±20' Becomes very moist Total Depth = 26' No ground water encountered at time of drilling No caving Backfilled 12/13/84 March 12, 2019 Item #5 Page 224 of 387 I I I I I I I I I I i I I I I 1 I I I Date,,, 1P/1.V84 GEOTECHNICAL BORING LOG Drill Hole No. B-ll Sheet 1 of 1 Project Huntington/Palomar Job No, 4841363-02 Drilling Co. Morrison Hole Diameter 6" Elevation Top of Hole _Drive Weight 120'± Type of Rig B-53 Hollow Stem Auger 30 140 lbs. JDrop in. Ref. or Datum Mean Sea Level JS +j +j PL, 4) O 4) 5- 10' 15 20 u I in 4) 3 u •H 4-> +J < O Ji 4) 3 -t CO ® - tn ,o s o O Ch rH ca u 4> a, 1 I 13 +j •H tn C MH 4) U O ft, u 94.C I 20 3 liL 111.7 98.9 4} +J c in 4) •H +J 5 § 11.6 10.9 13.9 in in rt CO rH • U U • rH CO •H 0 O 3 CO SC SM SM Logged by Sampled by RLW GEOTECHNICAL DESCRIPTION RLW ALLUVIUM: Dark brown, moist, loose, silty clayey sand. . . Dark brown to brown, moist, loose, silty sand; slightly clayey. SANTIAGO FORMATION: Light brown, moist, sand. medium dense, silty Total Depth =15' No ground water encountered at time of drilling No caving Backfilled 12/13/84 March 12, 2019 Item #5 Page 225 of 387 Date 12/13/84 Project Huntington/Palomar GEOTECHNIGAL BORING LOG Drill Hole No. B-12 Sheet 1 of 1 Job No, 4841363-02 Drilling Co. Morrison Hole Diameter 6" Drive Weight Type of Rig B-53 Hollow Stem Auger 30 140 lbs Drop m. Elevation Top of Hole 125'± Ref, or Datum Mean Sea Level Ji 4-> 4) (U 4) Q U. O •H Ji bo u CJ5 I in 4) 3 •H o z 4) ^ 4) 3 to 4-> in o » o o u. CQ 4-> •H tn C MH 4) U Q 0< U a tn 4> •H +J I g tn in rt CO rH • u u rH to •H O 3 CO GEOTECHNICAL DESCRIPTION Logged by RLW Sampled by RLW 5 - 10' 15 20 - 0 I 1 I 14 I 24 17 ALLUVIUM: SM 102.9 8.3 Dark brown to brown, moist, loose, silty sand; slightly clayey. @ 4' Becomes dense silty sand. 110.0 96.3 SANTIAGO FORMATION: 11.7 SM 11.6 Light brown, moist, loose to medium dense silty sand. Total Depth =15' . No ground water encountered a time of drilling No caving Backfilled 12/13/84 March 12, 2019 Item #5 Page 226 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-13 Sheet 1 of 2 Project Huntington/Carlsbad Project No. 8841363-04 Drilling Co. Hole Diameter GeoDrill 8 in. Drive Weight • Type of Rig Hollow Stem Auger 140 lbs. Drop 30 in. Elevation Top of Hole 169'± Ref. or Datum Mean Sea Level 01 CL O i. to m Cl 3 •r— 4-> XI 0) 3 r— E 4J 5^ ca •I— tn-c «f-0) u a Q. i. 3 4J +J C Vt <U •r- 4J O C s: o o in tn Id in •f—. t/) Logged by Sampled by GEOTECHNICAL DESCRIPIION JB JB 5- 10. 15- 20- 25- 30. G) H 1 123 I 2 118 3 131 4 I 23 124 SM 113,4 12.0 114.4 11.6 110.7 16.0 112.8 14.2 ML 111.8 15.4 SC ARTIFICIAL FILL: Light brown, damp, medium dense, fine- to medium-grained sand @ 5' Light brown-gray to gray, moist, medium dense, silty, fine- to medium- grained sand @ 10' Same as above @ 15' Brown-gray to off-white, very moist, medium dense, silty, fine- to medium-grained saind; trace of clayey silt @ 20' Light brown to gray, moist, medium dense, very silty, fine- to medium-grained sand; contains small chunks of clayey silt- ;stone;, moderate organic odor present (9 25' Medium gray-brown, moist, medium dense, clayey, fine- to medium- grained sand; strong organic odor present Leighton and Associates, Inc. March 12, 2019 Item #5 Page 227 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-13 Sheet 2 of 2 Project Huntington/Carlsbad Project No. 8841363-04 Drilling Co. Hole Diameter GeoDrill 8 in. Drive Weight Type of Rig Hollow Stem Auger 140 lbs. Drop 30 in. Elevation Top of Hole 169'± Ref. or Datum Mean Sea Level (U sz cn o. o I- . cs tn tu 3 4-> lU 3 r— \- Q. E R3 in c M-(U u O CL t- 3 CO (U •I- +J o c s: o o Logged by Sampled by GEOTECHNICAL DESCRIPIION JB JB 30' 35- 40- 45- 50- 55- 60. 35/ 50 for 120.6 2" 17.4 ML SANTIAGO FORMATION: Medium brown to gray-brown, moist, sandy siltstone; moderately well- indurated hard, Total Depth = 31 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and Associates, Inc. March 12, 2019 Item #5 Page 228 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-14 Sheet 1 of 2 Project Huntington/Carlsbad Project No. 8841363-04 Drilling Co. GeoDri11 Hole Diameter 8 in. Drive Weight Type of Rig Hollow Stem Auger 140 lbs. Drop 30 in. Elevation Top of Hole 164'± Ref. or Datum Mean Sea Level 0} JZ cn o. o i- CD -a 4-> < a> .a (u 3 I— 4J tn« o 0) u 3 4-> in a> •r- +J o c in in 10 u Ui Logged by Sampled by GEOTECHNICAL DESCRIPIION JB JB 5- 10- 15- '.•./.'/..•rrr 20 —;-Vv.;,?r! 25- 30. SM I 26 115.1 13.6 I 18 111.8 12.7 3 138 116.9 14.2 I 28 118.1 14.1 SC. |32 112.2 15.2 ARTIFICIAL FILL: Dark brown, damp to moist, medium dense, fine- to medium-grained sand @ 5' Dark brown-gray to light brown- gray, moist, medium dense, silty, fine- to medium-grained sand @ 10' Light gray, moist, medium dense, silty, fine- to medium-grained sand @ 15' As above; increase in density @ 20' Mediurn brown-gray, moist, mediurn dense, clayey, fine- to medium- grained sand; organic odor detectable @ 25' Dark to light gray, moist, medium dense, clayey, fine- to medium- grained sand; micaceous; organic odor detectable Leighton and Associates, Inc. March 12, 2019 Item #5 Page 229 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG brill Hole No. P-14 Sheet 2 of 2 Project Hunti ngton/Carlsbad Project No. 8841363-04 Drilling Co. Hole Diameter GeoDrill 8 in. Drive Weight Type of Rig Hollow Stem Auger 140 lbs. Drop 30 in. Elevation Top of Hole 164'± Ref. or Datum Mean Sea Level Q.<U JS Oi a. o la _i L. C9 m •o 3 OJ .a <u 3 I— t- a. E KS Ui •n ca •r-in.-c t»-<u u a o. 0) L. 3 4J +J C V) O) •I- 4-» O C s: o C_> in o •r- . O, I/) Logged by Sampled by GEOTECHNICAL DESCRIPIION JB JB 30' 35- 40- 45- 50- 55- 60. 6 128 118.8 11.7 SC ® I 27 113.9 15.8 CL- ML J 8 188 121.4 5.3 SP- SM ARTIFICIAL FILL - (Continued): @ 30' Dark brown-gray, moist, medium dense, clayey, fine- to medium- grained sand; strong organic odor @ 35' Brown, and light brown, moist, very stiff, sandy clay to sandy silt SANTIAGO FORMATION: @ 40' Saindstone: pink-gray to off-white damp, dense, slightly silty, fine to medium-grained sandstone; massive; homogeneous Total Depth = 41 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and Associates, Inc. March 12, 2019 Item #5 Page 230 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-15 Sheet 1 of 1 Project Huntington/Carlsbad Project No. 8841363-04 Orllling Co. GeoDrill Type of Rig Hollow Stem Auger Hole Diameter 8 in. Drive Weight 140 lbs. Drop 30 in. Elevation Top of Hole i8Q'± Ref. or Datum Mean Sea Level JC cn Q. o £ CO in 0) TJ < O z Oi .a o) 3 I— h- a. B 10 Ui o CO C H- ca a. v u 3 in a> •r- +J o c s o o in tn lO CO o = cn ^ Logged by Sampled by GEOTECHNICAL DESCRIPlION JB JB 5- 10- 15- 20. 25- 30 SM 114.3 10.9 I 44 102.3 24.61 SM-ML I 39 122.0 10.5 4 I 26 107.5 4.9 111.2 18.0 SM SP- SM ML ARTIFICIAL FILL; Medium brown, damp to slightly moist, medium stiff, silty, fine- to medium- grained sand @ 5' Brown-gray, moist, medium dense, silty, fine- to medium-grained sand @ 10' Olive and brown-gray, very moist, medium dense, fine, sandy, clayey silt to silty, fine- to medium- grained sand @ 15' Gray to tan, moist, medium dense, silty, fine- to medium-grained sand with trace of silty clay nr ARTIFICIAL FILL (?): @ 20' Light gray, dajnp, medium dense, silty, fine- to medium-grained sand; homogeneous SANTIAGO FORMATION: Medium gray, moist, very stiff, clayey siltstone @ 25' Olive-gray, moist, hard, clayey siltstone; trace of fine-grained sand present; moderately well Indurated Total Depth = 26 Feet No Ground Water Encountered H<}m])^4 11-13-90 Leighton and Associates, Inc. March 12, 2019 Item #5 Page 231 of 387 Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-16 Sheet of Project Huntington/Carlsbad Project No. 8841363-04 Drilling Co. _ Hole Diameter GgpDrlll 8 in. Drive Weight Type of Rig Hollow Stem Auger 140 lbs. Drop 30 in. Elevation Top of Hole 105'± Ref. or Datum Mean Sea Level -c cn o. o s- CD in •o 3 4-> •r" < OJ Xi 0) 3 r-H- Q. E •0 to 4-> Q. •r- in^ c <u u o Q. o t. 3 +J •P C in <u •r-O C at O o to r— •r- , to GEOTECHNICAL DESCRIPIION Logged by Sampled by JB JB 5- •'• 10- 15- 20- 25- 30 SC K UNDOCUMENTED FILL (?): Gray-brown, damp, medium dense, clayey, fine- to medium-grained sand 150 118.8 6.3 D. I 37 117.4 8.7 SM @ 5' Gray-brown, slightly moist, medium dense, clayey, fine- to medium- grained sand; contains scattered gravels @ 10' Light gray-brown, slightly moist, medium dense, silty, fine- to medium- grained sand 98.5 8.3 SC 27 106.9 10.3 SM 24/ 50 -£2J 112.0 3" 8.1 SP SM FILL/ALLUVIUM (?): @ 15' Brown-gray to gray-brown, slightly moist, medium dense, clayey, fine- grained sand ALLUVIUM 2or Light pink-gray to light tan-gray, moist, medium dense, silty, fine- grained sand SANTIAGO ~25^^ FORMATION: Off-white to light gray, damp slightly moist, dense to very dense, silty, fine- to medium- grained sandstone; homogeneous to Total Depth = 26 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and Associates. Ino. March 12, 2019 Item #5 Page 232 of 387 Date November 19, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-17 Sheet 1 of 1 Project Huntington/Carlsbad Project No. 8841363-04 GeoDrill Drilling Co. Hole Diameter 8 in. Type of Rig Hollow Stem Auger Drive Weight 140 lbs. Drop 30 in. Elevation Top of Hole ii5'± Ref. or Datum Mean Sea Level Oi JS cn OL O lO -J t-C9 in tu 3 lU .a 0) 3 r- lO Ui S 5 CQ •r- S U o a. a 2! 3 4J tn OD •r- 4J O C z: o o in' in lO CO 5 = cn Logged by Sampled by GEOTECHNICAL DESCRIPIION JB JB 5- 10- 15- 20. 25. 30- SM I 1 • 36 112.1 8.7 2 |24 108.5 10.2 SC 18 112.5 3.7 SP- SM 78 115.2 7.4 SP m ALLUVIUM; UNDOCUMENTED FILL (?): Light to medium brown-gray, damp to slightly moist, medium dense, silty, fine- to medium-grained sand (3 10' Light brown to gray-brown, slightly moist, medium dense, silty, fine- to medium-grained sand; trace of clay FILL/ALLUVIUM (?); @ 15' Light to medium gray-brown medium dense, clayey, fine medium-grained sand , moist, - to 020^ Light gray, damp, medium dense, slightly silty, fine- to medium- grained sand; homogeneous SANTIAGO FORMATION (?): @ 25' Sandstone; Off-white, damp to slightly moist, dense, slightly silty, fine- to medium-grained sand; homogeneous Total Depth = 26 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and Associates, Inc. March 12, 2019 Item #5 Page 233 of 387 cn o I . > Project Name: Huntlngton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation: mL +39' TRENCH NO. T-1 GEOLOGIC ATTITUDES Location: %pp GpntPrhnj^aUlap DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c CO h z. CO P3 S o ^ H- >—' r+ C H (0 1-% o O 3 Ml tn r+ tr-. rt-O 3 > in tn O o (0 tn C: Undulating ALLUVIUM (!) Medium to dark brown, moist, loose, silty sand; slightly clayey, abundant rootlets in top 2' SANTIAGO FORMATION ® Very light brown to light golden brown, moist, medium dense to dense, silty fine to medium sand; @5' discon- tinuous lense of fine sandy silt TotaV Depth =7' No groOfid water encountered No caviiig Backfilled 1/15/85: Qal SM Ts SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4 SURFACE SLOPE: Hor 1 z .TREND: N47°W March 12, 2019 Item #5 Page 234 of 387 Project Name: Huntinqton/Palomar Project Number: 4841363-02 Equipment: JD-310 BackhnP Logged By: Elevation; RLW ±90' TRENCH NO. T-2 GEOLOGIC ATTITUDES Location: See Geotechnical Map DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c CO n CO CO o o W rt C H ^ o 'xi re o 3 Hi tn C:Undulating J:N78°W;65°NE B:N71°W,2°SW ALLUVIUM 0 Medium brown, moist to very moist, medium dense, silty fine to-medium sand; brush covered, abundant rootlets In top 1.5' SANTIAGO FORMATION Light to medium golden brown, mottled medium brown, moist, dense, silty fine to medium grained sand; jointed, bedded surface is finely developed and generally dips to the SW 2«*-3'* Total Depth =5.1' No ground water encountered No caving Backfilled 1/15/85 Qal SM Ts SM GRAPHIC REPRESENTATION South Wall SCALE: 1" = 4' N42°E o o 11 H TO cn 2 n cc z o I fS5 March 12, 2019 Item #5 Page 235 of 387 cn o t—• I > -~4 r-a H-OQ 3* O 3 > in . in o o H- P9 rt (S tn Project Name: Project Number: Equipment: Huntinqton/Palomar 484136.1-0? JD-310 Backhoe Logged By: Elevation: ±26' TRENCH NO. T-3 GEOLOGIC ATTITUDES C:Undulating Location:See Geotechnical Map DATE: 1/15/85 DESCRIPTION: ALLUVIUM Q) Dark brown, very moist, medium dense to loosey silty fine to medium sand; roots and rootlets Very light gray-brown, very moist, loose to medium dense, silty fine sand; very friable, caving common in this unit, abundant roots and rootlets Q) Medium brown to brovi/n, very moist, medium dense, silty fine to medium sand; ground water seepage at a depth of 3' SANTIAGO FORMATION {3) Medium golden brown, very moist, medium dense, silty fine sand Total Depth =8.5' Ground water seepage at 3' Caving in top 1.6' Backfilled 1/15/85 GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' GEOLOGIC UNIT Qal Qal Qal Ts ENGINEERING PROPERTIES c CO o CO SM SM SM SM CO z g o xs re o c H re *T3 re o 3 Ml tn rt SURFACE SLOPE:Horiz.TREND: N53°W tr O a o TI H tn z n a: z o CO March 12, 2019 Item #5 Page 236 of 387 Project Name: Hunti ngton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation: RLW ±106' TRENCH NO. T-4 GEOLOGIC ATTITUDES Location: See Geotechnical Map DATE: 1/14/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES CAl o Cfl P z g O TS (—' re 2 o ^ H- e>\o in w rt C H re O re o 3 Ml in rt C:Undulating ALLUVIUM 0 Brown to dark brown, moist, medium dense, very clayey fine sand; abundant roots and rootlets throughout unit, very occasional gravel size clasts to 1" in diameter, clasts are generally subrounded SANTIAGO FORMATION (D Medium gray-brown, moist, medium dense to dense, clayey fine to medium sand; scattered rootlets, poorly developed bedding surfaces, randomly oriented calcium carbonate flecks, weathered Total Depth =7.0' No ground water encountered No caving Backfilled 1/14/85 Qal SC Ts SC GRAPHIC REPRESENTATION West Wall SCALE: 1" = SURFACE SLOPE: TREND: N32°E tr o cn o H JO m z n a: z o i March 12, 2019 Item #5 Page 237 of 387 tn O I > Project Name: Project Number: Equipment: Huntinqton/Palomar 4841363-02 . JD-31Q BarkhnP Logged By: Elevation: RLW ±116' TRENCH NO. T-5 GEOLOGIC ATTITUDES Location: See Geotechnical Map DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES cn p Z 3 O XS re o c H re XS re n 3 Mj tn ^ i-i- rt >-< tr" re % rt O 3 fin > (n tn O O te in C:Undulating ALLUVIUM 0 Dark to very dark, very moist, medium dense, silty fine to medium sand; clayey, abundant roots in top 2', very homogenous throughout @ Very light gray-brown to tan, moist, firm, very fine sandy silt Total Depth = 10' No ground water encountered No caving Backfilled 1/15/85 Qal Qal SM ML GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' SURFACE SLOPE: 3:1 TREND: N69°E tr O CTJ O T] H ?3 m 2 n sc. § cn March 12, 2019 Item #5 Page 238 of 387 Project Name: Huntinoton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation: ±128' TRENCH NO. • T-6 GEOLOGIC ATTITUDES Location: See Geotechnical Map DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn fl cn z o cn p o ^ rt C re xs re O 3 M) Ui C:Undulating C:N-S. 8°W CS:N46°W,18''SW ALLUVIUM 0 Dark brown, moist, medium dense, silty fine to medium sand; slightly clayey, rootlets to a depth of 1.5', con- tact with underlying Santiago Formation undulates but generally dips 25°-35° to the southwest SANTIAGO FORMATION (D Light tan-brown, moist, dense, silty fine sand; poorly developed bedding 0 Dark brown, moist, dense, silty fine to medium sand; un- derlain by 2"-3" continuous medium brown, silty clay seam, clay seam is randomly fractured 0 Light gray-brown, moist, very dense, silty fine sand Total Depth =9' No ground water encountered No caving Backfilled 1/15/85 Qal SM Ts Ts Ts SM SM/CL SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' SURFACE SLOPE: 3:1 TREND: N69°W o CD o i: H m z n a: z o I cn March 12, 2019 Item #5 Page 239 of 387 Project Name: Huntinoton/Palomar Project Number: 4841363-02 Equipment: JD-310 BackhnP Logged By: Elevation: RLW ±152' TRENCH NO. ^'j-/ GEOLOGIC ATTITUDES Location: SPP RpntPrlml^aUlap DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn o cn Z. CO P re 2 o in rt C H re ^ o XS re o 3 Ml in C:Undulating, Gradational COLLUVIUM , 0 Dark brown, very moist, loose to medium dense, clayey fine to medium sand; slightly silty, abundant roots and rootlets throughout, abundant amount of dessicated crack- ing with openings l/8"-l/2" wide SANTIAGO FORMATION 0 Medium golden brown, mottled red-brown, moist, dense, silty fine to medium sand; massive, ho apparent bedding surfaces, scattered randomly oriented closed fractures Total Depth =9.0' No ground water encountered No caving Backfilled 1/15/85 Qcol SC Ts SM GRAPHIC REPRESENTATION North Wall tr O cn o Tl :o m z CI z o I March 12, 2019 Item #5 Page 240 of 387 cn o I > Project Name: Huntinoton/Palomar Project Number: 4841363-02 Equipment: Logged By: Elevation: RLW ±144' TRENCH NO. T-8 JD-310 Backhoe GEOLOGIC ATTITUDES Location: See GentechnlgaUlap DATE: 1/15/85. DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c=: cn n cn cn p I—-re o in ^ rt C W re ^ a X) re o 3 Ml in rt (D H-DQ =r rt O 3 > tn in O O H-P rt re tn C:Gradational C:N66''E,91°SW J:N9*'W,79°SW C:N15*E,21°NW COLLUVIUM 0 Medium to dark brown, very moist, medium dense, very clay- ey fine to medium sand; abundant roots and rootlets throughput, abundant amount of dessicated cracking with openings hairline.to 1/2" wide SANTIAGO FORMATION 0 Medium golden brown, moist, dense, silty fine to medium sand; scattered randomly oriented clay in-filled fractures 0 Medium brown, damp to moist, stiff, silty clay; jointed, manganese oxide staining developed along majority of joint surfaces 0 Medium gray-brown, moist, very dense, very silty fine sand Total Depth =7.0' No ground water encountered No caving Backfilled 1/15/85 Qcol SC Ts Ts Ts SM CL SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' SURFACE SLOPE: 3:1 TREND: N46°W tr-O tn o Tl H TO m z cn Z o I 00 March 12, 2019 Item #5 Page 241 of 387 cn o I > -~4 Project Name: Project Number: Equipment: Huntinqton/Palomar 4841363-02 JD-310 Backhoe Logged By: Elevation: RLW ±182' TRENCH NO, T-9 GEOLOGIC ATTITUDES Location: See GentPrhnji^aUap DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn o cn Z cn P re 2 o o\= in ^ rt c ^^ re xi re o 3 Mj in •—> t-i. rt X re ^ rt O 3 aa > in in O O (-«• P rt re in C:Undulating C:N10°W,21°NE J:N48°W,54°SW J:N86'*E,75°NW TOPSOIL 0 Medium brown, moist, medium dense, silty fine to medium sand; abundant roots and rootlets, minor dessicated cracking SANTIAGO FORMATION Topsoil SM 0 0 Very light gray-brown, damp, dense, silty fine to medium sand; scattered hairline clay in-filled fractures Medium gray-brown to medium brown, damp, very stiff, silty clay; jointed, manganese oxide developed on majority of joint surfaces Total Depth =6.0' No ground water encountered No caving Backfilled 1/15/85 Ts Ts SM CL GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' SURFACE SLOPE: 3.5:1 TREND: N75°W tr O cn o Tl H » m z cn a: z o to March 12, 2019 Item #5 Page 242 of 387 cn o > I '—s Crt Project Name: Huntini;^tnn/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation: RLW ±140' TRENCH NO. ••••)• •T-10 GEOLOGIC ATTITUDES Location:See Geotechnical Map DATE: 1/15/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn cn cn P o xs I—" re 2 o o\° tn ^ rt c ^i re X3 re O 3 Ml in C:Undulating re m 3* rt O : 3 aa > in tn O O H- P rt A tn ALLUVIUM 0 Dark brown, moist to very moist, dense, clayey fine to medium sand; slightly silty, abundant rootlets through- out SANTIAGO FORMATION 0 Light gray-brown, moist, dense, silty fine to medium sand; abundant clayey sand filled fr.acture;'immediately below contact with overlaying alluvium, massive, ho apparent bedding Total Depth =5.0' No ground water encountered No caving Backfilled 1/15/85 Qal SC Ts SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 4' SURFACE SLOPE:Hori Z .TREND: N87°W March 12, 2019 Item #5 Page 243 of 387 cn o •—' I > re «. r+ O 3 > tn in O O H-P rt O in Project Name: Huntington/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By; Elevation: RLW ±120' TRENCH NO. 'T-H Location: See Geotechnical Map GEOLOGIC ATTITUDES C:Undulating B:N36''W;22°SW C:N37°W; 16°SW DATE: 1/15/85 DESCRIPTION: ALLUVIUM 0 Medium brown, moist, medium dense, silty fine to medium sand; slightly clayey, abundant roots and rootlets thhough out, occasional shallow animal burrows SANTIAGO FORMATION 0 ' Medium to light gray-brown, moist, dense, silty fine to medium sand; occasional iron oxide staining 0 Medium olive green, moist, stiff, silty clay; jointed, manganese oxide staining along joint surfaces, randomly oriented, poorly developed sheared surfaces, very occa- sional blebs of calcium carbonate Total depth = 8' No ground water encountered No caving; Backfilled 1/15/85 GEOLOGIC UNIT Qal Ts Ts ENGINEERING PROPERTIES c cn n cn SM SM CL z o cn p 2 o o\° tn w rt c H re ^ o xs re o 3 Ml tn rt GRAPHIC REPRESENTATION South Wall SCALE: 1" = 4' SURFACE SLOPE: Hor 1 z .TREND: N 3 7 ° W March 12, 2019 Item #5 Page 244 of 387 cn o I > re OQ 3* O 3 > in in O O H- P rt re tn Project Name: Huntinoton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe RLW Logged By: Elevation:, Location: See Geotechnical Map ±146' TRENCH NO . 1^-12 GEOLOGIC ATTITUDES C:Undulating DATE: 1/15/85 DESCRIPTION: ALLUVIUM 0 Dark brown, very moist, firm to moderately stiff, very sandy clay; abundant roots and rootlets in top 2' SANTIAGO FORMATION 0 Light gray-brown, moist, dense, silty fine to medium sand; massive, no apparent bedding surfaces, scattered gravel size clasts at top of contact Total Depth =8' No ground water encountered No caving Backfilled 1/15/85 GRAPHIC REPRESENTATION West Wall SCALE: 1" = 4' GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES c cn tn cn CL SM 2. cn p SURFACE SLOPE If:1 TREND :N20°E 2 o /—\ H- o\° in ^ rt C re XS re o 3 Ml to rt O cn o Tl H ?3 m z cn a: z o March 12, 2019 Item #5 Page 245 of 387 tn o I > tr re r+ O 3 aa > in in O o H- P rt re in Project Name: Huntington/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation: RLW ±118' TRENCH NO. 13 GEOLOGIC ATTITUDES C:Gradational C;Undulating Location: See Geotechnical Map DATE: 1/15/85' DESCRIPTION: ALLUVIUM 0 Very dark brown, very moist to wet, firm, very sandy clay, abundant roots and rootlets in top 2' 0 Dark brown, very moist, medium dense, very clayey sand SANTIAGO FORMATION 0 Light gray-brown, moist to very moist, medium dense, silty fine to medium sand; slightly weathered, containing scattered calcium carbonate flecks Total Depth = 12' No ground water encountered No caving Backfilled 1/15/85 GEOLOGIC UNIT GRAPHIC REPRESENTATION West Wall SCALE: 1" = 5' Qal Qal Ts ENGINEERING PROPERTIES c cn cn cn CL SC SM cn p z g o xs I—' re SURFACE SLOPE: 1:10 .TREND:N15°W o o\° in rt C H re ^ o xs re o 3 Ml m rt -4—1—H— —1—1—1—1— —1—!—1—1— \ •. • lit • 1 t 1 - -4—1—H— —1—1—1—1— —1—!—1—1— •r '1 I' 1 \ •. • lit • 1 t 1 - 1 • 1 1 .1 II 1 J -=-7— ^ -i"^ • ^ •* J * » , " - ' \- J -1 -4— 1 ' III' 1— —1—1—1—\— —1—1—1—1— 1 1 1 1 - ^ • / - tr o a o Tl H m z cn z o r Co March 12, 2019 Item #5 Page 246 of 387 Project Name: Huntinoton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe. Logged By: RLW Elevation; ±110' TRENCH NO. Location; See Geotechnical Map 'Thl4 GEOLOGIC ATTITUDES DATE: 1/15/8? DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn cn CO p z g o X3 t—i re 2 o o\o in ^ rt c H re T3 re O 3 Ml tn C: Undulati ng ALLUVIUM 0 Dark brown, very moist, firm, sandy clay to sandy silt; minor desiccation cracking in top 18", well-developed roots and rootlets to a depth of 1', occasional pods of light tan silty sand SANTIAGO FORMATION 0 Light to medium tan-brown, moist, medium dense to dense, silty fine sand; clayey, massive, no apparent bedding surfaces Total Depth =7' No ground water encountered No caving Backfilled 1/X5/85 Qal Ts GRAPHIC REPRESENTATION South Wall SCALE; 1" = 4' ML SM SURFACE SLOPE: Horiz .TREND: N66°W o tn o Tl H m z n 2 O I I—' March 12, 2019 Item #5 Page 247 of 387 in o > I Project Name; Huntinoton/Palnmar Project Number; 4841363-02 Equipment: JD-310 Backhoe Logged By: Elevation; RLW ±114' TRENCH NO: T-15 GEOLOGIC ATTITUDES r* re «. O 3 aa > in tn O O H- P rt re tn C;Undulating & Gradational C;Undulating Location: See Geotechnical Map DATE: l/i5/85 DESCRIPTION: COLLUVIUM 0 Very dark brown, very moist, moderately firm, silty clay; sandy, minor desiccated cracking in top 6-8", well- developed root system to a depth of 18" SANTIAGO FORMATION 0 0 Medium olive-gray, moist, very stiff, clayey silt; ran- domly orientated closed fractures Light olive-gray, damp, very dense, silty fine sand; massive, no apparent bedding Total Depth =6' No ground water encountered No caving Backfilled 1/15/85 GRAPHIC REPRESENTATION South Wall SCALE: GEOLOGIC UNIT Qcal Ts Ts 1" = 4' ENGINEERING PROPERTIES c cn n cn CL ML SM cn p z g o xs I—" re SURFACE SLOPE; 4:1 TREND: N82°W s o o\° in ^ rt c re ^ o Xi re o 3 Ml tn rt tr o cn o TI H pa tn 2 n 2 o I I—• cn March 12, 2019 Item #5 Page 248 of 387 cn o I > re rt O 3 > in tn O O re in Project Name: Huntington/Palomar Logged By: RLW Project Number: 4841363-02 Elevation: ±129' TRFMPH MO TB-1/5/ ENGINEERING PROPERTIES Equipment: JD-310 Backhoe : Location: See Geotechnical Mao c cn Sample No. 2 o /-N a re o 3 GEOLOGIC ATTITUDES DATE: 1/17/85 DESCRIPTION: GEOLOGIC UNIT cn cn Sample No. o\o in >—' rt C H a> Ml in rt ALLUVIUM 0 Medium brown, very moist, medium desne^ silty fine sand; roots and rootlets to a depth of 15' Qal SM C:Gradational 0 Very dark brown, moist to very moist, medium dense, very clayey sand; silty Qal . SC C;Undulating & Gradational 0 Medium gray-brown, medium dense, silty fine to medium sand; slightly clayey Qal SM C:Undulating SANTIAGO FORMATION 0 Medium tan to light golden brown, moist, dense, silty fine to medium sand. Ts SM Total Depth =11' No ground water encountered No caving. Backfilled 1/17/85 - SURFACE SLOPE:Horiz.TREND:N82°E c-o cn o Tl H JO tn 2 cn a: 2 O I I—» CJl March 12, 2019 Item #5 Page 249 of 387 cn O >—• I > Project Name: Huntlnqton/Palomar Project Number: 4841363-02 Equipment: JD-310 Backhoe RLW GEOLOGIC ATTITUDES Logged By: Elevation; Location; See Geotechnical Map ±146' TRENCH NO.' T-l7 DATE: 1/17/85 DESCRIPTION; GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn cn CO p 2 g o xs re 2 o /-^ H-o\° W ^ rt C H re xs re o 3 Ml in rt C:Undulating & Gradational C:Gradational ALLUVIUM 0 Medium to dark brown, moist to very moist, medium dense, silty fine to medium sand; slightly clayey; roots and rootlets, to a depth of 2' . ;-. SANTIAGO FORMATION Qal r" re H-OQ 3* rt O 3 aa > in in O o P rt re in 0 0 Medium to light gray-brown, moist, medium dense to dense, silty fine to medium sand; slightly weathered Very light gray-brown, moist, dense, silty fine to medium sand Total Depth =9' No ground water encountered No caving Backfilled 1/17/85 Ts Ts SM SM SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE; Horiz.TREND: N89°E March 12, 2019 Item #5 Page 250 of 387 cn o I > Project Name; Huntinqton/Palomar Project Number; 4841363-02 Equipment: JD-310 Backhoe RLW GEOLOGIC ATTITUDES re w 3* rt O 3 an > in in O n p rt re tn C:Gradational C:Gradat1onal C: Undulating C: Undulating ALLUVIUM 0 Dark brown, very moist, firm, very fine sandy clay; slightly silty, ab.undant roots and rootlets in top 18" 0 Medium giray-brown,:moist, medium dense, silty fine sand; scattered flecks of calcium carbonate Logged By: Elevation; Location; See Geotechnical Map ±123' TRENCH NO. T-IS DATE:1/17/85 DESCRIPTION; Dark brown, moist, medium dense, very clayey fine sand; scattered flecks of calcium carbonate Medium gray-brown, moist, medium dense to dense, Silty fine to medium sand 0 0 SANTIAGO FORMATION 0 Medium to light gray-brown, moist, dense, silty fine to medium sand; weathered Total Depth = 10', No ground water encountered No-caving,: Backfilled 1/1^/85 i GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' GEOLOGIC UNIT Qal Qal Qal Qal Ts ENGINEERING PROPERTIES c cn cn cn CL SM SC SM SM 2 . CO P SURFACE SLOPE: Horiz.TREND: N57°W 2 o o\o in ^ rt C H re r-^ CD Xi re o 3 Ml in rt March 12, 2019 Item #5 Page 251 of 387 cn o I > Project Name: Huntinqton/Palomar Project Number: 4841363-02 Equipment: JD-310 Logged By: RLW Elevation; ±150' TRENCH N0.-T-19- GEOLOGIC ATTITUDES Location; See Geotechnical Mao DATE: 1/17/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn cn cn p 2 g o Tl re 2 o ^ rt C H re ^ o Xi re o 3 Ml tn rt C:Undulating tr-re H-w 3* rt O 3 aa > tn Ul o o H-P rt re in ALLUVIUM 0 Dark brown, very moist, moderately firm, fine sandy clay; roots and rootlets in top 12", derived from topsoil horizon SANTIAGO FORMATION D Light gray-brown, moist, dense, silty fine to medium sand; top 8" of this unit is slightly weathered Total Depth =7' No ground water encountered No caving Backfilled 1/17/85 Qal CL Ts SM GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: Horiz.TREND: N76°E ir o cn o Tl H tn Z cn zc z o I to March 12, 2019 Item #5 Page 252 of 387 cn o I—" I > tr re H-oq 3* rt O 3 an > in in O O H-P rt re in Project Name; Huntington/Palomar Project Number: 4841363-02 Equipment; RLW Logged By: Elevation: +169' TRENCH NO. T-20 JD-310 Backhoe Location: See Geotechnical Map GEOLOGIC ATTITUDES DATE: 1/17/85 DESCRIPTION: C:Undulating C:Undulating ALLUVIUM 0 Very dark brown, very moist to wet, moderately firm, very sandy clay; abundant roots and rootlets in top 12" © Light to medium brown, moist, medium dense, silty fine to medium sand SANTIAGO FORMATION Light brown, moist, medium dense to dense, silty fine to medium sand; slightly weathered 0 0 Very light brown, moist, dense silty fine to medium sand. Total Depth =7' No ground water encountered No caving Backfiilled 1/17/85 GRAPHIC REPRESENTATION West Wall SCALE: 1" = 5' GEOLOGIC UNIT Qal Qal Ts Ts ENGINEERING PROPERTIES c CO cn cn CL SM SM SM CO p o Xi I—" re I I I I I I I I I I I I I I I I SURFACE SLOPE:10:1 TREND: N-S 2 o o\° tn V—' rt C H re ^ a Xi re o 3 Ml tn rt I I I I lilt I I I 1 o cn o Tl H pa cn z cn a: z o I ro o March 12, 2019 Item #5 Page 253 of 387 cn o I > Project Name: Huntinotnn/Palnmar Project Number: 4841363^02 Equipment: Logged By: Elevation: ±170' JD-310 Backhoe GEOLOGIC ATTITUDES Location; See GentPrhmVal M^P TRENCH NO. T-21 DATE; 1/17/85 DESCRIPTION; GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn cn cn p o Xi h-i re 2 o o\° U) ' rt C H re /-^ a 'T^i re o 3 Ml in .—' H-rt ALLUVIUM 0 C:Undulating Gradational re H-oq 3* rt O 3 aa > tn in O O H- P rt re in Dark brown, very moist, medium dense, silty fine clayey, roots and rootlets to a depth of 36" Medium gray-brown, very moist to wet. medium den silty fine to medium sand; water seep at a depth 6.7' Total Depth =7.0' Seepage at 6i' No caving Backfilled 1/17/85 sand; ie of Qal Qal SM SM GRAPHIC REPRESENTATION East Wall SCALE: 1" = 5 o tn o Tl H 73 m z n § I ro March 12, 2019 Item #5 Page 254 of 387 cn o I > Project Name; Huntinoton/Palomar Project Number: 4841363-02 Equipment; JD-310 Backhoe Logged By: Elevation: RLW ±141' TRENCH NO, T-22 GEOLOGIC ATTITUDES Location:See Geotechnical Ma? DATE; 1/17/85 DESCRIPTION: GEOLOGIC UNIT ENGINEERING PROPERTIES c cn cn CO z. CO p re 2 o o\° m w rt c H re ^ o TJ re o 3 Ml in v_/ H. rt ALLUVIUM CrUndulating C:Undulating 0 0 0 Medium golden brown to light tan, very moist, fi fine sandy silt Dark brown, very moist, medium dense, fine sandy roots and rootlets to a depth of 24" re M- oq cr rt O 3 aa > in tn o o M- p rt re in Light gray-brown, very moist, medium dense to dei|i silty fine to medium sand; no apparent bedding Total Depth =11' No ground water encountered No caving Backfilled 1/17/85 m, very silt; se. GRAPHIC REPRESENTATION East Wall SCALE: 1" = 5' Qal Qal Qal ML ML SM SURFACE SLOPE; HoriZjREND: N43°E MM III ! I M I E/) I I I I M 1 I I I I tr • o cn o Tl H :» m 2 cn a: z o I ro ro March 12, 2019 Item #5 Page 255 of 387 cn O > I Project Name; Huntinoton/Palomar Project Number: 4841363-02 Equipment; Logged By: Elevation; RLW ±121' JD-310 Backhoe GEOLOGIC ATTITUDES Location: See Geotechnical Map DATE; 1/17/85 DESCRIPTION: TRENCH NO.-'^ ^-23 GEOLOGIC UNIT ENGINEERING PROPERTIES , c CO cn CO CO p z g o xs 1—> re 2 o r~\ H-o\o m ^ rt C H re XS re O 3 Ml in ^ H. rt CrUndulating Fill : • 0 Light golden brown, mottled light gray-brown, loose to medium dense, very silty fine to mediun created by road bull dint to the east mci ist, sand; Fill SM re H-oq 3* rt O 3 aa > in in o o p rt re in ALLUVIUM 0 Very dark brown, moist, stiff, very sandy clay; fractioh ranges from fine to coarse, roots and lets to a depth of 20" SANTIAGO FORMATION Very light gray-brown, moist, dense, silty fine ium sand Total Depth =13' No ground water encountered No caving Backfilled 1/17/85 0 sand lioot- to med- Qal CL Ts SM GRAPHIC REPRESENTATION North Wall SCALE; 1" = 51 SUPFACE SLOPE; 3:1 TREND: N78°W o cn o Tl -a tn 2 cn ac 2 o ro CO March 12, 2019 Item #5 Page 256 of 387 Project Name: Huntinaton/Palnmar Project Number: 4841363-02 Equipment: Logged By: Elevation: RLW ±122' JD-310 Backhoe GEOLOGIC ATTITUDES CrUndulating Location; See Geotechnical Map TRENCH NO. T-'24 DATE; 1/17/85 DESCRIPTION: ALLUVIUM 0 Medium brown, moist, medium dense, very clayey medium sand; slightly silty, scattered gravel si clasts to 3" in diameter at contact with underl lithologic unit, roots and rootlets to a depth 0 Very dark brown, moist, firm to stiff, sandy cl homogeneous Total Detph =11' No ground water encountered No caving Backfilled 1/17/85 fi ay of a/; very II 1 1 III ! 1 II 1 • • • ^ t . j- 1'!' r • • * • '/ 1 '{/ 1 U-1 1 1 1 1 1 • • 1t/ w lilt - II 1 1 III ! 1 II 1 V {•' 1 'i • • • ^ t . j- 1'!' r • • * • '/ 1 '{/ 1 U-1 1 1 1 1 1 • • 1t/ w lilt - L '. • ' • \ * *" * ** - -J • 1/ 1 1 . • 1 1 1 1 1 1 l-—1—1—1—h— —1—h—i—h- - - GEOLOGIC UNIT ne to ize ing 24" Qal Qal ENGINEERING PROPERTIES c CO cn CO SC CL 2. CO p 2 o o\° in w rt C H re ^ o V re o 3 Ml in rt Vi tr-O cn O Tl H po cn 2 cn a: 2 O I ro March 12, 2019 Item #5 Page 257 of 387 cn o CA Project Name: Project Number: Equipment: Huntington/Palomar 4841363-0? JD-3in Rarkhnp Logged By: Elevation: MM. :123' GEOLOGIC ATTITUDES CrUndulating tr re % rt O 3 aa > in in O O H-P rt re in Location: See Geoterhql^^Uiap TRENCH NO. ' T-25 DATE: 1/17/85 DESCRIPTION: ALLUVIUM 0 Medium to dark brown, very moist, medium dense, fine to medium sand; roots and rootlets to a dep SANTIAGO FORMATION olayey :h of 12" 0 Light to medium gray, damp, very dense, silty firhe to medium sand; randomly jointed, locally sand is ciarse Total Depth =5' No ground water encountered No caving Backfilled 1/17/85 GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES c CO tn CO SC SM CO p o xs re 2 o o\o tn ^ rt C H re ^ o Xi re o 3 Ml in rt Vi March 12, 2019 Item #5 Page 258 of 387 cn O Project Name: Project Number: Equipment: Huntinqton/Palomar 4841363-02 JD-310 BarkhnP Logged By: Elevation: MM. ±161' GEOLOGIC ATTITUDES Location: .See Geotechnical Mrip DATE: 1/17/85 DESCRIPTION: TRENCH NO."^^ t-26 GEOLOGIC UNIT ENGINEERING PROPERTIES tr CO tn CO 2. CO p 2 o o\° in ^ rt C H re /-V o xs re o 3 Ml m rt Vi JrN34°W,82°SW J:N68*'W,vert. BrN54'',21°SW TOPSOIL/COLLUVIUM 0 Dark brown, very moist, moderately firm, sandy roots and rootlets to a depth of 12" SANTIAGO FORMATION clay; Topsoi1/Qcol CL tr re H-oq 3* rt O 3 aa > in in O O H-P rt re in 0 Light olive-brown to light brown-gray, mottled fed-brown, damp to moist, very stiff, sandy silt; very abur|dant jointing Total Depth =6' No ground water encountered No caving Backfilled 1/17/85 Ts ML GRAPHIC REPRESENTATION East Wall SCALE: 1" = 5' I I I I 111! SUtFACE SLOPE: 10;1 TREND: N18°E III! III! I I I I tr- -I O cn o Tl I I I I ctl 2 n a: § ro CD March 12, 2019 Item #5 Page 259 of 387 cn O I > Project Name: Project Number: Equipment: Huntingtnn/PaTnmar 4841363-02 JD-310 Backhoe Logged By; Elevation: RLW ±164' Location: See Geotechnical Map GEOLOGIC ATTITUDES DATE: 1/17/85 DESCRIPTION: TRENCH NO.-v T-27 GEOLOGIC UNIT ENGINEERING PROPERTIES c CO o cn Z . cn p o o\° tn w rt C H re Xi re o 3 Ml in rt v; ALLUVIUM 0 Light gray-brown, moist, medium dense, sil medium sand CrUndulating JrN19*'E,vert. BrN85"'W,15°SW CrGradational ty fin r* re <§. rt O 3 aa > in in O o P rt re in SANTIAGO FORMATION 0 Medium olive-gray, moist, stiff to very stiff, c silt; very jointed, iron oxide and manganese oxi staining developed along majority of jointed sur 0 Medium gray to medium gray-brown, moist, dense dense, very silty fine sand Total D^pth =9' No ground water encountered No caving Backfilled 1/17/85 e to layey Je aces th very Qal Ts Ts SM ML SM GRAPHIC REPRESENTATION South Wall SCALE; 1" = 5' SURFACE SLOPEtioriz. TREND: N62°E tr o cn o Tl H 73 cn Z cn a: z o ro March 12, 2019 Item #5 Page 260 of 387 March 12, 2019 Item #5 Page 261 of 387 I I I I I I I I I I I I I I I I I I I 4841363-006 APPENDIX C Laboratory Testing Procedures and Test Results Direct Shear Tests: Direct shear tests were performed on selected undisturbed samples which were soaked for a minimum of 24 hours under a surcharge equal to the applied normal force during testing. After transfer of the sample to the shear box, and reloading the sample, pore pressures set up in the sample due to the transfer were allowed to dissipate for a period of approximately 1 hour prior to application of shearing force. The samples were tested under various normal loads, a motor-driven, strain-controlled, direct-shear testing apparatus. The test results are presented in the test data. Sample Location Friction Angle (degrees) Apparent Cohesion (psf) B-1 @ 15' 38 0 B-l@35' 43 0 B-2 @ 10' 29 350 B-2 @ 15' 27 230 B-2 @ 20' 28 740 B-3@5' 30 150 Expansion Index Tests: The expaiision potential of selected materials was evaluated by the Expansion Index Test, U.B.C. Standard No. 18-2. Specimens are molded under a given compactive energy to approximately the optimum moisture content and approximately 50 percent saturation or approximately 90 percent relative compaction. The prepared 1-inch thick by 4-inch diameter specimens are loaded to an equivalent 144 psf surcharge and are inundated with tap water until volumetric equilibrium is reached. The results of these tests are presented in the table below: Sample Location Sample Description Compacted Dry Density (pcf) Expansion Index Expansion Potential B-5@7'-10' Brown silty sandy clay 102.6 88 Medium B-3@3'-6' Tan silty sand 112.6 19 Very Low Moisture and Densitv Determination Tests: Moisture content and dry density determinations were performed on relatively undisturbed samples obtained from the test borings andlor trenches. The results of these tests are presented in the boring and/or trench logs. Where applicable, only moisture content was determined from "undisturbed" or disturbed samples. C-l March 12, 2019 Item #5 Page 262 of 387 I I i: I I I: I I I I I I t I I t I I I 4841363-006 APPENDIX C (continued) Minimum Resistivity and pH Tests: Minimum resistivity and pH tests were performed in general accordance with Califomia Test Method 532. The results are presented in the table below: Sample Location pH Minimum Resistivity (ohms-cm) Corrosivity Category B-3@3'-7' 5.73 450 Severely corrosive B-5@7'-10' 8.14 260 Severely corrosive Soluble Sulfates: The soluble sulfate contents of selected samples were determined by standard geochemical methods. The test results are presented in the table below: Sample Location Sulfate Content (%) Potential Degree of Sulfate Attack* B-Ia@5' 0.024 Negligible B-la@ 10' 0.021 Negligible B-la@30' 0.024 Negligible B-2a@ 10' 0.021 Negligible B-2a@ 15' 0.0225 Negligible B-3a@10' 0.024 Negligible B-5a(g7'-10' 0.0375 Negligible * Based on the 1994 edition of the Uniform Building Code, Table No. 19-A-3, prepared by the IntemationalConferenceofBuilding Officials (ICBO, 1994). C-2 March 12, 2019 Item #5 Page 263 of 387 I I I I I I I I I I I I I i I I I I I 1 •> m i 1 r } \ > N \^ \ . \ _ \ \ VERTICAL STRESS (ksf) Test Method : ASTM 02435^90 Before Adding Water • After Adding Water B-1 a Boring No. _ Sample No. 3 Depth (feet) 5.0 Soil Type Undisturbed Dry Density (pcf) 102.9 Moisture Content (%): Before After 21.8 18.7 Type of Sample CONSOLIDATION PRESSURE CURVE Project No. 841363-06 Project Name Carlsbad Mun. Golf Course Date 1/22/98 March 12, 2019 Item #5 Page 264 of 387 \ 12 0.1 1 10 VERTICAL STRESS (ksf) Test Method : ASTM D2435-90 • Before Adding Water • After Adding Water Boring No. B-2a Sample No. Depth (feet) 10.0 Soil Type Undisturbed Dry Density (pcf) 103.5 Moisture Content (%): Before After 21.2 19.1 Type of Sample CONSOLIDATION PRESSURE CURVE Project No. 841363-06 Project Name Carlsbad Mun. Golf Course Date 1/22/98 March 12, 2019 Item #5 Page 265 of 387 4000 LL to CO CO tn cc < LU X tn 3000 2000 1000 1 ; . : i i 1 i 1 \ 1 1 j 1 11 11 1 i j j j ! 1 1 1 1 ! 1 j 1 '—(~~ 1 ; ! i 1 t i i 1 1 i : 1 ; 1 i 1 1 < 1 ; • • ' ! 1 1 ; i i •T—• 1 i 1 i ! • ; . 1 1 • i 1 f~! M i 1 ! 1 1 j ! 1 1 1 1 i ! 1 i i j I V< I i 1 K' , 1 ! i j ] ] i 1 1 ; ] • 1 1 1 1 : 1 \ 1 1 1 ; • 1 1 J'' M r- i i 1 j \ ; 1 1 ! .1 { 1 1 1 1 ! 1 1 : 1 1 1 1 • • • 1 I • i 1 1 ' : 1 i ' I j 1 ! 1 • J ] i 1 1 1 1 1 i 1 1 1 1 j • ' ' 1 • 1— : I 1 ! i 1 , \ 1 : i 1 0 ' 0 1000 2000 3000 4000 NORMAL STRESS (PSF) 5000 DESCRIPTION SYMBOL eORING NUMBER SAMPLE NUMBER DEPTH (FEET) COHESION (PSF) FRICTION ANGLE SOIL TYPE At or near peak • B-1 1 10 250 29 SM Santiago Formation (silty sandstone) remolded to 90 percent relative compaction (based on ASTM 01557-78) Project No. 4841363-02 DIRECT SHEAR TEST RESULTS C-3 March 12, 2019 Item #5 Page 266 of 387 LL CO tn CO UJ cc I-tn (C < Ul X CO 4000 3000 2000 1000 I : • I -1-4- 2 Z i.H ! EH •r j 7 z 2 -U. 4^ TTTTtTT Tj—T i ! : i ! i i I ! ! I XT 1000 2000 3000 NORMAL-STRESS (PSF) -U- t i i I ' I i i ' i I I -i-i- 4000 5000 DESCRIPTION SYMBOL BORING NUMBER SAMPi£ NUMBER BEPTH (FEET) COHESION (PSF) FRICTION ANGLE SOIL TYPE At or near peak • B-1 2 20 0 47 SM Ultimate • B-1 2 20 0 36 SM In-situ Santiago Formation (silty sandstone) C Project No. 4841363-02 DIRECT SHEAR TEST RESULTS March 12, 2019 Item #5 Page 267 of 387 4000 u. tn O- tn tn LU cc H co (C < Ul I tn 3000 2000 1000 1 j ! i 1 1 . • • ! i ; ; 1 i i 1 1 1 1 1 : i 1 —t—I— 1 ' 1 ! f ) 1 1 f 1 : ! T 1 1 'T • t I 1 1 1 1 1 i 1 j —1— ! 1 ' 1 ! 1 1 '•• 1 i j ; ' . i i 1 ; I Mi' 1 1 : i 1 : ! 1 1 I M h 1 1 1 : ' •' i M ' .' — i i i ; i I— 1 j J { 1 1— . ; 1 1 1 i i —|—I— 1 ! T I 1 i j \ i 1 i 1 I i 1 i 1 1 I —1 1 i i • 1 ; ; ! : ! i 1 j : [ 1 1 i 1 ' 1 i 1 1 ; ; 1 1 1 1 1 i i t ] 1 1—1—r—1— 1 : 1 1 1 1 ; 1 i 1 i • I ; .1 1 1 _|_, • ! ' ! j • ; i • 1 1 : t j - ! 1 1 j m 1 ! 1 - i i ! ! 1 ; 1 • 1 ^ 1 1 —1— 1 ' : J , ' : • 1 '• ! ) -. •• - \ \ • I i ; • i i ' ; ; j ! i i 1 : i 1 MM i I "T" 1 1 ! 1 . 1 i 1 1 • i ! • ' ' 1 i i 1 0 •« 0 1000 1— 2000 1 •— 3000 4000 5000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) COHESION (PSF) FRICTION ANGLE SOIL TYPE At or near peak B-1 3 .51-52 225 16 CL . Santiago Formation remolded to 90 percent relative compaction (based on ASTM 01557-78) LEIGHTON and ASSOCIATES Project No. 4841363-02 DIRECT SHEAR TEST RESULTS C-5 March 12, 2019 Item #5 Page 268 of 387 I co CO CO UJ cc cc < Ul X CO 4000 3000 2000 1000 III I M I i I ' I ^ 5a ^3 :2 111 5^ 0 2 rr _1_L ! : ! i i TT -T-rr -H-rt- I • ' TT -M- TT • : i : ' I , • ' ! • i IT 1000 —I 2000 —I 3000 ^T-r 4000 5000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) COHESION (PSF) FRICTION ANGLE SOIL TYPE At or near peak • B-1 5 50 1,200 41 CL Intact Santiago Formation LEIGHTON ana ASSOCIATES Project No. 4841363-02 DIRECT SHEAR TEST RESULTS March 12, 2019 Item #5 Page 269 of 387 u. CO & CO CO Ul cc t- (C < Ul X CO 4000 3000 2000 1000 -H-H- -H- Ti-t- "3 -I- I i i I 11 frrrr nrrr TT -I—r -r-L -t-rt J L rtr III; I M i TT -U- ii I ! -l-f-4- I I I 0 +- 0 10013 : r •—I 2000 . 3000 NORMAL STRESS (PSF) 4000 5000 DESCRIPTION SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) COHESION (PSF) FRICTION ANGLE SOIL TYPE At or near peak • B-3 1 5-9 150 29 CL/CH Santiago Formation (claystone) remolded to 90 percent relative compaction (based on ASTM 01557-78) Project No. 4841363-02 DIRECT SHEAR TEST RESULTS r-7 March 12, 2019 Item #5 Page 270 of 387 to tn CO Ul cc H co cc < Ul X CO 4000 3000 2000 1000 1—r 2. -L-L i ; 1 7^ -!—!- -U-l. n—I ! : El TT -U- I i I TTT -rr- I I Ml! I I .' I M I.I i±t± T-r -H- I I I i J-L -i-i-i- : I I i I I I M—— -I L -!—r 1000 2000 3000 taORMAL STRESS (PSF) 1 . ! -i-i-i- 4000 5000 DESCRIPTION SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) COHESION (PSF) FRicrriON ANGLE SOIL TYPE At or near peak • B-3 1 10. 700- 1,050 29-33 CL In-situ Santiago Formation (claystone) LEIGHTON va ASSOCIATES | Project No 4841363-02 DIRECT SHEAR TEST RESULTS March 12, 2019 Item #5 Page 271 of 387 0.05 0.1 STRESS IN KIPS PER SQUARE FOOT 0.5 (0 5,0 0.0 2 g X UJ (A CO UJ 2 O E UJ -J a < cn u. o 2' ai o cc Ui a. I 2 O < Q -J O CO 2 O o 5O0 10.0 FIELD MOISTURE SATURATED LOADING REBOUND BORING NO.: B-7 SAMPLE NO.: 2 DEPTH (FT) : 9 SOIL TYPE : SM/ML LEIGHTON «nd ASSOOATES Project No. 4841363-02 CONSOLIDATION TEST RESULTS C-9 March 12, 2019 Item #5 Page 272 of 387 0.05 0.1 STRESS IN KIPS PER SQUARE FOOT 0.5 (0 5 0 10.0 500 FIELD MOISTURE SATURATED LOADING REBOUND BORING NO.: B-6 SAMPLE NO.: 3 DEPTH (FT) : 15' SOIL TYPE : SM Project No. 4841363-02 CONSOLIDATION TEST RESULTS C-10 March 12, 2019 Item #5 Page 273 of 387 0.05 0.1 STRESS IN KIPS PER SQUARE FOOT 0,5 10 50 10.0 tn 2 X cn cn UJ 2 y X H UJ < cn u. O H Z Ul o cc Ul a. I 2 g Q O cn 2 o o 50.0 10.0 FIELD MOISTURE SATURATED LOADING REBOUND BORING NO.; B-8 SAMPLE NO.: 1 DEPTH (FT) : 5' SOIL TYPE : CL/SC Project NO. 4841363.02 CONSOLIDATION TEST RESULTS C-11 March 12, 2019 Item #5 Page 274 of 387 0.05 0.1 STRESS IN KIPS PER SQUARE FOOT 0.5 1.0 5.0 10.0 50.0 O FIELD MOISTURE • SATURATED — LOADING REBOUND BORING NO.: B-ll SAMPLE NO.: 1 DEPTH (FTI : 4 SOIL TYPE : SM Project NO-4841363-02 CONSOLIDATION TEST RESULTS C-12 March 12, 2019 Item #5 Page 275 of 387 TEST NO. SAMPLE LOCATION INITIAL MOISTURE (%) COMPACTED DRY DENSITY (PCy) FINAL MOISTURE (%) VOLUMETRIC SWELL (%) EXPANSION INDEX EXPANSION POTENTIAL 1 B-1, 49'-50' 14.8 94.3 35.8 15.0 150 Very High 2 B-1, 50' 25.8 119.3 30.8 5.1 51 .Medium 3 B-1, 10' 10.5 107.8 16.5 0 0 Low 4 B-3, 5'-9' 11.8 103.5 27.1 9.1 91 High Test No. 1 & 3; Test No. 2 : UBC 29-2 (remolded) Expansion test of in-situ sample with natural moisture content under 144 pounds per square foot load 1 LEKJHTON ana ASSOC^IATES Project No. 4841363-02 1 LEKJHTON ana ASSOC^IATES EXPANSION INDEX TEST RESULTS 1 • C-13I March 12, 2019 Item #5 Page 276 of 387 GRAVEL SAND FINES (Silt or Clay) Coarte 1 Fine Coanal Medium I Fine FINES (Silt or Clay) U.S. STANDARD SIEVE NUMBERS .3" 1 |/2"3/4" 3/8" 4 ^10 80 40 *° 200 HYDROMETER z o ca cc Ul z Z UJ o OC UJ a. 1 as 0.1 ao6 GRAIN SIZE IN MILLIMETERS 0.01 aoos 0.001 0.0006 SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) LiQUlO LIMIT PLASTIC LIMIT PLASTICITY INDEX SOIL TYPE • B-10 2 9 SM U.S. STANDARD SIEVE NUMBERS 3" 1 1/2" 3/4" 3/8" 4 10 20 4.0 . 60 1Q0 HYDROMETER 200 60 10 6 1 GRAI 0.8 N SIZE I.N 0.1 MILLIM B.oe aoi 0.006 ETERS 0.001 0.0006 SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX SOIL TYPE '• B-ll 1 1 SM LEKJHTON »id ASSOOATES I PfOject NO. .n-,-^- ^r, w l~lfl»nn~ "^Sk^ I 4841363-02 fen' GRAIN SIZE DISTRIBUTION CURVES C-14 March 12, 2019 Item #5 Page 277 of 387 GRADATION TEST RESULTS GRAVEL SAND FINES (Silt or Clay) Coarie 1 Fine Coarrd Medium 1 Fine FINES (Silt or Clay) 100 •o H I BO O WEI 70 BY 60 cc Ul 60 z U. 40 1-z 30 Ul 30 o c: Ul 20 Q. 10 0 3 U.S. STANDARD SIEVE NUMBERS 1 1/2"3/4" 3/8" 4 10 20 40 60 100 200 HYDROMETER 60 10 1 0.6 0.1 0.06 GRAIN SIZE IN MILLIMETERS 0.01 0.005 0.001 o.oooc SYMBOL BORING NUMBER SAMPLE NUMBER DEPTH (FEET) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX SOIL TYPE B-1 1 10'-SM MAXIMUM DENSITY TEST RESULTS LOCATION MAXIMUM OPTIMUM SAMPLE LOCATION DRY DENSITY MOISTURE (PCF) CONTENT [%) 1 B-1, 10'-11' (silty sand) 118.0 12.0 2 B-1, 51'-52' (silty clay) 103.0 21.0 3 B-3, 5'-9' (clayey silt); 116.0 15.0 Project No. 4841363-02 GRADATION AND MAXIMUM DENSITY TEST RESULTS C-15 March 12, 2019 Item #5 Page 278 of 387 March 12, 2019 Item #5 Page 279 of 387 I Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 1 of 6 LEIGHTON AND ASSOCIATES, INC. GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING I.O General LI Intent These General Earthwork and Grading Specifications are for the grading and earthwork shown on the approved grading plan(s) and/or indicated in the geotechnical report(s). These Specifications are a part of the recommendations contained in the geotechnical report(s). In case of conflict, the specific recommendations in the geotechnical report shall supersede these more general Specifications. Observations of the earthwork by the project Geotechnical Consultant during the course of grading may result in new or revised recommendations that could supersede these specifications or the recommendations in the geotechnical report(s). 1.2 The Geotechnical Consultant of Record: Prior to commencement of work, the owner shall employ the Geotechnical Consultant of Record (Geotechnical Consultant). The Geotechnical Consultants shall be responsible for reviewing the approved geotechnical report(s) and accepting the adequacy of the preliminary geotechnical findings, conclusions, and recommendations prior to the commencement of the grading. Prior to commencement of grading, the Geotechnical Consultant shall review the "work plan" prepared by the Earthwork Contractor (Contractor) and schedule sufficient personnel to perform the appropriate level of observation, mapping, and compaction testing. During the grading and earthwork operations, the Geotechnical Consultant shall observe, map, and document the subsurface exposures to verify the geotechnical design assumptions. If the observed conditions are found to be significantly different than the interpreted assumptions during the design phase, the Geotechnical Consultant shall inform the owner, recommend appropriate changes in design to accommodate the observed conditions, and notify the review agency where required. Subsurface areas to be geotechnically observed, mapped, elevations recorded, and/or tested include natural ground after it has been cleared for receiving fill but before fill is placed, bottoms of all "remedial removal" areas, all key bottoms, and benches made on sloping ground to receive fill. The Geotechnical Consultant shall observe the moisture-conditioningand processing of the subgrade and fill materials and perform relative compaction testing of fill to determine the attained level of compaction. The Geotechnical Consultant shall provide the test results to the ovraer and the Contractor on a routine and frequent basis. 3030.1094 March 12, 2019 Item #5 Page 280 of 387 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 2 of6 1.3 The Earthwork Contractor The Earthwork Contractor (Contractor) shall be qualified, experienced, and knowledgeable in earthwork logistics, preparation and processing of ground to receive fill, moisture-conditioningand processing of fill, and compacting fill. The Contractor shall review and accept the plans, geotechnical report(s), and these Specifications prior to commencement of grading. The Contractor shall be solely responsible for performing the grading in accordance with the plans and specifications. The Contractor shall prepare and submit to the owner and the Geotechnical Consultant a work plan that indicates the sequence of earthwork grading, the number of "spreads" of work and the estimated quantities of daily earthwork contemplated for the site prior to commencement of grading. The Contractor shall inform the owner and the Geotechnical Consultant of changes in work schedules and updates to the work plan at least 24 hours in advance of such changes so that appropriate observations and tests can be planned and accomplished. The Contractor shall not assume that the Geotechnical Consultant is aware of all grading operations. The Contractor shall have the sole responsibility to provide adequate equipment and methods to accomplish the earthwork in accordance with the applicable grading codes and agency ordinances, these Specifications, and the recommendations in the approved geotechnical report(s) and grading plan(s). If, in the opinion of the Geotechnical Consultant, unsatisfactory conditions, such as unsuitable soil, improper moisture condition, inadequate compaction, insufficient buttress key size, adverse weather, etc., are resulting in a quality of work less than required in these specifications, the Geotechnical Consultant shall reject the work and may recommend to the owner that construction be stopped until the conditions are rectified. 2.0 Preparation of Areas to be Filled 2.1 Clearing and Grubbing Vegetation, such as brush, grass, roots, and other deleterious material shall be sufficiently removed and properly disposed of in a method acceptable to the owner, governing agencies, and the Geotechnical Consultant. The Geotechnical Consultant shall evaluate the extent of these removals depending on specific site conditions. Earth fill material shall not contain more than 1 percent of organic materials (by volume). No fill lift shall contain more than 5 percent of organic matter. Nesting of the organic materials shall not be allowed. If potentially hazardous materials are encountered, the Contractor shall stop work in the affected area, and a hazardous material specialist shall be informed immediately for proper evaluation and handling of these materials prior to continuing to work in that area. As presently defined by the State of Califomia, most refined petroleum products (gasoline, diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that are considered to be hazardous waste. As such, the indiscriminate dumping or spillage of these fluids onto the ground may constitute a misdemeanor, punishable by fines and/or imprisonment, and shall not be allowed. 3030.1094 March 12, 2019 Item #5 Page 281 of 387 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 3 of 6 2.2 Processing: Existing ground that has been declared satisfactory for support of fill by the Geotechnical Consultant shall be scarified to a minimum depth of 6 inches. Existing ground that is not satisfactory shall be overexcavated as specified in the following section. Scarification shall continue until soils are broken down and free of large clay lumps or clods and the working surface is reasonably uniform, flat, and free of uneven features that would inhibit uniform compaction. 2.3 Overexcavation In addition to removals and overexcavations recommended in the approved geotechnical report(s) and the grading plan, soft, loose, dry, saturated, spongy, organic-rich, highly fractured or otherwise unsuitable ground shall be overexcavated to competent ground as evaluated by the Geotechnical Consultant during grading. 2.4 Benching: Where fills are to be placed on ground with slopes steeper than 5:1 (horizontal to vertical units), the ground shall be stepped or benched. Please see the Standard Details for a graphic illustration: The lowest bench or key shall be a minimum of 15 feet wide and at least 2 feet deep, into competent material as evaluated by the Geotechnical Consultant. Other benches shall be excavated a minimum height of 4 feet into competent material or as otherwise recommended by the Geotechnical Consultant. Fill placed on ground sloping flatter than 5:1 shall also be benched or otherwise overexcavated to provide a flat subgrade for the fill. 2.5 Evaluation/Acceptance of Fill Areas: All areas to receive fill, including removal and processed areas, key bottoms, and benches, shall be observed, mapped, elevations recorded, and/or tested prior to being accepted by the Geotechnical Consultant as suitable to receive fill. The Contractor shall obtain a written acceptance from the Geotechnical Consultant prior to fill placement. A licensed surveyor shall provide the survey control for determining elevations of processed areas, keys, and benches. 3.0 Fill Material 3.1 General: Material to be used as fill shall be essentially free of organic matter and other deleterious substances evaluated and accepted by the Geotechnical Consultant prior to placement. Soils of poor quality, such as those with unacceptable gradation, high expansion potential, or low strength shall be placed in areas acceptable to the Geotechnical Consultant or mixed with other soils to achieve satisfactory fill material. 3.2 Oversize: Oversize material defined as rock, or other irreducible material with a maximum dimension greater than 8 inches, shall not be buried or placed in fill unless location, materials, and placement methods are specifically accepted by the Geotechnical Consultant. Placement operations shall be such that nesting of oversized material does not occur and such that oversize material is completely surrounded by compacted or densified fill. Oversize material shall not be placed within 10 vertical feet of fmish grade or within 2 feet of future utilities or underground construction. 3.3 Import If importing of fill material is required for grading, proposed import material shall meet the requirements of Section3.1. The potential import source shall be given to the 3030.1094 March 12, 2019 Item #5 Page 282 of 387 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 4 of 6 , Geotechnical Consultant at least 48 hours (2 working days) before importing begins so that its suitability can be determined and appropriate tests performed. 4.0 Fill Placement and Compaction 4.1 Fill Layers: Approved fill material shall be placed in areas prepared to receive fill (per Section3.0) in near-horizontal layers not exceeding 8 inches in loose thickness. The Geotechnical Consultant may accept thicker layers if testing indicates the grading procedures can adequately compact the thicker layers. Each layer shall be spread evenly and mixed thoroughly to attain relative uniformity of material and moisture throughout. 4.2 Fill Moisture Condifioning: Fill soils shall be watered, dried back, blended, and/or mixed, as necessary to attain a relatively uniform moisture content at or slightly over optimum. Maximum density and optimum soil moisture content tests shall be performed in accordance with the American Society of Testing and Materials (ASTM Test Method D1557-91). 4.3 Compaction of Fill: After each layer has been moisture-conditioned, mixed, and evenly spread, it shall be uniformly compacted to not less than 90 percent of maximum dry density (ASTM Test Method D1557-91). Compaction equipment shall be adequately sized and be either specifically designed for soil compaction or of proven reliability to efficiently achieve the specified level of compaction with uniformity. 4.4 Compaction of Fill Slopes: In addition to normal compaction procedures specified above, compaction of slopes shall be accomplished by backrolling of slopes with sheepsfoot rollers at increments of 3 to 4 feet in fill elevation, or by other methods producing satisfactory results acceptable to the Geotechnical Consultant. Upon completion of grading, relative compaction of the fill, out to the slope face, shall be at least 90 percent of maximum density per ASTM Test Method Dl 557-91. 4.5 Compaction Testing: Field tests for moisture content and relative compaction of the fill soils shall be performed by the Geotechnical Consultant. Location and frequency of tests shall be at the Consultant's discretion based on field conditions encountered. Compaction test locations will not necessarily be selected on a random basis. Test locations shall be selected to verify adequacy of compaction levels in areas that are judged to be prone to inadequate compaction (such as close to slope faces and at the fil Vbedrock benches). 4.6 Frequency of Compaction Testing Tests shall be taken at intervals not exceeding 2 feet in vertical rise and/or 1,000 cubic yards of compacted fill soils embankment. In addition, as a guideline, at least one test shall be taken on slope faces for each 5,000 square feet of slope face and/or each 10 feet of vertical height of slope. The Contractor shall assure that fill construction is such that the testing schedule can be accomplished by the Geotechnical Consultant. The Contractor shall stop or slow down the earthwork construction if these minimum standards are not met. 3030.1094 March 12, 2019 Item #5 Page 283 of 387 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 5 of 6 4.7 Compaction Test Locations: The Geotechnical Consultant shall document the approximate elevation and horizontal coordinates of each test location. The Contractor shall coordinate with the project surveyor to assure that sufficient grade stakes are established so that the Geotechnical Consultant can determine the test locations with sufficient accuracy. At a minimum, two grade stakes within a horizontal distance of 100 feet and vertically less than 5 feet apart from potential test locations shall be provided. 5.0 Subdrain Installation Subdrain systems shall be installed in accordance with the approved geotechnical report(s), the grading plan, and the Standard Details. The Geotechnical Consultant may recommend additional subdrains and/or changes in subdrain extent, location, grade, or material depending on conditions encountered during grading. All subdrains shall be surveyed by a land surveyor/civil engineer for line and grade after installation and prior to burial. Sufficient time should be allowed by the Contractor for these surveys. 6.0 Excavation Excavations, as well as over-excavation for remedial purposes, shall be evaluated by the Geotechnical Consultant during grading. Remedial removal depths shown on geotechnical plans are estimates only. The actual extent of removal shall be determined by the Geotechnical Consultant based on the field evaluation of exposed conditions during grading. Where fill-over-cut slopes are to be graded, the cut portion of the slope shall be made, evaluated, and accepted by the Geotechnical Consultant prior to placement of materials for construction of the fill portion of the slope, unless otherwise recommended by the Geotechnical Consultant. 7.0 Trench Backfills 7.1 The Contractor shall follow all OHSA and Cal/OSHA requirements for safety of trench excavations. 7.2 All bedding and backfill of utility trenches shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Bedding material shall have a Sand Equivalent greater than 30 (SE>30). The bedding shall be placed to 1 foot over the top of the conduit and densified by jetting. Backfill shall be placed and densified to a minimum of 90 percent of maximum from 1 foot above the top of the conduit to the surface. 7.3 The jetting of the bedding around the conduits shall be observed by the Geotechnical Consultant. 7.4 The Geotechnical Consultant shall test the trench backfill for relative compaction. At least one test should be made for every 300 feet of trench and 2 feet of fill. 3030,1094 March 12, 2019 Item #5 Page 284 of 387 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 6 of 6 7.5 Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to the Geotechnical Consultant that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method. 3030.1094 March 12, 2019 Item #5 Page 285 of 387 PROJECTED PLAWe 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED OROCJNO NATURAL GROUND - FILL SLOPE 2'MIN. KEY DEPTH 18' MIN. LOWEST BENCH (KEY) REMOVE UNSUITABLE MATERIAL BENCH HEK2HT NATURAL GROUND 4'TVPKyU. COMPACTED—^ FILL-OVER-CUT SLOPE BENCH HEIGHT REMOVE UNSUITABLE MATERIAL I—2'MIN. KEY DEPTH CUT PACE SHALL BE CON8TRUCTH) PRK)R TO FU. PLACEMB^r TO ASSURE ADEQUATE QBDtOQIC CONOmONS OUTFACE TO BE CONSTRUCTB3 PRIOR TO FLL PLACEMENTv NATURAL GROUND OVERBUILT ANO TRIM BACK PROJECTED PLANE 1 T01 MAXIMUM FROM T0EOF8LOPET0 APPROVED QROUrO}^ DESIGN SLOPE REMOVE NSUITABLE MATERIAL CUT-OVER-FILL SLOPE For Subdrains See Standard Detail C 4'TYPK:AL BENCH HEIGHT 2' MIN. KEY DEPTH LOWEST BENCm B84CHNa SHAU BE OOrC WHEN SLOPES ANQLE IS EQUAL TO OR GREATER THAN 5:1 MMMUM BQ4CH HEIQHr SHAa BE 4 FEET MMMUM FILL WIDTH SHAa BE 9 FEET KEYING AND BENCHING GENERAL EARTHWORK AND GRADING SPECIHCATIONS STANDARD DETAILS A • 1 1 March 12, 2019 Item #5 Page 286 of 387 SLOPE FACE FINISH GRADE i 110' MIN.znr^.COMPACTED FILL:--_-ir: _ "OVERSIZE — WINDROW JETTED OR FLOODED GRANULAR MATERIAL • Oversize rock Is larger than 8 inches In largest dimension. • Excavate a trench in the compacted fill deep enough to bury all the rock. • Backfill with granular soil jetted or flooded In place to fill ail the vokls. • Do not bury rock within 10 feet of finish grade. • Windrow of buried rock shaH be parallel to the finished siope m. ELEVATION A-A' PROFILE ALONG WINDROW JETTED OR FLOODED GRANULAR MATERIAL OVERSIZE ROCK DISPOSAL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS B 4/95 March 12, 2019 Item #5 Page 287 of 387 NATURAL GROUND BENCHING REMOVE UNSUITABLE MATERIAL 12" MIN. OVERLAP FROM THE TOP HOG RING TIED EVERY 6 FEET CALTRANS CLASS II PERMEABLE OR #2 ROCK" (9FT.'/FT.) WRAPPED IN FILTER FABRIC FILTER FABRIC (MIRAF1140 ORV APPROVED \ COLLECTOR PIPE SHALL EQUIVALENT) BE MINIMUM 6" DIAMETER SCHEDULE 40 PVC PERFORATED CANYON SUBDRAIN OUTLET DETAIL PIPE, SEE STANDARD DETAIL D FOR PIPE SPECIFICATION DESIGN FINISHED GRADE PERFORATED PIPE 6-<t) MIN. FILTER FABRIC (MIRAFI 140 OR APPROVED EQUIVALENT) #2 ROCK WRAPPED IN FILTER FABRIC OR CALTRANS CLASS II PERMEABLE. I I CANYON SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS C f > 1 1 4/95 March 12, 2019 Item #5 Page 288 of 387 OUTLET PIPES 4"(|> NON-PERFORATED PIPE, 100' MAX. O.C. HORIZONTALLY, 30' MAX. O.C. VERTICALLY BACKCUT 1:1 OR FLATTER T 2' MIN. '^^.::zs^^2% MIN. —:^nxr::zd^ \ _15' MIN.__ KEY WIDTH \ / POSITIVE SEAL SHOULD BE PROVIDED AT THE JOI OUTLET PIPE (NON-PERFORATED) CALTRANS CUSS II PERMEABLE OR #2 ROCK (3FT.'/FT.) WRAPPED IN FILTER FABRIC 12- MIN. OVERLAP FROM THE TOP HOG RING TIED EVERY 6 FEET \ FILTER FABRIC (MIRAF1140 OR APPROVED EQUIVALENT) / T-CONNECTION FOR COLLECTOR PIPE TO OUTLET PIPE • SUBDRAIN INSTALLATION - Subdrain collector pipe shall be Installed with perforattons down or, unless othenorise designated by the geotechnteal consultant Outlet pipes shall be non-perforated pipe. The sulxJraIn pipe shall have at least 8 perforattons uniformly spaced per foot Peiforalton shall be V** to If drilled holes are used. All subdrain pipes shall have a gradient at least 2% towards the outlet • SUBDRAIN PIPE - Subdrain pipe shall be ASTM D2751, SDR 23.5 or ASTM D1527, Schedule 40. or ASTM D3034, SDR 23:s, Schedule 40 Polyvinyl Chtoride Plastfc (PVC) pipe. • All outlet pipe shall be placed In a trench no wider than twtee the subdrain pipe. Pipe shall be in soli of SE>30 jetted or flooded in place except for the outside 5 feet whteh shall be native soil backfill. BUTTRESS OR REPLACEMENT FILL SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS 0 4/95 March 12, 2019 Item #5 Page 289 of 387 RETAINING WALL DRAINAGE DETAIL -SOIL BACKFILL, COMPACTED TO 90 PERCENT RELATIVE COMPACTION* RETAINING WALL WALL WATERPROOFING PERARCHlfECf'S SPECiFICATidNS FILTER FABRIC ENVELOPE (MIRAFI IAON OR APPROVED EQUIVALENT)** ** -SM'-l-l/a' CLEAN GRAVEL 4V(MIN.)|^METER PERFORATED PVC PIPE (SCHEDULE 40 OR EQUIVALENT) WITH PERFORATIONS ORIENTED DOWN AS DEPICTED MINIMUM 1 PERCENT GRADIENT TO SUITABLE OUTLET 3' MIN. I I I SPECIFICATIONS FOR CALTRANS CLASS 2 PERMEABLE MATERIAL U.S. Standard Sieve Size % Passinq 1" 100 3/4" 90-100 3/8" 40-100 No. 4 25-40 No. 8 18-33 No. 30 5-15 No. 50 0-7 No. 200 0-3 Sand Equivalent>75 COMPEfENT BEDROCK OR MATERIAL AS EVALUATED BY THE GEOTECHNICAL CONSULTANT * BASED ON ASTM D1657 **IF CALTRANS CLASS 2 PERMEABLE MATERIAL (SEE GRADATION TO LEFT) IS USED IN PLACE OF 3/4'-1-1/2' GRAVEL, FILTER FABRIC MAY BE DELETED. CALTRANS CLASS 2 PERMEABLE MATERIAL 8HOtn.O BE COMPACTED tO Sq PERCE^ RELATIVE COMPACTION * NOTE:COMPOSITE DRAlNA(3E PRODUCTS SUCH AS MIRADRAIN OR J-DRAIN MAY BE USED AS AN ALTERNATIVE TO <3RAVEL OR CLksS a iNSTALLATK)N SHOULD BE PERFORT^ IN ACCORDANCE WTH MANUFACrrURER'S SPEQRCATlONa March 12, 2019 Item #5 Page 290 of 387 March 12, 2019 Item #5 Page 291 of 387 4841363-006 APPENDIX E SURFICIAL SLOPE STABILITY ANALYSIS ASSUMED PARAMETERS • Z = Depth of Saturation =3.5 feet / = Slope Angle = 26.6 degrees y„, = Unit Weight of Water = 62.4 pcf Y, = ' Saturated Unit Weight of Soil = 130 pcf (j) = Apparent Angle of Internal Friction = 25 degrees C = Apparent Cohesion = 250 pcf C + otan 4) ^ C +(Y, - yJZ cos^i tan <{) Y, Z sin i cos i FS = 1.8 Santiago Formation (claystone) E-I March 12, 2019 Item #5 Page 292 of 387 4841363-006 APPENDIX E SURFICIAL SLOPE STABILITY ANALYSIS ASSUMED PARAMETERS Z = Depth of Saturation - 3.5 feet / = Siope Angle = 26.6 degrees Y„ = Unit Weight of Water = 62.4 pcf y, = Saturated Unit Weight of Soil = 130 pcf (|) = Apparent Angle of Internal Friction = 32 degrees C = Apparent Cohesion = 175 pcf FS C + otan (|) ^ C +(Y, - yJZ cosH tan (j) T " Y, Z sin i cos i FS = 1.6 Santiago Formation (sandstone) E-2 March 12, 2019 Item #5 Page 293 of 387 4841363-006 APPENDIX E SURFICIAL SLOPE STABILITY ANALYSIS ASSUMED PARAMETERS Z = Depth of Saturation =3.5 feet / = Slope Angle = 26.6 degrees Y« = Unit Weight of Water = 62.4 pcf y, = Saturated Unit Weight of Soil = 130 pcf (j) = Apparent Angle of Internal Friction = 28 degrees C = Apparent Cohesion = 175 pcf FS = C + otan (|) ^ C +(Y, - yJZ cos^i tan ^ T Y/ •Z sin i cos i FS = 1.5 Compacted fill derived from Santiago Formation (claystone and sandstone rai.x) E-3 March 12, 2019 Item #5 Page 294 of 387 PDSECTA1 1-22-98 16:23 335 _ • 295 CD 255 (D CO X < 215 _ I >- 175 135 0 P&D/XSECT.-A- BLK 10 most critical surfaces, MINIMUM JANBU FOS = 1.683 40 80 120 160 200 X-AXIS (feet) 240 280 320 March 12, 2019 Item #5 Page 295 of 387 A PROFIL FILE: PDSECTAl 1-22-98 16:23 ft P&D/XSECT.-A- BLK 12 5 . 0 220 . 0 40 . 0 221 . 0 1 4 0 0 221 0 80 . 0 230 . 0 2 80 0 230 0 160 . 0 265 . 0 2 160 0 265 0 190 . 0 277 0 1 190 0 277 0 320 . 0 290 . 0 1 40 0 221 0 44 0 217 0 1 44 0 217 0 •112 0 217 0 1 112 0 217. 0 12 0 0 226 0 1 120 0 226 0 124 0 231 0 3 124 0 231 0 160 0 265 0 1 124 0 231 0 280 0 243 0 3 120. 0 226 0 ..280 0 239 0 1 SOIL 120 . 0 130 0 250 0 30 . 00 000 120 .0 130 0 175 0 28 .00 000 120 . O' 130 0 100 0 10 . 00 000 0 1 0 1 0 1 WATER 1 62.40 .0 220.0 40.0 221.0 120.0 230.0 280.0 244.0 BLOCK 100 2 5.0 123.0 229.0 140.0 231.0 3.0 175.0 232.0 250.0 237.0 3.0 March 12, 2019 Item #5 Page 296 of 387 XSTABL File: PDSECTAl 1-22-98 16 : 23 ********************************** * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, Inc Moscow, ID 83843, U.S.A. All Rights Reserved Ver. 5.103 95 1387 * * * ******************************************** Problem Description : P&D/XSECT.-A- BLK SEGMENT BOUNDARY COORDINATES 5 SURFACE boundary segments Segment No. 1 2 3 4 5 x-left (ft) . 0 40 . 0 80 . 0 160 . 0 190 . 0 y-left (ft). 220 . 0 221. 0 230 . 0 265 . 0 277.0 x-right (ft) 40 . 0 80 . 0 160 . 0 190 . 0 320 . 0 y-right (ft) 221. 0 230 . 0 265 . 0 277 . 0 290.0 Soil Unit Below Segment 1 2 2 1 1 7 SUBSURFACE boundary segments Segment x-left y-left x-right "y-right No. (ft) (ft) (ft) (ft) 1 40 . 0 221.0 44 . 0 217 . 0 2 44 . 0 217 . 0 112 . 0 217 . 0 3 112 . 0 217 . 0 120.. 0 226 . 0 4 120 . 0 226 . 0 124 . 0 231.0 5 124 . 0 231. 0 160 . 0 265 . 0 6 124.0 • 231. 0 280 . 0 243 . 0 7 • 120 . 0 226 . 0 280 . 0 • 239.0 Soil Unit Below Segment 1 1 1 3 1 3 1 ISOTROPIC Soil Parameters 3 Soil unit(s) specified March 12, 2019 Item #5 Page 297 of 387 Soil Unit Weight Cohesion Friction Pore Pressure Water Unit Moist Sat. intercept Angle Parameter Constant Surface No. (pcf) . (pcf). (psf) (deg) Ru (psf) No. 1 120 . 0 130 . 0 . 250 . 0 30 . 00 . 000 • . 0 1 2 120 . 0 130 . 0 175 . 0 28 . 00 . 000 . 0 1 3 120 . 0 130 . 0 100 . 0 10 . 00 . 000 . 0 1 1 Water surface(s) have been specified Unit weight of water.= 62.40 (pcf) Water Surface No. 1 specified by 4 coordinate points ************************************** PHREATIC SURFACE, ********************************** Point No. x-water (ft) y-water (ft) 1 00 220 . 00 2 40 00 221 . 00 3 120 00 230 . 00 4 280 00 2.44' . 00 A critical failure surface searching method, using a random technique for. generating sliding BLOCK surfaces, has been specified. 100 trial surfaces will be generated and analyzed. 2 boxes specified for generation of central block base Length of line segments for active and passive portions of sliding block is 5.0 ft Box no. 1 2 x-left (ft.) 123.0- 175 . 0 y-left (ft). 229 . 0 232 . 0 x-right (ft) 140 . 0 250 . 0 y-right (ft) 231. 0 237 . 0 Width (ft) 3 . 0 3 . 0 ******************************************************************** -- WARNING — WARNING -- WARNING -- WARNING -- (#48) ******************************************************** Negative effective stresses were calculated at the base of a-slice. This warning is usually reported for cases where slices have low self weight and a relatively high "c" shear strength parameter. In such March 12, 2019 Item #5 Page 298 of 387 cases, this effect can only be eliminated by reducing the "c" value.' ************************************************** USER SELECTED option to maintain, strength greater than zero Factors of safety have been calculated by the : SIMPLIFIED JANBU METHOD ***** The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 19 coordinate points Point x-surf y-surf No. (ft) (ft) 1 106 .27 241.49 2 109 .44 240.83 3 113 . 83 238 .45 4 117 .42 234.96 5 121 .31 231.83 6 124 .87 228.31 7 186 . 14 233 . 84 8 187 58 238 . 63 9 191 05 242.22 10 193 88 246.35 11 197 28 250 . 01 12 199 79 254 . 33 13 202 08 258.78 14 205 40 262 . 52 15 208 73 266 .25 16 212 . 19 269.85 17 215 . 36 273.73 18 218 . 87 277.29 19 220 . 88 280.09 ** Corrected JANBU FOS = 1.683 ** (Fo factor = 1.084) Failure surface No. 2 specified by 20 coordinate points oint x-surf y-surf No. (ft) (ft) 1 107 . 03 241. 82 2 , 108 .45 240.47 3 113 .33 239.39 4 117 78 237.12 5 121 85 234 . 22 6 125 41 230.71 7 175 21 230 . 90 8 ' 177 90 235 . 12 9 180 22 239 . 55 March 12, 2019 Item #5 Page 299 of 387 10 183 . 75 243 . 09 11 187 . 19 246 . 71 12. 190 . 50 250 . 47 13 193 . 52 254 . 45 14 196 .37 258 . 56 15 199 . 78 262 . 21 16 203 .23 265 . 84 17 204 .68 270 . 62 18 208 . 00 274 . 36 19 209 . 91 278 . 98 20 209 . 91 278 . 99 Corrected JANBU FOS = 1 . 692 ** Corrected JANBU FOS = 1.692 ** (Fo factor = 1.087) Failure surface No. 3 specified by 19 coordinate points Point . x-surf y-surf No. (ft) (ft) 1 107.27 241.93 2 109.22 240.10 3 112.96 236.78 4 117.92 236.12 5 122.19 233.53 6 126.27 230 . 64 7 197.22 234.18 8 200.72 237.75 9 . 204.12 .241.41 10 206 .47 245 . 83 11 209.90 249 .46 12 211.93 254.04 13 214.04 258.57 14 216.68 262 .81 15 219.33 267.05 16 221.10 271.73 17 224.64 275.27 18 228.10 278.87 19 228.99 280 . 90 ** Corrected JANBU FOS = 1.702 ** (Fo factor = 1.084) Failure surface No. 4 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 101 .33 239.33 2 103 .81 237.19 3 108 . 73 236.30 4 113 73 236 .28 5 117 72 233.27 6 122 43 231.60 7 126 41 228 . 57 8 222 89 235.73 9 • 226 08 239.58 10 226 85 244.52 11 228 . 79 249.13 12 232 01 252 . 95 March 12, 2019 Item #5 Page 300 of 387 .13 235.46 256 . 57 14 238 .27 260 . 70 15 241.50 264 . 52 16 243.91 268 . 91 17 247.44 272 . 45 18 250.84 2 76 . 11 19 253 .49 280 . 35 20 256.54 283 65 Corrected JANBU FOS = 1. 737 (Fo factor = 1.078) Failure surface No. 5 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 104 -.75 240 . 83 2 105 . 58 240.50 3 109 . 81 237 .85 4 114 . 80 237.54 5 119 . 77 236.99 6 123 42 233 .58 7 127 34 230.47 8 175 75 233.24 9 178 75 237.25 10 181 85 241.16 11 185 32 244.77 12 188 . 78 248.37 13 191. 11 . 252 . 80 14 193 . 48 257.20 15 197 . 01 260 .,74 16 199 . 33 265 .17 17 199. 73 270.15 18 202 . 75 274.14 19 206 . 09 277.86 20 206 . 58 278.66 ** Corrected JANBU FOS = 1.743 ** (Fo factor = 1.086) Failure surface No. 6 specified by 22 coordinate points Point x-surf y-surf No. (ft) (ft) 1 100 . 70 239 . 06 2 102 . 81 236.96 3 107 . 81 236.95 4 112 . 71 235.95 5 117 09 233.55 6 122 09 . • 233.41 7 126 48 231 . 01 8 131 41 230.18 9 . 201 58 232.59 10 205 12 236.13 11 . 207 80 240 .35 12 211. 22 243 . 99 13 214 . 21 248 .00 14 217 . 15 252.05 March 12, 2019 Item #5 Page 301 of 387 15 220 36 2 55 .88 16 220 50 260 . 87 17 223 98 264 .46 18 227 15 268 33 19 • 230 68 271 87 20 233 59 275 94 21 235 81 280 42 22 236 62 281 66 ** Corrected JANBU FOS = 1.744 (Fo factor = 1.082) Failure surface No. 7 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) . 1 100 .35 238.90 2 102 .20 238.89 3 107 . 11 237 . 95 4 112 . 07 237.33 5 116 . 01 234.25 6 119 . 97 231.18 7 124 . 87 230.21 8 180 . 14 232 . 51 9 181 . 18 237 .40 10 182 .21 242 .30 11 185 . 59 245.98 12 189 . 11 249.53 13 192 .49 253 .21 14 195 .30 257 .35 15 198 .35 261 .31 16 201 .48 265 .21 17 203 . 73 . . 269 .68 18 207 . 07 • 273.40 19 210 54 277 .00 20 212 82 279 .28 ** Corrected JANBU FOS = 1.750 ** (Fo factor = 1.085) Failure surface No. 8 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 99 .89 238.70 2 101 48 237 .21 3 106 .46 236.78 4 110 .79 234 .29 5 115 .40 232 . 34 6 120 09 230.61 . 7 125 08 230.34 8 188 45 232 .80 9 190 93 237.14 10 194 39 240.74 11 195 55 245.61 12 198 73 249.47 13 202 07 253.19 14 202 14 258.19 March 12, 2019 Item #5 Page 302 of 387 15 203.79 262.91 16 206.03 .267.38 17 208.70 271.61 18 212.15 275.23 19 215.62 278.83 20 215.80 279.58 ** Corrected JANBU FOS = 1.757 ** (Fo factor = 1.086) Failure surface No. 9 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 106 .41 241.55 2 110 .47 238 . 83 3 115 .47 238 . 70 4 120 . 03 236 . 64 5 123 . 88 233 .46 6 128 . 24 231.01 7 133 09 229.81 8 190 69 232.56 9 193 98 236.33 10 197 32 240 . 05 11 200 78 243.66 12 203 41 247.92 13 204 70 252.74 14 208 11 256.41 15 209 44 261.22 16 212 21 265.39 17 215 74 268.93 18 216 . 00 273.92 19 217 . 92 278.54 20 218 . 83 279.88 ** Corrected JANBU FOS = 1.763 ** (Fo factor = 1.087) Failure surface No.10 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 104 . 71 240.81 2 109 .26 239.87 3 113 . 11 236 . 68 4 118 10 236 . 27 5 122 .45 233.82 6 125 99 230.29 7 130 93 229 . 50 8 202 85 234.11 9 205 94 238.03 10 208 04 242.57 11 211 37 246.30 12 213 80 250.68 13 214 67 255.60 14 218 10 259.24 15 221 05 - 263.27 16 224 22 267.14 March 12, 2019 Item #5 Page 303 of 387 17 18 19 20 226 . 96 230 . 24 230 .45 231 . 01 271 . 32 275 . 10 280.10 281 . 10 ** Corrected JANBU FOS = 1.766 ** (Fo factor = 1.084! The following is a summary of the TEN most critical surfaces Problem Description : P&D/XSECT.-A- BLK Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1 .683 1. 084 106 .27 220 . 88 1 .303E+05 2 . 1 .692 1.087 107 . 03 209 . 91 1 .215E+05 3 . 1 702 1. 084 107 27 228 99 1 .382E+05 4 . 1 737 1. 078 101 33 256 54 1 .646E+05 5 . 1 743 1 . 086 104 75 206 58 1 .173E+05 6 . 1 744 1. 082 100 70 236 62 1 .520E+05 7 . 1 750 1.085 100 35 212 82 1 .189E+05 8 . 1 757 1. 086 99 89 215 80 1 .226E+05 9 . 1 763 1.087 106 41 218 83 1 . 317E.+ 05 10 . 1 766 1. 084 104 71 231 01 1 .416E+05 * * * END OF FILE * * * March 12, 2019 Item #5 Page 304 of 387 PDSECTA 1-22-98 16:18 295 P&D/XSECT.-A- 10 most critical surfaces, MINIMUM JANBU FOS = 1.729 260 (D 225 a> CO X < 190 I >- 155 120 6 35 _w 1 —1 1 1 ,— 70 105 140 1 ' '—r 175 X-AXIS (feet) I ' I ' 1 210 245 280 March 12, 2019 Item #5 Page 305 of 387 i I I I i I I i I I I I I I I I 1 i i I I PROFIL FILE: PDSECTA 1-22-98 16:18 ft P&D/XSECT.-A- 12 5 . 0-220 . 0 40 . 0 221 . 0 1 40 . 0 221 . 0 80 . 0 230 . 0 2 80 . 0 230 , . 0 125 . 0 250 . 0 2 125 . 0 250 , . 0 190 . 0 277 , . 0 1 190 , . 0 277 , . 0 280 , . 0 290 , . 0 1 40 , . 0 221. . 0 45 , . 0 211. , 0 1 45 , . 0 211 . , 0 85 , . 0 210 . , 0 1 85 , , 0 210 . . 0 100 . . 0 225 , . 0 1 100 . . 0 225 . , 0 104 . . 0 229 . , 0 3 104 . , 0 229 . 0 125 . , 0 250 . 0 1 104 . . 0 229 . 0 280 . 0 243 . 0 3 100 . 0 225 . 0 280 . 0 239 . 0 1 SOIL 3 120.0 130.0 250.0 30.00 .000 .0 1 120.0 130.0 175.0 28.00 .000 .0 1 120.0 130.0 100.0 10.00 .000 .0 1 WATER 1 62.40 5 .0 200.0 .4 5.0 212.0 85 . 0 220.0 103.0 232.0 . 280.0 . 245.0 CIRCLE 10 10 20.0 40.0 . 195.0 220.0' 150.0 5.0 .0 .0 March 12, 2019 Item #5 Page 306 of 387 i I XSTABL File: PDSECTA 1-22-98 16 :18 ************************************-*--*-**-:V* * * * * * * * * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, Inc Moscow, ID 83843, U.S.A. All Rights Reserved * * * * * * * * * * * * * Ver. 5.103 95 - 1387 * ****************************************** Problem Description : P&D/XSECT.-A- SEGMENT BOUNDARY COORDINATES 5 SURFACE boundary segments Segment No. 1 2 3 4 5 x-left (ft) . 0 40 . 0 80 . 0 125 . 0 190. 0 y-left (ft) 220 . 0. 221. 0 230 . 0 250 . 0 277. 0 x-right (ft) 40 . 0 80 . 0 125 . 0 190 . 0 280 . 0 y-right (ft) . 221. 0 230 . 0 250 . 0 277 . 0 290 . 0 Soil Unit Below Segment 1 2 2 1 1 7 SUBSURFACE boundary segments I I I Segment No. 1 2 3 4 5 6 7 x-left (ft) 40 . 0 45 . 0 8 5.0 100 . 0 104.-. 0 104 . 0 100. 0 y-left (ft) 221. 0 211. 0 210 . 0 225.0 229 . 0 229 . 0 225. 0 ISOTROPIC Soil Parameters 3 Soil unit (s) specified x-right (ft)- 45 . 0 85 . 0 100 . 0 104 . 0 125 . 0 280 . 0 280 . 0 y-right (ft) 211. 0 210 . 0 . 225.0 229 . 0 250 . 0 243 . 0 239 . 0 Soil Unit Below Segment 1 1 1 3 1 3 1 March 12, 2019 Item #5 Page 307 of 387 Soil Unit Weight Cohesion Friction Pore Pressure Water Unit Moist Sat. Intercept Angle Parameter Constant Surface No. (pcf) (pcf) (psf) (deg) Ru (psf) No. 1 120.0 130 . 0 250.0 30.00 . 000 . 0 1 2 120.0 130 . 0 175.0 28.00 . 000 . 0 1 3 120.0 130 . 0 100.0 10.00 . 000 . 0 1 1 Water surface(s) have been specified Unit weight of water 62.40 (pcf) Water Surface No. 1 specified by 5 coordinate points ********************************** PHREATIC SURFACE, ********************************** Point x-water y-water No. (ft) (ft) 1 . 00 200.00 2 45 . 00 212.00 .. 3 85 . 00 220 . 00 4 103.00 232.00 5 280 . 00 245 . 00 A.critical failure surface searching method, using a random technique for generating CIRCULAR surfaces has been specified. 100 trial surfaces will be generated and analyzed, 10 Surfaces initiate from each of 10 points equally spaced along the ground surface between x = 20.0 ft and X = 40.0 ft Each surface.terminates between x = 195.0 ft and X = 220.0 ft Unless further limitations were imposed, the minimum elevation at which a surface extends is y = 150.0 ft 5.0 ft line segments define each trial failure surface. ANGULAR RESTRICTIONS : The first segment of each failure surface will be inclined March 12, 2019 Item #5 Page 308 of 387 within the angular range defined by : Lower angular limit := -45.0 degrees Upper angular limit := (slope angle - 5.0) degrees Factors of safety have been calculated by the : * * * * * SIMPLIFIED JANBU METHOD * * * * * The'10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 38 coordinate points Point x-surf y-surf No. (ft) (ft) 1 40 .00 - 221.00 2 44 . 84 219.74 3 49 . 72 218.64 4 54 . 63 217.71 5 59 . 57 216 . 95 6 64 . 54 216 .36 7 ' 69 . 52 215 . 93 8 74 . 51 215.68 9 79 . 51 215 . 59 10 84.51 215 .68 11 89 .50 215.93 12 94.49 216 .36 13 99.45 216.95 14 104.39 217 . 71. 15 109 .30 218.64 16 114.18 219.74 17 119.02 221.00 18 123 . 81 222.43 19 128.55 224.01 20 133.24 225.76 21 137.86 227 . 67 22 142.42 229.73 23 146.90 231.95 24 151.30 234.31 25 155.62 236 . 83 26 159.86 239.49 27 164.00 242 .29 28 168.04 245 .23 29 171.98 248 .31 30 175.81 251 . 52 31 179.54 254 .86 32 183.14 258 .32 33 186.63 261.91 34 189.99 265 .61 35 193.23 269.42 36 196.33 273.34 37 199.30 277.36 March 12, 2019 Item #5 Page 309 of 387 38 200.04 278.45 **• Corrected JANBU FOS = 1^.729 ** (Fo factor = 1.062] Failure surface No. 2 specified by 38 coordinate points Point x-surf y-surf No. (ft) (ft) 1 40 . 00 221.00 2 44 . 56 218 .95 3 49 .21 217.10 4 53 . 93 215.45 5 58 .71 214.01 6 63 . 56 212 . 77 7 68 .45 211 . 74 8. 73 .38 210.93 9 78 .35 '210 . 32 10 83 .33 209.94 11 88 .33 209 . 77 12 93 .33 209 . 81 13 98 .32 210.07 14 103 .30 210.54 15 108 .25 211.23 16 113 17 212.13 17 118 05 ,. 213 .24 18 122 87 214 . 56 19 127 63 216.09 20 132 32 . 217.82 21 136 93 • 219.75 2 2 141 46 22,1. 88 23 , 145 89 224 .20 24 150 21 226.71 25 154 42 229.40 26 158 . 51 232 .27 27 162 . 48 235.32 28 166 . 31 238.53 29 170 . 00 ' 241 . 91 30 173 . 54 245 .44 31 176 . 92 249.12 32 18 0 . 14 252.95 33 183 . 19 256 . 91 34 186 . 08 260 . 99 35 188 . 78 265.20 36 191 . 30 269 . 52 37 193 . 62 273 . 95 38 . 195 . 44 277.79 ** Corrected JANBU. FOS = 1.730 ** (Fo factor = 1.074) I I I Failure surface No. 3 specified by 42 coordinate points Point- No. 1 2' 3 • x-surf (ft) 40 . 00 44 . 72 49 . 50 y-surf (ft) 221.00 219 .36 217.87 March 12, 2019 Item #5 Page 310 of 387 4 54 .32 216 . 55 5 • 59 . 18 215 .3 9 .6 64 . 08 214 .39 7 69 . 01 213 . 55 8 73 . 97 212 . 88 9 78 . 94 212 . 38 10 -8 3 . 93 212 . 04 11 88 . 93 211 . 87 12 93 . 93 211 .86 13 98 . 92 212 . 02 14 103 . 91 212 . 35 15 108 .89 212 .85 16 113 . 84 213 . 51 17 118 . 77 214 .'34 18 123 . 68 215 .33 19 128 . 54 216 48 20 133 .36 217 79 21 138 . 14 219 27 22 142 87 22.0 90 23 147 54 222 69 24 152 14 224 64 25 156 68 226 74 2 6, 161 15 228 99 27 165 53 231 38 28 169 84 233 . 92 29 174 06 236 . 61 30 178 19 239 . 43 31 182 . 22 242 . 39 32 186 . 15 245 . 48 33 189 . 97 248 . 70 34 193 . 68 252 . 05 35 197 . 28 255 . 52 36 200 . 77 259 . 11 37 204 . 13 262 . 81 38 207 . 36 266 . 62 39 210 . 47 270 . 54 40 213. 44 274 . 56 41 216 . 28 278 . 68 42 217 . 78 281. 01 ** Corrected JANBU FOS = 1.741 ** (Fo factor = 1.066) Failure surface No. 4 specified by 41 coordinate points I I I I I Point x-surf y-surf No.. (ft) (ft) 1 37 . 78 220 . 94 2 42 .34 . 218 . 90 .3 46 . 98 217.03 4 51 69 215.35 5 56 45 213.84 6 61 28 212.53 7 66 15 211.40 8-71 06 210 .46 9 76 00 209.71 10 8 0 97 209.15 11 85 96 208.78 12 90 96 208 . 61 March 12, 2019 Item #5 Page 311 of 387 13 95 . 96 208 . 63 14 100 . 95 208 . 85 15 105 . 93 209 .26 16 110 . 90 209 . 86 17 115 . 83 210 65 18 120 . 74 211 64 19 125 . 60 212 81 20 130 .41 • 214 17 21 135 . 16 215 71 22 139 .86 217 44 23 144 .48 219 35 24 149 . 02 221 43 25 153 48 223 . 69 26 157 85 226 . 12 27 162 13 228 . 72 28 166 29 231 . 48 29 170 35 234 . 40 30 174 30 237 . 48 31 178 12 240 . 70 32 181 81 244 . 07 33 185 37 247 . 58 34 188 79 251. 23 3 5 192 . 07. 255 . 00 36 195 . 20 258 . 90 37 198 . 17 262 . 92 3 8 200 . 99 267 . 05 39 203 . 65 271 . 29 40 206 . •14 275 . 62 41 208 . 24 279 . 63 ** Corrected JANBU FOS = 1.741 ** (Fo factor = 1.073) Failure surface No. 5 specified by 42 coordinate points I I Point x-surf .y-surf No. (ft) (ft) 1 35 .56 220.89 2 40 .34 219.43 3 45 . 16 218.11 4 50 . 02 216.95 5 54 . 92 215.93 6 59 . 84 215.07 7 64 . 79 214.36 8 69 . 76 213.80 9 74 . 75 213.39 10 •79 . 74 213.14 11 84 . 74 213.04 12 89 . 74 213.10 13 . 94 . 73 213.31 14 99 72 213.67 15 104 69 214.19 16 109 65 214 . 86 17 114 58 215.68 18 119 48 216.66 19 124 36 ' 217.78 20 129 19 • 219.05 21 133 9 9 220 .48 22 138 73 222.05 March 12, 2019 Item #5 Page 312 of 387 23 143 .43 223 . 76 24 •148 . 07 225 . 62 25 152 . 65 227 . 62 26 157 . 17 229 . 76 27 161 . 62 232 . 04 28 166 . 00 234 .45 29 170 .30 237 . 00 30 174 53 239 6 8 31 178 66 242 49 32 182 71 245 42 33 186 67 248 48 3 4 190 53 251 66 35 194 29 254 95 36 197 94 258 36 37 201 50 261 88 38 204 94 265 51 39 208 . 26 269 . 24 40 211. 47 273 . 08 41 214 . 56 277 . 01 42 217 . 49 280 . 97 ** Corrected JANBU FOS = 1.749 ** (Fo factor = 1.063) Failure surface No. 6 specified by 44 coordinate points I I I Point . x-surf y-surf No . (ft) (ft) 1 35.56 220.89 2 40.23 219.10 3 44 . 95 217.47 4 49. 73 216.00 5 54 . 55 214.68 6 59 .42 213.53 7 64.32 212.54 8 69.25 211.71 9 74 .21 211.04 10 79 . 18 210.54 11 84.17 210.21 12 89 .17 210.04 13 94 .17 210.04 14 99.16 210.20 15 104.15 210.53 16 109.13 211.02 17 114.09 211.68 18 119.02 212 . 50 19 123.92 213 .48 20 128.79 214.63 21 133.61 215 . 93 22 138 .39 217.40 23 143.12 219.03 24 147.79 220 . 81 25 152 .41 222.74 26 156.95 224.82 27 161.42 227 . 06 28 165.82 229.44 29 . 170.13 231.97 30 174.36 234 . 64 31 178.50 . 237.44 March 12, 2019 Item #5 Page 313 of 387 32 182 . 54 240 .39 33 186 .48 -243 .46 34 190 32 246 . 67 35 194 05 249 .99 36 197 67 253 .45 37 201 17 257 . 02 38 204 55 260 70 39 207 81 264 49 40 210 94 268 39 41 213 94 272 39 42 216 80 276 49 43 219 53 280 68 44 219 . 92 281 32 ** Corrected JANBU FOS = 1.751 ** (Fo factor = 1.068) Failure surface No. 7 specified by 43 coordinate points Point x-surf y-surf No. (ft) (ft) 1 35 . 56 220 .89 2 40 .34 219 . 44 3 45 . 17 • 218.13 4 50 . 03 216.97 5 54 . 93 215.96 6 59 .85 215 . 10 7 64 .80 214 .38 8 69 . 77 213.82 • 9 74 . 75 213.40 10 79 . 74 213.14 . 11 84 . 74 213.02 12 89 .74 213.06 13 94 .74 213 . 25 14 .99 . 73 213.59 15 104 . 70 214 . 08 16 109 . 66 214 . 72 17 114 60 215.51 18 119 51 216.44 19 124 39 217.53 20 129 24 218.76 21 134 04 220.14 22 138 81 221 .66 23 143 52 223 .33 24 148 18 225.13 25 152 79 227.08 26 157 33 229.17 27 161. 81 231.39 28 166 . 22 233.75 29 • 170 . 56 236 . 23 30 174 . 82 238 . 85 31 179 . 00 241 . 60 32 183 . 09 244 .47 33 187 . 10 247.46 34 191 . 01 250.57 35 194 . 83 253 . 80 36 198 . 55 257.14 37 202 . 16 260 . 60 38 205 . 67 264.16 March 12, 2019 Item #5 Page 314 of 387 39 40 41 42 43 209.07 212 .36 215.54 218.59 219 . 99 267.82 271 .59 275 .45 279 .41 281 . 33 ** Corrected JANBU FOS 1. 755 (Fo factor = 1.063) Failure surface No. 8 specified by 41 coordinate points Point x-surf y-surf No. (ft) (ft) 1 26 . 67 220 . 67 2 31.37 218.97 3 36.13 217.44 4 40 . 94 216.07 5 45 . 79 214.87 6 50 . 68 213.83 7 55.61 212.97 8 60 . 56 212.27 9 65 . 53 211.74 10 70 . 52 211.38 11 75 . 52 211.20 12 80 .52 211.18 13 85 . 51 211.34 14 90 . 50 211.66 15 95.48 212.16 16 100 .43 212.83 17 105 .36 213.66 18 110 .26 214.67 19 115.12 215.84 20 119.94 217.18 21 124.71 218.68 22 129.42 220.35 23 134 . 08 222.17 24 138.67 224.16 25 143.19 226.29 26 147.63 228.59 27 151.99 231.03 28 156.27 233.62 29 160.45 236 .36 30 164.54 239.24 31 168.53 242.26 32 172.41 245.41 33 176.18 248.69 34 179.84 252.10 35 183 .37 255.63 36 186.79 259 .29 37 190.08 263.05 38 193 .23 266.93 39 196.26 270.91 40 199.14 275.00 41 201.55 278.67 ** Corrected JANBU FOS = 1.757 ** (Fo factor = 1.067) Failure surface No. 9 specified by 41 coordinate points March 12, 2019 Item #5 Page 315 of 387 Point x-surf y-surf No. (ft) (ft) 1 37 . 78 220 . 94 2 42 . 66 219.85 3 47 . 57 218.90 4 52 . 50 218.08 5 57 .45 217.40 6 62 .42 216.86 7 67 .41 216 .46 8 72 .40 216.19 9 77 .40 216 . 07 10 82 .40 216.08 11 87 .39 216 .23 12 92 .39 216.53 13 97 .37 216.96 14 102 . 33 217.53 15 107 .28 218.24 16 112 . 21 219.09 17 117 . 11 220 . 07 18 121 99 221.19 19 126 83 222 . 44 20 131 63 223.83 21 136 39 225.36 22 141 11 227.01 23 145 78 228.80 24 150 40 230.71 25 154 96 232.76 26 159 47 234.93 27 163 . 91 237 . 22 28 168 . 29 239.64 29 172 . 60 242.18 3 0 176 . 83 244.83 31 180 . 99 247.61 32 185 . 07 250.50 33 189 . 07 253 . 50 34 192. 98 256.61 35 196 . 81 259 . 83 36 200 . 54 263.15 37 204 . 18 266.58 38 • 207 . 73 270.11 39 211. 17 273.74 40 214 . 51 277.46 41 217 . 50 280.97 ** Corrected JANBU FOS = 1.757 ** (Fo factor = 1.057) Failure surface No.10 specified by 41 coordinate points Point No. x-surf (ft) y-surf (ft) 1 2 3 4 5 6 37 . 78 42 . 18 46.67 51.26 55 . 93 60 . 68 220 . 94 218.57 216.38 214.39 212 . 61 211.03 March 12, 2019 Item #5 Page 316 of 387 7 65 .48 209 . 66 8 70 .35 208 . 50 9 75 .26 207 : 5 5 10 80 .20 206 . 82 11 85 . 18 206 .30 12 90 . 17 206 . 00 13 95 . 17 205 . 92 14 100 . 16 206 .06 15 105 . 15 206 .42 16 110 . 12 206 .99 17 115 . 06 207 . 78 18 119 . 96 208 . 78 19 124 .81 209 . 99 20 129 . 60 211 .42 21 134 .32 213 . 05 22 138 97 214 89 23 143 54 216 93 24 148 01 219 16 25 152 38 221 59 26 156 64 224 21 27 160 79 227 01 28 164 80 229 99 29 168 68 233 . 14 30 172 . 43 236 . 46 31 176 . 02 239 . 93 32 179 . 46 243 . 56. 33 182 . 74 247 . 34 34 185 . 84 251. 25 35 188 . 78 255 . 30 36 191. 54 259 . 47 37 194 . 11 263 . 76 38 196 . 49 268 . 16 39 198 . 68 272 . 65 40 200 . 67 277 . 24 41 201. 20 278 . 62 ** Corrected JANBU FOS = 1.758 ** (Fo factor = 1.078) The following is a summary of the TEN most critical surfaces Problem Description : P&D/XSECT.-A- 1. 2 . 3 . 4 . 5 . 6 . 7 . 8 . 9 . 10 . Modified JANBU FOS 1 1 1 1 1 1 1 1 1 1 , 729 , 730 , 741 .741 749 751 755 75 7 757 758 Correction Factor 1.062 1. 074 1. 066 1. 073 1. 063 1 .068 1 . 063 1 . 067 1. 057 1 . 078 Initial x-coord (ft) 40 . 00 40 .00 40 .00 37 . 78 35 . 56 35.56 35 . 56 26 . 67 37 . 78 37 . 78 Terminal x-coord (ft) 200 . 04 195.44 217.78 208 . 24 217.49 219.92 219.99 201.55 217.50 201.20 Available Strength (lb) 2.OlOE+05 2.437E+05 2.850E+05 2.906E+05 2.701E+05 3.071E+05 2.771E+05 2.427E+05 2.387E+05 2.964E+05 March 12, 2019 Item #5 Page 317 of 387 PDSECTC1 1-21-98 14:43 200 ^ 165 _ (D 130 J 0) iV CO X < 95 I >- 60 25 0 P&D/SECTION-C-BLK 10 most critical surfaces, MINIMUM JANBU FOS = 2.087 35 70 —1 . 1 1 1— 105 140 175 X-AXIS (feet) I r- 210 245 _w 1 280 March 12, 2019 Item #5 Page 318 of 387 PROFIL FILE: PDSECTCl 1-21-98 14:42 ft P&D/SECTION-C-BLK 8 6 .0 120 . 0 70 . 0 120 . 0 1 70 .0 120 . 0 83 . 0 128 . 0 1 83 . 0 128. 0 97 . 0 133 . 0 1 97 .0 133 . 0 105 . 0 135 . 0 2 105 . 0 135 . 0 160 . 0 150 . 0 1 160 . 0 150 . 0 280 . 0 160 . 0 1 105 . 0 135 . 0 280 .0 141 . 0 2 97 .0 133 . 0 280 . 0 137 .0 1 SOIL z 120 . 0 130 .0 250 . 0 30 .00 . 000 120 .0 130 . 0 100 . 0 10 . 00 . 000 \WATER 1 62.40 4 , 0 1 0 1 .0 120.0 70.0 120.0 105.0 136.0 280.0 142.0 BLOCK 100 .2 .0 105.0 134.0 110.0 135.0 2.0 150.0 135.0 240.0 136.0 2.0 March 12, 2019 Item #5 Page 319 of 387 XSTABL File: PDSECTCl 1-21-98 14:43 ****************************************** * * * * * * * * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, Inc, Moscow, ID 83843, U.S.A. All Rights Reserved * * * * * * * * * * * * * Ver. 5.103 , 95 - 1387 * ****************************************** Problem Description : P&D/SECTION-C-BLK SEGMENT BOUNDARY COORDINATES 6 SURFACE boundary segments jment x-left y-left x-right y-right Soil Unit No. (ft) (ft) (ft) (ft) Below SegiTtent 1 . 0 120.0 70 . 0 120 . 0 1 2 70.0 120 . 0 83.0 128.0 1 3 83 .0 128.0 97.0 133.0 1 4 ,97. 0 133 .0 105 . 0 135.0 2 5 105.0 135.0 160.0 150.0 1 6 160 .0 150.0 280 . 0 160.0 1 2 SUBSURFACE boundary segments Segment No. 1 2 x-left (ft) 105.0 97.0 y-left (ft) 135.0 133 .0 x-right (ft) 280.0 280.0 y-right (ft) 141.0 137.0 Soil Unit Below Segment 2 1 ISOTROPIC Soil Parameters 2 Soil unit(s) specified Soil Unit Weight Unit Moist Sat. No. (pcf) (pcf) Cohesion Friction Pore Pressure Water Intercept (psf) Angle Parameter Constant Surface (deg) Ru (psf) No. March 12, 2019 Item #5 Page 320 of 387 1 120.0 130.0 250.0 30.00 .000 .0 1 2 120.0 130.0 100.0 10.00 .000 .0 1 1 Water surface(s) have been specified Unit weight of water = 62.40 (pcf) Water Surface No. 1 specified by 4 coordinate points ********************************** PHREATIC SURFACE, ********************************** Point x-water y-water No. (ft) (ft) 1 .00 120 . 00 2 70.00 120 .00 3 105.00 136.00 4 280.00 142.00 A critical failure surface searching method, using a random technique for generating sliding BLOCK surfaces, has been specified. 100 trial surfaces will be generated and analyzed. 2 boxes specified for generation of central block base ***** DEFAULT SEGMENT LENGTH SELECTED BY XSTABL ***** Length of line segments for active and passive portions of sliding block is 9.0 ft Box x-left y-left x-right y-right Width no. (ft) (ft) (ft) (ft) (ft) 1 105.0 134.0 110.0 135.0 2.0 2 150.0 135.0 240.0 136.0 2.0 ************************************************************************ -- WARNING -- WARNING -- WARNING -- WARNING -- (#48) ************************************************************************ Negative effective stresses were calculated at the base of a slice. This warning is usually reported for cases where slices have low self weight and a relatively high "c" shear strength parameter. In such cases, this effect can only be eliminated by reducing the "c" value. ************************************************************************ March 12, 2019 Item #5 Page 321 of 387 USER SELECTED option to maintain strength greater than zero ************************************************************* ** Factor of safety calculation for surface # 5 ** ** failed to converge within FIFTY iterations ** ** . • ** ** The last calculated value of the FOS was 21.1807 ** ** This will be ignored for final summary of results ** ************************************************************* The trial failure surface in question is defined by the following 5 coordinate points Point x-surf y-surf No. (ft) (ft) 1 103.78 134.69 2 105.17 133 .32 3 150.83 134.40 4 151.24 143.39 5 152.11 147.85 Factors of safety have been calculated by the : ***** SIMPLIFIED JANBU METHOD * * * * * The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 6 coordinate points Point x-surf y-surf No. (ft) (ft) 1 105.41 135.11 2 108.52 133.95 3 157.13 135.38 4 163.46 141.77 5 169.54 148 .41 6 170.85 150.90 ** Corrected JANBU FOS = 2.087 ** , (Fo factor = 1.066) Failure surfa.ce No. 2 specified by 6 coordinate points Point x-surf y-surf No. (ft) (ft) 1 104.73 134.93 2 106.22 133.49 • 3 158.93 135.92 March 12, 2019 Item #5 Page 322 of 387 4 165.18 142.40 5 171.30 149 .00 6 172 .91 151.08 ** Corrected JANBU FOS = 2 . 091 Failure surface No. 3 specified by Point x-surf y-surf No. (ft) (ft) 1 106.73 135.47 2 109.27 134.14 3 156.07 135.81 4 162.19 142.41 5 167.70 149.52 6 168.13 150.68 ** Corrected JANBU FOS = 2.14 0 ** (Fo factor = 1.063: ** (Fo factor = 1.068) Failure surface No. 4 specified by 6 coordinate points Point x-surf y-surf No. (ft) (ft) 1 104 . 87 134.97 2 105.82 134.58 3 161.43 135.11 4 166.39 142.63 5 171.60 149.96 6 171.65 150.97 Corrected JANBU FOS = 2.234 * (Fo factor = 1.070) Failure surface No. 5 specified by 6 coordinate points Point x-surf y-surf No. (ft) (ft) 1 105.99 135.27 2 107.33 134.71 3 152.27 134.53 4 156.51 142.46 5 162.87 148.84 6 163.03 150 .25 Corrected JANBU FOS = 2.280 * ** Corrected JANBU FOS = 2.280 ** (Fo factor = 1.074) Failure surface No. 6 specified by 6 coordinate points Point x-surf y-surf No. (ft) (ft) 1 107.14 135.58 2 109.17 133.96 3 174.15 135.63 March 12, 2019 Item #5 Page 323 of 387 i I I t I I I I 4 180.19 142.31 5 186.54 148.68 6 189.75 152.48 ** Corrected JANBU FOS = 2.284 ** (Fo factor = 1.062) Failure surface No. 7 specified by 5 coordinate points Point x-surf y-surf No. (ft) (ft) 1 106.12 135.31 2 109.97 134 .48 3 160.38 135 .49 4 166.07 142 .46 5 168.85 150.74 ** Corrected JANBU FOS = 2.307 ** (Fo factor = 1.072) Failure surface No. 8 specified by 5 coordinate points Point x-surf y-surf No-. (*t) (*t^ 1 104.99 135 .00 2 105.79 134 .44 3 160.52 136 . 08 4 164.39 144 .20 5 169.18 150.77 ** Corrected JANBU FOS = 2.325 Failure surface No. 9 specified by Point x-surf y-surf No. (ft) (ft) .1 105.48 135.13 2 107.18 133 .44 3 159.90 135.77 4 164.54 143.49 5 165.93 150.49 ** Corrected JANBU FOS = 2 .330 Failure surface No.10 specified by ( Point x-surf y-surf No. (ft) (ft) 1 104.32 134.83 2 106.71 134.64 3 170.29 135.83 4 176.63 142.22 5 182.14 149.33 6 184.88 152.07 I ll I . I I ** (Fo factor = 1.068) ** (Fo factor = 1.073) March 12, 2019 Item #5 Page 324 of 387 ** Corrected'JANBU FOS = 2.335 ** (Fo factor = 1.061) ******************************************************************** ** * * ** Out of the 100 surfaces generated and analyzed by XSTABL, ** ** 1 surfaces were found to have MISLEADING FOS values. ** ** ** ******************************************************************** The following is a summary of the TEN most critical surfaces Problem Description : P&D/SECTION-C-BLK Modified JANBU FOS Correction Factor Initial x-coord (ft) Terminal x-coord (ft) Available Strength (lb) —3n 2 . 007 1.0G6 105.41 ±9^ -e5— 2 .32GE+04 2 . 2 . 091 1. 063 104.73 172 . 91 2 .400E+04 3 . 2 .140 1.068 106.73 168 . 13 2.168E+04 4 . 2 .234 1.070 104.87 171. 65 2.302E+04 5 . 2.280 1.074 105 . 99 163 . 03 1. 909E-1-04 6 . 2 .284 1.062 107.14 189. 75 3 .167E-I-04 7 . 2.307 1.072 106.12 168. 85 2 .198E+04 8 . 2.325 1.068 104.99 169. 18 2 .llOE+04 9 . 2.330 1.073 105.48 165. 93 2.048E+04 10. 2 .335 1.061 104.32 184. 88 2.911E+04 * * * END OF FILE * * * March 12, 2019 Item #5 Page 325 of 387 PDSECTC 1-21-98 14:34 200 _ 165 (D 130 J a> tn X < 95 J I >- 60 25 0 P&D/SECTION-C-CIRC 10 most critical surfaces, MIN 35 70 105 140 X-AXIS MUM JANBU FOS = 1.954 175 210 245 (feet) _w 1 280 March 12, 2019 Item #5 Page 326 of 387 PROFIL ' ^ FILE: PDSECTC 1-21-98 14:35 ft P&D/SECTION-C-CIRC . 8 6 . 0 120 . 0 70 .0 120. 0 1 70 . 0 120 . 0 83 . 0 128 . 0 1 83 . 0 128. 0 97 . 0 133 . 0 1 97 . 0 133 . 0 105 . 0 135 . 0 2 105 . 0 135. 0 160 . 0 150 . 0 1 160 . 0 150. 0 280 . 0 160 . 0 1 105 . 0 135 . 0 280 . 0 141. 0 2 97 . 0 133 . 0 280 . 0 137. 0 1 SOIL 120 . 0 130 . 0 250 . 0 30 . 00 000 120.0 130 .0 100 .0 10 .00 000 WATER 1 62.40 4 .0 120.0 70.0 120.0 105.0 136.0 280.0 142.0 CIRCLE ±d ±^ 50.0 ^ 69.0 83.0 180.0 40.0 .0 .0 .0 I I I I I I . 0 1 0 1 March 12, 2019 Item #5 Page 327 of 387 XSTABL File: PDSECTC 1-21-98 14:34 ****************************************** * * * * * * * * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, inc, Moscow, ID 83843, U.S.A. All Rights Reserved * * * * * * * * * * * * * Ver. 5.103 95 - 1387 * ****************************************** Problem Description : P&D/SECTION-C-CIRC SEGMENT BOUNDARY COORDINATES 6 SURFACE boundary segments pent x-left y-left x-right y-right Soil Unit No. (ft) (ft) (ft) (ft) Below Segment 1 .0 120.0 70.0 120.0 1 2 70.0 120.0 83.0 128.0 1 3 83.0 128.0 97.0 133.0 1 4 97.0 133.0 105.0 135.0 2 5 105.0 135.0 160.0 150.0 1 6 160.0 150 . 0 280.0 160.0 1. 2 SUBSURFACE boundary segments Segment No. 1 2 x-left (ft) 105 . 0 97.0 y-left (ft) 135. 0 133.0 x-right (ft) 280.0 280.0 y-right (ft) 141. 0 137.0 Soil Unit Below Segment 2 1 „ ISOTROPIC Soil Parameters 2 Soil unit(s) specified Soil Unit Weight Unit Moist Sat. No. (pcf) (pcf) Cohesion Friction Intercept Angle (psf) (deg) Pore Pressure Water Parameter Constant Surface Ru (psf) No. March 12, 2019 Item #5 Page 328 of 387 1 120.0 130.0 250.0 30.00 .000 .0 1 2 120.0 130.0 100.0 10.00 .000 .0 1 I I I 1 Water surface(s) have been specified I Unit weight of water = 62.40 (pcf) I i I I T I i I I I I I I I I Water Surface No. 1 specified by 4 coordinate points ********************************** PHREATIC SURFACE, ********************************** Point x-water y-water No. . (ft) (ft) 1 .00 120.00 2 70.00 120.00 3 105.00 136.00 4 280.00 142.00 A critical failure surface searching method, using a random technique for generating CIRCULAR surfaces has been specified, 100 trial surfaces will be generated and analyzed. 10 Surfaces initiate from each of 10 points equally spaced along the ground surface between x = 50.0 ft and X = 69.0 ft Each surface terminates between x = 83.0 ft and X = 180.0 ft Unless further limitations were imposed, the minimum elevation at which a surface extends is y = 40.0 ft ***** DEFAULT SEGMENT LENGTH SELECTED BY XSTABL ***** 4.0 ft line segments define each trial failure surface. ANGULAR RESTRICTIONS : The first segment of each failure surface will be inclined within the angular range defined by : Lower angular limit := -45.0 degrees March 12, 2019 Item #5 Page 329 of 387 I I Upper angular limit := (slope angle - 5.0) degrees ***********************************************************************^ -- WARNING -- WARNING -- WARNING -- WARNING -- (# 48) ************************************************************************ Negative effective stresses were calculated at the base of a slice. This warning is usually reported for cases where slices have low self weight and a relatively high "c" shear strength parameter. In such cases, this effect can only be eliminated by reducing the "c" value. ************************************************************************ USER SELECTED option to maintain strength greater than zero Factors of safety have been calculated by the SIMPLIFIED JANBU METHOD ***** ***** The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 20 coordinate points Point x-surf y-surf No. (ft) (ft) 1 64.78 120.00 2 68.26 118.03 3 71.91 116.40 4 75.71 115.14 5 79.61 114.27 6 83 .58 113.77 7 87.58 113.67 8 91.57 113.97 9 95.51 114.65 10 99.37 115.71 11 103.10 117.15 12 106.67 118.95 13 110.05 121.09 14 113.21 123.55 15 116.10 126.31 16 118.72 129.34 17 121.02 132.61 18 122.99 136.09 19 124.61 ^ 139.74 20 124.83 140 .41 ** Corrected JANBU FOS = 1.954 ** (Fo factor =. 1. 080) Failure surface No. 2 specified by 13 coordinate points March 12, 2019 Item #5 Page 330 of 387 Point x-surf y-surf ^ No. (ft) (ft) " 1 69.00 120.00 2 72 . 62 118.29 1 ^ 76 .45 117.15 I 4 80.41 116.59 5 84 .41 116.64 88.36 117.29 • 92 .16 118.53 • 8 95.73 120.33 • ^ 98 .99 122.64 101.87 125.43 • 11 104 .29 128.61 106.21 132.12 1 '''^ 107.50 135.68 ** Corrected JANBU FOS = 1.966 ** (Fo factor = 1 .080) Failure surface No. 3 specified by 22 coordinate points • Point x-surf y-surf • No. (ft) (ft) • 1 56.33 120.00 1 2 59.66 117.78 3 63.18 115.88 M ^ 66.86 114.30 1 ^ 70 . 66 113.07 • 6 74.56 112.18 7 78.53 111.65 1 ^ 82 .52 111.49 I 9 86 .52 111.69 10 90.48 11,2 .25 m 11 94.37 113.17 98 .17 114 .43 • 13 101.83 116.04 105.33 117.98 m 108.64 120.22 • 16 111.73 122.76 17 114.58 125.56 • 18 117.17 128.62 1 19 119.46 131.89 20 121.45 135.36 M 21 123.11 139.00 1 22 123.48 140.04 ** Corrected JANBU FOS = 1.971 ** (Fo factor = 1. 081) Failure surface No. 4 specified by 23 coordinate points 1 Point x-surf y-surf No. (ft) (ft) I 64.78 120.00 2 68.58 118.77 3 72.46 117.77 1 76.38 117.01 March 12, 2019 Item #5 Page 331 of 387 5 80 .35 116.49 6 84 .34 116.22 7 88.34 116.20 8 92 .33 116.41 9 96.31 116.88 10 100.25 117.58 11 104.13 118.53 12 107.95 119.71 13 111.69 121.13 14 115.34 122.77 15 118.88 124.63 16 122 .30 126.71 17 125.58 128 . 99 18 128.72 131.47 19 131.70 134.14 20 134.52 136.99 21 137.15 140.00 22 139.59 143.17 23 140.64 144.72 ** Corrected JANBU FOS = 1.987 'allure surface No. 5 specified by 2^ Point x-surf y-surf No. (ft) (ft) 1 66.89 120 . 00 2 70.65 118.63 3 74 .48 117.50 4 78 .38 116.61 5 82.33 115.98 6 86.32 115.60 7 90.31 115.48 8 94 .31 115.61 9 98 .29 116.00 10 102.24 116.64 11 106.14 117.53 12 109.98 118.66 13 113.73 120.04 14 117.39 121.66 15 120.94 123.51 16 124.36 125.58 17 127.64 127.86 18 130.78 130.35 19 133.74 133.03 20 136.53 135.90 21 139.13 138.94 22 141.53 142.14 23 143.72 145.48 24 143.78 145.58 (Fo factor = 1.065) ** Corrected JANBU FOS = 1.991 ** (Fo factor = 1.068) Failure surface No. 6 specified by 31 coordinate points Point No. x-surf (ft) y-surf (ft) March 12, 2019 Item #5 Page 332 of 387 1 58 .44 120 . 00 2 61.97 118.12 3 65.60 116.43 4 69 .32 114.95 5 73 .10 113.66 6 76.96 112.59 7 80.86 111.73 8 84 .81 111.08 9 88.79 110.65 10 92 . 78 110.43 11 96.78 110.43 12 100.78 110.65 13 104.75 111.09 14 108.70 111.74 15 112.60 112.61 16 116.45 113.69 17 120.24 114.98 18 123.95 116.47 19 127.58 118.16 20 131.11 120.04 21 134.53 122.12 22 137.83 124 .38 23 141.00 126.81 24 144.04 129.41 25 146.93 132.18 26 149.67 135.10 27 152.24 138.16 28 154.64 141.36 29 156.87 144.68 30 158.91 148.12 31 159.87 149.96 ** Corrected JANBU FOS = 1.991 ** (Fo factor = 1.075) Failure surface No. 7 specified by 19 coordinate points Point x-surf y-surf No. (ft) (ft) 1 56.33 120 . 00 2 59.99 118.37 3 63 .76 117.05 4 67.64 116.06 5 71.58 115.40 6 75.57 115.07 7 79.57 115.09 8 83.55 115.44 9 87.49 116.13 10 91.36 117.14 11 95.13 118.49 12 98 .77 120.14 13 102.26 122.10 14 105.57 124 .35 15 108.67 126.87 16 111.56 129.64 17 114.19 132.65 18 116.57 135.87 19 118.25 138.61 March 12, 2019 Item #5 Page 333 of 387 I I ** Corrected JANBU FOS = 2.000 ** (Fo factor ,= 1.072) Failure surface No. 8 specified by 22 coordinate points Point x-surf y-surf No. (ft) (ft) 1 54 . 22 120.00 .2 57.86 118.34 3 61.61 116.95 4 65.45 115.84 5 69.37 115.02 6 73.34 114.50 7 77.33 114.27 8 81.33 114.34 9 85 .31 114.71 10 89 .26 115.37 11 93 .14 116 .33 12 96 . 94 117.57 13 100.64 119.09 14 104.22 120.88 15 107.65 122.93 16 . 110.92 125.24 17 114.01 127.78 18 116.91 130 .54 19 119.59 133 .51 20 122.04 136 . 67 21 124 .25 140.00 22 124.41 140 .29 ** Corrected JANBU FOS = 2.001 ** (Fo factor = 1.071) Failure surface No. 9 specified by 22 coordinate points I I Point x-surf y-surf No. (ft) (ft) 1 62 .67 120 . 00 2 65.82 117.54 3 69.21 115.41 4 72 .78 113.62 5 76.52 112.18 . 6 80.37 111.12 7 84 .31 110.44 8 88.30 110.14 9 . 92.30 110.24 10 96.27 110.73 11 • 100.17 111.61 12 103.97 112.87 13 107.63 114.49 14 111.11 116.46 15 114.38 118.76 16 117.41 121.37 17 120.17 124 .26 18 122.64 127.41 19 124.78 130.79 20 126.59 134 .36 March 12, 2019 Item #5 Page 334 of 387 21 22 128.03 129.00 ** Corrected JANBU FOS = 138.09 141.54 2.010 ** (Fo factor = 1.085) Failure surface No.10 specified by 32 coordinate points Point x-surf y-surf No. (ft) (ft) 1 60.56 120.00 2 63.99 117.94 3 • 67.53 116.08 4 71.17 114.43 5 74 . 90 112.98 6 78.70 111.74 7 82.57 110.72 8 86.49 109.92 9 90.44 109 .34 10 94.43 108.98 11 98 .43 108.85 12 102 .43 108.95 13 106.41 109.27 14 110.38 109.81 15 114.30 110.58 16 118.18 111.56 17 121.99 112.76 18 125.73 114.18 19 129.39 115.80 20 132.95 117.63 21 136 .40 119.66 22 139.73 121.87 23 142.93 124.27 24 145.99 126.85 25 148.90 129.59 26 151.65 132.50 27 154.23 135.55 28 156.64 138.75 29 158.86 142.07 30 160.89 145.52 31 162.73 149.07 32 163.26 150.27 ** Corrected JANBU FOS = 2.013 ** (Fo factor = 1.078) The following is a summary of the TEN most critical surfaces Problem Description : P&D/SECTION-C-CIRC 1. 2. Modified JANBU FOS 1.954 1.966 Correction Factor 1.080 1.080 Initial x-coord (ft) 64 .78 69.00 Terminal x-coord (ft) 124.83 107.50 Available Strength (lb) 4.946E+04 2.681E+04 March 12, 2019 Item #5 Page 335 of 387 3 . 1. 971 1. 081 56.33 123 .48 5.585E+04 4 . 1. 987 1. 065 64 . 78 .140 . 64 5.686E+04 5 . 1. 991 1.068 66 .89 143 . 78 6.286E+04 6 . 1. 991 1.075 - 58.44 159 . 87 1.047E-H05 7. 2 . 000 , 1. 072 56.33 118 .25 4.002E+04 8 . 2 . 001 1. 071 54 .22 • 124 .41 4 . 805EH-04 9 . 2 . 010 1. 085 62 . 67 129 .00 6.586E+04 10 . . 2 . 013 1.078 60 .56 163 .26 1.174E+05 * * * END OF FILE * * * I I March 12, 2019 Item #5 Page 336 of 387 PDCUT 1-22-98 15:54 225 PD/CUT(Ts) 2:1 10 most critical surfaces, MINIMUM JANBU FOS 1 .642 40 80 120 160 200 X-AXIS (feet) 240 280 1 320 March 12, 2019 Item #5 Page 337 of 387 PROFIL FILE: PDCUT 1-22-98 13:54 ft PD/CUT(Ts) 2:1 3 3 0 100 0 50 0 100 0 1 50 0 100 0 210 0 180 0 1 210 0 180 0 300 0 180 0 1 SOIL 1 120.0 130.0 250.0 30.00 .000 CIRCLE 10 10 15.0 49.0 • 211.0 280.0 50.0 10.0 .0 .0 March 12, 2019 Item #5 Page 338 of 387 XSTABL File: PDCUT 1-22-98 13:54 ' ****************************************** * * * * * * * * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, Inc Moscow, ID 83843, U.S.A. All Rights Reserved * * * * * * * * * * * * * Ver. 5.103 95 - 1387 * ****************************************** Problem Description : PD/CUT(Ts) 2:1 SEGMENT BOUNDARY COORDINATES 3 SURFACE boundary segments Segment No. 1 • 2 3 x-left (ft) . 0 50 . 0 210 . 0 y-left (ft) 100 . 0 100 . 0 180 . 0 x-right (ft) 50 . 0 210 . 0 300.0 y-right (ft) 100 . 0 180 . 0 18 0 '. 0 Soil Unit Below Segment 1 1 1 ISOTROPIC Soil Parameters 1 Soil unit(s) specified Soil Unit Weight Unit Moist Sat. No. (pcf) (pcf) 120 . 0 130 . 0 Cohesion Intercept (psf) 250 . 0 Friction Pore Pressure Water Angle Parameter Constant Surface (deg) Ru (psf) No-. 30 . 00 000 . 0 A critical failure surface searching method, using a random technique for generating CIRCULAR surfaces has been specified, 100 trial surfaces will be generated and analyzed. March 12, 2019 Item #5 Page 339 of 387 I 10 Surfaces initiate from each of 10 points equally spaced along the ground surface between x = • 15.0 ft and X = 4 9.0 ft Each surface terminates between x = 211.0 ft and X = 2 8 0.0 ft Unless further limitations were imposed, the minimum elevation at which a surface extends is y = 50.0 ft 10.0 ft line segments define each trial failure surface. ANGULAR RESTRICTIONS : The first segment of each failure surface will be inclined within the angular range defined by : Lower angular limit := -45.0 degrees Upper angular limit := (slope angle - 5.0) degrees Factors of safety have been calculated by the : * * * * * SIMPLIFIED JANBU METHOD * * * * * The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 23 coordinate points Point x-surf y-surf No. (ft) (ft) 1 37 . 67 100.00 2 47 56 98 . 52 3 57. 51 97 .59 4 67 51 97 .22 5 77 50 97.41 6 87 48 98 . 16 •7 , 97 39 99.47 8 107 21 101.34 .• 9 116 92 103.75 10 126 47 106.70 11 135 85 110.19 12 145 01 114.19 13 153 93 118.70 14 162 59 123.71 15 170 . 96 . 129.19 16 17 9 . 00 135.13 17 186 . 69 141.52 March 12, 2019 Item #5 Page 340 of 387 ** Corrected JANBU FOS = 1.642' ** (Fo factor = 1.060) 18 194 . 02 148 . 32 19 200 . 96 155 . 53 20 207 .47 163 . 11 21 213 . 56 171 . 05 22 219 . 19 179 .31 23 219 . 60 180 . 00 )rrected JANBU FOS = 1. 642- surface No. 2 specified by 2 Point x-surf y-surf No. (ft) (ft) 1 26 .33 100 . 00 2 .36 . 15 98 07 3 46 . 04 96 65 4 56 . 00 95 76 5 66 . 00 • 95 39 6 76 00 95 54 7 85 97 96 22 8 95 90 97 42 9 105 75 99 14 10 115 50 101 37 11 125 12 104 . 11 12 134 58 107 . 3 5 13 143 86 Ill . 08 14 152 93 115 . 29 15 161 76 119 . 98 16 170 . 34 125 . 11 17 178 . 64 130 . 70 18 186 . 63 136 . 70 19 194 . 30 143 . 12 .20 201 . 62 149 . 93 21 208 . 58 157 . 12 22 215 . 14 164 . 66 23 221. 31 172 . 54 24 226 . 54 180 . 00 ** Corrected JANBU FOS = .1.674 ^* (Fo factor = 1.061) Failure surface No. 3 specified by 24 coordinate points Point x-surf y-surf No. (ft) -(ft) 1 18 . 78 100.00 2 28 . 66 98 . 50 3 38.61 97.49 4 48 . 60 96 . 97 5 58 .60 96 . 95 6 68 .59 97 . 42 7 78.54 98.39 8 88 .43 99 . 85 9 98.24 101.80 10 107.94 104.24 11 117.51 107.15 12 126.92 110.53 March 12, 2019 Item #5 Page 341 of 387 I i I 1 I I I I I I I I I I I I I I I ** Corrected JANBU FOS = 1.686 ** (Fo factor = 1.057) 13 136 . 15 114 ; 37 14 145 . 18 118 .67 15 153 . 98 123 .41 16 162 . 54 128 . 58 17 170 . 84 134 . 17 18 178 . 84 140 . 16 19 186 . 54 146 . 55 20 . 193 . 91 153-.30 21 200 . 94 160 . 42 22 207 .61 167 . 87 23 213 . 90 175 . 64 24 217 . 08 180 . 00 )rrected JANBU FOS = 1.686 : surface No. 4 specified by 2'. Point x-surf y-surf No. (ft) (ft) 1 49 , .00 100 , , 00 2 58 , . 63 97 , .30 3 68 , .42 95 , .28 4 . 78 , . 34 93 . 96 5 88 , .32 93 . 34 6 98 . ,32 93 . 43 7 108 . 29 94 . 21 8 118 . 17 95 . 70 9 127 . 93 97 . 88- 10 137 . 52 100 . 74 11 146 . 87 104 . 27 12 155 . 96 108 . 44 13 164 . 73 • 113 . 25 14 173 . 14 118 . 66 15 181 . 15 124 . 65 16 188 . 71 131. 19 17 195 . 80 138 . 24 18 202 . 37 . 145. 78 19 208 . 40 153 . 76 20 213 . 85 162 . 14 21 218 . 70 170 . 89 22 222 . 92 179 . 95 23 222 . 94 •-180 . 00 ** Corrected JANBU FOS = 1.693 ** (Fo factor = 1.071) Failure surface No. 5 specified by 25 coordinate points Point x-surf y-surf No. (ft) (ft) 1 15.00 100.00 2 24.87 98.38 3 34.80 97.22 4 44.78 96.53 5 54.77 96.31 ' 6 64.77 96 . 55 7 74.74 97.2 7 March 12, 2019 Item #5 Page 342 of 387 ** Corrected JANBU FOS = 1.593 ** (Fo factor = 1.057) I I I I 8 84 . 67 98 .46 . 9 94 . 54 100 . 11 10 104 .31 ,102 .23 11 113 . 97 104 . 80 12 123 • 51 107 . 82 13 132 .89 • 111 .29 14 " 142 . 09 115 . 19 15 151 . 10 119 . 53 16 159 . 90 124 .28 17 168 .47 129 .44 18 . 176 . 78 134 . 99 19 184 . 83 140 . 94 20 192 . 58 147 .25 21 • 200 . 03 153 . 92 22 207 . 16 160 . 93 23 213 . 95 168 .27 24 220 .39 175. . 93 25 223 . 50 180 . 00 )rrected JANBU FOS = 1.593 surface No. 6 specified by 2^ Point x-surf y-surf No. (ft) (ft) 1 30 11 100 00 2 3 9 55 96 69 3 49 19 94 05 4 59 00 92 08 5 68 91 90 79 6 78 90 90 20 7 88 . 90 90 . 29 8 98 86 91 . 08 9 108 76 92 . 56 10 118 . 52 94 . 72 11 128 . 11 97. 55 12 137 . 48 101 . 03 . 13 146 . 59 105 . 16 14 155 . 39 109 . 91 15 163 . 84 115 . 26 16 171. 90 • 121. 17 17 179 . 54 127 . 64 18 186 . 70 134 . 61 . 19 193 . 37 142 . 07 2 0 199 . 50 149 . 97 21 205 . 07 158 . 27 22 210 . 05 156 . 94 23 214 . 42 175 . 93 24 216 . 06 180 . 00 ** Corrected JANBU FOS = 1.707 ** (Fo factor = 1.073) Failure surface No. 7 specified by 26 coordinate points Point x-surf y-surf No. (ft) (ft) March 12, 2019 Item #5 Page 343 of 387 i I i i I I I I I I I I I I I I I I I 1 15 . 00 100 .00 2 24 . 70 97 .55 3 34 . 51 95 . 51 4 44 .40 94 .19 5 54 .36 93 .28 6 64 .35 92 .89 7 74 .35 93 . 03 8 84 .33 93 .69 9 94 .26 94 . 87 10 104 . 12 96 . 56 11 113 . 87 98 . 77 12 123 . 50 101 .49 13 132 , . 97 104 . . 70 14 142 , .26 108 , .40 15 151, , 34 112 , . 58 16 160 . , 19 117 , , 23 17 , 168 . , 79 122 . . 34 18 177 . , 11 127 . , 89 19 185 . . 13 133 , , 85 20 192 . 82 140 . 25 21 200 . 18 147 . 03 22 207 . 16 154 . 18 23 213 . 77 151 . 69 24 219'. 97 169 . 53 25 . 225 . 76 177 . 69 26 22 7. 23 180 . 00 ** Corrected JANBU FOS = 1.709 ** • (Fo factor = 1.063) Failure surface No. 8 specified by 26 coordinate points Point x-surf y-surf No.-(ft) ' (ft) 1 15 . 00 100.00 2 •24 . 58 97.12 3 34 .30 94 . 77 4 44 . 13 92 . 95 5 54 . 05 91 . 58 6 64 . 02 90 . 95 7 74 . 02 90 . 77 8 84 . 01 91.15 9 93 . 97 92 . 06 10 103 .86 93.53 11 113 . 66 95 . 53 12 123 .33 98 . 07 13 132 . 85 101 .13 14 142 , . 19 104.72 15 151, .31 108.81 16 150 , .20 113 .39 17 • . 168 , . 82 118.46 18 177 , , 16 123.99 19 185, . 17 129.96 20 . 192 , . 85 136 .37 21 . 200 . , 16 143.19 22 207. , 09 150.41 23 213 . 61 157.99 24 219 . 70 165.92 -25 225. 35 174.17 March 12, 2019 Item #5 Page 344 of 387 26 228.90 180.00 *•* Corrected JANBU FOS = 1.727 ** (Fo factor = 1.065) Failure surface No. 9 specified by 25 coordinate points Point x-surf y-surf No. (ft) . (ft) 1 26 . 33 100.00 2 35 . 69 96 .47 3 45 .25 93 . 55 4 54 . 9-9 91.26 5 64 . 85 89 . 50 5 74 .80 88.58 7 84 .79 88 . 20 8 94 . 79 88 .48 9 104 . 74 89.40 10 114 . 62 90 . 96 11 124 . 38 93 . 15 12 133 , . 97 95 . 97 13 143 , .35 99 .41 14 152 , . 51 103 .45 15 161, .38 108.07 15 169 , . 93 113.25 17 178 , . 13 118.98 18 185 , . 94 125.22 19 193 . 33 131.95 20 200 . 27 139.15 21 206 . 73 146 . 79 22 212 . 59 154.82 23 218 . 11 163.22 24 222 . 98 171.96 25 226 . 80 18.0.00 ** Corrected JANBU FOS = 1.737 ** (Fo factor = 1.073) Failure surface No.10 specified by 27 coordinate points Point x-surf y-surf No. (ft) (ft) 1 18 . 78 100 . 00 2 28 .45 97 .44 3 38 .23 95 . 38 4 48 .10 93 . 80 5 58 . 05 92 . 72 6 58 . 03 92 . 13 7 78 . 03 92 . 05 8 88 .02 92 .46 9 97 .98 • 93.38 10 107 . 88 94 . 79 11 117 . 69 96 .69 12 127 .40 99 . 08 13 136 . 98 101. 95 14 146 , .41 105 .30 15 155 , .55 109.12 16 164 , . 69 113 .39 March 12, 2019 Item #5 Page 345 of 387 I i I I I I I I i I I i I I I 17 173 . 51 118 . 11 18 182 . 08 123 . 26 19 190 .38 128 . 84 20 198 .39 134 . 82 21 205 . 10 141 . 20 22 213 .47 147 . 95 23 . 220 . 50 155 . 06 24 227 . 17 152 . 52 25 233 .45 170 . 30 25 . 239 . 34 178 . 38 27 240 ..4 0 180 . 00 Corrected JANBU : FOS = 1 . 749 (Fo factor = 1. 053) The following is a summary of the TEN most critical surfaces Problem Description : PD/CUT(Ts) 2:1 Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1 . 642 1. 050 37 . 67 219.60 3 . 120EH-05 2 . 1, . 574 1. 061 25.33 225.54 3 .596E+05 3 . 1, . 685 1. 057 18 . 78 217.08 2 . 826E+05 4 . 1, . 693 1. 071 49 . 00 222.94 4 . 123E + 05 5 . 1, . 693 1. 057 15 . 00 223.50 3 . 154E + 05 6 . 1, . 707 1. 073 30.11 216.05 4 . 084E + 05 7 . 1, . 709 1. 053 15 . 00 227.23 3 . 940E-H05 8 . 1, , 727 1. 056 15 .00 228.90 4 . 378E + 05 9 . 1. , 737 1. 073 26.33' 225.80 4 . 829E-^05 10 . 1. 749 1. 053 18.78 240 .40 4 .706E+05 * * * END OF FILE * * * March 12, 2019 Item #5 Page 346 of 387 PDFILL 1-22-98 16:15 215 _ 180 CD 145 CP 00 X < 1 10 I >- 75 40 0 PD/FILL SLOPE @ 2:1 10 most critical surfaces, MINIMUM JANBU FOS = 1.505 35 70 105 140 175 X-AXIS (feet) 210 245 280 March 12, 2019 Item #5 Page 347 of 387 I 1 ; -poy-F-I-t£,----S-£OPE@-2—L PROFIL FILE: PDFILL 1-22-98 16:13 ft 1 I I I i I . 0 100 , . 0 50 . 0 100 , . 0 1 50 , . 0 100 , . 0 200 , . 0 • 175 . . 0 1 200 , . 0 175 , . 0 280 , . 0 175 , . 0 1 SOIL 1 120.0 130.0 175-.0 28.00 .000 CIRCLE 10 10 15.0 49.0 220.0 250.0 50.0 5.0 .0 .0 March 12, 2019 Item #5 Page 348 of 387 I I i I I I I I I i I I I I I I I I I XSTABL File: PDFILL 1-22-98 16:13 *************************************** * * * * XSTABL * * * * Slope Stability Analysis * * using the * * Method of Slices * * * * Copyright (C) 1992 - 95 * * Interactive Software Designs, Inc. * * Moscow, ID 83843, U.S.A. * * * * All Rights Reserved * * * * Ver. 5.103 95 - 1387 * ***** * * *********************************** Problem Description : PD/FILL SLOPE @ 2:1 SEGMENT BOUNDARY COORDINATES 3 SURFACE boundary segments Segment x-left y-left x-right y-right Soil Unit No. (ft) (ft) (ft) (ft) Below Segment 1 . 0 100 . 0 50.0 100 . 0 1 2-50.0 100 . 0 200.0 175 . 0 1 3 200 . 0 175 . 0 280.0 175 . 0 1 ISOTROPIC Soil Parameters 1 Soil unit(s) specified Soil Unit Weight Cohesion Friction Pore Pressure Water Unit Moist Sat. Intercept Angle Parameter Constant Surface • No. (pcf) (pcf) (psf) (deg) Ru (psf) No. 1 120.0 130.0 175.0 28.00 .000 .0 1 A critical failure surface searching method, using a random technique for generating CIRCULAR surfaces has been specified, 100 trial surfaces will be generated and analyzed. March 12, 2019 Item #5 Page 349 of 387 I I I I I I I I I I I I I I I I I I I 10 Surfaces initiate from-each of 10 points equally spaced along the ground surface beiween x = 15.0 ft - — ~-:-.and—oc..--= ^- 4-9-.^0. f-t.- ----- — — Each surface terminates between x = • 220.0 ft and X = 250.0 ft Unless further limitations were imposed, the minimum elevation at which-a surface extends is y = 50.0 ft 5.0 ft line segments define each trial failure surface. ANGULAR RESTRICTIONS : The first segment of each failure surface will be inclined within the angular range defined by : Lower angular limit := -45.0 degrees Upper angular limit := (slope angle - 5.0) degrees Factors of safety have been calculated by the : * * * * * SIMPLIFIED JANBU METHOD * * * * * The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 44 coordinate points Point x-surf y-surf No. (ft) (ft) 1 37 . 67 100.00 • 2 42 . 61 99.26 3 47 . 57 98 . 64 4 52 . 55 98 . 15 5 57 . 54 97 .80 5 62 . 53 97.56 7 57 . 53 97.46 •8 72, 53 97.49 9 77.53 . 97 . 64 10 82 . 52 97 . 92 11 87 . 50 98 . 34 12 92.47 98 . 87 13 97.43 99 . 54 14 102 .37 100 .33 15 107.28 101.25 16 112 .17 102.30 17 117.03 103.47 March 12, 2019 Item #5 Page 350 of 387 I I I I I I I I I I I I I I I I I I I 18 121 . 86 104 . 77 19 125 .55 106 . 19 -2-0--- 13-1-.-4-1 • -- 3rO^ .-7-3 21 136 . 12. 109 .39 22 140 .80 111 . 18 23 145 .42 113 . 08 24 149 . 99 115 . 11 25 154 . 51 117 24 26 158 97 119 50 27 163 38 121 87 28 157 72 124 35 29 171 99 126 94 30 176 20 129 64 31 180 34 132 4 5' 32 184 40 135 35 33 188 39 138 38 34 192 30 141 50 35 •195. 12 144 72 35 199 . 87 148 . 03. 37 203 . 52 151. 44 38 207 . 09 154 . 94 39 210 . 57 .158 . 54 40 213 . 95 162 . 22 41 217 . 24 165 . 99 42 220 . 43 169 . 84 43 223 . 52 173 . 77 44 224 . 43 175 . 00 -** Corrected JANBU FOS = 1.505 (Fo factor = 1.055) Failure surface No. 2 specified by 47 coordinate points Point x-surf y-surf No. (ft) (ft) 1 18 . 78 100.00 2 23 . 72 99 .25 3 28 . 68 98 . 61 4 33 . 65 98 . 08 5 38 . 63 97 . 67 5 43 . 63 97 .35 7 48 . 62 97 .17 8 53 . 62 97 . 10 9 58 . 52 97 .13 10 • 63.62 97 .28 11 68 . 61 97 . 54 12 73 .60 97 . 91 13 78 . 57 98.40 14 83 . 54 99 . 00 15 88.49 99 . 71 16 93 .42 100.53 17 98 .33 101.47 18 103 .22 102.51 19 108 . 09 103.66 20 112.92 104 . 93 21 . 117.73 106 .30 22 122.51 107.78 23 127.25 109.37 24 131.95 111.06 March 12, 2019 Item #5 Page 351 of 387 I I I I I t i I I 1 I I I I I I I I I 25 136 .62 112 .87 25 141 . 24 114 . 77 • - - -14-5-T-8^2-- ----Ii5--.-"78- 28 150 .35 118 . 89 29 ' 154 . 83 121 . 11 30 159 .27 123 . 42 31 163 . 64 125 . 83 32 167 . 97 128 .35 33 172 . 23 130 . 96 34 175 .44 133 . 65 35 180 . 58. 136 .46 35 184 . 55 139 ; 35 37 . 188 .57 142 . . 34 38 192 . 62 145 , . 41 39 196 .49 148 , . 57 40 200 .29 151. .82 41 204 . 02 155 , . 15 42 207 .57 158 . 57 43 211, .24 152 . 07 44 214 , . 73 165 . 64 45 218 , . 15 169 . 30 46 221, ,47 173 . 03 47 223 , , 15 175 . 00 ** -Corrected JANBU FOS = 1.523 ** (Fo factor = 1.054) Failure surface No. 3 specified by 47 coordinate points Point x-surf y-surf No. (ft) (ft) 1'., .. 25 . 33 100.00 2 ' • 31.24 99 . 03 3 35.17 98 .19 4 41.12 97.47 5 ' 46 . 08 95 .87 6 51.06 96 .40 , 7 56.04 96 . 05 8 61.04 95 . 82 9 66.04 -95.72 10 71.04 95 . 74 11 75.04 95 . 88 12 81.03 96 .15 13 86.01 • 96.55 14 90 . 99 97.06 15 95 . 95 97 . 71 16 100.89 98 .47 17 105.81 99.35 18 110.71 100 .36 19 115.58 101.49 20 120.42 102.74 21 125.23 • • 104.11 22 130.00 105.50 23 134.73 107.20 24 139.43 108.93 25 144.08 110.77 26 148.58 112.72 27 153.23 114.79 28 157-. 73 116.97 March 12, 2019 Item #5 Page 352 of 387 I I I I I I I I I I I I I 29 162 . 18 119.26 30 166 . 56 121.66 3-1— -.-8-9 ••--1-2-4-7-1-7 32 175 . 15 126 . 79 33 179 . 34 129 . 51 34 183 .47 132 .33 35 187 . 52 135.26 36 191 . 51 • 138 .28 37 195 .41 141 .40 38 199 .24 144.62 39 202 . 98 147.94 40 205 . 54 151 . 34 41 210 .22 154.84 42 213 . 71 158.42 43 217 . 10 152.09 44 220 .41 155.84 45 223 . 62 159 . 57 45 226 . 74 173.58 47 227 81 175.00 **' Corrected JANBU FOS ^ 1.538 ** ' (Fo factor = 1.058) Failure surface No. 4 specified by 48 coordinate points Point x-surf y-surf No. (ft) (ft) 1 - 15.00 100.00 2 19 . 93 99 . 19 3 24 . 88 98.48 4 29 . 85 97 . 89 5 34 . 82 97 .40 6 39 . 81 97 . 03 7 44 .80 96 . 76 8 49.80 96 . 60 9 54 . 80 96 . 56 10 59 .80 96 . 62 11 64 . 80 96 . 79 12 69 . 79 97 . 08 13 74 . 77 97.47 14 79 . 75 97 . 97 15 84 . 71 98 . 58 16 89 . 66 99 .30 17 94 .59 100.13 18 99 . 50 101.05 19 104 .39 102.11 20 109 .26 103 .25 21 114.10 104.51 22 118.91 105.88 23 123.69 107 .35 24 128.43 108.92 25 133.14 110.60 26 137.82 112.38 27 142 .45 114.25 28 147.04 115.24 29 151.58 118 . 33 30 156 . 08 120.51 31 160.53 122.79 32 164.93 125.17 March 12, 2019 Item #5 Page 353 of 387 I I I n I I n I 0 I I 11 I I I I 0 I 33 169 .27 127 .55 34 173 . 56 130 .22 -3-5 ~- —-1-7-7 -.-7-9 -1-3 2 -8-8- 36 181 . 96 135 . 63 37 185 . 08 138 .48 38 190 . 12 14.1 42 39 194 . 10 144 44 40 198 . 02 147 55 41 . 201 . 85 150 75 42 205 . 64 154 03 43 209 .34^ 157 39 44 212 . 95 150 83 45 216 .51 154 36 46 219 . 98 167 95 47 223 .38 171 . 63 48 226 .35 175 . 00 ** Corrected JANBU FOS = 1.543 ** (Fo factor = 1.054) Failure surface No. 5 specified by 47 coordinate points Point x-surf y-surf No. (ft) (ft) 1 30 . 11 100.00 2 34 . 83 98 .35 3 39 .50 96 .85 4 44 .41 . 95 . 50 5 49 .27 94 .31 6 54 . 15 93 .27 7 59 . 08 92 .40 8 64 . 03 91. 68 9 69 . 00 91.11 10 73 . 99 90 . 71 11 78 . 98 90.47 12 83 . 98 90 .39 13 88 . 98 90.47 14 93 . 97 90 . 71 15 98 96 91.11 16 103 92 91.67 17 108 87 92 .39 18 113 80 93 .27 19 118 59 94 .30 20 123 54 95.49 21 128 36 96 . 84 22 133 13 98.34 23 137 85 99 . 99 24 142 . 51 101.80 25 147 . 11 103.75 25 151. 65 105.84 27 155 . 12 108.09 28 150 . 52 110 .47 29 164 . 83 113.00 30 169 . 07 115.66 31 173 . 21 118.45 32 177 . 26 121.38 33 181 . 22 124 .44 34 185 . 08 127.52 35 188 . 83 130.92 March 12, 2019 Item #5 Page 354 of 387 I 11 I I I fl I II I n I 0 I s I I I I II 35 192.48 134.34 37 195.01 137.88 --3-8 3:-g-9--^.-3 ^..2.^^^2.-.5'3 ---- - - 39 202.73 145.28 40 205.91 149 . 14 41 208 . 96 153.10 42 -211.89 157.16 43 214.58 151.31 44 217.34 165.54 45 219.85 159.86 46 222.24 174.25 47 222.51 175.00 ** Corrected JANBU FOS = 1.564 ** (Fo factor = 1.070) Failure surface No. 5 specified by 43 coordinate points Point x-surf y-surf , No. (ft) (ft) 1 49 . 00 100.00 2 53 . 81 • 98.55 3 58 . 57 97 .45 4 53 . 55 95 .43 5 68 .49 95.57 6 73 .44 94 .87 7 78 .41 94 .33 8 83 .40 93 . 95 9 88 .39 93 . 75 10 93 .39 93 . 71 11 98 .39 93 . 83 12 103 .38 94 . 12 13 108 .35 94 . 57 14 113 . 32 95.19 15 118 .26 95 . 98 16 123 . 17 96 . 92 17 128 . 05 98 . 03 18 132 88 99.30 19 137 57 100.73 20 142 42 102 .32 21 147 10 104.06 22 151 73 105.96 23 156 29 108.01 24 160 78 110.20 .25 165 19 112.55 26 169 53 115 . 04 27 173 . 78 117.68 28 177 . 94 120.45 29 182 01 123.36 .30 185 . 97 125.40 31 189 . 84 129.57 32 193 . 60 132.87 33 197 . 24 136 .29 34 200 . 77 . 139.84 35 204 . 18 143.49 36 207 . 47 14 7 •. 2 6 37 210 . 64 151.13 38 213 . 67 155.11 3 9 216 . 57 159.18 March 12, 2019 Item #5 Page 355 of 387 I I i I I I I n I I I I I 1 I 1 i I 1 40 219.33 153.35 • 41 . ' 221.95 157.50 42 - 224 .43 171 . 94 43 225.05 175.00 ** Corrected JANBU FOS = 1.566 ** (Fo factor = 1.067) Failure surface No. 7 specified by 49 coordinate points Point x-surf y-surf No. (ft) (ft) 1 15 . 00 100.00 2 19 . 85 98 . 78 3 24 . 72 97.57 4 29 . 63 96.69 5 34 .55 95 . 83 5 39.50 95 .10 7 44.46 94 .48 8 49 .44 94.00 9 54.42 93 . 63 10 59.42 93 .39 11 54 .42 93 .28 12 69.42 93 .29 13 74 .41 93 .42 14 79.41 93 . 58 15 84 . 39 94 . 05 16 89.37 94 . 57 17 94 .33 95.20 18 99.27 95.95 19 104.19 95 . 83 20 109.09 97 . 83 21 113.96 98.95 22 118.81 100 .20 23 123 . 52 101.56 24 , 128.39 103.04 25 133.13 104.64 26 137.83 106.36 27 142.48 108.20 28 147 . 08 110.15 29 151.63 112 .21 30 156.13 114.39 31 160.58 116.58 32 164.97 119.08 33 169.29 121.59 34 173.55 124 .20 35 177 . 75 126.92 3 6 181.88 '• 129 . 75 37 185.93 132 . 67 38 189.91 135 .70 39 193.81 138 . 82 40 197.64 142.04 41 201 .38 145 .35 42 205.04 148.77 43 208 . 61 152 .26 44 212.10 155.85 45 . 215.49 159.52 46 218.79 163 .27 47 222.00 167.11 March 12, 2019 Item #5 Page 356 of 387 48 49 225 . 11 228 . 11 171.03 175 . 00 ** Corrected JANBU FOS = 1.568 ** (Fo factor = 1.060) Failure surface No. 8 specified by 46 coordinate points Point x-surf y-surf No. (ft) (ft) 1 41 . 44 100.00 2 46 .42 99 . 52 3 51 .41 99 . 14 4 56 .40 98,. 87 5 51 .40 98 . 70 5 56 .40 98 . 64 • 7 71 .40 98 . 69 8 76 .39 98 . 84 9 . 81 .39 99 . 10 10 86 .37 99.45 11 91 .35 99 . 93 12 95 .32 100 .51 13 101 .27 101.19 14 105 .21 101.98 15 111 .13 102 . 87 16 116' . 03 103.85 17 120 . 91 104.96 18 • 125 . 76 105.16 19 130 .59 107 .46 20 135 .39 108 . 87 21 140 15 110 .38 22 144 .89 111.98 23 149 59 113 . 69 24 154 25 115.50 25 158 87 117.40 26 163 45 119.41 27 157 99 121.51 28 172 48 123.70 2 9 176 93 125.99 30 181 32 128 .38 31 185 . 67 130 . 86 32 189 . 96 133.42 33 194 . 19 136 . 08 34 198 . 37 138.83 35 202 . 49 141.67 36 206 . 54 144.59 37 210 . 54 147.60 38 214 . 47 150.69 3 9 218 . 33 153.85 40 222 . 12 157.12 41 225 . 85 16 0 .4-5 42 229 . 50 163.87 43 233 . 08 167 .36 44 236 . 59 170.93 45 240 . 01 174.57 46 24 0 . 41 175.00 **• Corrected JANBU FOS = 1.580 ** (Fo factor = 1.050) March 12, 2019 Item #5 Page 357 of 387 I 1 I I I I I I I I I I I I I I I i 1 Failure surface No. 9 specified by 47 coordinate points Point x-surf y-surf No. (ft) (ft). 1 33 .89 100 . 00 2 38 . 78 98 . 95 3 43 .69 98 . 02 4 48 .63 97 . 22 5 53 . 58 95 . 55 6 58 . 55 95 . 00 7 63 . 53 95 . 57 8 68 . 52 95.27 9 73 . 52 95 . 10 10 78 . 52 95 . 05 11 83 . 52 95 . 13 12 • 88 . 51 95 . 34 13 93 . 50 95 .67 14 98 .48 95 .13 15 103 .45 95 . 72 15 108 .40 • • 97.43 17 • 113 .33 98 .26 18 . 118 . 23 99.22 19 123 . 12 100 .31 20 127 . 97 101.51 21 132 . 79 102.84 22 137 . 57 104.29 23 142., . 32 105.86 24 147 , . 03 107.55 25 151 .69 109 .36 26 156 , .30 111.29 27 160 , .87 ' 113.33 '28 155 , .38 115.48 29 159 , , 83 117.75 30 174 , , 23 120.14 31 178 , . 56 122.53 32 • 182. 83 125.23 33 , • 187. 04 127.94 34 191 . 17 130.75 35 195 . 23 133.57 35 199 . 22 136.69 37 203 . 12 139.81 38 206 . 95 •143.02 39 210 . 70 145 . 34 40 214 . 35 149.74 41 217 . 93 . 153 .24 42 221 . 41 155.83 43 224 . 81 160.50 44 228 . 10 164 .26 45 231. 31 168.10 4 5 , 234 . 41 172.02 47 236 . 65 175.00 ** Corrected JANBU FOS = 1.585 (Fo factor = 1.059) Failure surface No. 10. specified by 50 coordinate points Point . x-surf y-surf March 12, 2019 Item #5 Page 358 of 387 I I 1 I I i I I I I I I I I I 1 I I 1 No . (ft) (ft) 1 15 . 00 100.00 2 19 .79 -98 . 56 3 24 .61 97 .25 4 29 .47 95 ..05 5 34 .36 95.00 6 39 .27 94 . 08 7 44 .21 93 .28 8 49 . 16 92 . 61 9 54 . 13 92 . 08 10 59 . 12 91 . 58 11 - 64 . 11 91 .40 12 69 . 11 91.27 13 74 . 11 91.25 14 79 . 11 91 .38 15 84 . 10 91. 64 16 89 . 08 92 . 03 17 94 . 06 92 . 55 18 99 . 01 93 . 21 19 103 . 95 93 . 99 20 108 . 87 94 . 90 21 113 . 75 95 . 95 22 118 . 62 97 .12 23 123 .45 98.42 24 128 . . 24 99 .85 25 132 . . 99 101.40 26 • 137, . 70 103.08 27 142 , ,36 104.88 28 146 , . 98 106.81 29 . 151 , . 54 108 .85 30 156 , . 05 111 . 02 31 160 . .49 113 .31 32 164 . . 88 115.71 33 169 . ,20 118.23 34 173 . 45 120.86 35 177 . 53 123 . 60 36 181 . 74 126.45 37 .185. 77 129 .41 38 189 . 72 132 .47 39 193 . 59 135.64 40 197 . 3 7 138.91 41 201 . 07 142 .28 42 204 . 57 145.75 43 208 . 18 149 . 30 44 211 . 50 152.95 45 214 . 92 156.70 4 6 218 . 14 150 . 52 47 221 . 25 164 .43 48 , 224 . 27 168 .42 49 227 . 17 172 .49 50 228 . 86 175.00 ** Corrected JANBU FOS 1.587 ** (Fo factor = 1.064) The following is a summary of the TEN most critical surfaces March 12, 2019 Item #5 Page 359 of 387 I i I 1 I 1 I I I 1 I I I I Problem Description : PD/FILL SLOPE •© 2:1 Modified JANBU FOS Correction Factor Initial x-coord Terminal x-coord * * * END OF FILE * * * Available Strength (ft) (ft) (lb) 1. 1 505 1 . 055 37 . 67 224 .43 2 .952E+05 2 . 1 523 1 054 18 . 78 223 . 15 2 . 747E-h05 3 . 1 538 1 058 26 33 227 81 3 . 240E + 05 4 . 1 543 1 054 15 00 225 35 2 914E-h05 5 . 1 564 1 070 30 11 222 61 3 900E-f05 6 . 1 566 1 057 49 00 ' 225 05 3 766E+05 7 . 1 568 1 050 15 00 228 11 3 527E-f05 8 . 1 580 1 050 41 44 240 41 3 306E+05 9 . 1 585 1 059 . 33 89 235 55 3 757E-^05 10 . 1 587 1 054 15 00 228 . 86 3 870E+05 March 12, 2019 Item #5 Page 360 of 387 PDFILLB 1-22-98 16:55 235 _ PD/FILL SLOPE @ 2:1, H = 90 W/BNCH 1 0 most critical surfaces, MINIMUM JANBU FOS 1.524 40 80 1 ' r 120 150 200 X-AXIS (feet) 240 280 320 March 12, 2019 Item #5 Page 361 of 387 PROFIL FILE: PDFILLB 1-22-98 16:53 ft D/FILL SLOPE @ 2:1,- H=90 W/BNCH 5 5 .0 100.0 50.0 100.0 1 50.0 100.0 120.0 135 . 0 1 120.0 135.0 130.0 134.0 1 130.0 134.0 240.0 190.0 1 240.0 190.0 300.0 190.0 1 . OIL 1 120.0 130.0 175.0 28.00 .000 .0 1 IRCLE 10 • 10 15.0 49.0 255.0 290.0 50.0 10.0 .0 .0 I March 12, 2019 Item #5 Page 362 of 387 XSTABL File: PDFILLB 1-22-98 16:53 ****************************************** * * * * * * * * * * * * XSTABL Slope Stability Analysis using the Method of Slices Copyright (C) 1992 - 95 Interactive Software Designs, Inc Moscow, ID 83843, U.S.A. All Rights Reserved * * * * * * * * * * * * * Ver. 5.103 95 - 1387 * ****************************************** Problem Description : PD/FILL SLOPE @ 2:1, H=90 W/BNCH SEGMENT BOUNDARY COORDINATES 5 SURFACE boundary segments Segment No. 1 2 3 4 5 x-left (ft) . 0 50.. 0 120 . 0 130 . 0 240 . 0 y-left (ft) 100 . 0 100 . 0 135 . 0 134 . 0 190 . 0 x-right (ft) 50 . 0 120 . 0 130 . 0 240 . 0 300 . 0 y-right (ft) 100 . 0 135 . 0 134 . 0 190 . 0 190 . 0 Soil Unit Below Segment 1 1 1 1 1 ISOTROPIC Soil Parameters 1 Soil unit(s) specified Soil Unit Weight Cohesion Friction Pore Pressure Water Unit Moist Sat. Intercept Angle Parameter Constant Surface No. (pcf) (pcf) (psf) (deg) Ru (psf) No. 120 . 0 130 . 0 175 . 0 28 . 00 .000 0 A critical failure surface seaz'ching method, using a random technique for.generating CIRCULAR surfaces has been specified. 100 trial surfaces will be generated and analyzed. March 12, 2019 Item #5 Page 363 of 387 10 Surfaces initiate from each of 10 points equally spaced along the ground surface between x = 15.0 ft and X = 4 9.0 ft Each surface terminates between x - 255.0 ft and X = 2 9 0.0 ft Unless further limitations were imposed, the minimum elevation at which a surface extends is y = 50.0 ft 10.0 ft line segments define each trial failure surface ANGULAR RESTRICTIONS : The first segment of each failure surface will be inclined within the angular range defined by : Lower angular limit := -45.0 degrees Upper angular limit :- (slope angle - 5.0) degrees Factors of safety have been calculated by the : ***** SIMPLIFIED JANBU METHOD * * * * * The 10 most critical of all the failure surfaces examined are displayed below - the most critical first Failure surface No. 1 specified by 27 coordinate points Point. x-surf y-surf No. (ft) (ft) 1 37 . 67 100.00 2 47 . 56 98 . 52 3 57 . 50 97.47 4 57 .48 96.85 5 77 48 96 . 58 6 87 48 96 . 95 7 97 45 97 . 65 8 107 39 98 . 79 9 117 26 100.37 10 127 06 102.38 11 136 76 104.82 12 145 34 107.58 13 155 78 110.96 14 165 08 114 . 65 15 174 . 20 118.75 March 12, 2019 Item #5 Page 364 of 387 ** Corrected JANBU FOS = 1.524 ** (Fo factor = 1.057) 16 183.14 123 .24 17 191.86 128.12 18 200.37 133 .38 19 208 . 64 139 . 00 20 216.65 144.99 21 224 .39 151 . 32 22 231.85 157.98 23 239.00 164.97 24 245 .84 172.25 25 252 .35 179 . 85 26 258.54 187.71 27 260 .18 190.00 Corrected JANBU FOS = 1. 524 ire surface No. 2 specified by 2 Point. x-surf y-surf No. (ft) (ft) 1 18 . 78 100.00 2 28 . 66 98 . 50 3 38 . 60 97 .38 4 48 . 58 96 . 56 5 58 . 57 96 .34 6 68 .57 96.41 7 78 . 56 96 . 87 8 88 . 52 97.72- 9 98.45 98 . 97 10 108.31 100 .61 11 118.10 102.63 12 127.81 105.04 13 137.41 107.83 14 146 . 90 110 . 99 15 156 .25 114.53 15 155 .45 118.44 17 174.50 122.70 . 18 183 .37 127.31 19 192.06 132.28 20 200.54 137.58 21 208 . 80 143.21 22 216.84 149.16 23 224.53 155.42 24 232.17 161.99 25 239 .45 168 . 85 25 245.45 175.99 27 253 . 17 183 .40 28 258 .59 190.00 ** Corrected JANBU FOS = 1.538 ** (Fo factor =1.055) Failure surface No. 3 specified by 28 coordinate points Point x-surf y-surf No. (ft) (ft) 1 26.33 100.00 • 2 36.15 98.07 March 12, 2019 Item #5 Page 365 of 387 3 46 . 03 96 . 56 4 55 . 97 95.48 5 65 . 95 94 . 82 5 75 . 95 94 .60 7 85 . 95 94 . 80 8 95 93 95.43 9 105 87 96.50 10 115 76 97 . 98 11 125 57 99.89 12 135 30 102 .22 13 144 92 104.97 14 154 40 108.12 15 163 75 111.68 15 172 93 115.64 17 181 94 119.99 18 190 75 124.72 19 199 35 129.82 20 207 72 135.29 21 215 85 141.11 22 223 . 72 147.28 23 231. 32 153.78 24 238 . 64 160.60 25 245 . 65 167.73 26 252 . 35 175.15 27 258 . 73 182.85 28 254 . 15 190.00 ** Corrected JANBU FOS = 1.549 ** (Fo factor = 1.059) Failure surface No. 4 specified by 29 coordinate points Point x-surf y-surf No. (ft) (ft) 1 15.00 100.00 2 24.87 98.38 3 34.79 97.13 4 44.75 95.27 5 54.74 95.79 5 64.74 95.70 7 74.74 95.99 8 84.71 96.67 9 94.66 97.73 10 104.55 99.17 11 114.39 100.99 12 124.14 103.19 13 133.80 105.77 14 143.35 108.71 15 152.80 112.01 15 162.10 115.68 17 171.25 119.71. 18 180.25 124.08 19 189.07 128.79 20 197.70 133.85 21 206.13 139.23 22 214.34 144.93 23 222.34 150.94 24 230.09 157.25 25 237.60 163.86 March 12, 2019 Item #5 Page 366 of 387 26 244.84 170.75 27 251.82 177.92 28 - 258.51 185.35 29 262.39 190.00 ** Corrected JANBU FOS = 1.551 ** (Fo factor = 1.055! Failure surface No. 5 specified by 28 coordinate points Point x-surf y-surf No. (ft) (ft) 1 41.44 100.00 2 51.40 99 . 03 3 61.38 98 .43 4 71.38 98 .18 5 81.38 98 .30 5 91.36 98.78 7 101. 33 99 . 62 8 111.-25 100.82 9 121.13 102 .38 10 130.95 104.30 11 140 . 69 106.57 12 150 .34 109.18 13 159.89 . 112.15 14 169.33 115.46 15 178.64 119.11 16 187.81 123.10 17 196.83 127.41 18 205 . 69 132.05 19 • 214 . 38 137.00 20 222.88 142 .26 21 231.18 147 . 83 22 239 .28 153.70 23 247.16 159.85 24 254.82 155 .29 25 252 . 23 173.00 25 269 .40 179.97 27 276 .31 • 187.20 28 278.80 190 . 00 Corrected JANBU FOS = 1.572 ** (Fo factor = 1.050) Failure surface No. 5 specified by 30 coordinate points Point x-surf y-surf No. (ft) (ft) 1 15 . 00 100 . 00 2 24 . 70 97.55 3 34 .49 95 . 53 4 44 .35 93 . 93 5 54 29 92 . 76 6 54 27 92 . 03 7 74 26 91 . 73 8 84 26 91. 87 9 94 24 92 .44 10 104 19 93 .45 March 12, 2019 Item #5 Page 367 of 387 11 114 . 09 94 . 89 12 123 . 91 96 . 76 13 133 . 55 . 99 . 0.5 14 143 . 27 101 77 15 152 .77 104 . 90 15 152 . 12 108 .44 17 171 .31 112 39 18 180 . 32 115 73 19 189 . 13 121 45 20 197 . 72 126 55 21 206 .09 132 04 22 214 .21 137 88 23 222 . 07 144 06 24 229 . 55 150 58 25 236 . 94 157 43 26 243 . 93 164 58 27 250 . 60 172 04 28 255 . 93 179 77 29 262 . 93 • 187 77 30 264 .45 190 . 00 ** Corrected JANBU FOS = 1.577 ** (Fo factor = 1.062) Failure surface No. 7 specified by 27 coordinate points Point x-surf y-surf No. (ft) (ft) 1 49 . 00 100.00 2 58 . 53 97 .30 3 68 .39 95 . 14 4 78 .26 93 . 53 5 88 .21 92 . 47 5 98 . 19 91. 97 7 108 . 19 92-. 02 8 118 . 17 92 . 53 9 128 . 11 93 . 80 10 137 . 95 95 . 52 11 147 70 97 . 78 12 157 30 100 . 58 13 . 166 73 103.92 14 175 95 107.77 15 184 95 112.13 16 193 69 116.99 17 202 15 122 .32 18 210 30 128.12 19 218 11 134 .37 20 225 55 141 . 04 21 232 63 148.11 22 239 29 155 . 57 23 245 53 163 .38 24 251 32 171 . 53 25 256 . 55 180.00 25 261 . 50 188.74 27 252 . 11 190.00 ** Corrected JANBU FOS = 1.584 ** (Fo factor = 1.068) March 12, 2019 Item #5 Page 368 of 387 Failure surface No. 8 specified by 29 coordinate points Point x-surf y-surf No. (ft) (ft) 1 33 . 89 100 . 00 2 • 43 . 67 '97.90 3 53 . 53 95 .23 4 63 .45 94.98 5 73 .41 94 . 17 6 83 .41 93 . 79 7 93 .41 93 . 85 8 103.40 94 .33 9 113.35 95 .26 10 123 .25 95 . 51 11 133.10 98 .39 12 142 . 85 100 . 59 13 152.50 103 .22 14 152.03 106 .26 15 171.41 109.72 16 180.64 113.57 17 189 . 69 117.83 18 198 . 55 122 .47 19 207.19 127.49 20 215.62 132.89 21 223.80 138.64 22 231.72 144.74 23 239 . 37 151.18 24 246.73 157.95 25 253.79 165.03 25 260 . 54 172 .41 27 256 . 97 180.07 28 273 . 05 188.01 29 274.44 190 . 00 ** Corrected JANBU FOS = 1.586 ** (Fo factor = 1.060) Failure surface No. 9 specified by 28 coordinate points Point X-surf y-surf No. (ft) (ft) 1 30 . 11 100.00 2 39 . 55 96.59 3 49 . 15 93 . 91 4 58 90 91 . 66 5 58 75 89 . 96 6 78 68 88 . 79 7 88 66 88 . 18 8 98 65 88 . 11 9 108 55 88 . 59 10 118 60 89.53 11 128 47 91.21 12 138 25 93 .32 13 147 89 95 . 98 14 . 157 37 99 . 15 15 166 . 55 102.86 15 175 . 73 107.05 17 184 . 56 111.75 March 12, 2019 Item #5 Page 369 of 387 18 . 193.12 116 . 93 19 201.38 122 . 57 20 209.32 128 . 65 21 215.91 135 . 16 22 224.13 142 . 08 23 230 . 95 149 . 3 8 24 237 . 37 157 . 05 25 243 .35 16-5 . 07 26 248.89 173 .39 27 253.96 182 . 01 28 258.08 190 .00 Corrected JANBU FOS = 1.592 ire surface No.10 specified by 3 Point x-surf .y-surf No. (ft) (ft) 1 15.00 100 . 00 2 24.58 -97 . 12 3 34 .27 94 . 68 4 • 44 . 08 92 69 5 53 . 96 91 16 6 63.90 90 08 7 73.88 • 89 47 8 83 .88 89 31 9 93.87 89 62 . 10 •• 103.84 90 38 11 113 .77 91 61 12 123.63 93 29 13 133.40 95 42 14 143 .06 98 00 15 152.59 101 02 15 161.97 104 48 17 171.19 108 . 37 18 180.21 112 . 58 19 189.03 117 . 40 20 197.51 122 . 52 21 205.95 128 . 03 22 • 214 . 04 133 . 93 23 221.84 140 . 18 24 229 . 34 -146 . 79 25 236 . 53 153 . 74 26 243 .40 161 . 01 27 249 . 92 168 . 50 , 28 256.08 176 . 47 29 261.88 184 . 52 30 265 .34 190 . 00 (Fo factor = 1.071) Corrected JANBU FOS = 1.597 ** (Fo factor =1.055; The following is,a summary of the TEN most critical surfaces Problem Description : PD/FILL SLOPE @ 2:1, H=90 W/BNCH March 12, 2019 Item #5 Page 370 of 387 Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1 524 1. 057 37 . 67 260 .18 3 . 937E-H05 2 . 1 538 1. 055 18.78 258.59 3 .672E+05 3 . 1 54 9 1 . 059 26.33 264 .15 4 . 360E-f-05 4 . 1 551 1. 055 15,. 00 252.39 3 . 907E-H05 5 . . 1 572 1 . 050 41 .44 2 78 . 8 0 4 . 398E + 05 6 . 1 577 1 . 062 15 . 00 264.45 4 . 772E-^05 7 . 1 584 . 1. 068 49 . 00 262 .11 5 104E-H05 8 . 1 586 1 . 060 33 .89 274.44 5 074E-F05 9 . 1 592 1. 071 30 . 11 258.08 5 323EH-05 10 . 1 597 1. 055 15 . 00 265 .34 5 255E+05 * * * END OF FILE * * * March 12, 2019 Item #5 Page 371 of 387 751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07TITLE SHEETLK0.1 "DECLARATION OF RESPONSIBLE CHARGE" WORK TO BE DONE BENCH MARKGENERAL NOTESSTREET NOTESSEWER NOTES TESTS HAVE BEEN CONDUCTED BY A PROFESSIONAL ENGINEER OF THE STATE SOIL MECHANICS, ON THE PREPARED BASEMENT SOIL. THE "R" VALUE TESTS AND THE ENGINEERED STRUCTURAL SECTION MUST BE SUBMITTED TO THE ENGINEERING INSPECTOR FOR REVIEW AND APPROVAL A MINIMUM OF TWO (2) CITY WORKING DAYS BEFORE THE WORK BEGINS. CONDUIT RUNS, SERVICE POINTS AND HAND-HOLES SHALL BE SHOWN ON THE "AS-BUILT" PLANS. NO DIRECT BURIAL STREET LIGHT FOUNDATIONS WILL BE ALLOWED.3. ALL UNDERGROUND UTILITIES AND LATERALS SHALL BE INSTALLED PRIOR TO CONSTRUCTION OF CURBS, CROSS GUTTERS OR SURFACING OF STREETS. CALIFORNIA ADMINISTRATIVE CODE. LANDSCAPE MANUAL. SHALL BE REESTABLISHED, PERPETUATED, AND DOCUMENTED PER THE PROFESSIONAL LAND SURVEYORS ACT.1. SEWER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "CITY OF CARLSBAD ENGINEERING STANDARDS (LATEST EDITION), VOLUME 1- GENERAL DESIGN STANDARDS, CHAPTER 6-DESIGN CRITERIA FOR GRAVITY SEWER2. BEFORE ANY CONNECTION TO THE CITY'S EXISTING SYSTEM, A PERMIT3. BEFORE CONSTRUCTION BEGINS IN ANY PUBLIC RIGHT OF WAY, A CITY RIGHT OF WAY PERMIT SHALL BE REQUIRED.THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THEFOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTEDBY THE CITY ENGINEER.1. CARLSBAD MUNICIPAL CODE5. SOILS REPORT AND RECOMMENDATIONS BY LEIGHTON AND ASSOCIATESDATED JANUARY 23, 1998, REVISED FEBRUARY 16, 1998 (PROJECT #4841363-006 OF-WORK FROM RESPONSIBILITY FOR THE CORRECTION OF ERRORS AND BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR APPROVAL. AN ADDITIONAL INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURRENCE OF LIABILITY. THE INSURANCE COMPANY WRITING THE POLICY MUST HAVE A RATING OF "A-" OR BETTER AND A SIZE CATEGORY OF CLASS VII OR BETTER AS ESTABLISHED BY "BESTS" KEY IMPROVEMENTS ARE NOT CONSTRUCTED PRIOR TO THE DEADLINE DATE OF THE IMPROVEMENT AGREEMENT. OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. (A) SUMMARY SHEET, (B) LABORATORY WORK SHEETS AND (C) COMPACTION CURVES, SHALL BE SUBMITTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOILS MECHANICS. THE SOILS REPORT WILL BE SUBMITTED TO THE CITY ENGINEERING INSPECTOR WITHIN TWO WORKING DAYS OF COMPLETION OF FIELD TESTS. THE SIGNED BY THE CITY ENGINEER. BY THE ENGINEER-OF-WORK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SLOPE OR OTHER PROVISIONS TO BE MADE OF WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, TITLE 8 CALIFORNIA ADMINISTRATIVE CODE, THE PLAN SHALL BE PREPARED BY A ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. AHEAD OF THE CONSTRUCTION TO PERMIT THE REVISIONS OF THE CONSTRUCTION PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICE ALERT (DIG ALERT) SDG&E AT&T SPECTRUM CABLE CITY OF CARLSBAD(STREETS AND STORM DRAIN) CITY OF CARLSBAD(SEWER,WATER & RECLAIMED WATER) SAN DIEGUITO WATER DISTRICT VALLECITOS WATER DISTRICT OLIVENHAIN WATER DISTRICT AS APPROPRIATE******SOURCE OF TOPOGRAPHYPROJECT LOCATIONBUENA SANITATION DISTRICT*1. ACTUAL STRUCTURAL SECTIONS WILL BE DETERMINED AFTER "R" VALUEOF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED2. STREET LIGHTS SHALL BE INSTALLED AS SHOWN ON THESE PLANS, UNDERGROUNDOF WORK OF THIS PLAN PER SDRS DWG M19.OMISSIONS DISCOVERED DURING CONSTRUCTION. ALL PLAN REVISIONS SHALL2. CITY OF CARLSBAD ENGINEERING STANDARDS3. THIS SET OF PLANS4. THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK).6. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS.2. APPROVAL OF THIS PLAN DOES NOT LESSEN OR WAIVE ANY PORTION OF THE CARLSBAD MUNICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY STANDARDS OR OTHER ADDITIONAL DOCUMENTS LISTED HEREON AS THEY MAY PERTAIN TO THIS PROJECT. THE ENGINEER IN RESPONSIBLE CHARGE SHALL REVISE THESE PLANS WHEN NON-CONFORMANCE IS DISCOVERED.3. CITY APPROVAL OF PLANS DOES NOT RELIEVE THE DEVELOPER OR ENGINEER-5. NO WORK SHALL BE COMMENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM6. REVISION OF THESE PLANS MAY BE REQUIRED IF THE PROPOSED7. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVALTHE CITY AND OTHER APPROPRIATE AGENCIES.8. ORIGINAL DRAWINGS SHALL BECOME THE PROPERTY OF THE CITY UPON BEING 9. THE ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS10. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO11. WHERE TRENCHES ARE WITHIN CITY EASEMENTS, A SOILS REPORT COMPRISED OF:13. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE AT (760) 438-3891. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2:00 P.M. ON THE DAY BEFORE THE INSPECTION IS NEEDED. INSPECTIONS WILL BE MADE THE NEXT WORK DAY UNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2:00 P.M. WILL BE SCHEDULED FOR TWO FULL WORK DAYS LATER.14. THE OWNER AND/OR APPLICANT THROUGH THE DEVELOPER AND/OR CONTRACTOR15. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING BLASTING PROGRAM AND BLASTING PERMIT.17. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EACH DAY, MONDAY THRU FRIDAY AND NO EARTHMOVING OR GRADING OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. (A LIST OF CITY HOLIDAYS IS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER.)18. ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. DURING CONSTRUCTION, OPERATIONS WILL CEASE IMMEDIATELY, AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO.21. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES22. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT4. WHERE AN EXISTING PIPE LINE IS TO BE ABANDONED IT SHALL BE REMOVED WITHIN TWENTY FEET OF BUILDING OR STREET AREAS AND REPLACED WITH PROPERLY COMPACTED SOILS. IN OTHER AREAS THE PIPE WILL BE PLUGGED WITH CONCRETE OR REMOVED AS APPROVED BY THE CITY ENGINEER.5. WHEELCHAIR RAMPS SHALL BE INSTALLED PER REQUIREMENTS OF TITLE 24,6. STREET TREES SHALL BE INSTALLED PER SECTION VI OF THE CITY OF CARLSBAD7. FIRE HYDRANT MARKERS SHALL BE PLACED IN THE STREET WITHIN THE LIMITS8. ALL SURVEY MONUMENTS AND POINTS THAT ARE DISTURBED BY THIS WORK1. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS.CERTIFICATE OF INSURANCE MUST BE FILED NAMING THE CITY OF CARLSBAD ASWRITTEN FIELD COMPACTION REPORT(S) SHALL BE IMMEDIATELY SUBMITTED TOTHE CITY ENGINEERING INSPECTOR UPON COMPLETION OF THE FIELD TESTS.12. A PRECONSTRUCTION MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK AND SHALL BE ATTENDED BY ALL REPRESENTATIVES RESPONSIBLE FOR CONSTRUCTION, INSPECTION, SUPERVISION, TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL SCHEDULE THE MEETING BY CALLING THE INSPECTION LINE AT (760) 438-3891 AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING CONSTRUCTION. APPROVED DRAWINGS MUST BE AVAILABLE PRIOR TO SCHEDULING.REGISTERED ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHAEXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO19. NO BLASTING SHALL BE COMMENCED WITHOUT A CITY ENGINEER APPROVED16. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE20. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN( ABOVEGROUND AND UNDERGROUND ) WITHIN THE PROJECT SITE SUFFICIENTLYLEUCADIA WASTEWATER DISTRICTALL LUMINAIRES SHALL BE "CUT OFF" TYPE.9. TWO (2) SETS OF SURVEY (CUT) SHEETS SHALL BE PROVIDED TO THE CITY ENGINEERING INSPECTOR.FIRM:ADDRESS: CITY, ST.:TELEPHONE: BY:DATE:(NAME OF ENGINEER)R.C.E. NO.: REGISTRATION EXPIRATION DATE:7. CALIFORNIA COASTAL COMMISSION DEVELOPMENT PERMIT CONDITIONSA-6-Cii-00-087 DATED AUGUST 28, 20034. A RIGHT-OF-WAY PERMIT FROM THE CITY ENGINEER WILL BE REQUIRED FOR ANY WORK IN THE PUBLIC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE, A LINES AND APPURTENANCES, AND VOLUME 3 - STANDARD DRAWINGS AND NOTES AND THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST SHALL BE OBTAINED FROM THE CITY. IT MUST BE SIGNED AND APPROVED BY THE CITY ENGINEER AND SUPERINTENDENT. COMMENCEMENT OF WORK - ANY EXCEPTIONS SHALL REQUIRE WRITTEN BE SIGNED AND APPROVED BY THE CITY OF CARLSBAD'S DEPUTY CITY LINES, A PERMIT SHALL BE OBTAINED FROM THE C.M.W.D. OFFICE AND MUST ALL EXISTING TREES AND STRUCTURES SHALL BE REMOVED PRIOR TO4. NO TREES OR STRUCTURES SHALL BE ALLOWED IN THE WATER LINE EASEMENT,2. BEFORE ANY CONNECTION OR SHUT DOWN OF VALVES ON EXISTING C.M.W.D. EDITION) VOLUMES 2 & 3. ACCORDANCE WITH THE "CITY OF CARLSBAD ENGINEERING STANDARDS" (LATEST 1. WATER & RECYCLED WATER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED INWATER NOTES ENGINEER AND THE UTILITY OPERATIONS' PUBLIC WORKS MANAGER.6. THE EXACT HORIZONTAL AND VERTICAL ALIGNMENT AND TYPE OF MATERIALS OF THE FIRE LINE LOCATED BETWEEN THE DETECTOR CHECK VALVE AND BUILDING SHALL BE DETERMINED BY THE CITY OF CARLSBAD FIRE MARSHAL.7. ALL POTABLE WATER SERVICES SHALL BE 1" AND ALL METERS SHALL BE 1" (UNLESS OTHERWISE NOTED ON PLANS).5. ALL BURIED COPPER PIPING AND APPURTENANCES SHALL BE PROTECTED BY MEANS OF CATHODIC PROTECTION. IF DEVELOPER/OWNER CONDUCTS A SOILS TEST REPORT AND DEMONSTRATES THAT PROTECTION CAN BE PERFORMED IN PERMISSION FROM THE DISTRICT ENGINEER. ANOTHER MANNER, THE DISTRICT ENGINEER WILL CONSIDER AN ALTERNATIVE FORM OF PROTECTION.EXCAVATION. COX COMMUNICATIONS EDITION (GREEN BOOK).8. ALL WATER METER BOXES SHALL BE 17" X 30" X 12" POLYMER CONCRETE AS MANUFACTURED BY ARMORCAST OR EQUAL (UNLESS OTHERWISE NOTED ON PLANS).9. MINIMUM SPACING BETWEEN POTABLE WATER SERVICES AND SEWER LATERALS SHALL BE 10 FEET.10. THE TOP OF WATER METER BOXES SHALL BE FLUSH WITH THE FINISHED SURFACE GRADE.11. CONSTRUCTION OF WATER MAINS AND RECYCLED WATER MAINS SHALL ADHERE TO THE "CRITERIA FOR THE SEPARATION OF WATER MAINS AND SANITARY SEWERS" PUBLISHED BY THE STATE OF CALIFORNIA'S DEPARTMENT OF HEALTH SERVICES.8. CALIFORNIA STORM WATER QUALITY ASSOCIATION BMP CONSTRUCTION HANDBOOK AND CALTRANS CONSTRUCTION SITE BMP MANUAL.SIGNING AND STRIPING NOTES MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (FHWA'S MUTCD 2003 REVISION 1, AS AMENDED FOR USE IN CALIFORNIA), CALTRANS STANDARD SPECIFICATIONS (JULY 20063. ALL SIGNING AND STRIPING IS SUBJECT TO THE APPROVAL OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE, PRIOR TO INSTALLATION.4. ANY DEVIATION FROM THESE SIGNING AND STRIPING PLANS SHALL BE APPROVED BY THE AND MARKINGS WITHIN A 500' PERIMETER OF THE CONSTRUCTION PROJECT WILL BE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE PRIOR TO INSTALLATION. STENCILS.1. THE CONTRACTOR IS RESPONSIBLE FOR INSTALLING ALL SIGNING AND STRIPING.2. SIGNING, STRIPING AND PAVEMENT MARKINGS SHALL CONFORM TO THE CALIFORNIALEGENDS BY GRINDING. DEBRIS SHALL BE PROMPTLY REMOVED BY THE CONTRACTOR.ENGINEER OF WORK AND PUBLIC WORKS DIRECTOR PRIOR TO ANY CHANGE IN THE FIELD.5. ALL SIGNING AND STRIPING SHALL BE REFLECTIVE PER CALTRANS SPECIFICATIONS. STRIPING SHALL BE REPAINTED TWO WEEKS AFTER INITIAL PAINTING. SIGNING SHALL USE ENCAPSULATED LENS REFLECTIVE SHEETING (HIGH INTENSITY OR EQUAL).6. PRIOR TO FINAL ACCEPTANCE OF STREET IMPROVEMENTS, ALL STREET STRIPING AND7. EXACT LOCATION OF STRIPING AND STOP LIMIT LINES SHALL BE APPROVED BY THE8. CONTRACTOR SHALL REMOVE ALL CONFLICTING PAINTED LINES, MARKINGS AND PAVEMENT9. ALL PAVEMENT LEGENDS SHALL BE THE LATEST VERSION OFTHE CALTRANS METRIC10. LIMIT LINES AND CROSSWALKS SHALL BE FIELD LOCATED. CROSSWALKS SHALL HAVE 10' INSIDE DIMENSION UNLESS OTHERWISE SPECIFIED. RESTORED TO A "LIKE NEW" CONDITION, IN A MANNER MEETING THE APPROVAL OF THE CITY INSPECTOR.11. ALL CROSSWALKS, LIMIT LINES, STOP BARS, PAVEMENT ARROWS AND PAVEMENT LEGENDS SHALL BE THERMOPLASTIC UNLESS OTHERWISE SPECIFIED.12. FIRE HYDRANT PAVEMENT MARKERS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (FHWA'S MUTCD 2003 REVISION 1, AS AMENDED13. ALL MEDIAN NOSES AND FLARES SHALL BE PAINTED YELLOW.14. ALL SIGNS SHALL BE STANDARD SIZE AS SHOWN IN THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (FHWA'S MUTCD 2003 REVISION1, AS AMENDED FOR USE IN15. SIGN POSTS SHALL BE SQUARE PERFORATED STEEL TUBING WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M-45.16. WHEN A SIGN IS ATTACHED TO A POLE, IT SHALL BE MOUNTED USING A STANDARD CITY OF CARLSBAD MOUNTING BRACKET WITH STRAPS.17. EXISTING SIGNS REMOVED BY THE CONTRACTOR SHALL BE DELIVERED BY THE CONTRACTOR TO THE CITY OF CARLSBAD PUBLIC WORKS YARD AT 405 OAK AVENUE.18. ALL SIGNS SHOWN ON THESE PLANS SHALL BE NEW SIGNS PROVIDED AND INSTALLED BY THE CONTRACTOR EXCEPT THOSE SIGNS SPECIFICALLY SHOWN AS EXISTING TO BE19. (IF NECESSARY) WHERE R4-7 SIGN AND OM1-3 OBJECT MARKER ARE TO BE INSTALLED IN A 2-FOOT WIDE MEDIAN NOSE, THE R4-7 SIGN SHALL BE 18"X24" AND THE OM1-3 RELOCATED OR TO REMAIN. OBJECT MARKER SHALL BE 12"X12"INDEX OF SHEETSREFERENCE DRAWINGS811(800)411-7343(619)237-2787(800)227-2600(760)434-2980(760)438-2722(760)633-2650(760)744-0460(760)753-6466(760)726-1340 x1330(760)753-0155(619)262-1122 OR LATEST VERSION THEREOF), THESE PLANS AND THE SPECIAL PROVISIONS. FOR USE IN CALIFORNIA) AND SAN DIEGO REGIONAL STANDARD DRAWING M-19. CALIFORNIA) UNLESS OTHERWISE SPECIFIED. RATING GUIDE.3. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION DEPARTMENT 48 HOURS PRIOR TO STARTING WORK SO THAT INSPECTION MAY BE PROVIDED - TELEPHONE NO. (760)438-3891.12. AXIAL DEFLECTION AT THE PIPE JOINTS IS NOT ALLOWED. THE USE OF A HIGH- DEFLECTION COUPLING AT A PIPE JOINT MAY BE PERMITTED BY THE INSPECTOR ON A CASE BY CASE BASIS NOT TO EXCEED 4 DEGREES TOTAL DEFLECTION PER COUPLING (2 DEGREES/EACH GASKET). USE CERTAINTEED "VINYL-IRON" H.D. FOR C900.10. STREET LIGHTS SHALL BE 5,500 LUMEN (40 WATT) OR 13,700 PUPIL LUMEN (100 WATT) HIGH EFFICIENCY INDUCTION LIGHTS. CONSTRUCTED BY THIS PLAN SHALL INCLUDE "STENCILS" BE ADDED TO PROHIBIT WASTE DISCHARGE DOWNSTREAM. STENCILS SHALL BE ADDED TO THE SATISFACTION23. IN ACCORDANCE THE CITY STORM WATER STANDARDS ALL STORM DRAIN INLETS OF THE CITY ENGINEER.13. BEFORE CONSTRUCTION BEGINS IN ANY PUBLIC RIGHT OF WAY, A CITY RIGHT OF WAY PERMIT SHALL BE REQUIRED.14. NO CUTTING OF ASBESTOS CEMENT PIPE (ACP) IS PERMITTED. CONTRACTOR SHALL REMOVE ACP TO NEAREST COUPLING AND INSTALL ACP X PVC ADAPTORS AND THE NECESSARY PVC SIZE AND CLASS PIPE TO INSTALL THE TEE AT THE STATION.15. PRIOR TO BACKFILL, INSTALL TRACER WIRE ON TOP OF PIPE AND SECURE IN PLACE WITH 2-INCH WIDE PLASTIC ADHESIVE TAPE AT MAXIMUM 10-FOOT INTERVALS. WIRE TO ENTER VALVE STANDS BY MEANS OF DRILLED HOLE IN PIPE STAND WALL JUST BELOW 4TTBOX. WIRE IS NOT TO INTERFERE WITH VALVE NUT OPERATION. RUN TRACER WIRE CONTINUOUSLY ALONG PIPE AND TERMINATE IN ADJACENT VALVE BOXES FOR BURIED ASSEMBLIES OR BURIED VALVES. WHERE BURIED SPLICES OCCUR, USE AN ELECTRICAL EPOXY RESIN SUCH AS SCOTCHCAST, OR APPROVED EQUAL. PROVIDE 24 INCHES OF COILED WIRE AT ACCESS POINTS FOR ATTACHMENTS OF PIPE LOCATING EQUIPMENT. EACH INSTALLED RUN OF PIPE SHALL BE CAPABLE OF BEING LOCATED USING THE TRACER WIRE. PROTECT WIRE INSULATION FROM DAMAGE DURING INSTALLATION AND BACKFILLING. WIRE INSULATION THAT IS BROKEN, CUT, OR DAMAGED SHALL BE REPLACED. TRACER WIRE SHALL BE AWG NO. 8 STRANDED COPPER WIRE WITH HIGH MOLECULAR WEIGHT POLYETHYLENE (HMW/PE) INSULATION SPECIFICALLY DESIGNED FOR DIRECT BURIAL IN CORROSIVE SOIL OR WATER. POLYETHYLENE INSULATION SHALL CONFORM TO ASTM D 1248, TYPE 1, CLASS C. WIRES WITH CUT OR DAMAGED INSULATION ARE NOT ACCEPTABLE AND REPLACEMENT OF THE ENTIRE WIRE WHICH HAS BEEN DAMAGED WILL BE REQUIRED AT THE CONTRACTOR'S EXPENSE.NOTED OTHERWISE:* CITY OF CARLSBAD STANDARD** CARLSBAD MUINICIPAL WATER DISTRICT STANDARD DRAWING*** SDRSD AS MODIFIED BY CITY OF CARLSBADTOTAL DISTURBED AREA =TOTAL PROPOSED IMPERVIOUS AREA =(THIS AREA INCLUDES BUT IS NOT LIMITED TO OFF-SITE WORK INCLUDING PUBLIC IMPROVEMENTS ANDTEMPORARY DISTURBANCE SUCH AS VEHICLE ANDEQUIPMENT STAGING AREAS, CONSTRUCTION WORKERFOOT TRAFFIC, SOIL/GRAVEL PILES, UTILITY TRENCHES,BACKFILL CUTS, AND SLOPE KEYWAYS)TOTAL REPLACED IMPERVIOUS AREA =SHEETLK0.1 (1 of 12)TITLETITLE SHEET - PROJECT NOTES (THIS SHEET)LK1.1 (3 of 12) IRRIGATION LAKE DEMO PLANLK1.2 (4 of 12) IRRIGATION LAKE CONSTRUCTION PLANLK2.1 (5 of 12) LAKE #7 DEMO PLANLK2.2 (6 of 12) LAKE #7 CONSTRUCTION PLANLK3.1 (7 of 12) LAKE CROSS SECTIONSLK4.1 (8 of 12) LAKE DETAILSLK4.2 (9 of 12) LAKE DETAILSLK4.3 (10 of 12) LAKE DETAILSLK4.4 (11 of 12) LAKE DETAILSCARLSBAD GOLF COURSE WATER FEATURE PLANSDATED 02/23/05 "AS-BUILT"PROJECTSITELK0.2 (2 of 12) LAKE SYSTEM GENERAL NOTESLK4.5 (12 of 12) LAKE DETAILSI HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVEEXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED INSECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN ISCONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECTDRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE MEAS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN.TOPOGRAPHY SHOWN ON THESE PLANS WAS GENERATED FROM INFORMATIONGATHERED ON NOVEMBER 1, 1993 BY SAN-LO AERIAL SURVEYS. TOPOGRAPHYSHOWN HEREON CONFORMS TO NATIONAL MAP ACCURACY STANDARDS.DESCRIPTION:RECORDED:SAN DIEGO COUNTY PRECISE SURVEY LEVEL (R.S. 1800-1)ELEVATION:286.480 DATUM: USC&G.S.THIS PROJECT IS LOCATED WITHIN ASSESSORS PARCEL NUMBER(S) 212-01-5, 7, 11,12, 15 & 212-041-12 TO 36 & 212-082-01 TO 10 & 212-021-01 TO 21THIS PROJECT IS LOCATED NORTH OF PALOMAR AIRPORT ROAD, EAST OF HIDDENVALLEY ROAD AND SOUTH OF FARADAY AVENUELake Refurbishment Plans for:THE CROSSINGS AT CARLSBAD GOLF COURSECity of Carlsbad, CaliforniaParks and Recreation DepartmentALL STANDARD DRAWINGS ARE SAN DIEGO REGIONAL STANDARD DRAWINGS (SDRSD) UNLESS152,280 SF152,280 SF152,280 SFPROJECT TEAM DIRECTORY:CITY STAFF CONTACT:Kyle Lancaster, PARKS SERVICES MANAGER email: kyle.lancaster@carlsbadca.govPARKS PLANNING DEPARTMENT:Kasia Trojanowska, PARKS PLANNING MANAGER email: kasia.trojanowska@carlsbadca.govPRIME CONSULTANT:Richard A. McGuire, P.E., PATRELL ENGINEERING GROUP email: lakemaker@aol.com1LKX.XXXXX.XXXX.XINDICATES SHORELINETREATMENT AS SHOWNP E R D E T A I L .LK4.1AINDICATES LIMIT OFCONCRETE VENEERO V E R M E M B R A N EL I N E R A S S H O W NP E R D E T A I L .LK4.1AINDICATES LIMIT OFEXPOSED MEMBRANEL I N E R A S S H O W NP E R D E T A I L .LK4.1AINDICATES EXISTINGB O U L D E R S T O B EREMOVED, SET ASIDEAND REPLACED INTOB O UL D E R P O C K E TP E R D E T A I L .LK4.4BINDICATES EXISTINGWEIGHTED AERATIONT U B I N G T O B EREMOVED, SET ASIDE,A N D R E P L A C E DINDICATES EXISTINGAERATION POD TO BEREMOVED, SET ASIDE,A N D R E P L A C E DINDICATES WATERSURFACE ELEVATIONI N D IC A T E S F I N I S HBOTTOM ELEVATIONINDICATES DETAILLETTER DESIGNATIONINDICATES DETAILS H E E T L O C A T I O NF O O T I N D I C A T E SC R O S S S E C T I O ND I R E C T I O NLAKE SYSTEM LEGENDVICINITY MAPMITIGATION MEASURES:1.           ORANGE CONSTRUCTION FENCING.  THE CITY SHALL RETAIN A QUALIFIED BIOLOGIST TO SUPERVISETHE INSTALLATION OF TEMPORARY ORANGE CONSTRUCTION FENCING, WHICH CLEARLY DELINEATES THE EDGEOF THE APPROVED LIMITS OF IMPROVEMENTS, AND THE EDGES OF ENVIRONMENTALLY SENSITIVE AREAS THATOCCUR BEYOND THE APPROVED LIMITS. THIS FENCING SHALL BE INSTALLED BY THE CONSTRUCTIONCONTRACTOR PRIOR TO CONSTRUCTION, AND MAINTAINED FOR THE DURATION OF CONSTRUCTION ACTIVITY.FENCING SHALL BE INSTALLED IN A MANNER THAT DOES NOT IMPACT HABITATS TO BE AVOIDED. IF WORKOCCURS BEYOND THE FENCED OR DEMARCATED LIMITS OF IMPACT, ALL WORK SHALL CEASE UNTIL THEPROBLEM HAS BEEN REMEDIED AND MITIGATION IDENTIFIED. TEMPORARY ORANGE FENCING SHALL BEREMOVED UPON COMPLETION OF CONSTRUCTION OF THE PROJECT. IMPLEMENTATION OF THIS MEASURESHALL BE VERIFIED BY THE CITY ENGINEER PRIOR TO AND CONCURRENT WITH CONSTRUCTION.2.           CONSTRUCTION STAGING AREAS. THE CONSTRUCTION CONTRACTOR SHALL DESIGNCONSTRUCTION STAGING AREAS. THE CONSTRUCTION CONTRACTOR SHALL DESIGN FINAL PROJECTCONSTRUCTION STAGING AREAS SUCH THAT NO STAGING AREAS SHALL BE LOCATED WITHIN SENSITIVEHABITAT AREAS. THE CONSTRUCTION CONTRACTOR SHALL RECEIVE APPROVAL BY THE PARKS & RECREATIONDEPARTMENT & ENGINEERING DIVISION PRIOR TO MOBILIZATIONS AND STAGING OF EQUIPMENT OUTSIDE OFTHE PROJECT BOUNDARIES. 3.           CONTRACTOR TRAINING.  THE CITY SHALL RETAIN A QUALIFIED BIOLOGIST TO ATTENDCONTRACTOR TRAINING.  THE CITY SHALL RETAIN A QUALIFIED BIOLOGIST TO ATTEND PRE-CONSTRUCTIONMEETINGS TO INFORM CONSTRUCTION CREWS OF THE SENSITIVE RESOURCES AND ASSOCIATED AVOIDANCEAND/OR MINIMIZATION REQUIREMENTS.  CONCRETE MONUMENT WITH STANDARD DISC STAMPED ECR 15 500' SOUTH OFINTERSECTION OF EL CAMINO REAL AND PALOMAR AIRPORT RD, EAST SIDE OF ELCAMINO REAL ALONG FENCE LINEACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 372 of 387 751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07LAKE CONSTRUCTION NOTESLK0.2LAKE SYSTEM GENERAL NOTES:1. THESE DRAWINGS ARE INTENDED FOR LAKE CONSTRUCTION USE ONLY.SEE DRAWINGS BY RESPECTIVE DESIGNERS FOR OTHER ASPECTS OFCONSTRUCTION.2. IT IS THE INTENT OF THESE DRAWINGS AND THIS DESIGN THAT THE WORKREPRESENTED HERE BE COMPLETED BY A LICENSED CONTRACTOR WITHEXPERIENCE AND QUALIFICATIONS SPECIFIC TO THIS UNIQUE WORK. THECONTRACTORS EXPERIENCE AND QUALIFICATIONS SHALL INCLUDE, AT AMINIMUM, THE SUCCESSFUL COMPLETION OF AT LEAST (5) PROJECTSEQUIVALENT IN SCOPE COMPLETED WITHIN THE LAST (2) YEARS ASDETERMINED BY THE OWNER OR HIS REPRESENTATIVE. THE CONTRACTORSHALL SUBMIT, WITH HIS BID, A LIST OF QUALIFYING COMPLETEDPROJECTS INCLUDING THE NAMES, ADDRESSES, AND PHONE NUMBERSFOR THE OWNER (OR HIS REPRESENTATIVE) AND THE LAKE ENGINEER.THE PROJECT OWNER SHALL MAKE THE FINAL DETERMINATION AS TO THEQUALIFYING EXPERIENCE OF THE CONTRACTOR. FURTHER, IT IS THEINTENT OF THIS DESIGN TO CONVEY A COMPLETE AND WORKABLE LAKESYSTEM. THE CONTRACTORS PRICING SHALL INCLUDE ALL MATERIALS,EQUIPMENT, ACCESSORIES, ETC. REQUIRED TO PRODUCE A COMPLETEAND WORKABLE LAKE SYSTEM TO INDUSTRY STANDARDS.3. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS, ELEVATIONS, ANDCONDITIONS PRIOR TO STARTING WORK. THE CONTRACTOR SHALL NOTIFYTHE OWNER'S REPRESENTATIVE OF ANY DISCREPANCY IN THE DRAWINGSOR SITE CONDITIONS SO THAT PROPER CLARIFICATIONS CAN BE MADEBEFORE CONSTRUCTION BEGINS.4. IN ADDITION TO EXAMINING THESE PLANS, THE CONTRACTOR IS EXPECTEDTO HAVE VISITED AND INSPECTED THE SITE IN ORDER TO DETERMINE THEGRADES AND TRUE CONDITIONS UNDER WHICH THE WORK IS TO BEPERFORMED. SHOULD ANY OMISSIONS, CONFLICTS, OR AMBIGUITIES INTHE DRAWINGS BE DISCOVERED DURING THE EXAMINATION OF THEDRAWINGS OR UPON VISITING THE SITE, THE OWNER'S REPRESENTATIVESHALL BE NOTIFIED IMMEDIATELY.5. 30 MIL RPE (REINFORCED POLYETHYLENE) LAKE MEMBRANE LINER: THECONTRACTOR SHALL FURNISH AND INSTALL SUFFICIENT LINING MATERIALTO COVER ALL LINED AREAS SHOWN ON THE PLANS INCLUDING PANELOVERLAPS AT FIELD SEAMS AND IN DEPRESSIONS. THE LINING MATERIALSHALL BE REINFORCED POLYETHYLENE (R.P.E.) MEMBRANE AND SHALL BEMANUFACTURED BY THE CALENDARING PROCESS. THE LINING MATERIALSHALL BE UNIFORM IN COLOR, THICKNESS, SIZE, AND SURFACE TEXTURE.LINING INSTALLATION SHALL NOT BEGIN UNTIL A PROPER BASE HAS BEENPREPARED TO ACCEPT THE MEMBRANE LINING. BASE MATERIAL SHALL BEFREE FROM ANGULAR ROCKS, ROOTS, GRASS, AND VEGETATION. FOREIGNMATERIALS AND PROTRUSIONS SHALL BE REMOVED AND ALL CRACKS ANDVOIDS SHALL BE FILLED AND THE SURFACE MADE LEVEL OR UNIFORMLYSLOPING AS INDICATED ON THESE DRAWINGS. THE PREPARED SURFACESHALL BE FREE OF LOOSE EARTH, ROCKS, RUBBLE, AND OTHER FOREIGNMATTER. THE SUBGRADE SHALL BE UNIFORMLY COMPACTED TO ENSUREAGAINST SETTLEMENT. THE SURFACE ON WHICH THE LINING IS TO BEPLACED SHALL BE MAINTAINED IN A FIRM, CLEAN, DRY, AND SMOOTHCONDITION DURING LINING INSTALLATION.6. GEOTEXTILE FABRIC UNDERLAYMENT (ALTERNATE BID ITEM):ALL LOCATIONS WHERE LINER IS PLACED, THE LINER SHALL BE PROTECTEDFROM THE SOIL SUBGRADE BELOW WITH A SINGLE LAYER OF NONWOVENGEOTEXTILE FABRIC. THE FABRIC SHALL BE PER "SKAPS" MODEL GT-1808.0 OZ/YD2 OR LAKE ENGINEER APPROVED EQUAL (CONTACT:www.espgeosynthetics.com.)7. CONCRETE VENEER COVER (shown as stippled on the plan views): A WIREREINFORCED CONCRETE VENEER COVER SHALL BE INSTALLED OVER THEMEMBRANE LINER BY THE CONTRACTOR WHERE SHOWN ON THESE PLANS.THE CONCRETE VENEER SHALL CONSIST OF A MINIMUM 6 SACK MIX TYPE 1OR 2 PORTLAND CEMENT WITH A MAXIMUM AGGREGATE SIZE OF 10mm(3/8"). THE CONCRETE SHALL OBTAIN A 28-DAY COMPRESSIVE STRENGTHOF 2500 P.S.I. WHEN PREPARED IN ACCORDANCE WITH A.S.T.M. C31 TESTMETHOD 231. CONCRETE FAILING TO MEET THIS SPECIFICATION SHALL BEREMOVED AND REPLACED. A 25mm x 25mm x 20 GAUGE (1" x 1" x 20 ga.)OCTAGONAL WIRE MESH SHALL BE PLACED OVER THE MEMBRANE LINER INALL AREAS TO RECEIVE A CONCRETE VENEER. THE WIRE SHALL BE LAID INA CONTINUOUS LAYER WITH ADJACENT EDGES OVERLAPPING 50mm (2")MINIMUM AND SECURED TO ONE ANOTHER BY THE USE OF HOG RINGS OROTHER APPROPRIATE CLIPS WHICH CANNOT PUNCTURE THE LINER. THECONCRETE SHALL BE PLACED OVER THE WIRE. ALL WIRE SHALL BECOVERED WITH CONCRETE SUCH THAT NO WIRE IS VISIBLE ON THESURFACE OR EDGE OF THE CONCRETE EXCEPT WHERE INDICATED ONTHESE PLANS. THE CONCRETE SHALL BE ROUGH BROOM FINISHED ANDWATER OR MEMBRANE CURED TO PREVENT EXCESSIVE CRACKING ORCHECKING. NO EXPANSION JOINTS WILL BE REQUIRED. THE CONCRETEVENEER IS EXPECTED TO CRACK DURING AND AFTER CURING. CRACKS6mm (1/4") AND LARGER SHALL BE CAULKED.8. DECORATIVE SHORELINE TREATMENT: AN ARTIFICIAL SHORELINE SHALLBE CONSTRUCTED THAT HAS THE APPEARANCE OF A NATURAL COBBLESHORELINE EDGE AROUND THE LAKE PERIMETER AS INDICATED ON THESEPLANS. PRIOR TO GENERAL SHORELINE INSTALLATION, THE CONTRACTORSHALL INSTALL A 3m (10') LONG SHORELINE TEST SECTION FOR APPROVALBY THE OWNER'S REPRESENTATIVE OF TEXTURE AND COLOR. THEARTISTIC RESULT OF THE SHORELINE TREATMENT SHALL REST WITH THECONTRACTOR'S ABILITY TO PERFORM THIS WORK TO THE SATISFACTIONOF THE OWNER'S REPRESENTATIVE AND IN ACCORDANCE WITH THEPRE-APPROVED TEST SECTION.9. CONSTRUCTION ACCESS: THE CONTRACTOR AND THE OWNER'SREPRESENTATIVE SHALL REVIEW THE SITE PRIOR TO CONSTRUCTION TOESTABLISH AN ACCESS ROUTE IN AND OUT OF THE LAKE CONSTRUCTIONAREA. THE CONTRACTOR SHALL PROVIDE STAKES OUTLINING THE ACCESSROUTE AND SHALL AT ALL TIMES KEEP CONSTRUCTION EQUIPMENT,PERSONNEL, AND VEHICLES WITHIN THE LIMITS OF THIS ROUTE. REPAIRSTO THESE FACILITIES WITHIN THE LIMITS OF THE CONSTRUCTION ACCESSROUTE SHALL BE MADE BY THE OWNER'S REPRESENTATIVE. ALL REPAIRSOUTSIDE THESE LIMITS SHALL BE THE RESPONSIBILITY OF THECONTRACTOR.10. LAKE GRADING:A. ALL WORK SHALL CONFORM TO THE LATEST ADOPTED EDITION OF THEGREENBOOK, CARLSBAD MUNICIPAL CODE (C.M.C.), CALIFORNIA BUILDINGCODE (C.B.C.), INTERNATIONAL BUILDING CODE (I.B.C.) AND ALL OTHERLOCAL CODES AND ORDINANCES. AN EFFORT HAS BEEN MADE TO DEFINETHE LOCATION OF UNDERGROUND FACILITIES WITHIN THE WORK AREA(THESE PLANS AND THE PLANS OF OTHER DISCIPLINES ON THIS PROJECT).THE CONTRACTOR SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITYFOR LOCATION, OR HAVING LOCATED, ALL UNDERGROUND UTILITIES ANDRELATED FACILITIES AND FOR PROTECTING SAME DURING THE COURSE OFCONSTRUCTION.B. ALL AREAS TO RECEIVE FILL SHALL BE CLEARED OF ALL BRUSH ANDOTHER OBJECTIONABLE DEBRIS, INCLUDING EXISTING SOD AND OTHERORGANIC MATERIALS, SCARIFIED TO A DEPTH OF 300mm (12") ANDWATERED AND COMPACTED TO 85% RELATIVE DENSITY IN LAKE AREAS PERTHE REQUIREMENTS OF A.S.T.M. DESIGNATION D-1557-65T, OR ASAPPROVED BY THE LAKE ENGINEER. THE FILL MATERIAL SHALL BE PLACEDIN COMPACTED LAYERS AS SHOWN ON THE LAKE EDGE DETAILS ANDFILLED AND COMPACTED AT OPTIMUM MOISTURE CONTENT BY ANAPPROVED METHOD. THIS PROCEDURE SHALL APPLY ONLY FOR THE LAKESHORELINE FILLS ON THIS PROJECT AND IS NOT INTENDED FOR BUILDING,BRIDGES, OR OTHER STRUCTURES.C. ALL UNSUITABLE SOIL, ORGANIC MATERIALS, ASPHALT, CONCRETERUBBISH, DEBRIS, ETC. RESULTING FROM GRADING OR DEMOLITIONOPERATIONS SHALL BE REMOVED FROM THE JOB SITE, TRANSPORTED TOA SUITABLE LOCATION AND DISPOSED OF IN ACCORDANCE WITHAPPLICABLE REGULATIONS.D. THE CONTRACTOR SHALL EMPLOY ALL LABOR, EQUIPMENT, ANDMETHODS REQUIRED TO PREVENT HIS OPERATIONS FROM PRODUCINGDUST IN AMOUNTS DAMAGING TO PROPERTY, CULTIVATED VEGETATION,AND DOMESTIC ANIMALS OR CAUSING A NUISANCE TO PERSONSOCCUPYING BUILDINGS IN THE VICINITY OF THE JOBSITE. THECONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED BY THEDUST RESULTING FROM HIS OPERATIONS. DUST ABATEMENT MEASURESSHALL BE CONTINUED UNTIL AFTER THE COMPLETION OF THECONTRACTOR'S WORK.E. THE CONTRACTOR SHALL ASSUME SOLE AND COMPLETERESPONSIBILITY FOR PROTECTION OF PUBLIC AND PRIVATE PROPERTYADJACENT TO THE SITE AND THAT HE SHALL, AT HIS EXPENSE, REPAIR ORREPLACE TO ORIGINAL CONDITION, ALL EXISTING IMPROVEMENTS WITHINOR REMOVED AS A RESULT OF HIS OPERATIONS.F. THE CONTRACTOR SHALL MAINTAIN CURRENT, COMPLETE, ANDACCURATE RECORD OF ALL CHANGES WHICH DEVIATE FROM THECONSTRUCTION AS PROPOSED BY THESE PLANS FOR THE PURPOSE OFPROVIDING THE LAKE ENGINEER WITH A BASIS FOR RECORD DRAWINGS.NO CHANGES SHALL BE MADE WITHOUT PRIOR APPROVAL OF THEOWNER'S REPRESENTATIVE AND THE LAKE ENGINEER. IN THE EVENT THATTHE CONTRACTOR NOTICES IRREGULARITIES IN THE LINE OR GRADE, HESHALL BRING IT TO THE IMMEDIATE ATTENTION OF THE LAKE ENGINEERAND THE OWNER'S REPRESENTATIVE FOR A PROPER RESOLUTION. IF HEFAILS TO DO SO, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANYERROR IN THE GRADE AND THE NECESSARY RECONSTRUCTION TOCORRECT SUCH ERROR.G. THE CONTRACTOR AGREES THAT, IN ACCORDANCE WITH GENERALLYACCEPTED CONSTRUCTION PRACTICES, THE CONTRACTOR SHALL BEREQUIRED TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR THECONDITION OF THE JOB SITE LAKE AREA DURING THE COURSE OFCONSTRUCTION FOR THE PROJECT INCLUDING THE SAFETY OF ALLPERSONS AND PROPERTY AND THAT THIS REQUIREMENT SHALL BE MADETO APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKINGHOURS.H. NEITHER THE OWNER, NOR THE LAKE ENGINEER, WILL ENFORCE SAFETYMEASURES FOR REGULATIONS AS THEY PERTAIN TO THE CONTRACTOR,THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETYDEVICES, INCLUDING SHORING AND SHALL BE SOLELY RESPONSIBLE FORCONFORMING TO ALL LOCAL STATE AND FEDERAL SAFETY AND HEALTHSTANDARDS, LAWS, AND REGULATIONS. THE CONTRACTOR SHALLPROVIDE TO THE OWNER, PRIOR TO THE START OF WORK, WORKER'SCOMPENSATION INSURANCE, PRODUCTS AND COMPLETED OPERATIONSINSURANCE AND COMPREHENSIVE LIABILITY INSURANCE CERTIFICATES.2ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 373 of 387 177178179180181182183184185186V176175VVVVV17 7 17 8 17 9 18 0 18 1 18 2 18 3 18 4 18 5 17 6 17 5 189.5CAREFULLYREMOVEEXISTINGBOULDERS -SET ASIDEPER THEREQUIREMENTSOF THEPROJECTGOLF COURSESUPERINTENDENT174.5IrrigationLakeEXISTINGAERATION VALVEBOX ANDAERATIONCONDUITS -(PROTECT INPLACE) TYPICALFOR ALL VALVEBOXES ANDAERATIONCONDUITSCAREFULLY REMOVE ALLAERATION HOSES ANDAERATION DIFFUSERS -SET ASIDE ANDRE-INTSALL AFTERCOMPLETION OF LAKEWORK (TYPICAL ALLAERATION HOSE ANDDIFFUSERS) SEE DETAILEXISTINGIRRIGATIONSTATION -(DO NOTDISTURB)EXISTING IRRIGATIONSTATION INTAKE PIPEAND SCREEN - PROTECTPIPE IN PLACE - REMOVEAND STORE SCREEN PERGOLF COURSESUPERINTENDENT'SREQUIREMENTSLC1 7 7 1 78 17 9 18 0 1 81 1 8 2 1 8 3 1 8 4 18 5 17 6 1 7 5 177178179180181182183184185176175177178179180181182183184185186176175177178179180181182183184185186176175187187187LK4.4C751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07IRRIGATION LAKE DEMOLITION PLANLK1.10'30'60'90'NORTHScale: 1" = 30'Lake Shoreline TreatmentDEMOLISHEXISTINGCONCRETESHORELINETREATMENTINCLUDINGNEARVERTICALEDGE,CONCRETEKEY ANDCONCRETESHELFDemolition Notes:1. DEMOLISH INDICATED STRUCTURES ANDAPPURTENANCES IN AN ORDERLY AND CAREFUL MANNER.2. ALL DEMOLISHED/ REMOVED ITEMS SHALL BERECYCLED OR DISPOSED OF OFF-SITE BY THE CONTRACTOR.3. REMOVE DEMOLISHED MATERIALS FROM SITE ASWORK PROGRESSES. LEAVE SITE IN CLEAN CONDITION ATALL TIMES.4. DISCONNECT, CAP AND / OR REMOVE EXISTINGUTILITIES IN ACCORDANCE WITH EACH UTILITY COMPANY'SPROCEDURES.5. PROVIDE, ERECT, AND MAINTAIN TEMPORARYBARRIERS AND SECURITY DEVICES AS REQUIRED BY CODE.6. CONDITIONS AT THE JOBSITE SHALL BE VERIFIED BYTHE CONTRACTOR. IT IS THE RESPONSIBILITY OF THECONTRACTOR TO EXAMINE THE EXISTING WATER FEATURE /LAKE STRUCTURES AND ALL SITE CONDITIONS PRIOR TOSUBMITTING BIDS.7. THE CONTRACTOR SHALL IDENTIFY THE LOCATION OFDISCONNECTED OR CAPPED UNDERGROUND UTILITIES,STRUCTURES, AND IMPROVEMENTS, INCLUDING SIZECOORDINATES OR LOCATION AND TIE ELEVATIONS.8. TREES NOT DESIGNATED TO BE REMOVED SHALL BEPROTECTED IN PLACE FROM DAMAGE BY TEMPORARYFENCING AS NECESSARY. COORDINATE EFFORTS TOPROTECT TREES AND OTHER LANDSCAPE FEATURES WITHTHE GOLF COURSE MAINTENANCE STAFF.9. THE CONTRACTOR SHALL TRENCH AND REMOVE ALLEXISTING UNDERGROUND STRUCTURES, UTILITIES, ORIMPROVEMENTS SO DESIGNATED FOR REMOVAL ON THEPROJECT PLANS AND BACKFILL TO THE EXISTING GRADE ORFUTURE GRADE AS SHOWN ON THE PLANS.10. THE CONTRACTOR SHALL PAY FOR AND OBTAIN ALLREQUIRED PERMITS TO CARRY OUT ALL ITEMS IDENTIFIEDON DEMOLITION PLANS PRIOR TO BEGINNING WORK.11. THE CONTRACTOR SHALL REPLACE ALL EXISTINGIMPROVEMENTS OUTSIDE THE DEMOLITION LIMITS THAT AREDAMAGED DURING CONSTRUCTION TO MATCH EXISTING,INCLUDING PERMANENT TRENCH RESURFACING.12. HAUL ROUTES FOR REMOVAL OF DEMOLISHEDMATERIALS AND FOR CONSTRUCTION EQUIPMENT ANDPERSONNEL SHALL BE COORDINATED WITH THE PROJECTGOLF COURSE SUPERINTENDANT AND / OR MAINTENANCESUPERVISOR'S REPRESENTATIVE BEFORE WORK BEGINS.13. THE CONTRACTOR SHALL PROVIDE HIS OWN PORTABLERESTROOMS TO SERVE HIS EMPLOYEES, SUBCONTRACTORS,ETC. AND SHALL BE LOCATED AS APPROVED BY THEOWNER'S REPRESENTATIVE.14. THE CONTRACTOR SHALL COMPLY WITH ALL CITY,COUNTY AND GOLF COURSE CLUB ORDINANCES ANDREQUIREMENTS.15. THE CONTRACTORS HOURS OF OPERATION SHALL BESET BY THE CONTRACT GENERAL PROVISIONS OR CITYREPRESENTATIVE PRIOR TO THE START OF WORK.Dust Control Notes:1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALLDUST AND EROSION CONTROL REQUIREMENTS. THECONTRACTOR SHALL UTILIZE DUST CONTROL METHODS ONANY DUST-PRODUCING CONDITION IN COMPLIANCE WITHREGULATIONS OF THE LOCAL CITY AND / OR COUNTY AIRPOLLUTION CONTROL DISTRICT.2. WATER OR APPLICATION OF SOIL BINDERS SHALLCONTINUE IN THE AMOUNTS NECESSARY TO CONTROL DUSTUNTIL THE SITE IS SEEDED AND PLANTS ARE ESTABLISHED.3.THE CONTRACTOR SHALL EMPLOY ALL LABOR,EQUIPMENT AND METHODS REQUIRED TO PREVENT HISOPERATIONS FROM PRODUCING DUST IN AMOUNTSDAMAGING TO ADJACENT PROPERTY, CULTIVATEDVEGETATION AND DOMESTIC ANIMALS OR CAUSING ANUISANCE TO PERSONS OCCUPYING BUILDINGS IN THEVICINITY OF THE JOBSITE. THE CONTRACTOR SHALL BERESPONSIBLE FOR ANY DAMAGE CAUSED BY DUSTRESULTING FROM GRADING OPERATIONS.Aquatic PlantersBouldersAeration diffusers and weighted hosesOverflow WeirLevel Control level sensorLake Fill Pipe & Irrig Sta Backwash PipeDEMOLISHEXISTINGPLANTERBEDS,PERIMETERCURBS ANDPLANTER SOILCAREFULLYREMOVE ANDCLEANBOULDERSFOR RE-USEAFTERRECONSTRUCTIONOF THE LAKELINING ANDSHORELINETREATEMENTRECONSTRUCTION- COORDINATELOCATION FORSTORAGE OFBOULDERSWITH GOLFCOURSESUPERINTENDENTDURING LAKERECONSTRUCTIONDISCONNECTAERATIONHOSES INSIDEVALVE BOX,PULL HOSESDOWN THRUEXISTINGCONDUIT RUNTHROUGHSHORELINEDEMOLISHEXISTINGOVERFLOW WEIRAS A PART OFTHE LAKESHORELINETREATMENTDEMOLITIONCAREFULLYUNBOLT ANDDISCONNECTEXISTINGLEVELCONTROLVALVE ANDCONTROLSYSTEM -COORDINATELOCATION FORSTORAGE OFTHE LEVELCONTROLCOMPONENTSWITH THEPROJECTGOLF COURSESUPERINTENDENTEXISTINGIRRIGATIONSTATIONBACKWASHPIPE AND LAKEFILL PIPESHALL BEPROTECTED INPLACE DURINGDEMOLITIONAND LAKERECONSTRUCTION- COORDINATEPROTECTIONMEASURESWITH THEPROJECTGOLF COURSESUPERINTENDENTDEMOLISHEXISTING PVCLAKE LINERINCLUDINGALL PIPEBOOTS ANDSEALS TOSTRUCTURESDEMOLISHSHORELINEBEHINDPLANTERSANDCONCRETESHELFINBOARD OFPLANTERCUT SOILSHELF BELOWPLANTER ANDRE-GRADE TOBLEND WITHLAKE BOTTOMSLOPESPULLWEIGHTEDHOSES ANDDIFFUSERS -COORDINATELOCATION FORSTORAGE OFHOSES ANDDIFFUSERSWITH THEGOLF COURSESUPERINTENDENTSTAKE LIMITS OFEXISTINGOVERFLOW WEIRTO AIDREPLACEMENTAFTER NEWSHORELINE ISCONSTRUCTEDTIE NEW WEIRTO EXISTINGOVERFLOWSURFACETREATMENTLK4.4CFOR MOREINFO SEELK4.5BFOR MOREINFO SEE3ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 374 of 387 189.5174.5IrrigationLake177178179180181182183184185186VEXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )C A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEA N D D I F F U S E R S ) - S E ELK4.1ASHOREC A R E F U L L Y R E M O V EEXISTING BOULDERS - SETASIDE AND RE-INSTALL WITHBOULDER POCKET AS SHOWNP E R D E T A I L .( T Y P I C A L F O R A L L .E X I S T I N G B O U L D E R S )LK4.4B176175AER'NDISKSAER'NDISKSVAER'NDISKSAER'NDISKSVAER'NDISKSAER'NDISKSVAER'NDISKSAER'NDISKSVVAER'NDISKSEXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )AER'NDISKSC A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEA N D D I F F U S E R S ) - S E EEXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )AER'NDISKSAER'NDISKSLK4.1ASHORELK4.1ASHORELK4.1ASHORELK4.1ASHOREEXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )C A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEA N D D I F F U S E R S ) - S E EEXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )EXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )C A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEA N D D I F F U S E R S ) - S E EC A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEAND DIFFUSERS) - FOR MOREI N F O M A T I O N S E E .C A R E F U L L Y R E M O V EEXISTING BOULDERS - SETASIDE AND RE-INSTALL WITHBOULDER POCKET AS SHOWNP E R D E T A I L .( T Y P I C A L F O R A L L .E X I S T I N G B O U L D E R S )LK4.4BC A R E F U L L Y R E M O V EEXISTING BOULDERS - SETASIDE AND RE-INSTALL WITHBOULDER POCKET AS SHOWNP E R D E T A I L .( T Y P I C A L F O R A L L .E X I S T I N G B O U L D E R S )LK4.4B177178179180181182183184185176175LK4.5 S E A L L I N E R T OEXISTING PIPE ASS H O W N P E R .LK4.2ACAREFULLY REMOVEINTAKE SCREEN - SETA S I D E A N DRE-INSTALL AFTERC O M P L E T I O N O FL A K E W O R K F O RLINER SEAL TO PIPESEE DETAIL .EXISTING IRRIGATIONSTATION - (DO NOTD I S T U R B )AFILLTROUGH+175.0ELEV.INTAKE PIPELCA LK3.1EXISTING 24" PVC INTAKE PIPELINE17 717 8 179 18 0 1 8 1 1 8218 3 18 4 1 8 5 1 76 1 7 5 177178179180181182183184185176175177178179180181182183184185186176175177178179180181182183184185186176175187187187LK4.4CLK4.4CLK4.4CLK4.4CLK4.4COVERFLOWAPPROXIMATE LOCATION OFEXISTING LAKE OVERFLOW -RECONSTRUCT TO SAMELENGTH AND TOP OF WEIRELEVATION - FOR MOREINFORMATION SEE DETAILLK4.5BALK3.2LK3.1B751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07IRRIGATION LAKE CONSTRUCTION PLANLK1.2Irrigation Lake Data:Pond Water Surface Area:s.f.116,440Pond Shoreline Perimeter:l.f.1,760Water Volume (estimated):7,600,000gals0'20'40'60'NORTHScale: 1" = 20'4ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 375 of 387 VVV10 3 10 4 10 5 10 6 10 7 10310410510610710810912 4 12 5 12 6 12 7 124125126127128129111.5102.5131.5123.5UpperPondLowerPondCAREFULLYREMOVE ALLAERATION HOSESAND AERATIONDIFFUSERS - SETASIDE ANDRE-INTSALLAFTERCOMPLETION OFLAKE WORK(TYPICAL ALLAERATION HOSEAND DIFFUSERS)- SEE DETAILCAREFULLY REMOVE EXISTINGBOULDERS - SET ASIDE PER THEREQUIREMENTS OF THEPROJECT GOLF COURSESUPERINTENDENTEXISTINGRECIRCULATIONPUMPSTATION -(DO NOTDISTURB)EXISTING RECIRCULATIONPUMP STATION INTAKE PIPEAND SCREEN - PROTECT PIPE INPLACE - REMOVE AND STORESCREEN PER GOLF COURSESUPERINTENDENT'SREQUIREMENTSEXISTINGRECIRCULATIONPUMP STATIONDISCHARGE PIPE -PROTECT PIPE INPLACE DURINGDEMOLITIONCAREFULLY REMOVE EXISTINGBOULDERS - SET ASIDE PER THEREQUIREMENTS OF THEPROJECT GOLF COURSESUPERINTENDENT12412512612712412512612710310410510610710810 8 103 104 105 106 107 108 109 12 8 128128LK4.4CWATERFALL AREA SHALL BEPROTECTED IN PLACE - DO NOTDISTURB751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07LAKE #7 DEMOLITION PLANLK2.10'30'60'90'NORTHScale: 1" = 30'Lake Shoreline TreatmentDEMOLISHEXISTINGCONCRETESHORELINETREATMENTINCLUDINGNEARVERTICALEDGE,CONCRETEKEY ANDCONCRETESHELFAquatic PlantersBouldersAeration diffusers and weighted hosesOverflow WeirSeal to Waterfall LinerLake Fill Pipe & Irrig Sta Backwash PipeDEMOLISHEXISTINGPLANTERBEDS,PERIMETERCURBS ANDPLANTER SOILCAREFULLYREMOVE ANDCLEANBOULDERSFOR RE-USEAFTERRECONSTRUCTIONOF THE LAKELINING ANDSHORELINETREATEMENTRECONSTRUCTION- COORDINATELOCATION FORSTORAGE OFBOULDERSWITH GOLFCOURSESUPERINTENDENTDURING LAKERECONSTRUCTIONDISCONNECTAERATIONHOSES INSIDEVALVE BOX,PULL HOSESDOWN THRUEXISTINGCONDUIT RUNTHROUGHSHORELINEDEMOLISHEXISTINGOVERFLOW WEIRAS A PART OFTHE LAKESHORELINETREATMENTDEMOLITIONPROTECTWATERFALLROCK ANDWALLS INPLACE DURINGCONSTRUCTIONEXISTING LAKEAUTO-FILLDEVICEEQUALIZERPIPE SHALL BEPROTECTED INPLACE DURINGDEMOLITIONAND LAKERECONSTRUCTION- COORDINATEPROTECTIONMEASURESWITH THEPROJECTGOLF COURSESUPERINTENDENTDEMOLISHEXISTING PVCLAKE LINERINCLUDINGALL PIPEBOOTS ANDSEALS TOSTRUCTURESDEMOLISHSHORELINEBEHINDPLANTERSANDCONCRETESHELFINBOARD OFPLANTERCUT SOILSHELF BELOWPLANTER ANDRE-GRADE TOBLEND WITHLAKE BOTTOMSLOPESPULLWEIGHTEDHOSES ANDDIFFUSERS -COORDINATELOCATION FORSTORAGE OFHOSES ANDDIFFUSERSWITH THEGOLF COURSESUPERINTENDENTSTAKE LIMITS OFEXISTINGOVERFLOW WEIRTO AIDREPLACEMENTAFTER NEWSHORELINE ISCONSTRUCTEDTIE NEW WEIR TOEXISTINGOVERFLOWSURFACETREATMENTCUT EXISTINGPVC LINERAPPROXIMATELY3 FEET INFRONT OF ANDBEHIND THEWATERFALLSTRUCTUREFORCONNECTIONTO NEW LINERSYSTEM -PROTECT EDGEOF PVC LINER INPLACE DURINGDEMOLITIONLK4.4CFOR MOREINFO SEELK4.5BFOR MOREINFO SEE5Demolition Notes:1. DEMOLISH INDICATED STRUCTURES ANDAPPURTENANCES IN AN ORDERLY AND CAREFUL MANNER.2. ALL DEMOLISHED/ REMOVED ITEMS SHALL BERECYCLED OR DISPOSED OF OFF-SITE BY THE CONTRACTOR.3. REMOVE DEMOLISHED MATERIALS FROM SITE ASWORK PROGRESSES. LEAVE SITE IN CLEAN CONDITION ATALL TIMES.4. DISCONNECT, CAP AND / OR REMOVE EXISTINGUTILITIES IN ACCORDANCE WITH EACH UTILITY COMPANY'SPROCEDURES.5. PROVIDE, ERECT, AND MAINTAIN TEMPORARYBARRIERS AND SECURITY DEVICES AS REQUIRED BY CODE.6. CONDITIONS AT THE JOBSITE SHALL BE VERIFIED BYTHE CONTRACTOR. IT IS THE RESPONSIBILITY OF THECONTRACTOR TO EXAMINE THE EXISTING WATER FEATURE /LAKE STRUCTURES AND ALL SITE CONDITIONS PRIOR TOSUBMITTING BIDS.7. THE CONTRACTOR SHALL IDENTIFY THE LOCATION OFDISCONNECTED OR CAPPED UNDERGROUND UTILITIES,STRUCTURES, AND IMPROVEMENTS, INCLUDING SIZECOORDINATES OR LOCATION AND TIE ELEVATIONS.8. TREES NOT DESIGNATED TO BE REMOVED SHALL BEPROTECTED IN PLACE FROM DAMAGE BY TEMPORARYFENCING AS NECESSARY. COORDINATE EFFORTS TOPROTECT TREES AND OTHER LANDSCAPE FEATURES WITHTHE GOLF COURSE MAINTENANCE STAFF.9. THE CONTRACTOR SHALL TRENCH AND REMOVE ALLEXISTING UNDERGROUND STRUCTURES, UTILITIES, ORIMPROVEMENTS SO DESIGNATED FOR REMOVAL ON THEPROJECT PLANS AND BACKFILL TO THE EXISTING GRADE ORFUTURE GRADE AS SHOWN ON THE PLANS.10. THE CONTRACTOR SHALL PAY FOR AND OBTAIN ALLREQUIRED PERMITS TO CARRY OUT ALL ITEMS IDENTIFIEDON DEMOLITION PLANS PRIOR TO BEGINNING WORK.11. THE CONTRACTOR SHALL REPLACE ALL EXISTINGIMPROVEMENTS OUTSIDE THE DEMOLITION LIMITS THAT AREDAMAGED DURING CONSTRUCTION TO MATCH EXISTING,INCLUDING PERMANENT TRENCH RESURFACING.12. HAUL ROUTES FOR REMOVAL OF DEMOLISHEDMATERIALS AND FOR CONSTRUCTION EQUIPMENT ANDPERSONNEL SHALL BE COORDINATED WITH THE PROJECTGOLF COURSE SUPERINTENDANT AND / OR MAINTENANCESUPERVISOR'S REPRESENTATIVE BEFORE WORK BEGINS.13. THE CONTRACTOR SHALL PROVIDE HIS OWN PORTABLERESTROOMS TO SERVE HIS EMPLOYEES, SUBCONTRACTORS,ETC. AND SHALL BE LOCATED AS APPROVED BY THEOWNER'S REPRESENTATIVE.14. THE CONTRACTOR SHALL COMPLY WITH ALL CITY,COUNTY AND GOLF COURSE CLUB ORDINANCES ANDREQUIREMENTS.15. THE CONTRACTORS HOURS OF OPERATION SHALL BESET BY THE CONTRACT GENERAL PROVISIONS OR CITYREPRESENTATIVE PRIOR TO THE START OF WORK.Dust Control Notes:1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALLDUST AND EROSION CONTROL REQUIREMENTS. THECONTRACTOR SHALL UTILIZE DUST CONTROL METHODS ONANY DUST-PRODUCING CONDITION IN COMPLIANCE WITHREGULATIONS OF THE LOCAL CITY AND / OR COUNTY AIRPOLLUTION CONTROL DISTRICT.2. WATER OR APPLICATION OF SOIL BINDERS SHALLCONTINUE IN THE AMOUNTS NECESSARY TO CONTROL DUSTUNTIL THE SITE IS SEEDED AND PLANTS ARE ESTABLISHED.3.THE CONTRACTOR SHALL EMPLOY ALL LABOR,EQUIPMENT AND METHODS REQUIRED TO PREVENT HISOPERATIONS FROM PRODUCING DUST IN AMOUNTSDAMAGING TO ADJACENT PROPERTY, CULTIVATEDVEGETATION AND DOMESTIC ANIMALS OR CAUSING ANUISANCE TO PERSONS OCCUPYING BUILDINGS IN THEVICINITY OF THE JOBSITE. THE CONTRACTOR SHALL BERESPONSIBLE FOR ANY DAMAGE CAUSED BY DUSTRESULTING FROM GRADING OPERATIONS.ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 376 of 387 VE X I S T I N G P U M PSTATION - (DO NOTD I S T U R B )AER'NDISKSVEXISTING 24" PVCDISCHARGE PIPELINE EXISTING 24"PVC DISCHARGEP I P E L I N EEXISTING 36" PVCINTAKE PIPELINEVEXISTING FILL LINEWITH VALVE - (DON O T D I S T U R B )S E A L L I N E R T OEXISTING PIPE ASS H O W N P E R .LK4.2XS E A L L I N E R T OEXISTING PIPE ASS H O W N P E R .LK4.2-EXISTING AERATIONV A L V E B O X A N DAERATION CONDUITS- (DO NOT DISTURB)(TYPICAL FOR ALLV A L V E B O X A N DA E R A T I O NC O N D U I T S )CAREFULLY REMOVE AERATION HOSE AND AERATION DIFFUSERS- SET ASIDE AND RE-INTSALL AFTER COMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSE AND DIFFUSERS) - SEELK4.1ASHORELK4.1ASHORECAREFULLY REMOVEAERATION HOSE ANDA E R A T I O NDIFFUSERS - SETA S I D E A N DRE-INTSALL AFTERC O M P L E T I O N O FLAKE WORK (TYPICALALL AERATION HOSEAND DIFFUSERS) -S E E D E T A I L .C A R E F U L L Y R E M O V EA E R A T I O N H O S E A N DAERATION DIFFUSERS - SETASIDE AND RE-INTSALL AFTERCOMPLETION OF LAKE WORK(TYPICAL ALL AERATION HOSEA N D D I F F U S E R S ) - S E ELK4.1ASHORELK4.1ASHOREC U T A N D S E A M T OEXISTING LAKE LINER ATTOP A ND BOTTOM OFEXISTING WATERFALL ASSHOWN PER DETAIL .LK4.4AE X I S T I N GWATERFALLSTRUCTURE- D O N O TD I S T U R BS E A L L I N E R T OEXISTING PIPE ASS H O W N P E R .LK4.2AC A R E F U L L Y R E M O V EEXISTING BOULDERS - SETASIDE AND RE-INSTALL WITHBOULDER POCKET AS SHOWNP E R D E T A I L .( T Y P I C A L F O R A L L .E X I S T I N G B O U L D E R S )LK4.4BC A R E F U L L Y R E M O V EEXISTING BOULDERS - SETASIDE AND RE-INSTALL WITHBOULDER POCKET AS SHOWNP E R D E T A I L .( T Y P I C A L F O R A L L .E X I S T I N G B O U L D E R S )LK4.4B111.5102.5LowerPond10 3 10 4 10 5 10 6 10 7 103104105106107108109131.5123.5UpperPond12 4 12 5 12 6 12 7 124125126127128129AER'NDISKSINTAKE PIPEA+123.0ELEV.DISCHARGEE L B O W+102.0ELEV.LK4.5FILLTROUGHAER'NDISKSAER'NDISKSFILLTROUGHLK4.5AA LK3.1 ALK3.112412512612712412512612710310410510610710810 8 103 104 105 106 107 108 109 12 8 128128LK4.4CLK4.4CLK4.4COV E R F LOW APPROXIMATE LOCATION OF EXISTING LAKE OVERFLOW -RECONSTRUCT TO SAME LENGTH AND TOP OF WEIR ELEVATION -F O R M O R E I N F O R M A T I O N S E E D E T A I LLK4.5BCAREFULLY REMOVEINTAKE SCREEN - SETA S I D E A N DRE-INSTALL AFTERC O M P L E T I O N O FL A K E W O R K F O RLINER SEAL TO PIPESEE DETAIL .LK3.1BLK4.3-751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07LAKE #7 CONSTRUCTION PLANLK2.2Water Feature Data:Pond Water Surface Area:s.f.35,850Pond Shoreline Perimeter:l.f.1,170Water Volume (estimated):1,450,000gals0'20'40'60'NORTHScale: 1" = 20'6ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 377 of 387 +5+0+25+20+15+10-5-10+25+20+15+10+5+0-5-10LAKE - WIDTH VARIES PER PLANPERSHOREDETAILANEAR VERTICALS H O R E L I N ETREATMENT ASS H O W N P E RD E T A I L .4 (MIN.)14 (MIN.)1DEPTH PER PLANLK4.1POND WATERSURFACE EL.P E R P L A NPOND LINERE L E V A T I O NP E R P L A NPOND WATERSURFACE EL.P E R P L A NPOND LINERE L E V A T I O NP E R P L A N POND SHORELINESHOWN ON PLAN PERSHOREDETAILPOND SHORELINE SHOWN ON PLANANEAR VERTICALS H O R E L I N ETREATMENT ASS H O W N P E RD E T A I L .LK4.1ALTERNATE BID ITEM8oz GEOTEXTILE FABRIC OVER FINISHBOTTOM PREPARED SUBGRADE - SEEGENERAL NOTES FOR FABRIC SPECIFICATION(INDICATED BY DASHED LINE ON THISDRAWING)LAKE - WIDTH VARIES PER PLAN4 (MIN.)1DEPTH PER PLAN POND WATERSURFACE EL.P E R P L A NLAKE FILL TROUGH AS SHOWN PER DETAILPOND SHORELINE SHOWN ON PLAN ANEAR VERTICALS H O R E L I N ETREATMENT ASS H O W N P E RD E T A I L .LK4.1POND WATERSURFACE EL.P E R P L A NPOND LINERE L E V A T I O NP E R P L A NINTAKE PIPEI N V E R TE L E V A T I O NP E R P L A NASP4.5EXISTING IRRIGATIONI N T A K E P I P E L I N EEXISTING PIPE STRUCTURE- CAREFULLY REMOVEEXISTING 2" THICK VENEERL A Y E R A N D L A Y N E WMEMBRANE LINER ANDINSTALL PIPE BOOT ASSHOWN PER DETAIL .EXISTING INTAKE SCREEN -C A R E F U L L Y R E M O V ESCREEN FROM PIPE ANDSET ASIDE DURING LAKER E C O N S T R U C T I O N -REINSTALL INTAKE SCREENA F T E R L A K E W O R K I SC O M P L E T E DASP4.2751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07BSCALE:Lake System Cross SectionsLK3.1SECTION at IRRIGATION INTAKE PIPE1/2" = 1'-0"ASCALE:LAKE SYSTEM CROSS SECTION1/4" = 1'-0"7ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 378 of 387 PER SHORE DET'L11/2" = 1'-0"Shore Staking - Step 2SCALE: 1/2" = 1'-0"WSEFREEBOARDPER SHORE-LINE DETAIL45°PERSHOREDETAIL Note: KEY OCCURS WHERE THEPLAN INDICATES A VENEER SHELFW I T H E A R T H C O V E R1PER PLANINSTALL 12" LONG 2x2 WOOD STAKES@ 3'-0" O.C. CONT. - SET TOP OFS T A K E A T P O N D F R E E B O A R DE L E V A T I O NCUT AND PREPARE LINERSUBGRADE PER SHORED E T A I LCUT AND PREPARE KEYTRENCH WHERE CALLEDF O R O N D E T ' LWSEFREEBOARDPER SHORE-LINE DETAIL45°PERSHOREDETAIL 12"MIN.INSTALL POND LINER ONSUBGRADE PER GENERALN O T E SShore Staking - Step 1SCALE: 1/2" = 1'-0"L A Y W I R E R E I N F O R C I N G A N DCONNECT THRU LINER TO #2 BAR W/H O G R I N G S @ 3 ' - 0 " O . C .LAY A SINGLE #2 BAR CONT. AT TOPOF STAKE AND CONNECT W/ "U" NAILS( 1 e a . P E R S T A K E )Shore Staking - Step 3SCALE: 1/2" = 1'-0"WSEFREEBOARDPER SHORE-LINE DETAILPERSHOREDETAIL45°PROVIDE 1"MIN. CONC.OVER BAR.TOP OF VENEER SHALL BE LIMITED TO2 " A B O V E T H E F R E E B O A R DE L E V A T I O N ( T Y P . )INSTALL CONCRETE VENEER SHELFA N D D E C O R A T I V E V E N E E RTREATMENT ON VERTICAL SHOREEDGE AS CALLED OUT IN SHORELINEDETAIL CONTINUOUS (TYPICAL)Shore Staking - Step 4SCALE: 1/2" = 1'-0"WSEFREEBOARDPER SHORE-LINE DETAILPERSHOREDETAIL45°Extremely Important!!THE POND CONTRACTOR SHALL FILLTHIS AREA WITH SOIL TO THE TOPFRONT EDGE OF THE CONCRETES H O R E T R E A T M E N TDO NOT ALLOW THETOP OF THE SHORELINET R E A T M E N T T O B E AV I S I B L E C U R BPond Excavation or Finish Shaping1W A T E RSURF. EL.PER PLANPERSHOREDETAIL F R E E B ' DELEV. PERS H O R ED E T A I LNote: THE PROJECT CONTRACTOR SHALL EXCAVATE THEPOND BASINS TO THE FINISH BOTTOM LIMIT +/- 6" WHERESHOWN ON THE POND PLAN - THE FINISH SURF. SHALL BEFREE FROM DEBRIS AND ROCKS LARGER THAN 6"dia. &SHALL BE GRADED AS SHOWN ON THE POND PLAN VIEWSLOPE VARIESP E R P O N DGRADING PLAN1PER SHOREDETAIL1SEE PLANFOR POND LIMITSCONCRETE VENEERSHELF1/4" = 1'-0"8"WIDTHKEYMIN.DETAILPERSPECTIVEPOND EDGE12KEY DEPTH 12" MIN. 1'-6" MIN. FREEBOARD 6" (MIN)VENEER SHELF6'-0" MINIMUM1per sectionELEVATION PER PLANPOND WATER SURFACETYPICAL SECTION thru LAKESCALE: 1/4" = 1'-0"1 (MIN.)4ENLARGEDPOND MEMBRANE LINER PERGENERAL NOTES THRU-OUT3"(MIN) THICK CONCRETE SHELFREINFORCED WITH A SINGLE LAYEROF 1" x 1" x 20ga. OCTAGONALWIRE MESH CONTINUOUS-9-10-5-8-7-6-3-4+3-2-1+0+1+2+8+7+6+5+4-12-11-13+9+10+11+12"Spoils" Treatment Notes...1. THE "SPOILS" MATERIAL DEPICTED ON THIS DETAIL AND ELSEWHERE IN THESE PLANS, SHALLCONSIST OF APPROXIMATELY 75% FINES TO 1"dia. AND 25% 1"dia. TO 3" dia. COBBLES. THE SPOILSMATERIAL SHALL BE MIXED TOGETHER TO PRODUCE A GRANULAR SOIL AND GRAVEL POND BOTTOMSURFACE TO THE LIMITS SHOWN. THE GRAVEL MATERIAL AND SOIL MIXTURE (REFERRED TO AS"SPOILS" ON THESE PLANS) SHALL BE APPROVED FOR COLOR, MIX, AND APPEARANCE BY THE LAKEENGINEER PRIOR TO PLACEMENT IN THE SHORE TREATMENT. IF THE MATERIAL WHICH MEETSTHESE REQUIREMENTS IS FOUND TO EXIST ON SITE, THE LAKE ENGINEER MAY APPROVE THEIRUSAGE FOR THIS APPLICATION.2. PLACEMENT OF THE "SPOILS" MATERIAL SHALL OCCUR IMMEDIATELY AFTER THE CONCRETEVENEER IS PLACED AND IS STILL WET. THE VENEER SHALL HAVE A FLOATED SURFACE TEXTURE.IMMEDIATELY AFTER THE CONCRETE VENEER IS PLACED AND BEFORE IT HAS BEGUN TO SETUP,THE CREW SHALL APPLY THE "SPOILS" MATERIAL BY BROADCASTING BY SHOVEL THE MATERIAL IN ATHIN LAYER (AS NOTED ON THE DETAIL) DIRECTLY ATOP THE CONCRETE SURFACE SUCH THAT IT ISCOMPLETELY COVERED.-14LAKE WIDTH VARIES - SEE PLAN6'-0" SHELFPOND SHORELINE S H O W N O N P L A N DEPTH PER PLAN LAKE WATERS U R F A C EE L E V A T I O NP E R P L A NLAKE FINISHBOTTOM EL.P E R P L A N+13+14+15-9-10-5-8-7-6-3-4+3-2-1+0+1+2+8+7+6+5+4-11+9+10+11+12+13+14+153'-0" APPROX.CAREFULLY PREPARED LINERSUBGRADE PER THE REQUIREMENTSOF THE LAKE SYSTEM GENERALNOTES - TYPICAL THROUGHOUT PONDB O T T O M & S H O R E S U R F A C E SLAKE SYSTEM MEMBRANE LINER ASCALLED OUT IN GENERAL NOTES - INSTALLPER THE REQUIREMENTS OF THESE PLANSA N D T H E L I N E R M A N U F A C T U R E RNote:REFER TO DETAILS BELOW FORTYPICAL LAKE SHORE ROUGHGRADING, SHORE SHAPING ANDPOND EDGE FINISH GRADINGR E Q U I R E M E N T SNote:THE POND EDGE GRADES SHOWN HERE ARE DIAGRAMMATIC - THE FINAL SHAPING TO TIE INTOADJACENT LANDSCAPE AREA GRADES SHALL BE PREFORMED BY THE GRADING CONTRACTOR INTHE FIELD UNDER THE DIRECTION OF THE OWNER'S REPRESENTATIVETHE POND CONTRACTOR SHALLBACKFILL SOIL AND COMPACT TO THECONCRETE EDGE (TYPICAL)SEE STAKING SEQUENCE (THIS DETAIL) FORCONNECTION OF SHORELINE TREATMENT TOTHE PREPARED SUBGRADE (TYPICAL)COVER CONCRETE VENEER SHELF WITH"SPOILS" TREATMENT AS CALLED OUT IN"SPOILS TREATMENT NOTES" CONTINUOUS -WHERE NO EARTH COVER OCCURS EXTEND"SPOILS" OUT 6" MINIMUM FROM TOE OFVERTICAL EDGE (TYPICAL)THE SHORELINETREATMENT SHALLVARY INTHICKNESS FROM4" (MIN.) TO 8"(MAX.) AND SHALLBE ERODED,SCULPTURED, ANDCOLORED PERREQ'S OF THEPOND GEN NOTESPOURED-IN-PLACECONCRETE SHEAR KEYCONTINUOUSPond Shore Shaping2W A T E RSURF. EL.PER PLANPERSHOREDETAIL F R E E B ' DELEV. PERS H O R ED E T A I LTHE CONTRACTOR SHALL INCLUDE AS A PART OF HIS WORK.THE EXCAVATION AND SHORELINE SHAPING REQUIRED TOFIT THE SHORELINE TREATMENT SHOWN - THE EXCESSSOILS WHICH ARE GENERATED DURING THE SHAPING OFTHE SHORELINE SHALL BE WASTED ON THE LAKE BOTTOMSURFACE AND PREPARED PROPERLY FOR THE APPLICATIONOF THE GEOMEMBRANE LINERSEE PLANFOR POND LIMITSCONCRETE VENEERSHELF1'-0"MIN.1/2" = 1'-0"Pond Edge Treatment Construction3W A T E RSURF. EL.PER PLANPERSHOREDETAIL F R E E B ' DELEV. PERS H O R ED E T A I LTHE CONTRACTOR SHALL PREPARE THE LINERSUBGRADE, INSTALL THE LINER, INSTALL WIRE ANDCONCRETE VENEER AND A CONCRETE SIMULATING ANERODED SOIL BANK ON THE VERTICAL EDGE AS SHOWNON THE POND SHORELINE TREATMENT DETAILSEE PLANFOR POND LIMITSCONCRETE VENEERSHELF1PER SHOREDETAIL1/2" = 1'-0"Pond Edge Finish Shaping4W A T E RSURF. EL.PER PLANPERSHOREDETAIL F R E E B ' DELEV. PERS H O R ED E T A I LSEE PLANFOR POND LIMITSCONCRETE VENEERSHELF1PER SHOREDETAILTHE CONTRACTOR SHALL FILL IN THIS AREA WITHSOIL AND THE GOLF COURSE MAINTENANCE STAFFSHALL INSTALL PLANT MATERIAL TO THE TOP FRONTEDGE OF THE CONCRETE SHORELINE TREATMENT.UNDER NO CIRCUMSTANCES SHALL THE TOP OF THISSHORELINE TREATMENT BE LEFT AS A CURB EDGEAROUND THE POND751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07ASCALE:Lake System DetailsLK4.1"NEAR VERTICAL" LAKE SHORELINE TREATMENTAS SHOWN8ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 379 of 387 Note:FOR LINER DETAILS AND SAMPLE PHOTOSSEE SHEET LK4.3 FOR MOREINFORMATION1.0 GENERAL1.1 SCOPE OF WORK RELATED TO LAKE (RESERVOIR) LINER WORK.THE LINER MANUFACTURER PRODUCES REINFORCED POLYETHYLENE (RPE)GEOMEMBRANE FABRICS IN 30, 36 AND 45 MIL THICKNESSES. THEFOLLOWING INSTALLATION INSTRUCTIONS ARE MEANT AS A MINIMUM SET OFSTANDARDS THAT ARE TO BE FOLLOWED. ALL WORK SHALL BE DONE INSTRICT ACCORDANCE WITH THE LAKE ENGINEER'S DRAWINGS ANDSPECIFICATIONS AND THE FABRICATOR'S APPROVED SHOP DRAWINGS.1.2 DESCRIPTION OF THE PRODUCTSRPE GEOMEMBRANE FABRICS ARE PRODUCED IN THE FABRICATOR'SFACILITY. THE GEOMEMBRANE IS REINFORCED WITH A 9 X 9, 1000 DENIERWEFT INSERTED WARP KNIT POLYESTER SCRIM. THE SCRIM HAS BEENDESIGNED FOR HIGH TENSILE AND TEAR STRENGTH. IN THE PRODUCTIONPROCESS, THE LONGITUDINAL EDGES OF THE SCRIM ARE ENCAPSULATED BYTHE COATING LAYERS.THE 30, 36 AND 45 MIL RPE GEOMEMBRANE FABRICS HAVE BEEN EXTRUSIONCOATED WITH A HIGH FLEXIBILITY MATERIAL. THE COATING ALSO CONTAINSPIGMENTS AND ULTRAVIOLET (UV) INHIBITORS. THE FINISHED MEMBRANESHALL MEET OR EXCEED THE PHYSICAL PROPERTY VALUES SHOWN ON THEDATA SHEET BELOW:2.0 PRODUCTION AND HANDLING OF PANELS2.1 FACTORY FABRICATION OF PANELSGEOMEMBRANE FABRICS ARE FLEXIBLE ENOUGH TO ALLOW FOR FACTORYWELDING AND FOLDING OF PANELS FOR DELIVERY TO THE INSTALLATIONSITE. WHENEVER POSSIBLE THE USE OF FACTORY SEAMS AND LARGEPANELS SHALL BE MAXIMIZED. THE FABRICATOR SHALL PRODUCE THEPANELS WITH WELDS N THE PATTERN AND DIRECTIONS AS SHOWN ON THEPLANS AND / OR THE FABRICATOR'S APPROVED SHOP DRAWINGS.ALL FACTORY WELDS SHALL BE PRODUCED USING A THERMAL WELDINGSYSTEM SUCH AS A HOT WEDGE OR HOT AIR WELDER. THE FABRICATORSHALL HAVE EXPERIENCE IN WELDING A MINIMUM OF 2,000,000 SQUARE FEETOF GEOMEMBRANE FABRIC USING A THERMAL WELDING SYSTEM. THEMINIMUM WIDTH OF FACTORY SEAMS SHALL BE 2". ALL SEAMS SHALL BEINSPECTED TO ENSURE THE QUALITY AND UNIFORMITY OF THE WELDS. ANYPORTION OF THE WELD AREA THAT DOES NOT PASS VISUAL INSPECTION FORREASONS SUCH AS AN UNWELDED EDGES, EXPOSURE OF THE SCRIM, ETC,MUST BE REPAIRED BY THERMAL WELDING OR THE USE OF A PROPERWELDING ROD MATERIAL PRIOR TO THE PANEL BEING SHIPPED.IN ADDITION TO VISUAL INSPECTION, A 48" SAMPLE SHALL BE TAKEN FROMEACH FACTORY SEAM WELDING UNIT USED IN THIS WORK AT THE BEGINNINGOF EVERY WORK SHIFT AND EVERY FOUR HOURS OF PRODUCTIONTHEREAFTER. SAMPLES SHALL BE NON-DESTRUCTIVE AND SHALL NOTREQUIRE PATCHING OF FABRICATED PANELS. TEST SPECIMENS SHALL BECUT AT QUARTER POINTS FROM EACH 48" SEAM SAMPLE (A TOTAL OF 3PLACES) AND TESTED FOR FACTORY SEAM STRENGTH AND PEEL ADHESION.THE SHEAR SEAM STRENGTH SHALL BE TESTED IN ACCORDANCE WITH ASTMD75 1 AS MODIFIED IN ANNEX A OF 54. A LOG SHALL BE MAINTAINED SHOWINGTHE DATE, TIME, PANEL NUMBER AND TEST RESULTS. FAILURE OF THEMATERIAL SEAMS TO MEET ALL OF THE REQUIREMENTS OF THESESPECIFICATIONS SHALL BE CAUSE FOR REJECTION OF THE MATERIAL SEAMS.THE FABRICATOR SHALL PROVIDE THE TEST RESULTS TO THE LAKEENGINEER AND / OR OWNER UPON REQUEST.2.2 FABRICATED PANEL PACKAGING AND STORAGEEACH FACTORY FABRICATED PANEL SHALL BE ROLLED ORACCORDION-FOLDED AND PLACED ONTO A STURDY WOODEN PALLETDESIGNED TO BE MOVED BY A FORKLIFT OR SIMILAR EQUIPMENT. EACHPANEL SHALL BE GIVEN PROMINENT AND UNIQUE IDENTIFYING MARKINGSINDICATING THE PROPER DIRECTION OF UNROLLING AND / OR UNFOLDING TOFACILITATE LAYOUT AND POSITIONING IN THE FIELD. THE PANELS SHALL BEPACKAGED AND FULLY ENCLOSED ON A WOODEN PALLET WITH PLASTICCOVER AND SHRINKWRAP AND PROTECTED TO PREVENT DAMAGE DURINGSHIPMENT AND EACH CRATE IS TO BE PROMINENTLY MARKED IN THE SAMEFASHION AS THE PANELS WITHIN. UNTIL NEEDED, PACKAGED FACTORYFABRICATED PANELS SHALL BE STORED IN THEIR ORIGINAL UNOPENEDCRATES IN A DRY AREA, AND PROTECTED FROM THE DIRECT HEAT OF THESUN. DO NOT STACK PALLETS.3.0 INSTALLATION AND FIELD SEAMING3.1 SUBGRADE PREPARATIONTHE SURFACES ON WHICH THE LINING IS TO BE PLACED SHALL BEMAINTAINED IN A FIRM, CLEAN, DRY AND SMOOTH CONDITION DURING THELINING INSTALLATION. ALL EARTHEN SURFACES TO RECEIVE THE LININGSHALL BE COMPACTED AND SMOOTH GRADED WITH FREEBOARDANCHORAGES AS SHOWN ON THE LAKE SYSTEM DETAILS. ALL SURFACES TORECEIVE THE LINING SHALL BE FREE OF ROCKS, ROOTS, GRAVEL, GRADESTAKES OR DEBRIS THAT MAY PUNCTURE THE GEOMEMBRANE. THESUBGRADE SURFACE TO RECEIVE THE LINING SHALL BE COMPACTED INACCORDANCE WITH THE PROJECT GRADING PLANS. ALL VEGETATION, IFPRESENT, SHALL BE REMOVED. IF GROUNDWATER IS PRESENT WITHIN 12"BELOW THE SURFACE TO BE LINED, THE AREA SHALL BE DEWATERED PRIORTO, AND DURING THE INSTALLATION OF THE LINER. THE LINER SHALL BEINSTALLED AT A HEIGHT ABOVE THE MAXIMUM ANTICIPATED HEIGHT OF THEGROUNDWATER TABLE IF GROUNDWATER IS PRESENT ON THIS SITE.THE LOCATION OF BOTH THE TOP AND BOTTOM OF ALL SLOPES SHALL BECOMPLETED WITHIN PLUS OR MINUS 1 FOOT OF THE PLANED LOCATION. THECOMPLETED FINISH GRADES SHALL BE WITHIN PLUS OR MINUS 0.1 FOOT OFTHE SPECIFIED ELEVATION, UNLESS OTHERWISE NOTED ON THESE PLANS.IMMEDIATELY PRIOR TO THE INSTALLATION OF THE GEOMEMBRANE, ACOMPLETE AND DETAILED INSPECTION OF THE EMBANKMENTS SHALL BEPERFORMED BY THE FIELD ENGINEER, EARTHWORK CONTRACTOR ANDGEOMEMBRANE INSTALLER TO DETERMINE ACCEPTANCE OF THE FINISHEDSUBGRADE AND ELEVATIONS. ANY EROSION OR OTHER DAMAGE TO THEBASE MATERIAL WHICH HAS OCCURRED SINCE PLACEMENT SHALL BECORRECTED BY THE GRADING CONTRACTOR.3.2 GEOMEMBRANE INSTALLATIONTHE GEOMEMBRANE SHALL BE PLACED OVER THE PREPARED SURFACES INSUCH A MANNER AS TO INSURE MINIMUM HANDLING AND IN ACCORDANCEWITH THE APPROVED SHOP DRAWINGS AND THE LAKE PLANS. THE LININGSSHALL BE SEALED TO ALL CONCRETE STRUCTURES AND OTHER OPENINGS INACCORDANCE WITH DETAILS SHOWN HERE AND IN THE APPROVEDFABRICATOR'S SHOP DRAWINGS. THE GEOMEMBRANE LINING SHALL BECLOSELY FITTED AND SEALED AROUND ALL INLETS, OUTLETS AND OTHERPROJECTIONS THROUGH THE LINING USING PREFABRICATED FITTINGS (PIPEBOOTS) AS SHOWN ON THESE PLANS. LINER SHEETS DAMAGED FROM ANYCAUSE SHALL BE REMOVED, REPAIRED, OR COVERED WITH ADDITIONALSHEETING.ONLY THOSE SHEETS OF LINING MATERIAL WHICH CAN BE ANCHORED ANDSEAMED TOGETHER THE SAME DAY SHALL BE UNPACKED AND PLACED INTOPOSITION. IN AREAS WHERE HIGH WIND IS PREVALENT, THE LININGINSTALLATION SHALL BEGIN ON THE UPWIND SIDE OF THE PROJECT ANDPROCEED DOWNWIND. THE LEADING EDGE OF THE LINER SHALL BESECURED AT ALL TIMES WITH SANDBAGS SUFFICIENT TO HOLD IT DOWNDURING HIGH WINDS. THE LEADING EDGES OF THE LINER MATERIAL LEFTEXPOSED AFTER THE DAY'S WORK SHALL BE ANCHORED TO PREVENTDAMAGE OR DISPLACEMENT DUE TO WIND.MATERIALS, EQUIPMENT OR OTHER ITEMS SHALL NOT BE DRAGGED ACROSSTHE SURFACE OF THE LINER OR BE ALLOWED TO SLIDE DOWN SLOPES ONTHE LINING. ALL PARTIES WALKING OR WORKING ON THE LINING MATERIALSSHALL WEAR SOFT SOLED SHOES.3.3 FIELD SEAMSLAP JOINTS SHALL BE USED TO SEAL FACTORY FABRICATED SHEETSTOGETHER IN THE FIELD. THE LAP JOINT SHALL BE FORMED BY LAPPING THEEDGES OF THE SHEETS FOUR (4) TO SIX (6) INCHES. THE CONTACTSURFACES OF THE SHEETS SHALL BE WIPED CLEAN OF ALL DIRT, DUST,MOISTURE AND OTHER FOREIGN MATTER. A MINIMUM 2" BOND SHALL APPLYTO ALL FIELD SEAMS. EXTREME CARE SHALL BE TAKEN THROUGHOUT THEWORK TO AVOID FISHMOUTHS, WRINKLES, FOLDS OR PLEATS IN THE SEAMAREA. IF FISHMOUTHS DO OCCUR, THEY SHALL BE SLIT OUT FAR ENOUGHFROM THE SEAM TO DISSIPATE THEM, LAPPED, SEAMED TOGETHER IN THELAPPED AREA AND PATCHED. ANY NECESSARY REPAIRS TO THEGEOMEMBRANE SHALL BE DONE USING AN ADDITIONAL PIECE OF THESPECIFIED SHEETING APPLIED AS STATED IN SECTION 4 OF THISSPECIFICATION. CLEANUP WITHIN THE LINING COMPOUND SHALL BE ANONGOING RESPONSIBILITY OF THE LINING INSTALLER. PARTICULAR CARESHALL BE TAKEN TO ENSURE THAT NO STONES, SCRAP MATERIAL, TRASH,TOOLS OR OTHER UNWANTED ITEMS ARE TRAPPED BENEATH THE LINER.ALL FIELD SEAMS SHALL BE MADE UTILIZING THE HOT AIR OR HOT WEDGEWELDING TECHNIQUES AS OUTLINED IN APPROPRIATE SECTIONS OF THE EPATECHNICAL GUIDANCE DOCUMENT "INSPECTION TECHNIQUES FOR THEFABRICATION OF GEOMEMBRANE FIELD SEAMS".4.0 INSPECTION AND TESTING OF SEAMS4.1 INSPECTIONUPON COMPLETION OF THE LINER INSTALLATION, ALL SEAMS SHALL BEVISUALLY INSPECTED FOR COMPLIANCE WITH THESE SPECIFICATIONS ANDTHE LAKE PLANS. IN ADDITION TO VISUAL INSPECTION, ALL FIELD SEAMSSHALL BE CHECKED USING AN AIR LANCE NOZZLE DIRECTED ON THE UPPEREDGE AND SURFACE TO DETECT ANY LOOSE EDGES OR RIFFLES INDICATINGUNBONDED AREAS WITHIN THE SEAM (PER ASTM D4437). ANY DEFECTS INTHE WELD SHALL BE REPAIRED BY THERMAL WELDING.ALL FIELD SEAMS, ON COMPLETION OF THE WORK, SHALL BE TIGHTLYBONDED. ANY GEOMEMBRANE SURFACE SHOWING INJURY DUE TOSCUFFING, PENETRATION BY FOREIGN OBJECTS, OR DISTRESS FROM OTHERCAUSES SHALL BE REPLACED OR REPAIRED. ALL EXPOSED SCRIM EDGESSHALL BE SEALED WITH AN APPROVED EXTRUSION WELDING BEAD OR CAPSTRIPPED.4.3 TESTING OF FIELD SEAMSTEST SEAMS ARE TO BE MADE BY EACH SEAMING CREW AT THE BEGINNINGOF THE SEAMING PROCESS, AND EVERY FOUR (4) HOURS THEREAFTER, OREVERY TIME THE WELDING EQUIPMENT IS CHANGED. EACH SEAMING CREWAND THE MATERIALS THEY ARE USING SHALL BE TRACEABLE ANDIDENTIFIABLE TO THEIR TEST SEAMS. THE SAMPLES SHALL BE NUMBERED,DATED, IDENTIFIED AS TO THE PERSONNEL MAKING THE SEAM, ANDLOCATION MADE, BY APPROPRIATE NOTES ON A PRINT OF THE PANELLAYOUT FOR THE PROJECT. THE COMPLETED FIELD SEAM SAMPLE SHALLMEASURE NOT LESS THAN 14" IN WIDTH AND 24" IN LENGTH.THE FIELD TEST SEAMS ARE TO BE TESTED FOR ADHESION BY USE OF AN AIRLANCE TESTING MACHINE. IF A TEST SEAM FAILS TO MEET THE FIELD SEAMDESIGN SPECIFICATION, THEN ADDITIONAL TEST SEAM SAMPLES WILL HAVETO BE MADE BY THE SEAMING CREW, USING THE SAME TOOLS, EQUIPMENTAND SEAMING MATERIALS, AND RETESTED.5.0 WARRANTYTHE LINING MANUFACTURER SHALL PROVIDE A PRO-RATA WEATHERINGWARRANTY FOR THE GEOMEMBRANE LINER PRODUCT THAT IT IS FREE FROMMANUFACTURING DEFECTS AT THE TIME OF SALE AND AGAINSTDETERIORATION DUE TO THE EFFECTS OF ULTRAVIOLET LIGHT FOR A PERIODOF UP TO 20 YEARS FROM THE DATE OF THE COMPLETED INSTALLATION. THEWARRANTY WILL BE IN FORCE ONLY AFTER THE OWNER OR LEGALREPRESENTATIVE OF THE ENTITY OWNING THE INSTALLED LINER HAS SIGNEDTHE WARRANTY.30mil Geomembrane Liner Specifications:The Lake System Geomembrane Liner Shall be:30 mil RPE (Reinforced Polyethylene)as manufactured by . . .LAYFIELD INDUSTRIES2500 Sweetwater Springs Blvd, #110 Spring Valley, Ca. 91978Mr. Shannon Goodrich ph: 619-797-1966, 800-377-8404website: www.layfieldgroup.comand by . . .COLORADO LINING INT'L1062 Singing Hills Rd, Parker, Colorado 80138 U.S.A.Mr. Joe McCullough ph: 800-524-8672, fax: 303-841-5780website: www.coloradolining.com751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07ASCALE:Lake System DetailsLK4.2NONELake System GEOMEMBRANE LINER SPECIFICATIONS9ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 380 of 387 BUTYL TAC TAPEGEOMEMBRANE LINER3/8" x 3" LG S.S. ANCHORBOLT, NUT AND WASHER 12" O.C.(ABOVE WATER LEVEL) 6" O.C.(BELOW WATER LEVEL)CONCRETE STRUCTURE1/4" X 2" FLAT STAINLESSBUTYL TAC TAPEGEOMEMBRANE LINER3/8" x 3" LG S.S. ANCHORBOLT, NUT AND WASHER 12" O.C.(ABOVE WATER LEVEL) 6" O.C.(BELOW WATER LEVEL)CONCRETE STRUCTURESTEEL , ALUMINUM ORTAC-TAPEPIPEFIELD SEAM(4) SIDESPROVIDE SLACKAT BENDED EDGEGEOMEMBRANELINERPREPAREDSUBGRADESTAINLESSSTEEL CLAMPPIPE BOOT SKIRTWELD ALL 4 SIDESPIPE BOOTPIPE BOOTPROVIDE SLACKAT BENDED EDGEFIELD SEAM(4) SIDESPIPE BOOT SKIRTWELD ALL 4 SIDESTAC-TAPEPIPEGEOMEMBRANELINERPREPAREDSUBGRADESTAINLESSSTEEL CLAMPPIPE BOOT4" (MIN.) to 6" (MAX.)2" BONDWIDTH MINIMUMGEOMEMBRANELINER PERGENERAL NOTESSEAM TO BE MADE USING HOT AIR / HOTWEDGE WELDING TECHNIQUESLOOSE EDGE MAY OCCUR ONTHERMAL SEAMSPREPAREDSUBGRADECPIPEBOOTCPIPEBOOT POLYPROPYLENE BAR1/4" X 2" FLAT STAINLESSSTEEL , ALUMINUM ORPOLYPROPYLENE BARFactory Fabricated Pipe Boot(vertical) ALL PIPE SIZESFactory Fabricated Pipe Boot(on slope) ALL PIPE SIZESField Seal to ConcreteStructure (vertical surface)Field Seal to ConcreteStructure (horizontal surface)Field Seam / Splice Detail751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07ASCALE:Lake System DetailsLK4.3NONELake System GEOMEMBRANE LINER DETAILS and SAMPLE PHOTOS10ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 381 of 387 ExistingPVCNew RPENew TITUSINDUSTRIALG-25 Tapeper specsbelowcenter tapeon this edge4" to 6"overlapFREEBOARDE L E V . P E RS H O RE L IN ED E T A I LLAKE WATERSURFACE EL.P E R P L A N 6"1'-6"LIMIT OF 4" THICK CONCRETE VENEERREINFORCED WITH (2) LAYERS OF1' x 1" x20ga. OCTAGONAL WIRE MESH2'-0"VARIES WITH ROCK SIZELAKE SYSTEM MEMBRANE LINER PERGENERAL NOTES THROUGHOUT LIMITS OFL A K E T O F R E E B O A R D E L E V A T I O NPOND BOTTOM SURFACE ANDSHORELINE FINISH SURFACET R E A T M E N T S H A L L B E A SCALLED OUT ON SHORELINED E T A I L ( T Y P . )1PER SHORE DETAILFILL ALL VOIDS SOLID WITHC O N C R E T ESIZE POCKET TO RECEIVE SELECTEDBOULDERS (6 FOOT BOULDER DIAMETERM A X I M U M )21NEAR VERTICAL SHORELINE TREATMENTBEYOND - BUTT SHORELINE TREATMENT UPBOTH SIDES OF BOULDER (TYPICAL)W A T E RSURF. EL.PER PLANPER SHORE DETAIL F R E E B ' DELEV. PERS H O R ED E T A I LSEE PLANFOR POND LIMITSCONCRETE VENEER SHELF1PER SHOREDETAILEXISTING AERATION VALVE BOX ANDFITTINGS TO BE PROTECTED IN PLACEREMOVE AND STORE EXISTING AERATIONHOSE AND DISKS AND PULL OUT THRU PIPESLEEVE - REINSTALL AFTER INSTALLATIONOF NEW LINER AND SHORELINE TREATMENTDISCONNECT ANDRECONNECT HOSE HERESEAL EXISTING SLEEVE TONEW LAKE LINER PER-LK4.2-LK4.3FROMAERATOR >751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07ALake System DetailsLK4.4BSCALE:1" = 1'-0"SEAM TO EXISTING LINERSCALE:NONEBOULDER POCKETCSCALE:1-1/2" = 1'-0"AERATION HOSE REMOVAL AND REINSTALLATION11ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 382 of 387 SECTIONNOT TO SCALE3"FORM TROUGH WALLS WITH HANDFORMED CONCRETE REINFORCED WITHHAND BENT WIRE REINF. AS SHOWN1/2" = 1'-0"1-1/2" = 1'-0"EXPOSED MEMBRANE LINERPER GENERAL NOTESSECTIONNOT TO SCALE3"FORM TROUGH WALLS WITH HANDFORMED CONCRETE REINFORCED WITHHAND BENT WIRE REINF. AS SHOWNPLAN VIEWSCALE: 3/4" = 1'-0"TROUGH6'-0" (MINIMUM)6'-0"TROUGH WIDTHCTROUGHWHERE SHOWNON PLANTOE OF SLOPESHORELINE TREATMENTAS CALLED OUT ONPOND PLAN VIEWEXPOSED MEMBRANE LINERPER GENERAL NOTESSECSECSECSEC1/2" = 1'-0"1-1/2" = 1'-0"EXPOSED MEMBRANE LINERPER GENERAL NOTES8"6" 3'-0"3"4"#3 BARS @24" O.C.CONTINUOUS(4) #3 BARSHORIZONTALCONTINUOUSPOURED IN PLACECONCRETECUT-OFF WALLCONTINUOUSTERMINATELINER HEREALK4.1LAKE WATERSURFACE ELEVPER PLANLAKE SHORELINETREATMENT AS SHOWNPER DETAILSCALE: 1-1/2" = 1'-0"SECTION thru CUT-OFF WALLPOND WIDTH - VARIES PER PLANPOND WATERSURFACE EL.P E R P L A N 6" 2"OVERFLOW(WIDTH VARIES PER PLAN)LIMIT OF CUT OFF WALL SHORELINE (DETAILED BELOW)SCALE: 1" = 1'-0"ELEVATIONPOND WATERSURFACE EL.P E R P L A NNote:STAKE LOCATION AND LENGTHOF LAKE OVERFLOW IN THEFIELD PRIOR TO DEMO -REPLACE WITH SAME LENGTHOVERFLOW AND CUT-OFFWALL10' MINIMUM10' MINIMUMSEC751 Sunny Grove Lane, Glendora, CA 91741(626) 335-4362 www.patrell.comRichard A. McGuire, P.E., AssociateDATE:PREPARED UNDERTHE SUPERVISION OF:APMRAMBID SET01/09/19 RAM12BID SETDWG 381-4GCUP 97-07ALake System DetailsLK4.5BSCALE:AS SHOWNLAKE FILL TROUGHSCALE:AS SHOWNLAKE OVERFLOW12ACCEPTED:BABAQ TAJ, PEENGINEERING MANAGER RCE EXPIRES DATEC77173 12/31/2020 01/23/2019March 12, 2019Item #5 Page 383 of 387