Loading...
HomeMy WebLinkAboutCanyon Spring Enterprises dba RSH Construction; 2019-10-16; PWS19-807PKSProject: 4084, The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 4084, The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment CONTRACT NO. PWS19-807PKS (RE-BID) P.O. NO. P138301 ACCOUNT NO. 5727000-9060/40841-9066 CONTRACTOR: Canyon Springs Enterprises dba RSH Construction ADDRESS: 3883 Wentworth Dr. Hemet, CA 92545 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Authority and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Increase bid item A-9, Geomembrane Liner, by 27,181.82 SF at $1.21 per SF. Increase number of working days by three (3). Increase to contract cost……….…………………………….……..….………$32,890.00 Item 2: Rebuild slope on lower waterfall lake including replacing the grass above the slope. Increase number of working days by five (5). Increase to contract cost……….………………………………………………$33,949.00 Item 3: Delete Bid Item No. A-10, Geotextile Fabric Layer. Decrease to contract cost……….……………………………………………($62,434.80) Item 4: Increase the working days by eight (8) due to the golf course request for no work on 12/23/19, 12/24/19, 12/26/19, 12/27/19, 12/30/19, 12/31/19, 1/2/20 and 1/3/20. Increase to contract cost……….………..…………………………...……..………($0.00) DocuSign Envelope ID: 45C76C0C-87D0-45D6-90A2-FEBB6D3472BB Project: 4084, The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Change Order No. 1 Item 5: Increase the working days by eighteen (18) due to weather delays affecting work activities. Additional working days are provided for 12/4/19, 12/5/19, 12/6/19, 12/9/19, 2/10/20, 3/10/20, 3/11/20, 3/12/20, 3/13/20, 3/16/20, 4/2/20, 4/3/20, 4/6/20, 4/7/20, 4/8/20, 4/9/20, 4/10/20, and 4/13/20. Increase to contract cost……….………..…………………………...……..………($0.00) TOTAL INCREASE TO CONTRACT COST………………..……….…………………$4,404.20 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY THIRTY-FOUR (34) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: Contractor refused to sign MUNICIPAL PROJECTS MANAGER (DATE) CONTRACTOR (DATE) ENGINEERING MANAGER (DATE) FINANCE DIRECTOR (DATE) _____________________________________ DEPUTY CITY MANAGER, PW (DATE) CITY MANAGER/MAYOR (DATE) APPROVED AS TO FORM: CITY ATTORNEY (DATE) DISTRIBUTION: RECORDS MANAGEMENT (ORIGINAL), PURCHASING CONTRACTOR DocuSign Envelope ID: 45C76C0C-87D0-45D6-90A2-FEBB6D3472BB 8/11/2020 8/11/2020 8/11/2020 8/11/2020 8/11/2020 8/12/2020 CANYON SPRINGS ENTERPRISES DBA RSH CONSTRUCTION PO BOX 2810 HEMET, CA 92546-2810 · CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment CONTRACT NO. 9009-A BID NO. PWS19-807PKS (Re-bid) .~ Q Revised 6/12/18 Contract No. 9009-A Page 1 of 108 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 graham.jordan@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 July 16, 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 July 23, 2019 For additional information concerning questions on the bid documents, refer to Notice Inviting Bids, page 9. MANDATORY PRE-BID MEETING Jam: July 9, 2019 Time: 01 :00 p.m. -2:00 p.m. Location: The Crossings at Carlsbad Municipal Golf Course 5800 The Crossings Drive, Carlsbad, CA 92008 ,, •+f Revised 6/12/18 Contract No. 9009-A Page 2 of 108 TABLE OF CONTENTS Item 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 l' •+;' Revised 6/12/18 Contract No. 9009-A Page 3 of 108 Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 . 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms ........................................................................................................... 43 Definitions ..................................................................................................... 43 Abbreviations ................................................................................................ 47 Units of Measure ........................................................................................... 50 Symbols ........................................................................................................ 51 Scope and Control of The Work Award and Execution of Contract.. ................................................................ 52 Assignment ................................................................................................... 52 Subcontracts ................................................................................................. 52 Contract Bonds ............................................................................................. 53 Plans and Specifications ............................................................................... 54 Work to be Done ........................................................................................... 57 Subsurface Data ........................................................................................... 57 Right-of-Way ................................................................................................. 58 Surveying ...................................................................................................... 58 Authority of Board and Engineer ................................................................... 58 Inspection ..................................................................................................... 59 Changes in Work Changes Requested by the Contractor ......................................................... 60 Changes Initiated by the Agency .................................................................. 60 Extra Work .................................................................................................... 61 Changed Conditions ..................................................................................... 64 Disputed Work .............................................................................................. 65 Control of Materials Materials and Workmanship .......................................................................... 71 Materials Transportation, Handling and Storage ............................................ 75 Utilities Location ........................................................................................................ 76 Protection ..................................................................................................... 76 Removal ....................................................................................................... 77 Relocation ..................................................................................................... 77 Delays .......................................................................................................... 78 Cooperation .................................................................................................. 78 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work .................................... 79 Prosecution of Work ..................................................................................... 83 Suspension of Work ...................................................................................... 83 Default by Contractor .................................................................................... 84 Termination of Contract ................................................................................ 85 Delays and Extensions of Time ..................................................................... 85 Time of Completion ....................................................................................... 86 Completion, Acceptance, and Warranty ........................................................ 87 Liquidated Damages ..................................................................................... 87 ,, •ff Revised 6/12/18 Contract No. 9009-A Page 4 of 108 6-10 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 8-2 8-3 8-4 8-5 Section 9 9-1 9-2 9-3 9-4 Use of Improvement During Construction ..................................................... 88 Responsibilities of the Contractor Contractor's Equipment and Facilities ........................................................... 89 Labor ............................................................................................................ 89 Liability Insurance ......................................................................................... 89 Workers' Compensation Insurance ............................................................... 89 Permits ......................................................................................................... 90 The Contractor's Representative .................................................................. 90 Cooperation and Collateral Work .................................................................. 90 Project Site Maintenance .............................................................................. 91 Protection and Restoration of Existing Improvements .................................... 93 Public Convenience and Safety .................................................................... 94 Patent Fees or Royalties ............................................................................... 99 Advertising .................................................................................................... 99 Laws to be Observed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ................................................ 99 Antitrust Claims ............................................................................................. 99 Facilities for Agency Personnel General. ...................................................................................................... 101 Field Office Facilities ................................................................................... 101 Field Laboratories ....................................................................................... 101 Bathhouse Facilities .................................................................................... 101 Removal of Facilities ................................................................................... 101 Measurement and Payment Measurement of Quantities for Unit Price Work ........................................... 102 Lump Sum Work ......................................................................................... 102 Payment ..................................................................................................... 102 Bid Items ..................................................................................................... 105 l'\ •+;' Revised 6/12/18 Contract No. 9009-A Page 5 of 108 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS PART2 CONSTRUCTION MATERIALS SECTION 200 ROCK MATERIALS 200-1 Rock Products ................................................................................................. 106 200-2 Untreated Base Materials ............................................................................. 107 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 Portland Cement Concrete ........................................................................... 108 PART 4 CSI FORMAT TECHNICAL SPECIFICATIONS DIVISION 13 SPECIAL CONSTRUCTION 31200 Water Feature APPENDICES: Appendix A: California Coastal Commission Permit A-6-Cll-00-087 issued on August 28, 2003 Appendix 8: Geotechnical Report Appendix C: Laydown Route Map Appendix D: Questions & Responses from Previous Bid (PWS19-690PKS) ,, •;;' Revised 6/12/18 Contract No. 9009-A Page 6 of 108 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on August 6, 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. PWS19-807PKS 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. l'\ • ., Revised 6/12/18 Contract No. 9009-A Page 7 of 108 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. SPECIAL TY CONTRACTORS: ACCEPT ABLE 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; C-27 Landscaping. 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: l' •ff Revised 6/12/18 Contract No. 9009-A Page 8 of 108 Shall have successfully completed a minimum of five (5) water feature projects including lake liner, 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 Ex- perience shall include a complete list of a minimum of five (5) such previous pro- jects, 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 herein before 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. l'\ •+r' Revised 6/12/18 Contract No. 9009-A Page 9 of 108 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 July 9, 2019 at 1 p.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 graham.jordan@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 Tuesday, July 16, 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 Tuesday, July 23, 2019. ADDENDA 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. l' •+; Revised 6/12/18 Contract No. 9009-A Page 10 of 108 BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Pro- visions section of this contract. 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 be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked 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 City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 0 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 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. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Public Financing Authority Resolution No. 77, adopted on the 12th day of March 2019. June 12, 2019 Date Graham Jordan, Deputy Clerk l'\ •,;' Revised 6/12/18 Contract No. 9009-A Page 11 of 108 f;~{V/ n s,.Jtf,d 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 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures} (Figures} A-1 Moition/Demobilization /'.jj Not to $ q5; ()(}/. DD Exceed ~ff~CM2~ $150,000 (Price in Words) A-2 General Conditions Lump $ fl ~l}O, ti) (paid in equal increments for con-Sum , tract duratio~) ~ :5fl~~~ vi-;J.s~ (Price in Words) A-3 Temporary 6' Tall Chain Link Lump $ ~ 0OP,OtJ Construction Fencing w/Green Sum ~~ (Price in Words) A-4 Develop and Implement Tier 1 Lump $0, {){)O, Ou • ii/fB!ffi! Sum (Price in Words) ft Q Revised 6/12/18 Contract No. 9009-A Page 12 of 108 Approximate Item Quantity Unit Price Total Amount No. Description and Unit {Figures} {Figures} A-8 Demolition of Existing Liner and Lump $ L6( IJOO.aD Shoreline treatment ncP Sum , ~if~YL (Price in Words) A-9 152,280 SF $ /, 2.1 $ Ii~ 2:6t itJ A-10 Geotextile Fabric Layer 152,280 SF $ ,1l $ u,p_, If JtJ.~fJ Note: this item may not be neces- sary -to be determined after com- pletion of demolition and after sub- Ede r,_eparation tJ./J:tJ l)d ➔f.}W (Unit Price in Words) A-11 Concrete Veneer over Liner in 2,500 SF $ J~,00 $ 7 5, (»(),CO <111~ WLWlb Wt/J ' (Unit Price in Words) A-12 Lake Shoreline Treatment includ-2,930 LF $ Jd.{)0 $ C/31. ~kt,Oo • ~ 1Jµo/Jeljuj (Unit Price in Words) A-13 Water Feature Boulders (reuse SO TON $ 5~,00 $ 2 5tJI), OD existing rock; remove and set aside, reinstall in boulder pock- ~ t ~ t1)wJ ~j_~ (Unit Price in Words) ft Q Revised 6/12/18 Contract No. 9009-A Page 13 of 108 Item No. Description A-14 Lake Aeration Equipment (re- move hoses and diffusers; set a ·de, then reinstall) Approximate Quantity and Unit Lump Sum A-15 Lake Level Control Device (re-Lump Sum move float valve assembly; set ~&~w (Price in ords) A-16 Seal to Existing Geomembrane Liner (above and below the wa- terfall) ~ /) • a,f/ ;U~n Words 160 LF Unit Price (Figures) $ Jlf.60 Total Amount (Figures) $ ft,500,aJ A-17 Landscape Repairs (planting and Lump Sum $ 3J, t:/tJ. ~-4-5 turf areas impacted by project im-' t,'}!JJ!J~~ -~ (}()JW5 an{) FbA,/q-t:/v( /i,d;J J?ffvements) ,J ~ (Price in Words) Total amount of bid in words for Schedule "A": jyJJtJadtQtwen.bJ-FiJtJ(L, -/~ 6&w~~-'5uw, l{)lltuy ~,!JV:(~ Total amount of bid in numbers for Schedule "A": $_Ll.;...atf.~t~-+'-t-J_q"'---'7'--._()S _______ _ 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). 1 '1\ ;()ll'\ 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. ft Q Revised 6/12/18 Contract No. 9009-A Page 14 of 108 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 i~caP.Mty of a contractor within the State of Aifornia, validly licensed under lice1~ 1'.f'9 , classffication -""--------which expires on_.,_,___,.+-""""-~~~~---' and Department of lnditrialRelations PWC registration num- ber [)Ct/ which expires on U 30 Jq , and that this statement is true and correct and has the legal effect of dn 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 ----=t3oN:;..=.:'---=-=D'-----------(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. " •fl" Revised 6/12/18 Contract No. 9009-A Page 15 of 108 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 City and State ------------+----+--tt------------- (4) Zip Code _______ _ (5) E-Mail _____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partne) (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 _____________________ _ ~ Q Revised 6/12/18 Contract No. 9009-A Page 16 of 108 IF A CORPORATION, SIGN HERE: C , . (1) Name under which business is conducted D014on ~ft'I D'a-5 &rltrf i::\~ dbrA Qbkl eo(clOJ,t¼:\oo (2) ~ (Signature) lc>v-----r ..... -- (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of_C-A""'--"'--<J ..... ·t~ill-Po~·~,o---------- (4) Place of Business ?y{X3 lJelt\:]?Dcl-b OIL. l \ ~t~E\t pnd Number) City and State a tm et Ci\ vrtt:'"Y:LQ (5) Zip Code C, :).'54,'5 Telephone No. q ljj · q:;5. {).~&f X ):j6 (6) E-Mail f-v-timci±iQg fl_ ~Co:i:sttJdi@ ' r.orvi NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; ii; li:1/n;:all gp;;;•• and-m-an_a_g-in-g-pa_rt_n_e-rs-: ------ fclwMv Pt~3eueiaaq (1iea5_v_ri_tL ____ _ ~ Q Revised 6/12/18 Contract No. 9009-A Page 17 of 108 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ~:o:o:o:o:o~:o:o:o:o:o:o:~:o:o:o:o:o:o:o:o:oo:o:o o:o:o:O!offiffl A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca::~ia • } County of ~\\le~f)\d e -~ r~ On ii / 1.E l 19 before me. tha!iline 'iele~.51)()) i.JiJb!,ILLI 1v b/ ,~ D te ~ h / \ Here Insert Name and Title of the Offker personally appeared ____L -DCYXL:) L.J eP:en°'--- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(iJ whose name~ Glare subscribed, to the within instrument and acknowledged to me that~/she/they executed the same in(@l;/her/their authorized capacity~). and that b}@/her/their signatureLBt on the instrument the person(,1, or the entity upon behalf of which the person7" acted, executed the instrument. ~-----··-··--~ ~,.. CHRISTINE ?ITERSON : ~ Notary Public -California z :~ ... ~ R1"ers1de County i ' \~JJI Commission# 2283168 - ~My Comrr,. Ex:,1re-~A:,r 24, 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s;gnature Q'.hUJte~IJ Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ D Partner -□ Limited □ General D Partner -□ Limited D General □ Individual □ Attorney in Fact D Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator D Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ~:o:o:o:o:o:~e:1•:00:0:1 Boo:o:o:• ©2018 National Notary Association 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 Perf rmance, Warranty and Payment Bonds and proof of insur- ance coverage within the stipulated t me; otherwise, the check shall be returned to the under- signed. The proceeds of this check s all 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, 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.) ~ Q Revised 6/12/18 Contract No. 9009-A Page 18 of 108 Bond No. CSBA-11368 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, Canyon Springs Enterprises dba RSH Construction Services , as Principal, and Argonaut Insurance Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of Amount Bid 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 _3_0_th ___ day of _____ ...,;,.J"--ul..__ ____ _, 201L_ Canyon Springs Enterprises dba RSH Construction Services (SEAL) (Principal) ~ By: (si~~'a1ur~::, '1 ij0£1'.¼,':i I h 1 ijk,Jmt (Print e/Tit e) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN- FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney (} By: _L.~ / Deputy City Attorne~ ft Q Revised 6/12/18 Contract No. 9009-A Page 19 of 108 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _____ O_r_an_.g.._e _____ ___, On -----'-7.;..;:/3;..;:;0,'-=/2=0-'-19.;:;..._ _____ before me, __ M_e_l_is_sa_A_nn_V_ac_c_a_ro ..... ,_N_o_ta_ryL..-P_u_bl_ic ____ _ (insert name and title of the officer) personally appeared Arturo Ayala who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signaturffi~ ~Ct(,c.,c./'\O (Seal) Melissa Ann Vaccaro Argonaut Insurance Company Bond No. CSBA-11368 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Daniel Huckabay, Shaunna Rozelle Ostrom Arturo Ayala Frank Moronc Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is nan:ico.above, toruake, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other unqertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $50 000 000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the fQ}low~ Re~lution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice Pfll/ijdent, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile ~nature,:.,}vhich may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attol'fl~,,tQ execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts ofsuretyship, andtoaffix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official.seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May, 2017. · STATE OF TEXAS COUNTY OF HARRIS SS: Argonaut Insurance Company by: Joshua C. Betz , Senior Vice President On this 8th day of May, 2017 A.D., bdfore me:; a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER OF THE cq~'N;y, to Jt]e personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of;$an1,1t, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the C«J,orate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the autho~~d direetion of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in f\Jfce. ~-~ IN TESTIMONY'W~~-I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ( Notary Public) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the~ day of_J_ul~y-------~ 2019 -~~::.? '--' James Bluzard , Vice President-Surety THIS DOCUMENT IS NOT VALID UNLESS Hlf. WORDS ARGO POWER OF ATTORNEY ARE IN BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 -8400. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ]\~ersid6 0 n ~ l lO l I q before me, ...l...,,l]L.lll,,d"'-'-'-ll..J..>,.c........i.--=-..!.~=--=-+-------"~~~~..I..JJ,,,,L- Date ~ Here Insert Name an personally appeared ~ ho~ I {42-tro... Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person_yi5 whose name_M@'are subscribed to the within instrument and acknowledged to me that~he/they executed the same i~/her/their authorized capacity~. and that b~/her/their signature{,if on the instrument the person($1'. or the entity upon behalf of which the person(~ acted, executed the instrument. ~--··········~ ,, . CHRISTI,;[ PITERSOM : ~ "ot•ry Puchc · C,lifomia z .,. •~~J;:i Rn1pr\1de County ~ _,, ~~ Comm1ss.1on ti 2283168 - ~M'!I (J,T:T. E•J1ttt\A;:ir 24, 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Qn~w ~@Q Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: D Corporate Officer -Title(s): ______ _ D Partner -□ Limited D General D Individual □ Trustee D Other: □ Attorney in Fact □ Guardian or Conservator Signer is Representing: _________ _ ©2018 National Notary Association Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator D Other: Signer is Representing: _________ _ • .,,,,,. • QUALll'J • rao•oc-r,o_. :as ... _ ....... .,_, __ ..,,'4 •• ____ , ... CANYON SPRINGES ENTERPRISES OBA RSH CONSTRUCTION License No.: 806747 3883 WENTWORTH DRIVE HEMET, CA 92545 Phone: (951) 925-2288 Fax: (951) 925-1288 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Eduardo V. Peralta. do hereby certify that I am the duly-elected and acting Secretary/freasurer of Canyon Springs Enterprises dba RSH Construction, a California Corporation, and that as such officer, I am duly authorized to make this certification on behalf of the corporation. I further certify that by consent in lieu of a meeting dated May 18, 2019, as authorized by California law, the Board of Directors of said corporation adopted the following resolution in accordance with the By Laws of said corporation. "RESOLVED, that any Canyon Springs Enterprises dba RSH Construction, Business Development Manager or Manager of Sales heretofore or hereafter employed in that capacity by Canyon Springs Enterprises dba RSH Construction, or any other person as may from time to time be designated by the President of is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to execute other documents required in connection therewith, on behalf of Canyon Springs Enterprises dba RSH Construction." I further certify that the foregoing resolution is in full force and affect that I (Eduardo V. Peralta), Thomas P. Uppena and Robert S. Hamilton are duly designated and authorized Business Development Managers and have the authority to act on behalf of Canyon Springs Enterprises dba RSH Construction. This certificate shall remain in full force and effect unless and until written notice of revocation has been received by the person relying on this certificate. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of Canyon Springs Enterprises dba RSH Construction, April 3, 2019. ~~ Canyon Springs Enterprises dba RSH Construction 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. ft Q Revised 6/12/18 Contract No. 9009-A Page 20 of 108 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. ~ Q Revised 6/12/18 Contract No. 9009-A Page 21 of 108 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 Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion of and and Emall Registration License No. and Work by Work Subcontractor Location of Business Address No. Classification In Dollars* ti t1 ~ ~ r IA JJ f...i ,, J .,,II (; rn,, ~ o {J/'f -~h:.J .J:Jf)IJ I {U)()/ JI P 3 837lJIL/ Li /U.. IJIYl. /~q 11+,,JO ,:a b11,,. t'5bo~ ~ '· ,,v,.u~ ~~ J<a,.r •. H'u-~ A C.-ul U-J;J , A~Jl~f-tJ/1 I ~.~-.,./It) -~~lhll..t-1 '(:)""' ~ . .c~,,..~ , [;,q_ l?J/17 X V . I WlY\ " Page ___1_ of .1__ pages of this Subcontractor Designation form •Pursuant to section 4104 (a)(3XA) 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.• ft Q Revised 6/12/18 Contract No. 9009-A Page 22 of 108 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. Name and Address of the Employer ~ ~, Revised 6/12/18 Name and Phone No. of Person to Contract Contract No. 9009-A Type of Work Page 23 of 108 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 ef 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. ~ Q Revised 6/12/18 Contract No. 9009-A Page 24 of 108 I I ~ ASSOCON-01 IRMAI ACORD. CERTIFICATE OF LIABILITY INSURANCE I DATE (IHWOIYYYY) ~ 8/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER License I OM63276 ~CT Lisa Perrault, CISR Hardy Insurance Services, Inc. 2911 Bonita Avenue, Suite IA ~trc,. Ext): (909) 593-7776 7907 r~. No):(909) 593-5477 La Verne, CA 91750 i.ss, lperrault@hardylrm.com INSURER($) AFFORDING COVERAGE NAIC# INSURER A: Evanston Insurance Company 35378 INSURED INSURER e: Starr Indemnity & Liability Company 38318 Canyon Springs Enterprises, dba: RSH Construction INSURER c: Ategrity Specialty Insurance Company 16427 PO Box2810 INSURERD: Hemet, CA 92546 INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN1!' TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF POUCYEXP UIITS ~ .... ~ .. A X CO•ERCIAL GENERAL LIABILITY EACH OCCURRENCE s 1,000,000 CLAIMS-MADE X OCCUR X X MKLV5ENV101283 11/1/2018 11/1/2019 DAMAGE TO RENTED s 100,000 PREMISES (Ea occurrence) MED EXP (Any one person) s 5,000 PERSONAL & ADV INJURY s 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2,000,000 POLICY x rra LOC PRODUCTS· COMP/OP AGG s 2,000,000 OTHER: s B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s 1,000,000 (Ea accident) X ANY AUTO X X SISIPCA08350418 11/1/2018 11/1/2019 BOOIL Y INJURY (Per person) s OWNED SCH8RULED AUTOS ONLY AUT BOOll. y INJURY (Per accident) s X ~L~ONLY )(_ ~~~~ P~PERTY ~AMAGE ( accident s s A ~ UMBRELLA UA8 X OCCUR EACH OCCURRENCE $ 10,000,000 : X EXCESSUAB CLAIMS-MADE MKLVSEUL 101317 11/1/2018 11/1/2019 AGGREGATE s 10,000,000 OED RETENTIONS s B ==ti~~~~ X PER OTH-STATUTE ER Y/N X 1000003420 11/1/2018 11/1/2019 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT s ~=~~,am EXCLUDED? NIA 1,000,000 E.L. DISEASE . EA EMPLOYEE S ~rs8c=&': ~OPERATIONS below E.L. DISEASE • POLICY LIMIT s 1,000,000 C EXC UAB-2ND LA YER 01-B-XL.P00000016-0 11/1/2018 11/1/2019 PerOCC/AGG 6,000,000 A Pollution Uablllty" MKLV5ENV101283 11/1/2018 11/1/2019 PerOCC 1,000,000 DESCRIPTlON OF OPERA TlONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be llllached If more apace la required) *Pollution Liability • $2,000,000 AGG Limit applies Re: Contract #9009, Crossings Golf Course Lake Refurbishment (re-bid) BID IPWS19-807PKS. The City of Cartsbad Its officials, employees and volunteers are Included as additional Insured per MEGL 1542 (05116) & CG2037 (07/04). Primary wording applles per MEEl2274 (05/11). GIL & W/C waiver of subrogation applies per CG2404 (05109) & WC040306 (04/84). Auto additional Insured & waiver of subrogation applies per SICA1016 (02/12) & CA0444 (10/13). *30 days• notice of cancellation except 10 days' notice of cancellation for nonpayment of premium. CERTIFICATE HOLDER CANCELLATION City of Cartsbad/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. c/o Exlgls Insurance Complalnce Services P.O. Box 4668 -ECM #35050 New York, NY 10163 ACORD 25 (2016103) AUlliORIZED REPRESENTATIVE ~'~ © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I ✓ J 111 COMMERCIAL GENERAL LIABILITY MARKEL• THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II -Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) to whom the insured agrees to provide additional insured status in a written contract, provided such written contract is signed by both parties and executed prior to the commencement of operations, but only with respect to liability for "bodily injury", ·property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" occurring after: 1. All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the location of the covered operations, including materials, parts or equipment furnished in connection with such work, has been completed; or 2. That portion of •your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits Of Insurance shown in the Declarations; whichever is less. This endorsement will not increase the applicable Limits Of Insurance shown in the Declarations. All other terms and conditions remain unchanged. MEGL 1542 0516 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY / CG 20 3707 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organizatlon(s): tlons ALL CONSTRUCTION OPERATIONS EXCEPT BLANKET AS REQUIRED BY WRITTEN CONTRACT WORK ON OR RELATED TO SINGLE-FAMILY PRIOR TO AN "OCCURRENCE" OR LOSS DWELLINGS, CONDOMINIUMS, TOWNHOUSE, CO- OPS, TOWN HOMES, RESIDENTIAL CARE FACILITIES. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and induded in the "products- completed operations hazard". CG 2037 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ ENVIRONMENTAL Evanston Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any additional insured to whom you agree in a written contract signed by both parties and executed prior to the commencement of operations to provide Primary and/or Non-Contributory status under this insurance. As respects the above scheduled person(s) or organization(s), the following changes are made a part of this insurance: 1. Coverage available under this coverage part shall apply as primary insurance. 2. Any other insurance available to the above scheduled person(s) or organization(s) under any other third party liability policy shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. It is further agreed that coverage provided by this endorsement for the entities identified by the above schedule shall not apply as respects any claim, loss or liability resulting from the sole negligence of the entities identified by the above schedule. All other terms and conditions remain unchanged. MEEI 2274 OS 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 24 0405 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ALL PERSONS OR ORGANIZATIONS \M-IERE REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. Information reauired to comolete this Schedule. if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 0509 @ Insurance Services Office, Inc., 2008 Page 1 of 1 □ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIF<RNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2. 0% otherwise due on such remuneration. of the California workers' compensation premium Schedule Person or Organization Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Job Description Where required by contract This endorsement changes the policy to which it is attached ard is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Insured: Canyon Springs Enterporises dba RSH Construction Insurance Company: Starr Indemnity & Liability Company WC 04 03 06 (Ed. 04-84) Page 1 of 1 • Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Canyon Springs Enterprises dba RSH Construction ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This policy is amended as follows: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED "AUTO" I. SECTION II -LIABILITY COVERAGE A. Coverage, 1. Who is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. SICA 1016 (02/12) Page 1 of 2 Copyright© C. V. Starr & Company and Starr Indemnity & Llablllty Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with Its permission. • Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Signed for STARR INDEMNITY & LIABILITY COMPANY Nehemiah E. Ginsburg,eneral SICA 1016 (02/12) Page 2 of 2 Copyright© C. V. Starr & Company and Starr Indemnity & Llablllty Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with Its pennlsslon. COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Canyon Springs Enterprises dba RSH Construction SCHEDULE Name(s) Of Person(s) Or Organlzatlon(s): Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04441013 © Insurance Services Office, Inc., 2011 Page 1 of1 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 party debarred agency agency period of debarment period of debarment (name of Contractor) ~ By: l=-.,.._'~- (sign here) f 1borY1'.0 lJmro:t ~~drot (print namhltitle) 1 Page _I_ of_{_ pages of this Re Debarment form l' .., Revised 6/12/18 Contract No. 9009-A Page 25 of 108 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ~::oo:o:o:@:§@€1:11:1ai:o:0™1:00B-J:o:o:~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. who proved to me on the basis of satisfactory evidence to be the person(,i) whose name~~/are subscribed to the within instrument and acknowledged to me tha@she/they executed the same ind:i))lher/their authorized capacity(~. and that by~her/their signature~ on the instrument the person(/), or the entity upon behalf of which the person(,31 acted, executed the insfrument. i·ft ft ft ft ft ft ft ft ft ft ft~ CHRISTINE PETERSON : Notary Public -California 2 ~ Rtver'iide County ~ ' Comm,mon # 2283168 - 11oy Corr.,r., Exoires Aor 2•. 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (~ ".._ ! ~ Signature -=U\=------c_,fll ......... ~.........,.__,,~"------L-lt&l~-----~=--0 Q_,,.___ Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association 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? ,L yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? 1 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 ~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 _1__ pages of this Disclosure of Discipline form 0 Revised 6/12/18 Contract No. 9009-A Page 26 of 108 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. I - (If needed attach additional sheets to provide full disclosure.) sv coNTRAcrnR tcuiii &n q)rU10-5 E.nW p/1,j $ts. oJ.hc.__ ~ ~stwcti® (name of Contracto By: C!)_, (sign here) ':Ihoms O~vw &:s;Jent (print name/title) 1 Page _J__ of ...rl::.._ pages of this Disclosure of Discipline form l' .., Revised 6/12/18 Contract No. 9009-A Page 27 of 108 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 •:~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of C~rJ1ia County of K\\,e{'SA\d. 8 On -----"i'-+-t tA=--\+-"t_C\..___ ___ before me, Date L. 1 '\ Here Insert Name and Tit e of the Office personally appeared __ 1 ________ u~O~fY:~)U~,::;_-~~u'--+-~--~-t~@------------------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidencE;,,t.O be the person~ whose name~are subscribed to the within instrument and acknowledged to me that(b.e!/she/they executed the same iri1:J.;/her/their authorized capacity~), and that by~/her/their signature~ on the instrument the person~, or the entity upon behalf of which the person(~ acted, executed the instrument. ~············~ ,. • CHRISTINE PETERSON : ~." ~ Notary P. ub._ lic -California ~ '; (~li Riverside County ~ "~ Comm1ss1on :I 2283168 - ~My (.>m:-r.. Ex;,ire'io Apr 24, 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatu<e Gli~ ~~I'.) Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association 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 Jfu;1c\fr\1'. of Caill/00 ~ ~~~~ f~o~+t,MiD/\ 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{) true1~nd correct a± that this declaration is executed on _.;:;..d-+-'-........_ ______ _ 20_f:1_ at t\cnl~l [city], tf} [state]. ~ ~, Revised 6/12/18 Contract No. 9009-A Page 28 of 108 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 8ffi.l:o:o:o:o:~ ffiUOlll:u:o:~~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. County of lwer-b,de f'i State of California ~ On ~ (\P ltt1 before me, J) e 151-ine ?e:\ei~ + IJ.9±a.w jj hi 10 Dote '--1 i"' / I'\ Here Insert Nome and iitle of the Offlcer personally appeared --~ ltl~O~~~~~~u~~-t,,--bne,.,.,ffi-~~-------------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(,1 whose name~/are subscribed to the within instrument and acknowledged to me tha~/she/they executed the same in'6J/her/their authorized capacity~. and that by~/her/their signature~ on the instrument the person~, or the entity upon behalf of which the person¢') acted, executed the instrument. i············ ~ CHRISTINE •ITERSON ~ -~~ Notary ~ubl1c ~ California ; ·~-""..£:· R1ver\1C:e County ! ~ Comm1ss1on 1' 2283168 - •,.co•_. My Corr.:r.. £x;me'i A:,r 24. 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s;gnature Cli~ ~@/) Signature of Notary Public OPTIONAL Completing this information con deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association CONTRACT PUBLIC WORKS This agreement is made this ( /o%.t day of OG±ob,~ , 2019, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Canyon Springs Enterprises dba RSH Construction whose principal place of business is 3883 Wentworth Dr. Hemet, CA 92545 (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 l' •+i' Revised 6/12/18 Contract No. 9009-A Page 29 of 108 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 Ill disposal site in accordance with provisions of existing law. 8. 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. ,, •+;' Revised 6/12/18 Contract No. 9009-A Page 30 of 108 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. (8) 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 l'\ • ., Revised 6/12/18 Contract No. 9009-A Page 31 of 108 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. ,, •+;' Revised 6/12/18 Contract No. 9009-A Page 32 of 108 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. i L,{. init ~ L-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. l' •+;' Revised 6/12/18 Contract No. 9009-A Page 33 of 108 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. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill l' •+;' Revised 6/12/18 Contract No. 9009-A Page 34 of 108 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: Cafl4D'\':Q1t)1CjdS, t,erpll,i~ OF CARLSBAD a municipal corporation d,ha J2$ ~,'I?') of the State of Caj°JJ ~~ Contractor) By: W ---:--HM:,~,..;.-i,..~--=-'=-..,__ ______ _ By: \1 ·-"~n he;) H LL, Mayor ,bomCLS llmea?\4 R~0; deaf (print rfafne and mle) By: -~~__,..' ~----===--"'""""'-=====:;.___--_--~ (print name and ti le) ... //1.,/,(IJ t'/L 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 {'\ •+;' Revised 6/12/18 Contract No. 9009-A Page 35 of 108 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ~:o:o:o:™6:0IOOO:o:o:o:~:oa~:o:o:o:~:o:o:o:~10:11:o:o:01™ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca~mia County of . K\\lc.f S 1'J li On -e \ J: I ~~0 before me, Here Insert Name and Title of the Offic r personally appeared J hCVYl?L~ LJ ~ el] tl_ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person{,i) whose name(i~are subscribed to the within instrument and acknowledged to me that(9/she/they executed the same in@her/their authorized capacity(i~ and that ~@/her/their signature~ on the instrument the person~, or the entity upon behalf of which the person(~ acted, executed the instrument. @ CHRISTINE PETERSON < Notary Public . California I R1ver~1de, County f ;omm1551on • 2283168 My ... ~rr..T. Ex:wp~ 4.;:lr 24, 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea(2 Signature ~ lk)~ ~ Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. who proved to me on the basis of satisfactory evidence to be the person~ whose name(~/are subscribed to the within instrument and acknowledged to me that~/she/they executed the same in @/her/their authorized capacity(j.~). and that by(b]g/her/their signature¢ on the instrument the person~ or the entity upon behalf of which the personf) acted, executed the instrument. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ::n~~~,: m~z;:e•llw Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT This bond was issued in two (2) original counterparts Bond No. SUR0057329 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad. State of California, has awarded to Canyon Springs Enterorises dba RSH Construction (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, Canyon Springs Enterprises dba RSH Construction , as Principal, (hereinafter designated as the "Contractor"), and Argonaut Insurance Company ______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of SIX HUNDRED TWENTY FOUR THOUSAND SEVEN HUNDRED NINETY SEVEN Dollars and FIVE Cents ($624,797.05), 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 admin- istrators, 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 9i 00, 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 9'100, 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. {'. •+;' Revised 6/12/18 Contract No. 9009-A Page 36 of 108 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 j7trl Executed by SURETY this _2_1_st ___ day day of Nl~ lJ Sl ,2o_B. of _____ A_u--=g'--u_st _____ , 2019 . CONTRACTOR: Canyon Springs Enterprises dba RSH Construction Services (name of Contractor) .-·~ By. \.;,"(;;g~~re) ThOilla<S Uff tm n , (print -ITJe here) r{'ef)td/eaf (title and or nization of signatory) By: f~:) ... • (: here) ~rdo tJ-rajfu (print name here) SURETY: Argonaut Insurance Company (name of Surety) 225 W. Washington St., 24th Floor, Chicago, IL 60606 (address of Surety) Arturo Ayala, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing cur:-2:1t power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must bf:> 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 ~,Cg/ Deputy ~rney-7 {~ •,r Revised 6/12/18 Contract No. 9009-A Page 37 of 108 ACKNOWLEDGMENT , A notary public or other officer completing this certificate verifies only the identity of the individual ' who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or , validit of that document. State of California County of _____ O_ra_n_g_e _____ ~ On ___ 8_/2_1_/_2_01_9 ______ before me, ___ M_e_li_s_sa_A_n_n _V_a_cc_a_r_o_, N_o_t_a~ry_P_u_b_li_c ____ _ (insert name and title of the officer) personally appeared Arturo Ayala who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatureffio_..,~~0-..~~\Jcl.Lcp"-0(Seal) Melissa Ann Vaccaro MELISSA ANN VACCARO • COMM. #2241394 ~ · t Notary Public-California a: • ORANGE COUNTY LL My Comm. Expires May 12, 2022 Argonaut Insurance Company Bond No. SUR0057329 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Daniel Huckabay, Shaunna Rozelle Ostrom, Arturo Ayala Frank Morones Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $50,000,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile ~nature. which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attomey,.to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May, 2017. STATE OF TEXAS COUNTY OF HARRIS SS: by: Argonaut Insurance Company Joshua C. Betz , Senior Vice President On this 8th day of May, 2017 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified., came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid., and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authorityand direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ·, '" ' -· ._ .. ,. j ' . * ~ ~ '-'• • ' I ,. ~ c ~tt ...._ \ r ( ,., , -l ,' ,, I , l•I (Notary Public) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the~ day of_A_u_g_u_s_t ______ ~ 2019 _,< -:~-:.. -) --:-/---c-----.-~--..... (_ ' James Bluzard, Vice President-Surety THIS DOCUMENT IS NOT VALID UNLE~8 TH£ WORDS ARGO POWER OF ATTORNEY ARE IN BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 -8400. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. County of K\\ltf:Sl d. t n State of California • ~ On 8 \J.7 \ \ q before me, J\ffcltQ.e it+~~ l'J)t-a,ff:1 {;;ti, (l Date Here Insert Name and ;it/~ of the .crt!.~ personally appeared '::tho ma . .) L2wenlA CtrJd fcilJ:LMo te~lZl Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is~ ...§.lli?,SCribed to the within instrument and acknowledged to me that he/sh~ executed the same in his/he~ authorized capacity(ies), and that by his/her~ signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~·-·········· ~ Ch,l.S7:NE ?E-:-ERSON ~ -Notar, Pcol1c -California < i....... z ~ :~~; R111ers1ce County ~ ~ Comm,ss1on :I 2283168 - ••-•c•• ""'! Corr.rr. Ex;:ure<; A;,r 24, 2023 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (!J®w~ Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ~~:o:o:~:o:e:o:o:§'Dfloo:o:o:o:o:o:o:o~:o:o:o:oa e:@iffilo:o:o:o: ©2018 National Notary Association THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT This bond was issued in two (2) original counterparts Bond No. SUR0057329 Premium: $4,655.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Canyon Springs Enterprises dba RSH Construction (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, Canyon Springs Enterprises dba RSH Construction , as Principal, (hereinafter designated as the "Contractor"), and Argonaut Insurance Company ______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum SIX HUNDRED TWENTY FOUR THOUSAND SEVEN HUNDRED NINETY SEVEN Dollars and FIVE Cents ($624,797.05), 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 admin- istrators, 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. {". •~ Revised 6/12/18 Contract No. 9009-A Page 38 of 108 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 At ~«25[ CONTRACTOR: Canyon Springs Enterprises dba RSH Construction Services (name of Contractor) By:'--"-----.:~ \,, , (~i~.l<-h-1~-re-) - (Title and Organization of Signatory) By ~ (sign.,here) idmoio Yroutet (print name here) Executed by SURETY this _2_1_s_t __ day of August , 20:!..§__ SURETY: Argonaut Insurance Company (name of Surety) 225 W. Washington St., 24th Floor, Chicago, IL 60606 (address of Surety) (833) 820-9137 Arturo Ayala, Attorney-in-Fact (printed name of Attorney-in-Feet) (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 city7rjfo"rney {". • .., Revised 6/12/18 Contract No. 9009-A Page 39 of 108 ACKNOWLEDGMENT I A notary public or other officer completing this • certificate verifies only the identity of the individual 1 who signed the document to which this certificate is ; attached, and not the truthfulness, accuracy, or · validity of that document. State of California County of _____ O_r_a_n-g_e _____ ~ On ___ 8_/_2_1 /_2_0_19 ______ before me, ___ M_e_li_s_sa_A_nn_V_a_cc_a_r_o,_N_o_t_a~ry_P_u_b_li_c ____ _ (insert name and title of the officer) personally appeared Arturo Ayala who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify und12r PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~ MELISSA ANN VACCARO ~ ~~ :' .:::::• ·. ;_ COMM. #2241394 ~ 4i,f;~ ·. ; Notary Public-California ll: 't,l. ORANGE COUNTY 11. ~ My Comm. Expires May 12, 2022~ Argonaut Insurance Company Bond No. SUR0057329 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook. Illinois does hereby nominate, constitute and appoint: Daniel Huckabay Shaunna Rozelle Ostrom Arturo Ayala, Frank Morones Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $50 000 000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power ofattomey, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company. all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized otlicer on the 8th day of May, 2017. STATE OF TEXAS COUNTY OF HARRIS SS: by: Argonaut Insurance Company Joshua C. Betz, Senior Vice President On this 8th day of May, 2017 A.O., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. (Notary Public) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my harnl. rn1J 3ffixed the Seal of said Company, on the~ day of_A_u~g~u_st ______ __, 2019 --~ , ,~~-- '-' James Bluzard , Vice President-Surety THIS DOCUMENT IS NOT VALID llNLESS THE WORDS ARGO POWER OF ATTORNEY ARE IN BUIE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 -8400. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California . County of 12,wt~\d. e.> On personally appeared --rhara,S L2AJ e{\4 Q,Ud roloraJk Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be :!2.._~erson(s) whose name(s) is/. re scribed to the within instrument and acknowledged~ that he/she~xecuted the same in his/he their authorized capacity(ies), and that by his/he~signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s;gnature &~ ~CV) Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): _______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association 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 -----------------------------ca II e d "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. l' •ff Revised 6/12/18 Contract No. 9009-A Page 40 of 108 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 ------'-'-'--"'---"'-'-=-=...;a;....;.;..-'-=-~=-'-'----- 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. ,., •,;' Revised 6/12/18 Contract No. 9009-A Page 41 of 108 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: ,, •;;' Revised 6/12/18 Title ______ _;M"'""A:......;..;..Y...=;0-=--R.:.....-_____ _ Name ----------------- Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title ----------------- Name ________________ _ Signature ______________ _ Address ---------------- Title ----------------- Name ----------------- Signature ______________ _ Address ---------------- Contract No. 9009-A Page 42 of 108 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. l'\ •fi' Revised 6/15/17 Contract No. 9009-A Page 43 of 108 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. l'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 44 of 108 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. l'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 45 of 108 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. {'\ •,;' Revised 6/15/17 Contract No. 9009-A Page 46 of 108 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. l' •;;' Revised 6/15/17 Contract No. 9009-A Page 47 of 108 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon DBL ................................................................... Double ABAND ...................................................... Abandoned DF ............................................................... Douglas fir ABS ........................ Acrylonitrile -butadiene -styrene DIA ................................................................. Diameter AC ..................................................... Asphalt Concrete DIP ..................................................... Ductile iron pipe ACP .......................................... Asbestos cement pipe DL ................................................................ Dead load ACWS ..................... Asphalt concrete wearing surface DR ...................................................... Dimension Ratio ALT ................................................................ Alternate DT ................................................................. Drain Tile APTS ................................ Apartment and Apartments DWG ............................................................... Drawing AMER STD ................................... American Standard DWY ............................................................. Driveway AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve DWY APPR ................................... Driveway approach E .......................... ~ ........................................... Electric BCR ....................................... Beginning of curb return EA ........................................................................ Each BORY ............................................................ Boundary EC ............................................................ End of curve BF ..................................................... Bottom of footing ECR ................................................ End of curb return BLDG ........................................ Building and Buildings EF ................................................................ Each face BM ............................................................ Bench mark EG .......................................................... Edge of gutter BVC ................................... Beginning of vertical curve EGL. ................................................. Energy grade line BM/ ........................................................... Back of wall El .................................................................. Elevation CIC ..................................................... Center to center ELG ..................................... Electrolier lighting conduit CAB ...................................... Crushed aggregate base EL T ........................................................ Extra long ton CAUOSHA ............ California Occupational Safety and ENGR ....................................... Engineer, Engineering Health Administration EP ................................................... Edge of pavement CalTrans ....... California Department of Transportation ESMT ........................................................... Easement CAP ................................... Corrugated aluminum pipe ETB .......................................... Emulsion-treated base CB ............................................................. Catch Basin EVC .............................................. End of vertical curb Cb ........................................................................ Curb EWA. .............................. Encina Wastewater Authority CBP ............................... Catch Basin Connection Pipe EXC ........................................................ .' ... Excavation CBR ....................................... California Bearing Ratio EXP JT ................................................. Expansion joint CCR ............................. California Code of Regulations EXST ............................................................... Existing CCTV ............................................... Closed Circuit TV F .................................................................. Fahrenheit CES ......................... Carlsbad Engineering Standards F&C ................................................... Frame and cover CF ................................................................. Curb face F&I .................................................. Furnish and install CF ................................................................ Cubic foot FAB ............................................................... Fabricate C&G .................................................... Curb and gutter FAS .... : .......................................... Flashing arrow sign CFR ................................ Code of Federal Regulations FD ............................................................... Floor drain CFS .......................................... Cubic Feet per Second FON ........................................................... Foundation GIP ......................................................... Cast iron pipe FED SPEC .................................. Federal Specification GIPP ............................................... Cast-in place pipe FG ........................................................ Finished grade CL ............................................. Clearance, center line FH ............................................................. Fire hydrant CLF ..................................................... Chain link fence FL. .................................................................. Flow line CMB ............................... Crushed miscellaneous base FS ...................................................... Finished surface CMC ......................................... Cement mortar-coated FT-LB ......................................................... Foot-pound CML ............................................ Cement mortar-lined FTG .................................................................. Footing CMWD .................... Carlsbad Municipal Water District FW ............................................................ Face of wall CO ................................................... Cleanout (Sewer) G ........................................................................... Gas COL ................................................................. Column GA ..................................................................... Gauge COMM ...................................................... Commercial GAL. ............................................... Gallon and Gallons CONG ............................................................ Concrete GALV ......................................................... Galvanized CONN ........................................................ Connection GAR ........................................... Garage and Garages CONST ................................... Construct, Construction GIP .............................................. Galvanized iron pipe COORD ...................................................... Coordinate GL ......................................... Ground line or grade line CSP ........................................... Corrugated steel pipe GM .............................................................. Gas meter CSD ............................... Carlsbad Standard Drawings GNV ............................................... Ground Not Visible CTB ............................................. Cement treated base GP .................................................................. Guy pole CV ............................................................. Check valve GPM ................................................ gallons per minute CY ............................................................... Cubic yard GR ..................................................................... Grade D .............................................................. Load of pipe GRTG .............................................................. Grating dB .................................................................. Decibels GSP ........................................... Galvanized steel pipe l' •;;' Revised 6/15/17 Contract No. 9009-A Page 48 of 108 H ............................................................ High or height Pl .................................................. Point of intersection HB .................................................................. Hose bib PL ............................................................ Property line HC ................................................... House connection PMB ............................ Processed miscellaneous base HOWL ........................................................... Headwall POC ...................................................... Point on curve 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) ~ ............................................................... ~mpwm L TS .................................................... 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 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 RM/ ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil RN-1 .......................................................... 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 SOR ....... 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 ST A ................................................................... Station STD ................................................................ Standard STR .................................................................. Straight STR GR ................................................. Straight grade STRUC ......................................... Structural/Structure SW ................................................................. Sidewalk SWD ..................................................... Sidewalk drain ~ ............................................................. ~~~~~ T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone {'\ •ff Revised 6/15/17 Contract No. 9009-A Page 49 of 108 TF .......................................................... Top of footing VC .......................................................... Vertical curve TOPO ........................................................ Topography VCP .................................................. Vitrified clay pipe TR ........................................................................ Tract VERT ............................................................... Vertical TRANS ......................................................... Transition ~L .................................................................. ~u~ TS ......................... Traffic signal or transition structure VWD ...................................... Vallecitos Water District TSC ............................................. Traffic signal conduit W ....................... Water, Wider or Width, as applicable TSS ........................................... Traffic signal standard WATCH .............. Work Area Traffic Control Handbook TW .............................................................. Top of wall WI ............................................................ Wrought iron TYP ................................................................... Typical WM .......................................................... Water meter UE .............................................. Underground Electric WPJ ........................................... Weakened plane joint USA ................................... Underground Service Alert XCONN ............................................ Cross connection VAR .................................................... Varies, Variable XSEC ..................................................... Cross section VB ................................................................ Valve box 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. l' •+;' Revised 6/15/17 Contract No. 9009-A Page 50 of 108 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 (µm) 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 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) SI Units (abbreviation) Commonly Used in Both Systems Common Metric Prefixes ~~it\i·?:::::::::::::::::::::::::::::::::::::::::::::::::::::: :: : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : ~ r! [{~~~~ \::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:; 2 1-5 SYMBOLS ~ L. % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line {' •+;' Revised 6/15/17 Contract No. 9009-A Page 51 of 108 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 1 0 percent of the subcontract involved, after a public hearing. ,., •+;' Revised 6/15/17 Contract No. 9009-A Page 52 of 108 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. ,, •;;' Revised 6/15/17 Contract No. 9009-A Page 53 of 108 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 1 0 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. ,., •,;' Revised 6/15/17 Contract No. 9009-A Page 54 of 108 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. 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) 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. ,, •ff Revised 6/15/17 Contract No. 9009-A Page 55 of 108 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. ,, •,;' Revised 6/15/17 Contract No. 9009-A Page 56 of 108 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 per4-1.5. 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 l' •+;' Revised 6/15/17 Contract No. 9009-A Page 57 of 108 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. {'\ •;;' Revised 6/15/17 Contract No. 9009-A Page 58 of 108 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. ('\ • ., Revised 6/15/17 Contract No. 9009-A Page 59 of 108 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. ,, •fi' Revised 6/15/17 Contract No. 9009-A Page 60 of 108 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. ,, •+;' Revised 6/15/17 Contract No. 9009-A Page 61 of 108 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 CAL TRANS, 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. ,., •+;' Revised 6/15/17 Contract No. 9009-A Page 62 of 108 (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. ,, •,;' Revised 6/15/17 Contract No. 9009-A Page 63 of 108 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 Ill 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. l'\ •ff Revised 6/15/17 Contract No. 9009-A Page 64 of 108 "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:---------------- Date: --------------- Title: -------------- 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. l' •tr Revised 6/15/17 Contract No. 9009-A Page 65 of 108 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 · ,, •ti Revised 6/15/17 Contract No. 9009-A Page 66 of 108 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 1 0 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. ,, • ., Revised 6/15/17 Contract No. 9009-A Page 67 of 108 (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 l' • .., Revised 6/15/17 Contract No. 9009-A Page 68 of 108 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. ,, •+f Revised 6/15/17 Contract No. 9009-A Page 69 of 108 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. l' • ., Revised 6/15/17 Contract No. 9009-A Page 70 of 108 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 {'\ •ff Revised 6/15/17 Contract No. 9009-A Page 71 of 108 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. ,, •+; Revised 6/15/17 Contract No. 9009-A Page 72 of 108 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. ,, •+;' Revised 6/15/17 Contract No. 9009-A Page 73 of 108 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 l'\ •;;' Revised 6/15/17 Contract No. 9009-A Page 74 of 108 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. l'\ •ff Revised 6/15/17 Contract No. 9009-A Page 75 of 108 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. ,, •ff Revised 6/15/17 Contract No. 9009-A Page 76 of 108 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. l'\ •+' Revised 6/15/17 Contract No. 9009-A Page 77 of 108 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. l' •;;' Revised 6/15/17 Contract No. 9009-A Page 78 of 108 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. ,, •+;' Revised 6/15/17 Contract No. 9009-A Page 79 of 108 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. l' •+;' Revised 6/15/17 Contract No. 9009-A Page 80 of 108 6-1.2.1 0 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. ,, •;;' Revised 6/15/17 Contract No. 9009-A Page 81 of 108 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 "NotAccepted". 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 l'\ • ., Revised 6/15/17 Contract No. 9009-A Page 82 of 108 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 ,, •,;' Revised 6/15/17 Contract No. 9009-A Page 83 of 108 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. {'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 84 of 108 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. l' •ff Revised 6/15/17 Contract No. 9009-A Page 85 of 108 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. ('\ •,;' Revised 6/15/17 Contract No. 9009-A Page 86 of 108 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. l'\ •+' Revised 6/15/17 Contract No. 9009-A Page 87 of 108 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. ,, •ti Revised 6/15/17 Contract No. 9009-A Page 88 of 108 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." ,, •+' Revised 6/15/17 Contract No. 9009-A Page 89 of 108 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-Cll-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. ,, •+;' Revised 6/15/17 Contract No. 9009-A Page 90 of 108 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. ,, •fi' Revised 6/15/17 Contract No. 9009-A Page 91 of 108 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 shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-001, Construction General Permit and amendments thereto, Waste Dis- charge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construc- tion Activities (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. ,, •ff Revised 6/15/17 Contract No. 9009-A Page 92 of 108 A Tier 1 Storm Water Pollution Prevention Plan (SWPPP) form E-29 per the City of Carlsbad Engineering Standards, Volume 4 shall be completed by the Contractor. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included in the contract lump sum price bid. 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 ,, •;;' Revised 6/15/17 Contract No. 9009-A Page 93 of 108 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. 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. ,, •,;' Revised 6/15/17 Contract No. 9009-A Page 94 of 108 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. 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. {'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 95 of 108 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. 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 ................................................................................ . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ . 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District ........................................................ .. 7) Waste Management ...................................................................... . 760-602-2720 760-931-2197 760-931-2197 760-438-2980 760-602-2752 760-967-2828 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 {'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 96 of 108 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 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 CAL TRANS "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. AW20-1 (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 l'\ •+;' Revised 6/15/17 Contract No. 9009-A Page 97 of 108 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. 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. l' •,;' Revised 6/15/17 Contract No. 9009-A Page 98 of 108 (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 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 {'\ •;;' Revised 6/15/17 Contract No. 9009-A Page 99 of 108 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." ,., •;;' Revised 6/15/17 Contract No. 9009-A Page 100 of 108 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. ,, •+;' Revised 6/15/17 Contract No. 9009-A Page 101 of 108 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 (' •+;' Revised 6/15/17 Contract No. 9009-A Page 102 of 108 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. l' •ff Revised 6/15/17 Contract No. 9009-A Page 103 of 108 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 l' •,;' Revised 6/15/17 Contract No. 9009-A Page 104 of 108 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. ,, •fl' Revised 6/15/17 Contract No. 9009-A Page 105 of 108 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(8). 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(8). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm (¾") 12.5-mm (½") 9.5-mm <3/a") 4. 75-mm (No. 4) 2.36-mm (No. 8) 75-um (no. 200) Sieve Sizes 25-mm (1") 19-mm (¾") 9.5-mm (3/a") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-µm (No. 30) 300-um (No. 50) 75-µm (no. 200) l'\ •ff Revised 6/15/17 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type 8 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 9009-A Page 106 of 108 200-2 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. Sieve Sizes 2" ································· 11/2'' ........................... . 1'' ................................ . 3/4" ............................. . No. 4 .......................... . No. 30 .......................... . No.200 ....................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3f4'' Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 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. ('\ •,;' Revised 6/15/17 Contract No. 9009-A Page 107 of 108 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) (3l PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monu-330-C-23 ments (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 31 0-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") 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. ,, •;;' Revised 6/15/17 Contract No. 9009-A Page 108 of 108 July 30, 2019 ADDENDUM NO. 1 Ccicyof Carlsbad RE: THE CROSSING AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT, PROJECT NO.: 9009-A; Bid No. PWS19-807PKS Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidde~s :ignalu~=~()'Y)1S Opf1eM-) 'yre,s(d,err\"' Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of K\\le~S\J,-v . On S \ tt\1 q before me (J\1M;n e, l-e\-eJ5£){), IQ o+a ~ )0 li{l(.; Date y L~ t4 Here Insert Name and Title of the O~ r personally appeared _J DOffiY .s -~ eot2-- Name(s) of Signer(s) ------------------------------------------• who proved to me on the basis of satisfactory evidenc~o be the personi,1 whose namei) 9'are subscribed to the within instrument and acknow~Rged to me thatQj9/she/they executed the same in~/her/their authorized capacity(~). and that b~/her/their signature~ on the instrument the persont,1, or the entity upon behalf of which the person(y!' acted, executed the instrument. eeeeee••••••~ ,. • CHRISTINE PETERSON ~a~-~-Not•ry PubllC California ~ ~ (~~~ Rw~r,:,1~t: County ~ 7 ~ Comm, .. ..,1an It 2283168 - ~My Co~~. b::w~AY 24. 2C23 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (jak'.JW ~ Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2018 National Notary Association From: No. of Pages: Date: CITY OF CARLSBAD The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project No. 9009-A Bid No. PWS19-807PKS Addendum No. 1 Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov 2 pages (including this page) July 30, 2019 Proposal Due Date: August 6, 2019 -11 a.m. (unchanged) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. All trades affected shall be fully advised of these changes, deletions, or additions. ITEM NO. 1: The City will dewater the lake at no additional cost to the contractor: Lake liner improvements must start at waterfall lakes. The waterfall lakes will be drained upon commencement of the lake liner contract, however the irrigation lake will not be fully drained until the completion of waterfall lakes (see Attachment A). Contract No. 9009-A -Crossing at Carlsbad Golf Course Municipal Golf Course Lake Refurbishment Addendum No. 1 TECHNICAL SPECIFICATIONS City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 PART 1 -GENERAL 1.1 1.2 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) 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. GOLF COURSE LAKE REFURBISHMENT 131200-1 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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: GOLF COURSE LAKE REFURBISHMENT 131200-2 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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 GOLF COURSE LAKE REFURBISHMENT 131200 -3 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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 2.0 2.1 2.2 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). PRODUCTS SPECIFIED BY BRAND NAME (See General Provisions Section 4-1.6) 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. 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. GOLF COURSE LAKE REFURBISHMENT 131200 -4 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 2.3 Submittals 3.0 3.1 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. CONCRETE 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. GOLF COURSE LAKE REFURBISHMENT 131200-5 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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). GOLF COURSE LAKE REFURBISHMENT 131200-6 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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. GOLF COURSE LAKE REFURBISHMENT 131200-7 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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 GOLF COURSE LAKE REFURBISHMENT 131200 - 8 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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. GOLF COURSE LAKE REFURBISHMENT 131200 - 9 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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. GOLF COURSE LAKE REFURBISHMENT 131200-10 City of Carlsbad -The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment -12/2018 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 GOLF COURSE LAKE REFURBISHMENT 131200 -11 APPENDIX A CALIFORNIA COASTAL COMMISSION PERMIT A-6-Cll-00-087 STATE OF CALIFORNIA -THE RESOURCES AGENCY CALIFORNIA COASTAL COMMISSION San Diego Coast Area Offtce ·575 Metropolitan Drive, Suite 103 1n Diego, CA 92108-4421 (619) 767-2370 GRAY DAVIS, Governor Page:1 Date: August 28, 2003 Permit Application No.: A-6-Cll-00-087 COASTAL DEVELOPMENT PERMIT On August 8, 2003, the California Coastal Commission granted to City of Carlsbad, Attn: Michael Holzmiller this permit subject to the attached Standard and Special conditions, for development consisting of Development of an 18 hole championship golf course, clubhouse, parking lot, maintenance facilities, driving range, conference center and pads for future industrial/golf related uses on 397 acre site. more specifically described in the application filed in the Commission offices. The development is within the coastal zone at North of Palomar Airport Road and east and west of College Boulevard, Mello II, Carlsbad, (San Otego County) Issued on behalf of the Callfornla Coastal Commission by ACKNOWLEDGMENT: PETER M. DOUG~! Executive Dire7;½'-~<~ By: Keri Aker,1 (1f-' ./ Coastal Pr~_sram Analyst The undersigned permitte-e acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. The undersigned permittee acknowledges that Government Code Section 818.4 which states in pertinent part that: •A Public entity is not liable for injury caused by the issuance_ •. of any permit . . . • applies to the issuanc,e of this permit. IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGMENT HAS BEEN RETU TO THE COMMISSION OFFICE. 14 Cal. Admin. Code Section 13 ciate STANDARD CONDITIONS: Page: g Date: August 28, 2003 Permit Application No.: A-6-Cll-00-087 1. Notice of Receipt and Acknowledgment. The permit is not valid and development shall not commence until a copy of the permit, signed by the permittee or authorized agent, acknowledging receipt of the permit and acceptance of the terms and conditions, is returned to the Commission office. 2. Expiration. If development has not commenced, the permit will expire two years from the date on which the Commission voted on the application. Development shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. 3. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 4. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. 5. Terms and Condrtlons Run with the Land. These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. SPECIAL CONDITIONS: The permit is subject to the following conditions: 1. Final Development Plans. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit to the Executive Director for review and written approval, detailed final plans for the proposed development that include site, building, grading and drainage plans. Said plans shall be in substantial conformance with the plan entitled "City of Carlsbad Golf Course Revisions" submitted with LCPA 1-03B (Habitat Management Plan) on February 7, 2003 and shal I comply with the following: a. There shall be no impacts to southern maritime chaparral habitat within the Coastal Zone portion of the project. Impacts to coastal sage scrub shall be consistent with the approved development plan and shall be mitigated as addressed In Condition #2 below. Any temporary impacts to wetland and/or riparian areas for the purpose of constructing golf cart path crossings shall be restored as addressed in Condition #3 below. b. The conservation and development areas for the golf course property shall be consistent with the golf course hardllne map (Figure 8 Revised) In the City of Carlsbad Habitat Management Plan (HMP). Areas shown for conservation shall not be impacted or disturbed except for revegetation, restoration and other similar activities related to mitigation. Areas shown for impact may be fully developed with appropriate mitigation. The permittee shall undertake the development In accordance with the approved plans. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes Page:~ Date: August 28, 2003 Permit Application No.: A-6-Cll-00-087 to the plans shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 2. Mitigation for Upland Habitat Impacts. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit to the Executive Director for review and written approval, a final detailed coastal sage scrub mitigation plan. Said plan shall be developed in consultation with the U.S. Fish and Wildlife Service and the California Department of Fish and Game, and shall include the following: a. Preparation of a detailed site plan delineating all areas and types of impact to upland habitat species (both permanent and temporary) and the exact acreage of each impact. In addition, a detailed site plan of the mitigation sites shall also be included. b. Impacts to coastal sage scrub shall be mitigated at not less than a ratio of 2:1. c. Mitigation methods shall be consistent with those approved in Section 7-9 of the second addendum to the Carlsbad HMP and Policy 7-1.1 O of the Mello 11 Land Use Plan of the Carlsbad LCP, as provided in Exhibit 10. d. A minimum buffer of 20 feet shall be provided between development as defined in Section 30106 of the Coastal Act, and native upland habitat, except as otherwise provided in Section 7-11 of the second addendum the Carlsbad HMP and Policy 3-1.12 of the Mello II Land Use Plan of the Carlsbad LCP, as provided in Exhibit 10. e. Location where the seeds will be collected and identification of plant species to be used for the restoration area; f. Application rate (e.g. pounds per acre of seeding effort); g. Methods of weed eradication. No weed whips shall be permitted after installation of the seed mixes; h. Designation of a qualified botanist to supervise the restoration effort; i. Goals, objectives and success criteria. The plan shall include quantitative success criteria that clearly relate to the goals and objectives of the habitat restoration program. These quantitative success criteria shall be based on sampling reference sites or on pertinent published reports. The success critieria shall include minimum requirements for species diversity and cover of shrubs, subshrubs, and herbaceous species. At minimum, five years after the initial planting the restored areas shall support at least 1 O native species appropriate to characterize the vegetation type and have evidence of recruitment of at least one-half of these species. Weeds shall be controlled as specified in (g) above and never constitute more than 1 O percent of the total cover. j. At completion of the mitigation/restoration effort, the restoration specialist shall prepare a letter report indicating that the installation is finished and that the five-year monitoring period has begun. Monitoring reports shall be submitted to the City and the Executive Director annually for five years. If at the end of five years, any of the restored areas fall to meet the success criteria as contained in the final mitigation plan, the monitoring and maintenance period will be extended one full year for that area. Final monitoring for success shall occur after at least a three-year period during which there has been no remediation or maintenance,.other than weeding. If the success critieria are not met after 6 years, an amendment to the permit shall be required. The permittee shall undertake development in accordance with the approved mitigation/restoration plan. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes to the plans shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 3. Restoration for Construction Impacts. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, if any temporary wetland and/or riparian impacts are proposed, the applicant shall submit a detailed revegetation plan indicating the type, size, extent and location of all plant materials, any proposed Irrigation system and any other landscape features necessary to revegetate any proposed temporary wetland and/or riparian impacts. The restoration program shall be developed in consultation with the U.S. Department of Fish and Wildlife and the California Department of Fish and Game, and at a minimum shall include: Before/After Survey. The condition of the wetland and/or riparian revegetation and substrate under the two approved golf cart crossing locations shall be documented prior to construction, and the extent of proposed temporary impacts shall be identified. The extent of impacts to the vegetation and substrate shall be assessed and documented after completion of the repairs. Temporary wetland and/or riparian impacts shall be revegetated at a ratio of 1 : 1 . There shall be no wetland Impacts except for those temporary impacts associated with construction of the two approved golf cart crossings. No permanent wetland or riparian impacts shall be allowed. a. The following goals, objectives and performance standards for the restoration sites: 1 . Full restoration of all wetland and/or riparian impacts that are identified as temporary. Restoration of temporarily impacted areas shall Include, at a minimum, restoration of before-impact elevations, restoration of before-impact hydrology, removal of all non-native plant species, and replanting with locally collected native wetland and/or riparian plant species. 2. After construction and restoration, a permanent minimum buffer of 100 feet shall be provided between development and wetlands, and a minimum buffer of 50 feet shall be provided between development and riparian area, except as shown on the "City of Carlsbad Golf Course Revisions" plan dated February 7, 2003. For the two approved golf cart path crossings and the golf course playing areas adjacent to the riparian area as shown on the plan, an average minimum post-construction buffer of 50 feet shall be provided between new development and wetlands, and an average minimum post-construction buffer of 25 feet shall be provided between new development and riparian areas, consistent with Policy 3-1.12 of the Mello II Land Use Plan and Section 7-11 of the Carlsbad HMP, as provided in Exhibit 10, unless otherwise approved by the Executive Director in a manner consistent with the final, approved development plans and mitigation/restoration plans. The buffer between development and riparian/wetland habitat for these referenced areas shall not be less than 1 o feet in width at any one point. 3. As shown on the plan entitled "City of Carlsbad Golf Course Revisions" submitted with LCPA 1-03B (Carlsbad HMP) on February 7, 2003, and consistent with the golf course hardline map (Figure 8 Revised) In the Carlsbad HMP, golf cart path crossing #1 shall utilize the existing farm road, and crossing #2 shall utilize a bridge span structure. No permanent riparian impacts shall occur for either crossing. 4. Success criteria and final performance monitoring shall provide at least a 90% coverage of areas disturbed by construction activities within 1 year of completion of construction activities. 5. The final design and construction methods that will be used to ensure the restoration sites achieve the defined goals, objectives and performance standards. 6. Submittal, within 30 days of completion of initial restoration work, of post- restoration plans demonstrating that the restoration sites have been established in accordance with the approved design and construction methods. Construction impacts to sensitive habitat areas (e.g., coastal sage and other native upland habitat, wetlands, and riparian areas) shall be avoided by identifying and staking all sensitive habitats outside the project footprint, and educating the construption crews about the importance of these habitats and need for protection. The permittee shall undertake development in accordance with the approved restoration plan. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes to the plans shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 4. Final Landscape Plans. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit to the Executive Director for review and written approval, a detailed final landscape plan for the proposed development. Said plan shall show the type, size, extent and location of all proposed vegetation and any necessary irrigation, and shall provide the following information and/or commit to the following requirements: a. The installation of plant materials on the site, except for golf course turf within the playing and practice areas, shall consist only of drought-tolerant native or non-invasive plant materials. Within buffers adjacent to native habitat, only native plant materials shall be installed. To the extent feasible, native grasses shall be utlilized in "rough" areas. b. Required habitat buffers, as provided In Special Condition #2, shall be Identified. The applicant shall provide a list of proposed plants to be used in the buffer areas, and shall indicate the type and location of any proposed barriers, signage or other methods that will be utilized to separate golf course activities from protected native habitat, wetlands and/or riparian area. c. A planting schedule that indicates the planting plan will be implemented within 60 days of completion of construction. d. A written commitment by the applicant that all required plantings will be maintained in good growing condition, and whenever necessary, will be replaced with new plant materials to ensure continued compliance. e. A written commitment by the applicant that five years from the date of opening of the golf course, the applicant will submit for the review and written approval of the Executive Director, a landscape monitoring report, prepared by a licensed Landscape Architect or qualified Resource Specialist, that certifies the on-site landscaping is in confonnance with the landscape plan approved pursuant to this Special Condition. The monitoring report shall include photographic documentation of plant species and plant coverage. f. If the landscape monitoring report indicates the landscaping is not in conformance with or has failed to meet the performance standards specified in the landscaping plan approved pursuant to this permit, the applicant, or successors in interest, shall submit a revised or supplemental landscape plan for the review and approval of the Executive Director. The revised landscaping plan must be prepared by a licensed Landscape Architect or a qualified Resource Specialist and shall specify measures to remediate those portions of the original plan that have failed or are not in conformance with the original approved plan. The permittee shall undertake development in accordance with the approved landscaping plans. Any proposed changes to the approved landscaping plans shall be reported to the Executive Director. No changes to the plans shall occur without a Coastal Commission approved amendment to this coastal development pennit unless the Executive Director determines that no amendment is legally required. · 5. Erosion Control Plans. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit to the Executive Director for review and written approval, an erosion and sediment control plan for the proposed development, prepared by a qualified resource specialist. The plan shall be In substantial confonnance with the followlng requirements: a. The plan shall delineate the areas to be disturbed by grading or construction activities and shall include any temporary access roads, staging areas and stockpile areas. The natural areas on the site shall be clearly delineated on the project site with fencing or survey flags. No grading or staging of equipment or supplies shall occur In the protected areas. b. The plan shall specify that if grading occurs during the rainy season (October 1 - March 31 ), the applicant undertake the following protective measures to assure offsite sedimentation is minimized to the maximum extent feasible: install or construct temporary sediment basins (Including debris basins, deslltlng basins or slit traps), temporary drains and swales, sand bag barriers and/or silt fencing; stabilize any stockpiled fill with geof abric covers or other appropriate cover; install geotextiles or mats on all cut or fill slopes; and close and stabilize open trenches as soon as possible. These erosion and sediment control measures shall be required on the project site prior to or concurrent with the initial grading operations and maintained throughout the development process. All sediment should be retained on-site unless removed to an approved dumping location either outside the coastal zone or to a site within the coastal zone permitted to receive fill. c. The plan shall also include temporary erosion control measures should grading or site preparation cease for a period of more than 30 days, including but not limited to: stabilization of all stockpiled fill, access roads, disturbed soils and cut and fill slopes with geotextiles and/or mats, sand bag barriers, and/or silt fencing; and installation of temporary drains and swales and sediment basins. These temporary erosion control measures shall be monitored and maintained until grading or construction operations resume. The permittee shall undertake development in accordance with the approved erosion control plans. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes to the plans shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 6. Drainage and Polluted Runoff Control Plan. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit for the review and approval of the Executive Director, final drainage and runoff control plans including supporting calculations. The plan shall be prepared by a licensed engineer and shall Incorporate structural and non-structural Best Management Practices (BMPs) designed to reduce the pollutant load of runoff to the maximum extent feasible, and reduce or eliminate any potential increases in the volume or velocity of runoff leaving the site. In addition to the specifications above, the plan shall be in substantial conformance with the following requirements: a. Selected BMPs (or suites of BMPs) shall be designed to treat, infiltrate or filter stormwater from each runoff event, up to and including the 85th percentile, 24-hour runoff event for volume-based BMPs, and/or the 85th percentile, 1-hour runoff event, with an appropriate safety faqtor, for flow-based BMPs. b. BMPs shall be selected to address the pollutants of concern for this development, including sediments, nutrients, pesticides, fertilizers, metals, petroleum hydrocarbons, trash and debris, and organic matter. c. Runoff shall be conveyed off site in a non-erosive manner. Energy dissipating measures shall be installed at the terminus of all outflow drains. d. Drainage from all roofs, parking areas, driveway area, and other impervious surfaces on the building pad shall be directed through vegetative or other media filter devices effective at removing and/or treating contaminants such as petroleum hydrocarbons, heavy metals, and other particulates. e. Opportunities for directing runoff Into pervious areas located on-site for infiltration and/or percolation of rainfall through grassy swales or vegetative filter strips, shall be maximized. f. The plan shall include provisions for maintaining the drainage system, including structural BMPs, in a functional condition throughout the life of the approved development. The plan shall Include an Identification of the party or entity{ies) responsible for maintaining the various drainage systems over Its lifetime and shall include written acceptance by the responsible entity(ies). Such maintenance shall include the following: (1) BMPs shall be inspected, cleaned and repaired when necessary prior to and during each rainy season, including conducting an annual inspection no later than September 30th each year and (2) should any of the project's surface or subsurface drainage/filtration structures or other BMPs fail or result in increased erosion, the applicant/landowner or successor-in-interest shall be responsible for any necessary repairs to the drainage/filtration system or BMPs and restoration of the eroded area. Should repairs or restoration become necessary, prior to the commencement of such repair or restoration work, the applicant shall submit a repair and restoration plan to the Executive Director to determine If an amendment to this coastal development permit or a new coastal development permit is legally required to authorize such work. · g. Parking lots susceptible to stormwater should be swept with a vacuum regenerative sweeper on a regular basis. h. The golf course shall be equipped with flow reducers or shutoff valves triggered by a pressure drop so that broken pipes do not Increase flow to the storm drains; i. The applicant shall provide, for the review and approval of the Executive Director, plans for a self-contained cart washing facility that is equipped with a pre-treatment facility, and, if significant discharge is proposed, is connected to the sanitary sewer: j. All storm drain inlet structures must be equipped with trash racks, which shall be maintained by the applicant and/or authorized agent. k. Storm drains shall be stenciled with water quality warnings indicating that the drain flows to the lagoon. The permittee shall undertake development in accordance with the approved drainage and runoff control plans. Any proposed changes to the approved drainage and runoff control plans shall be reported to the Executive Director. No changes to the approved plans shall occur without an amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 7. Water Quality Monitoring Plan. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit for the review and approval of the Executive Director, a water quality monitoring plan to address the quality of runoff prior to leaving the site or entering the onsite riparian area. The plan shall describe the methodology for monitoring, including specific threshold levels and sampling protocols, location of monitoring sites, schedule for monitoring, and reporting of results. The monitoring plan shall also include a contingency plan describing the actions to be taken if water quality impacts are discovered. In addition to specifications above, the plan shall be in substantial conformance with the following requirements: a. The plan shall require monitoring of the following pollutants: nitrates, nitrites, phosphates, dissolved oxygen, pH, total suspended solids (TSS), acute and chronic toxicity, and shall indicate the proposed sampling frequencies. Total suspended solids (TSS) shall be sampled for at the same frequency as the nutrients. b. The plan shall specify maximum threshold levels for each water quality parameter. c. The plan shall specify sampling protocols to be used for each water quality parameter. Measurements must be precise enough to evaluate compliance with applicable water quality threshold levels. d. Sampling for baseline data shall be conducted a minimum of three (3) times and during different level storms to acquire a representative sample of water quality conditions at the site. e. Results of monitoring shall be submitted to the Executive Director annually. f. If any water quality threshold levels referred to above in b) are exceeded, the applicant (or successor interest) shall notify the Executive Director of the exceedances and potential impacts and within 48 hours of receipt of the monitoring data. At the same time the applicant shall consult with the Executive Director regarding the need for additional sampling to evaluate the exceedance or corrective action to minimize water quality impacts. The applicant shall report to the Executive Director on the possible causes of the exceedance and proposed corrective actions within 30 days of the initial receipt of the data. g. If any water quality impacts persist after three years of detection, not withstanding any corrective actions taken by the applicant, all use of the chemicals that exceed water quality threshold levels shall cease. 8. Turf and Pest Management Plan, PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit to the Executive Director for review and approval, a detailed turf and pest management plan for the golf course portion of the development. The plan shall comply with the following requirements: a. Turf management practices shall utilize state-of-the-art environmental methods to minimize fertilizer use, water use and chemical pest control to the maximum extent feasible, to avoid impacts to native upland habitat, wetlands, riparian areas, and water quality. b. The plan shall favor non-chemical strategies over chemical strategies for managing onsite pests. Chemical strategies shall only be employed after all other strategies have been used and proven ineffective. This shall be demonstrated by providing written notice to the Executive Director of the non-chemical strategies that will be used, the reasons for their Ineffectiveness, and the chemical strategies that are being considered. The permittee shall undertake development in accordance vlith the approved turf and pest management plan plans. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes to the approved plans shall occur without an amendment to this coastal development permit unless the Executive Director determines that no amendment Is legally required. 9. Public Golf Course Facility. The goff course, clubhouse, parking areas, driving range, conference center and pads for future industriaVgolf related uses shall be operated as facilities open to the general publlc. Any proposed change In the level of public access and/or public use shall require an amendment to this permit. Signage shall be provided indicating that the onsite facilities as provided above are open to the public. 10. Open Space and Conservation Easement. A. No development, as defined in Section 30106 of the Coastal Act, shall occur in those areas indicated as Preservation Areas in Exhibit 7 (City Golf Course, Revised Figure 8 of the Carlsbad HMP, CAR LCPA 1-03B), except for temporary impacts associated with construction of the two approved golf cart path crossings, consistent with Special Condition #3, and onsite habitat restoration/revegetation activities as part of an approved coastal sage scrub mitigation plan, consistent with Special Condition #2. B. PRIOR TO ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall execute and record a document in a form and content acceptable to the Executive Director, irrevocably offering to dedicate to a the California Department of Fish and Game and the U.S. Fish and Wildlife Services, or their successor agencies, an open space and conservation easement over all onsite habitat preservation areas, and all mitigation areas (onsite and/or offsite) that will be utilized to address onsite impacts to habitat. The recorded document shall Include legal descriptions of both the applicant's entire parcel and the easement area(s). The recorded document shall also reflect that development in the easement area(s) is restricted as set forth in this permit condition. C. The offer to dedicate shall be recorded free of prior liens and encumbrances which the Executive Director determines may affect the interest being conveyed. The offer shall run with the land in favor of the People of the State of California, binding all successors and assignees, and shall be irrevocable for a period of 21 years, such period running from the date of recording. 11. Protectjon of the Coastal Ca(jfornia Gnatcatcher. To prevent breeding/nesting season impacts to the coastal California gnatcatcher (Polioptila califomica californica), the permittee shall not undertake any clearing or grading activities on the golf course site between March 1 and August 15, unless approved In writing by the U.S. Fish and Wildlife Service and the California Department of Fish and Game. Herbicide, pesticide and/or fertilizer applications shall occur outside of a 100-foot exclusion zone to avoid drift towards nesting areas. A worker education program shall be implemented to ensure that all goH course construction and maintenance workers know the location of all gnatcatcher nests and are aware of the above-described protection measures. During the non-breeding season (August 16 through February 28), if construction activities will produce noise levels greater than 60 db, gnatcatcher-occupied habitats within the habitat preserve areas shall be shielded from the sight and sound of such activities taking place within 50 feet of the occupied habitat, using the followlng technique. During construction, the gnatcatcher habitat will be shielded from sight and sound by 8-foot high, solid 1-inch thick barriers. A biological monitor must be cnsite daily to ensure that the construction activities aie having no negative impact on gnatcatchers. The permlttee shall staff a qualified monitoring biologist on-site during all CSS clearing and any other project-related work adjacent to CSS to be avoided. The biologist must be acknowledgeable of gnatcatcher biology and ecology. The permittee shall ensure that prior to and during the clearing of coastal sage scrub and/or any other suitable gnatcatcher habitats outside the gnatcatcher breeding season, the biologist shall locate any individual gnatcatchers on-site and direct clearing to begin In an area away from birds. In addition, the biologist shall walk ahead of clearing equipment to flush birds towards areas of habitat that will be avoided and/or which are located within the permanent preserve areas. 12. Open Space Restriction. A. No development, as defined in Section 30106 of the Coastal Act, shall occur in habitat buffer areas as required in Special Conditions #2 and 4, and as identified in the final landscape plans, and as described and depicted in an Exhibit attached to the Notice of Intent to Issue Permit (NOi) that the Executive Director issues for this permit, except for 1. approved landscaping activities and plantings and/or restoration and revegetation of native habitat according to the final coastal sage scrub mitigation plan; and B. PRIOR TO ISSUANCE BY THE EXECUTIVE DIRECTOR OF THE NOi FOR THIS PERMIT, the applicant shall submit for the review and approval of the Executive Director, and upon such approval, for attachment as an Exhibit to the NOi, a formal legal description and graphic depiction of the portion of the subject property affected by this condition, as generally described above and shown on Exhibit 7 attached to this staff report. C. PRIOR TO ANY CONVEYANCE OF THE PROPERTY THAT IS THE SUBJECT OF THIS COASTAL DEVELOPMENT PERMIT, the applicant shall execute and record a deed restriction, in a form and content acceptable to the Executive Director: (1) indicating that, pursuant to this permit, the California Coastal Commission has authorized development on the subject property, subject to terms and conditions that restrict the use and enjoyment of that property (hereinafter referred to as the "Standard and Special Conditions); and (2) imposing all Standard and Special Conditions of this permit as covenants, conditions and restrictions on the use and enjoyment of the Property. The restriction shall include a legal description of the applicant's entire parcel or parcels. It shall also indicate that, in the event of an extinguishment or termination of the deed restriction for any reason, the Standard and Special Conditions of this permit shall continue to restrict the use and enjoyment of the subject property so long as either this permit or the development it authorizes -or any part, modification or amendment thereof -remains in existence on or with respect to the subject property. 13. Any future revisions to the golf course layout and/or design which may be necessary to address golf course operations or any other reason shall require an amendment to this permit. Any such revisions to the golf course shall occur within the approved developable area in the least environmentally damaging manner that is most protective of the sensitive resources within the habitat preserve. No impacts to resources within the preserve shall be permitted. 14. Technical Advisory Panel. An independent technical advisory panel of environmental and agency representatives shall be provided the opportunity to review and comment on the management plans and ongoing monitoring reports. This will allow for meaningful input by all parties interested in the water quality in the Agua Hedionda Lagoon, and will assist the Coastal Commission staff and the City in effectively assuring the environmental quality of the golf course. All review and comments will be requested to be submitted 'Nithin 45 days of receipt of draft plans. The Executive Director of the California Coastal Commission shall have final authority over the determination of condition compliance, unless it is determined that the item should be referred to the Commission. A-6-CII-00-087p APPENDIX B GEOTECHNICAL REPORT I GEOTECHNICAL lNVESTIGA TION -._\ FOR THE PROPOSED l ( CARLSBAD MUNICIPAL GOLF COURSE, J CARLSBAD, CALJFORN!A / ~ / '------/ ----------·----· .--- LEIGHTON AND ASSOCIATES, INC . Geotechnlcal 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, California 9210 I 3934 MURPHY CANYON ROAD. SUITE B205, SAN DIEGO. CA 92123 (619) 292-8030 • (800) 447-2626 FAX (619) 292-0771 LEIGHTON AND ASSOCIATES, INC. Geotechnical and Environmental Engineering Consultants To: Attention: P&D Technologies January 23, 1998 (Revised February 16, 1998) 401 West A Street, Suite2500 San Diego, California 9210 I Mr. Chuck Moore Project No. 4841363-006 Subject: Geotechnical Investigation for the Proposed Carlsbad Municipal Golf Course, Carlsbad, California In accordance with your request, Leighton and Associates, Inc. has performed a geotechnical investigation for the proposed Carlsbad Municipal Golf Course located in Carlsbad, California. 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 structural 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. ~c.~· . Scott C. Burns, RCE 55370 Senior Staff Engineer KAB/JGF/MRS Distribution: (6) Addressee 3934 MURPHY CANYON ROAD, SUITE B205, SAN DIEGO, CA 92123 (619) 292-8030 • (800) 447-2626 FAX (619) 292-0771 4841363-006 TABLE OF CONTENTS Section 1.0 INTRODUCTION ................................................................................................................................................ 1 1.1 PURPOSEANDSCOPE ........................................................................................................................................ 1 l .2 SITE DESCRIPTlON. .............................................. : ........... , ............................................................ : .................... 3 1.3 PROPOSEDDEVELOPMENT ................................................................................................................................ 3 1.4 CURRENTSITElNVESTIGATION ........................................................................................................ : ................ 4 2.0 SUMMARY OF GEOTECHNICA,LCONDITIONS ......................................................................................... 5 2.1 REGIONALGEOLOGY ........................................................................................................................................ 5 2.2 SITE GEOLOGY .................................................................................................................................................. 5 2.2.1 Jurassic Santiago Peak Volcanics (Map Symbol -Jsp) ............................................................................ 5 2. 2.2 Santiago Formation (Map Symbol -Ts) ................................................................................................... 5 2.2.3 TerraceDeposits(MapSymbol-Qt) ........................................................................................................ 6 2. 2. 4 Alluvium (Map Symbol -Qal) .................................................................................................................. 6 2.2.5 Colluviuml Slope Wash (Unmapped) ....................................................................................................... 6 2.2.6 Topsoil(Unmapped) ................................................................................................................................ 7 2.2. 7 Documented Fill (Map Symbol-AJJ ....................................................................................................... 7 2.2. 8 Undocumented Fill (Map Symbol -Afu) ................................................................................................... 7 2.3 GEOLOGIC STRUCTURE ..................................................................................................................................... 8 2.4 GROUNDWATER. .......................................................................................................... , ................................... 8 2.5 MAsSMOVEMENT ............................................................................................................................................ 8 2.6 FAULTrNGANDSE!SMICITY ............................................................................................................................... 8. 2.7 SEISMIC CONSIDERATIONS ................................................................................................................................ 9 2. 7. 1 Liquefaction/DynamicSettlement ............................................................................................................. 9 2.8 GRADED SLOPES ............................................................................................................................................. 10 2.8.J ExistingS/opeConfigurations. ....................................................... , ..... :················································· JO 2.8.2 Cut and Fil/Slopes.: ............................................................................................................................. 11 2.8.3 Slope Stability Analysis ......................................................................................................................... 11 2. 8. 4 Surficial Slope Stability ......................................................................................................................... 12 3.0 EXPANSION POTENTIAL .............................................................................................................................. 14 3.1 SULFATECONTENT, MINIMUMRESISTMTYANDPH ....................................................................................... 14 3.2 EARTHWORK SHRINKAGE/BULKING ............................................................................................................... 15 4.0 CONCLUSIONS ................................................................................................................................................ 16 5.0 RECOMMENDATIONS ................................................................................................................................... 18 5.1 GOLF COURSE AND BUILDrNG STRUCTURE EARTHWORK. ................................................................................ 18 5. 1.1 Site Preparation ............................. ·-························· .. ·-····························-·········· .................. _ .......... 18 5. 1.2 Removal and Recompactionof PotentiallyCompressibleSoils .............................................................. 18 - i - UIOHTOII AND ASSOCIATES, INC. 5.1.3 5.1.4 5.1.5 5.1.6 5.1.7 5.1.8 5.1.9 5.1.10 5.1.11 4841363-006 TABLE OF CONTENTS (Continued) Excavations ................. : .......................................................................................................... , .............. 19 Fill Placement and Compaction. ............................................................................................................ 19 Stability Fi/ls ........................................................................................... : .. ···· ........................................ 20 TransitionLots ................ :···············: .......................................................... , ............................................. 20 Control of Ground Water and Surface Waters ........................................................................................ 20 Preliminary Foundation Design Considerations for Bui/ding Structures. ............................................... 21 Footing Design/or Building Structures. ................................................................................................. 2 I Floor Slab Design. ................................................................................................................................. 22 FoundationSetback ............................................................................................................................... 22 5.2 SPECIAL DESIGN AND GRADING CONSIDERA TIONSFOR FILL SETTLEMENT ....................................... : .............. 22 5.3 EXPANSIVESOILSIPRESOAK ................................................................................................................ ! ........... 23 5 .4 RETAINING WALL DESIGN CONSIDERATIONS .................................................................................................. 23 5.5 FOUNDATION DESIGN AND EARTIIWOR.K REQUIREMENTS FOR BRIDGE STRUCTURES ....................................... 25 5.5.l College Bridge ................................................................................ : ...................................................... 25 5. 5.2 Eastern and Western Bridge Crossing Main Drainage Course. .............................................................. 29 5.5.3 DeepFoundationDesign, Eastern and Western Bridges ........................................................................ 30 5.6 TYPEOFCEMENTFORCONSTRUCTION .......................................... , ..................................................... , ........ : .. 33 5.7 CORROSIONRESISTANCE. ...... , ..... : ................................................................................................................... 33 5.8 PAVEMENTDESIGN ........... · .............................................................................................................................. 34 5.9 WATER FEATURES .......................................................................................................................................... 35 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 (Western Bridge)-Page 32 Table 7 -Estimated Allowable Single Pile Capacities (Eastern Bridge)-Page 33 Table 8 -Structural Pavement Design -Page 34 Figures Figure 1 -Site Location Map -Page 2 -II - LEIGHTON AND ASSOCIATES, INC. TABLE OF CONTENTS (Continued) Plate 1 -Geotechnical Map -In Pocket Plate 2 -Geologic Cross-Section A-A -In Pocket Plate 3 -GeologicCross-SectionB-B' -In Pocket Plate 4 -Geologic Cross-Section C-C' -In Pocket Plate 5 -,GeologicCross-SectionD-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 - 4841363-006 LEIGHTON AND ASSOCIATES, INC. 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 previoijsly 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 I), 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 structural 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 IO 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-evaluation 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 . -1- LEIGHTON AND ASSOCIATES, INC. BASE MAP: Thomas Bros. GeoFlnder for Win:.icms, San Dego Collrty, 1995, Page 1128 Carlsbad Municipal Golf Course Carlsbad, California SITE l..oCATION MAP 0 2000 4000 APPROXIMATE SCALE IN FEET PROJECT No. 4841361-006 DATE January 1998 FIGURE No. 1 1.2 4841363-006 Site Description The site is located north of Palomar Airport Road and east of Hidden Valley Road in Carlsbad, California (Figure 1 ). The CMGC project is bounded by Palomar Airport Road on the south, the proposed extension of Can.non Road and Agua Hedionda Lagoon on the north and agricultural commercial properties to the east. The Carlsbad Ranch/ Lego land 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 l: 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 A venue 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 shrubs and thick weeds in the ravines. Riparian trees and shrubs grow quite heavily in 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 construction 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-structural 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- WSHTrJII AND ASSOCIATES, INC. 1.4 48413 63-006 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 constructed at slope inclinations of 2: l (horizontal to vertical) or flatter. Maxim um 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 l ). 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 laboratory 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. 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-la. Previous. subsurface investigations reached a maximum depth of 75 feet below ground surface in boring B-1. All borings and trenches were Jogged and sampled by our geologists and backfilled upon completion. The small diameter borings drilled in conjunction with this study have been designated B-la through B-Sa, the trenches have been labeled as T-la through T-l0a. 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, GeotechnicalMap. -4- LEIBHTOlt ANO ASSOC/A rES, I/IC. 2.l 2.2 4841363-006 2.0 SUMMARY OF GEOTECHNICALCONDITIONS Regional Geology The subject site is located within the coastal subprovence of the Peninsular Ranges Geomorphic Provence, near the western edge of the southern California batholith. The topography at the edge of the batholith changes from rugged landforms developed on the batholith to the more subdued landforms which typify the softer sedimentary formations of the coastal plain. Site Geology As encountered during our investigation(s),and our review of geotechnicalreports applicable to the subject site (Appendix A), the CMCG site is underlain by bedrock units consisting of the Tertiary 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 GeotechnicalMap(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 SantiagoFormation(MapSymbol-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 interbedde_d clayey siltstone and silty claystone. The sandstone encountered consisted primarily of light gray, light brown, 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 structural fill placement or settlement sensitive improvements. -5- LEISHTOII AJID ASSOCIATES, IIIC. 48413 63-006 2.2.3 Terrace Deposits (Map Symbol -Qt) Quaternary-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 investigations, 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 structural improvements or fill soils. 2.2.4 Alluvium (Map Symbol -Qal) 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 compressibk, 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, alluvial deposits are on the order of I 5-25 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 structural 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, throughout the 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- LEISHTON AJIO ASSOCIATES, INC. 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 th~ 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 northeastern 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-Af1) 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 constructed 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 Undocumented Fill (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 A venue and at the extreme southeastern 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. -7- LE/SHTON ANO ASSOCIATES, //IC. 2.3 484 I 3 63-006 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. Geologic Structure 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 Fonnation is anticipated to be relatively gently dipping (i.e. 5 to IO degrees) to the west. 2.4 Ground Water 2.5 2.6 Ground water was encountered within several of the 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 requiredfor structural improvements proposed for thes~ 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 impenneable Tertiary Santiago Fonnation 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. 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 northern 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 Fonnation 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. 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 California 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 Quaternary 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 I ..... ... -8- LEIGHTON AND ASSOCIATES, IMC. 48413 63-006 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-PrioloAct (Hart, 1994). However, several inactive fault zones have been mapped in a number of 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 southern California. 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 southern California are surface rupturing of fault traces, damage caused by ground shaking and/or seismically induced liquefaction or dynamic settlement. The probability of damage due to ground rupture is considered minimal since active faults are not known to cross the site. Ground lurching due to shaking from distant seismic e·tents is not oonsidered a significant hazard, although it is a po~sibility throughout the southern California 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 Unifonn Building Code (ICBO, 1994 ). 2. 7 .2 Liguefaction/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 ASSOC/A rES, INC. 48413 63-006 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. West Bridge East Bridge Table I Dynamic Settlement . Area Most Susceptible Total Dynamic (feet bgs) Settlement (inches) 7'6" -30' 4 9'-20' 2 Differential Settlement Over I 00 feet Hor1zontally (inches) 2 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 Southern California is an area of moderate to high seismic risk and is not generaily considered economically feasible to build structures totally resistant to earthquake related hazards. However, current state-of-art standards for design and construction are intended to reduce the potential for major structural damage. 2.8 Graded Slopes 2.8. l Existing Slope Conditions A number of existing graded slopes have been constructed along Palomar Airport Road, College A venue, and the fill disposal areas discussed above. These slopes have inclinations ranging from 2: 1 to 3: l (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 southern portion of College Avenue. The stability of existing cut and fill slopes adjacent to College Boulevard was previously addressed at the time of construction. 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 constructed 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 intersection of Palomar Airport Road and College Avenue. This slope will require remedial grading in addition to the design grading to mitigate these deep erosional features. -10- LEIGIITD# AND ASSOCIATES, IMC. 48413 63-006 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 9: 1 (horizontal to vertical) and cut slopes up to ± 75 feet in height at 9: 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 constructed at least 3 5 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 construction unless supported by appropriately designed retaining structures. 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 . to 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 perfonned using the PC software program XST ABLE. The values used in the analysis are provided below: Table 2 Slope Stability Analysis Parameters Friction Angle Cohesion Soil Type (degrees) (psf) Saritiago Fonnation* (composite) 30 250 Santiago Formation (Claystone) 25 250 Santiago Formation (Sandstone) 32 175 Clayseam 10 100 Artificial Fill for Buttresses 28 175 (Claystone/Sandstone Mix) -11- LEIGHTOII ANO ASSOC/A rES, IIIC. 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 constructed at an inclination of 2: I [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 con·sultant. 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 constructed 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 constructed for this slope due to a potential for future surficial instabilities. M_inor 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 st~ at least 20 feet from the structure 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 construction of the subject slopes. -12- LEIGHTON ANO ASSOCIATES, INC. 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 runoff on slope faces is minimized. -13- LEIGHTON AND ASSOCIATES, INC. 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 foundationrecommendationscan 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 lo buried, uncoated metal conduit. A corrosion engineer should be consulted to address this condition. -14- LEIGHTON AJID ASSOCIATES, INC. 3.2 4841363-006 Earthwork shrinkage/Bulking The volume change of excavated onsite materials upon recompactionas 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: Undocumented Fill 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 Santiago Formation 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 -15- LEIGHTON AND ASSDCIA TES, INC. 48413 63-006 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 construction of the project. . The following is a summary of the geotechnicalfactors which may affect development of 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 fonnational 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 construction 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 southeastern 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 structural improvements • Laboratory test results ofrepresentativesoil samples from our investigationsonsite 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 A venue, 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 true where a relatively impermeable material such as a claystone or a cemented layer (i.e. -16- WGHTDII AJ/D ASSOCIATES, IIIC. 48413 63-006 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 development plans 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 stabilization fills for impacted proposed cut slopes. • The peak horizontal ground acceleration on the site due to the design earthquake on the Rose Canyon Fault Zone of moment magnitude 5 .9 is estimated to be 0.3 0g. • 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 recommendations to mitigate these conditions. • Proposed fill slopes between 75 and 90 feet or greater in vertical height will require benching or reinforcement for inclinationsof2 to I. • Several of the planned cut slopes in the southeastern portion of the site require construction of a stability fill. -17- LEIGHTON AND ASSOCIATES, INC. 5.1 4841363-006 5.0 RECOMMENDATIONS Golf Course and Building Structure 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 0. 5 .1.1 Site Preparation Prior to grading, all areas to receive structural fill or engineered structures should be cleared of surface and subsurface obstructions, 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 obstructions which extend below finish site grades should be replaced with suitable compacted fill material. All areas proposed to receive structural 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 D1557-91) prior to the placement of any additional fill soils. All areas proposed to receive non-structural fill soils (golf course areas, including the practice range and slopes with inclinations less than or equal to 3 to l) 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 D 1557-91) prior to the placement of additional fill soils. 5. l.2 Removal and Recompactionof PotentiallyCompressible Soils In general, alluvium, colluvium, topsoil, weathered fonnational soils, and undocumented fill soils in areas of proposed structural 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 structural 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- structural 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- LE/6HTON AND ASSOCIATES, INC. 4841363-006 In general, we estimate that the alluvial removals in the commercial area located in the southwestern 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 (excludingSantiago Peak Volcanics). However, if oversized rock is encountered, it should be placed as fill in accordance with the details presented in AppendixD. 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 perfonned in accordance with the most recent OSHA requirements. For excavations deeper than 15 feet, specific recommendationscan 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 structural 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 D 1557-91. The 90 percent relative compaction should extend a minimum of ten feet outside the structural improvement footprint and downward at a l: I projection (horizontal to vertical) to competent material. In areas proposed to receive non- structural 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. -19- -... • ~i......_. L-, --.:::!I LEISHTml A/IB ASSOCIA rES, INC. 5.1.5 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. Stability Fills Two proposed cut slopes will require the construction 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 construction 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 construction, 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 structure and not be steeper than 1-1/2: l (horizontal to vertical). 5.1.6 TransitionLots We recommend the areas of proposed structural 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 structure(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. -20- LE/GlffDII AND ASSOC/A TES, INC. 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 pennitted. 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 development plans. 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 Considerations for Building Structures Proposed building types, final locations, and foundation loads were unknown at the time this report was prepared. For planning purposes, we anticipate the proposed structures will vary from one to two stories in height and will utilize both structural steel and concrete tilt- up construction. 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 Structures 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 of2,500 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 structural 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/transitionJot recommendations. -2 I- U/GHTON ANO ASSOCIATES, INC. 4841363-006 5.1.10 FloorSlabDesign 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 1 o..:mil ( or heavier) moisture barrier which, in tum, 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 i!lches 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 W2 where it is the height of the slope with a minimum of IO feet and a maximum setback of 20 feet. Please note that the soils within the structural setback area possess poor lateral stability, and improvements (such as retaining walls, sidewalks, fences, pavements, etc.) constructed 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 Considerations for 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) -22- ...... L.., --' ·~ LEIGHTON AND ASSOCIATES, INC. 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 structures 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 forrnational 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 structures. • The proposed structures 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 structural 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 D 1557-91.) in areas where the differential fill thickness is greater than 10 to 20 feet • Additional structural 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 structural engineer consider the effects of differential settlement on the design of the proposed structures. 5.3 Expansive Soils/Presoak 5.4 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. 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 full shear strength of the soil, it can be designed -23- LEIGHTON ANO ASSOCIATES, INC. 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 structure 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. Table3 Equivalent Fluid Weight (pcf) Condition Level 2:1 Slope Active 35 55 At-Rest 55 65 ' Passive 350 -- (maximum = 3ksf) 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 AppendixD. 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 geotechnicaJconsultant. Soil resistance developed against lateral structural 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. .5 4841303-006 Foundation Design and Earthwork Requirements for Bridge Structures At the time of this report, structural plans and exact locations of the three bridges were not available. Our recommendations are based upon the borings and trenches indicated on plate I 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 College Bridge From our field study and review of the referenced grading plan, it appears that the western 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. flowever, it is also probable that fill soils of 2 to 3 feet in depth were placed during the roadway construction. 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 western abutment may be used for the mid-span support foundation. Earthwork Grading and earthwork for the western abutment should be performed in accordance with the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included as AppendixD. • Site Clearing Prior to grading, areas below and within 5 feet of the western abutment should be cleared of surface and buried obstructions. Voids resulting from removal of buried obstructions 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 of3 feet below existing or proposed grade (whichever is greater) to be removed and recompacted to provide a unifonn mat of compacted fill soils below the proposed western abutment. This removal and recompaction should be performed to a minimum of IO 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 Dl557-91). Even with these recommendations, ongoing differential settlement between the bridge abutment and approach soils (due to -25- 484 I 363-006 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. • Structural Fills The on.site 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 18-1-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 of20 feet below the existing ground surface (or a minimum pile tip elevation of90 feetmsl). 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. -26- LEIGHTON.ANO ASSOCIATES, lltC. Pile Type (inches) 12 12 12 14 14 14 4841363-006 Table 4 Estimated Allowable Single Pile Capacities (College Bridge, West Abutment) Allowable Single Allowable Lateral Capacity for Point of Fixity for Design Tip Elevation Pile Axial Capacity 0.5 inch ofDisplacement(kips) Lateral Loads (Feet (Feet) (Mean Sea (tons) Below Existing Ground Level) Surface) 45 28 12 90 70 28 12 85 100 28 12 80 60 40 13 90 95 40 13 85 120 40 13 80 NOTES: (I) . 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-Center) 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, IMC. 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 structures within 100 to 200 feet. The vibrations will cause differential settlement of the underlying sandy soils and settlement of the adjacent structures and improvements. The magnitude of this settlement is based on the proximity to existing structures 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, Eastern Abutment For the eastern 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-Eastern 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 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 structural engineers requirements/recommendation. -28- LEIGHTON AND ASSOC/A TES, INC. 4841363-006 5.5.2 Eastern and Western Bridge Crossing Main Drainage Course As previously mentioned, dynamic settlement resulting from liquefaction is a distinct possibility in the area of the proposed western and eastern 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 eastern and western bridges over the main drainage course. Shallow Foundation Design We recommend that the foundation be designed in accordance with structural considerations and design differential settlement of 2 inches in 100 feet horizontally for the western bridge and 1 inch in 100 feet for the eastern 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 structural 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 obstructions. Voids resulting from removal of buried obstructions 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-I -t......_. L..... -~ LEIGHTON AJID ASSOCIATES, INC. 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 shaH 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. • Structural 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 18-1-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 D 1557-91) within 5 feet vertically and 10 feet horizontally of the structure. 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, Eastern and Western Bridges If the design differential settlement of 1 inch and 2 inches for the eastern and western bridges respectively, or the potential damage resulting from liquefaction are considered unacceptable, we provide herein deep foundation design recommendations. -30- LEIGHTON AND ASSOCIATES, INC. 4841363-006 Earthwork All earthwork shall be performed in accordance with Section 5.5. • Pile Design.~ estem Bridge We recommend that precast, prestressed concrete piles be used to support the western 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 western 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- LEIGHTOlt AltO ASSOCIATES, INC. Pile Type (inches) 12 12 12 14 14 14 4841363-006 Table 6 Estimated Allowable Single Pile Cap~cities (Western Bridge) Allowable Single Allowable Lateral Capacity Point ofFixity for Lateral Loads Design Tip Elevation Pile Axial Capacity for 0.5 inch of Displacement (Feet Below Existing Ground (Feet) (Mean Sea (Tons) 28 32 40 38 43 54 (kips) Surface) Level) 30 14 -13 30 14 -18 30 14 -23 50 16 -13 50 16 -18 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, Eastern Bridge We recommend that precast, prestressed concrete piles be used to support the eastern 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 . -32- WGHTDN AND ASSOC/A TES, INC. 4841363-006 Table 7 Estimated Allowable Single Pile Capacities (Eastern Bridge) Pile Type Allowable Single Allowable Lateral Capacity Point of Fixity for Lateral Loads · Design Tip Elevation (inches) Pile Axial Capacity for 0.5 inch of Displacement (Feet Below Existing Ground (Feet) (Mean Sea (tons) 12 25 12 30 12 35 14 34 14 41 14 48 (kips) Surface) Level) 30 12 19 30 12 14 30 12 9 50 13 19 50 13 14 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 Construction 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 construction. 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 perfonned 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. -33- ... ... L---I '~ LE/GHTD/i AND ASSOC IA TES, INC. 5.8 48413 63-006 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. = 5.0., T.I. = 6.0, and T.I. = 7 .0, the following structural pavement sections can be assumed for planning purposes. Table8 Structural Pavement Design Assumed Design Recommended Structural Use Traffic Index R-Value Pavement Design Parking and light T.I. = 5.0 R=40 3 inches of asphalt concrete over auto traffic 4 inches of Caltrans Class 2 base Drive Areas T.I. =6.0 R=40 4 inches of asphalt concrete over 5 inches of Caltrans Class 2 base Truck areas and T.I. = 7.0 R=40 4 inches of asphalt concrete over fire lanes 7 inches of Cal trans 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 Cal trans specifications. We recommend that the curbs, gutters, sidewalks, and cart paths be designed by the civil engineer or structural engineer. We suggest control joints at appropriate intervals as determined by the civil or structural engineer be considered. We also suggest a minimum thickness of 4 inches for sidewalk slabs. To minimize cracking of cart paths in non-structural 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 trucks 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 ASSOCIA1'ES, I/IC. 5.9 48413 63-006 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 California Department of Transportation Standard Specifications(Caltrans) and American Concrete Institute (ACI) codes. 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-l 0/10 welded wire mesh. Structural 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 140N or equivalent to protect the liner. A subdrain or sump system should also be constructed 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-structural 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 structural improvement and the grading performed accordingly. -35- LEIGHTON AND ASSOCIATES, l#C. 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 construction is performed in accordance with the recommendations of this report. Final grading and development plans should also be reviewed by this office. -36- LE/SHTOII ANO ASSOCIATES, INC. I I I I I I I I I I I I I I ~-: 't 1-·'.· I' .:J .' I rr r,.:t ,,_ , ·1 I I ".:· I '.♦ ·;, .I 1 ''t· J : l I ~~:-1-- '1 I I I 1· I I I I ;}(:t~~,~;~~;,;.~)'---~·;;; ',, r~J ~::"'~~~.::.:.~-= .~..-;· .. 0 ~~,v-:,.',"':,T"a:i':~a:.~(. ,0 ~ ..... --~--:? .. ~~-~-18 _,,, .. ,,__ ... ___ ,a_..,,-11_ @ =-OF•-,,,..-------~W"1 13 •-~._,,_..,,,._,..,u,aa---.u Qt :..-~--==:=~ ... =--Wl""ffZ 0 .. -----••tt<••""-""ll.il @ =~--:;,.~~-=:=,:..,~-... "" 0 ~-::1-.....---... , .. , .. ,u..,. @ :,~--~~-"-,.,,,,,u.., @ ~------,,. 1Nl4IU""- @ ,.,,,.._ __ ,;c...::111i:,,..,,..,uoo.1-u © -:..~--'--.. "'"·'-.. ,U .... (3 ~!~-------· -4,UICI. @ ~..:f~,.--c.uc---• IIUIIS,U/G 8 :,::.-=--DSPlll"-..-'""'""''"'"' @ ~~-----«-~ IHSAJ,U 1111 ..-..,isoosn,ca,,:-..,,-"-'1.P•/'I> • ......,,.--•..U.:.._.,,,, 'C· Scorecard Boie Yards P&I" Hole YanlJI: Par 1 450 4 10 370 t Z 370 4 11 400 4 3 41tl 4 12 160 3 4 220 3 13 430 4 5 570 5 14 3-lO 4 G 4711 4 [5 5311 5 7 520 5 111 560 5 8 150 3 17 190 3 9 350 4 18 420 4 Out 3510 38 fJl 3400 38 Out 3Sl0 38 ToW 6910 72 I I I I I I I I I l l .~: ~=~_,._i. =- A ) '1 \ \\ \ '\ --l l.11sr + + ·•~ ¾+ I '\ + +·-·- ' ,, GRADING PLAN , , City of Carlsbad Golf Course \ \ BASED ON Route Plan '6-2-97' 18 Hole Championship Golf Course + Carlsbad, California Scale: 1 "a2Q0' JuLY 14, 1997 _,_,,, ____ _ ---.. -- GEO'I'EOOOCA.L MAP Ca,bH,M••ki,.J.C.,,-Coaru Ca,.bMd,C.iq.,,.,. --,,,_,_ ..... l..EIGHTOM A#O ASSOCIATES, INC. I I 1' I I I f\ I I I l i .i I , I I I : ~ I 1.0,,-i-.. ,I M"'I l ,/'""···•-"" SEE PLATE 1 FOR LEOE1::-. -~ i ' "~' :-= '-1-.J C I 100-I i ,§. A ~ i5 eo .., GEOLOGIC Cnoss-SECTION C-C' C.t.llM N-ldpel Gal/ C-• C.,b6•~• c.JV.,,,Ja = .. ,e l ------- -- •·· •Pr•J•ct•dic2:i:i•s5. -cl&yu,■fflC!ll.7' -lllpp:lnt lfllW' -proJact•to ■,pro•. 11'dapll10,0•C' l --~ SEE PLATE 1 FOR LEGEND. c· T ' ' ! l,00 ! 160 i' i "° ,. ! 80 40 D' ---L,_,, c"s 100 60 f. SEE PLATE 1 FOR LEGEND. ! APPENDIXA REFERENCES 4841363-006 Abbott, P.L., ed., 1985, On the Manner of Deposition of the Eocene Strata in Northern San Diego County; San Diego Association of GeologistsFieldtripGuidebook, April 13, 1985. Albee, A.L., and Smith J.L., 1966, Earthquake Characteristics and Fault Activity Southern California in Southern California, Association of Engineering Geologists, Special Publication, dated October 1966. Bodas Engineering, Undated, Grading Plan, Carlsbad Tract No. 85-17, Scale l "=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, in Wiegel, R., Ed., Earthquake Engineering, New Jersey, Prentice-Hall,Inc., pp. 47-74. California Division of Mines and Geology, 1975, Fault Map of California, Scale l "=750,000'. Eisenberg, L.I., 1983, Pleistocene Terraces and Eocene Geology, Encinitas and Rancho Santa Fe Quadrangles, San Diego County, California, San Diego State University Master's Thesis (unpublished), p. 386. ---, 1985, Pleistocene Faults and Marine Terraces, Northern San Diego County in Abbott, P.L., Editor, On the Manner of Deposition of the Eocene Strata in Northern San Diego County, San Diego Association of Geologists, Field Trip Guidebook, pp. 86-91. Geotechnics, 1992, Phase 1 Geotechnical Investigation, Carlsbad Ranch, Carlsbad, California, Project No . . 0054-0001-00,dated September 25, 1992. Greensfelder, R.W., 1974, Maximum Credible Rock Accelerations from ,Earthquakes in California, California Division of Mines and Geology, Map Sheet 23. - Hannan, D.L., 1975, Faulting in the Oceanside, Carlsbad, and Vista Areas, Northern San Diego County, California in Ross, A. and Dowlen, R.J., eds., Studies on the Geology of Camp Pendleton and Western San Diego County, California, San Diego Association of Geologists Field Trip Guidebook,pp. 56-60. · Hart, 1988, Fault-Rupture Hazard Zones in California, Alquist-Priolo Special Studies Zones Act of 1972 with Index to Special Study Zones Maps: Department of Conservation, Division of Mines and Geology, Special Publication 42. 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 Publication 42. A-I 4841363-006 APPENDIX A (Continued) Hileman, J.A., Allen, C.R., and Nordquist, J.M., 1973, Seismicity of the Southern California Region, 1 January 1932 to 31 December 1972: California Institute of Technology Seismology Laboratory, Pasadena, California. ICG, Inc., 1988, Geotechnical Map and Cross Section A-A', Plates 2 and 3, Job 05-7379-002-00-00,dated January 1988. Intemationai 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 II-Structural Engineering Design Provisions; and Volume III-Material, Testing and Installation Provisions: ICBO. Jennings, C.W., 1975, Fault Map of California: California Division of Mines and Geology, Geologic Map No. 1, Scale 1:750,000. ---, 1992, Preliminary Fault Activity Map of California: California Division of Mines and Geology, Open FileReport92-03, 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 California; Also U.S. Geological Survey Open-File Report 81-9Ti, p. 16. Lamar, D.L., Merifield, P.M., and Proctor, R.J., 1973, Earthquake Recurrence Intervals on Major Faults in Southern California, in Moran, D.E., Slosson, J.E., Stone, R.0., and Yelverton, C.A., Eds., 1973, Geology, Seismicity, and Environmental Impact, Association of Engineering Geologists, Special Publication. Leighton and Associates, Inc., 1985, Preliminary GeotecluJ,ical Investigation, Proposed Huntington Palomar Business Park, Carlsbad, California, 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 Corner of Interstate 5 ll!Ild Cannon Road, Carlsbad, Califomia,ProjectNo. 8870059-01,datedFebruary 17, 1987. ---, 1989a, Preliminary Geotechnical Investigation, Proposed Carltas Rancho Agua Hedionda Regional Shopping Center, Northeast of Interstate 5 and C~non Road, Carlsbad, California, ProjectNo. 8891551-01,dated September29, 1989 . ---, 1991, Supplemental Geotechnical Evaluation, Proposed College Business Park, Carlsbad Tract 85-17, Carlsbad, California, Project No. 8841363-04, dated January -16, 1991 revised September24, 1991. ---., 1992, City of Carlsbad Geotechnical Hazards Analysis and Mapping Study, 84 Sheets, dated November, 1992. A-2 4841363-006 APPENDIX A (Continued) ---, 1993, PreliminaryGeotechnical Investigation, Units I and II (Lots l through 7), Carlsbad Ranch, Phase l, Carlsbad, Califomia,ProjectNo. 4930489-01,dated July 22, 1993. ---, 1994a, Preliminary Geotechnical Investigation, Carlsbad Ranch Phase II, Carlsbad, California, · Project No. 4930489-03, dated March 23, 1994. 1994b, Preliminary Geotechnical Evaluation for Tentative Map Purposes, Carlsbad Ranch, Carlsbad, California, Project No. 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 l, pp.679-688. Moore and Taber, 1987, Report of Geotechnical Services, Carlsbad Tract No. 81-46, Airport Business Center Unit No. 1, CityofCarlsbad,California,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, California Geology, V. 27. Reichle, M.S., and Kahle, J.E., 1990, Planning Scenario for a Major Earthquake, San Diego-Tijuana Metropolitan Area: California Division 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 I, 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, California, Job No. 05-6657-001-00-10, dated May 12, 1987. Schnabel, R., and Seed, H.B., 1973, Accelerations in Rock from Earthquakes in the Western United States, Bulletinofthe Seismological Society 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, California. Seed, H.B., and Idriss, I.M., and Kiefer, R.W., 1968, Characteristics of Rock Motions During Earthquakes, Journal of Soil Mechanics and Foundations Division, ASCE, V. 95, No. SM5, Proc. Paper 6783,pp. 1199-1218. A-3 48413 63-006 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, California, California Division of Mines and Geology,_Open File Report 82-12, LA. ---, 1963, Geology and Mineral Resources of San Diego County, California: California Division of Mines and Geology, County Report 3, 309p. U.S. Department of the Navy, 1969, Civil Engineering,DM-5. ---, 1982, Foundations and Earth Structures, OM 7.2. - ---, 1986, Soil Mechanics, OM 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, California. -Ziony, J.I., and Yerkes, RF., 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 30 and31 1"=1000' 4-11-53 USDA AXN-8M 99, 100, 101 and 102 l "=2000' 1928 San Diego County 30 D1,D2,El and E2 1 "=1100' A-4 GEOTECHNICAL BORING LOG KEY Date _________ _ Project KEY TO BORING WG GRAPHICS Drilling Co. Sheet 1 of t Project No. ---------TypeofRig Hole Diameter Drive Weight ____________________ Drop in. Elevation Top of Hole +/-ft. Ref or Datum . :,, ,.., In,.., C: 0 -+-+-a,X GEOTECHNICAL DESCRIPTION o,.., u -1/) • .r:." -Ill z Ill 0 II),.., L'-' 111 "? :;: + ........ S:. DI GI GI 30 C't-:,+--u Ill GI Q. GI Q.O -+-oLL QI u °t; C CJ • >QI QI QI tU...J 0 Q. -r... C 0. ·-QI _en ~~ c~ r... :z ID QI V o+-Logged By (!) e :JI ·-::i I'll a. J:c UJ en L 0 ~'"' Sampled By C u 0 00 Inorganic clay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean CL clay ~ CH Inorganic clay of high plasticity; fat clay - A A A OL-OH Organic clay, silt or silty clay-clayey silt mixtures A A A ... A A .. - ML Inorganic silt; very fine sand; silly or clayey fine sand; clayey silt with low plasticity I ndicate MH Inorganic silt; diatomaceous fme sandy or silly soils; elastic silt SPT s ~I Sample CL-ML Low plasticity clay to silt mixture II .. ~dicate .. ML-SM Sandy silt to silty sand mixture =· .· Cal ij 0 Sample a.-sc Sandy clay to clayey sand mixture ~ .. .2._ IJ'~ SC-SM Qaycy sand to silty '3nd mixture . -,, .. ~H=i=i~ water ~-t ,- time 01 drli'lg SW Well graded sand; gravelly sand, little or no fines 10 :. : . :; . : ~:: SP Poorly graded sand; gravelly sand, little or no fines :I· .. ·. SM Silty sand; poorly graded sand"'ilt mixture ..... . · .... ~~ .•• • !,I. SC Qaycy sand; poorly graded sand-clay mixture p·~_\J1 GW Well graded gravel; gravcl-cand mixture, little or no fines o·,.._o.~ P V C OP Poorly graded gravel; gravcl"'3nd mixture, little or no fmcs o· · . 15 . . ~r OM Silty gravel; gravcl-and-cilt mixture ~ GC Caycy gravel; gravel-And-day mixture -~ Sandstone I • t==-_~ Siltstone =--=-1-------Caystone i,----20 rr,Oo0d Bre«ia (angular gr;M:I and oobbla or matrix"'11pported conglomCI11te) -~ Conglomerate (rounded gravel and cobble, clast°'upportcd) ' \ ' Igneous granitic or granitic type ~k ,J .. -., ~~ .... i Metavolcanic or metamorphic rock Ill~//, Artificial or man-made fill 25--Asphaltic concrete ~ ~ J: ~ Portland Cement Concrete - -I- - AA 05A(11m> LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-1a Date ____ l=l~-1=7.....,-97'--'----- Project Carlsbad Municipal Golf Course/P & D Development Project No. 841363-06 ~ Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger· Drive Weight -----------'1"-4,.,0,_p~o~u"'n,..,ds=.. _________ Drop ~ in. Sheet _l_ of_2_ Hole Diameter 8 in. Elevation Top of Hole + /· 42 ft Ref or Datum See Map ::n ,-.. ui-'"' C 0 +-+-cu~ GEOTECHNICAL DESCRIPTION o,.,. 0 ·-Ill • ..c'"' ·-111 · z VI o V'lr\ '-.._, RI~ :;+-........ .cm cu 30 C'+-::,+- Ill CU Q. cu Q.O +-QI 01.L. QI 0 "1;ic u~ ->cu cu cu RI..J 0 Q. a:i~ 00.. ·-QI _en cut ct '-z E .._, o+-Logged By KTS (!) .fll a. ::n :C C ·-::i I.LI (/) '-0 ~'-' Cl u Sampled By KTS 0 ML Q:UATERNAB.YALLUV!UM (Oal) @ 0': Dark brown, moist, stiff, very fine to medium sandy SILT - 40 - - .... - s-@5'-8': .... 1 14 104.9 20.6 Bulk sample, same as above -Bag-2 .... @5'-T ~ 35 -~ -- ~ - I.. 10-I @ 10': Dark brown, moist to wet, stiff, very fine to medium sandy SILT; mica-rich 3 16 105.8 19.9 -.... 30 -.... - - ~ 15-·. -SM/ML 4 14 102.6 23.1 @ 15': Light brown, moist to wet, stiff, very fine to medium sandy SILT/silty SAND; some coarse grained SAND .... - ~ 25 - .... - - 20-·. 5 23 1015 @ 20': Light brown, moist, stiff, sandy SILT to silty SAND; very fine to coarse 22.8 grained sand · - .. 20 -.· '--. I-- I.. 25-·. 6 19 98.8 25.2 @ 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 st~ining · 15 -· -· - SOSA( 11/77) LEIGHTON & ASSOCIATES GEOTECHNICAl BORING LOG B-1a Date ____ =ll"--'-1=-=7_,-97:....:.._ __ _ Sheet _2_ of_2_ Project Carlsbad Municipal Golf Course/P & D Development Project No. 841363-06 Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger ---------=14""'0~p,c.o=u=n=d=s'----------Drop _lQ_ in. Hole Diameter Elevation Top of Hole C o ...... .J::." 0 :;: +-·-Ul + +-..C Cl Q,I ,a Q,I Q. QI Q.O +-> Q,I Q,I QI 111.J 0 ~0 00 '-z (!) IJJ 30 - 10 - - - 35-.. - 5 ~-- - 40-~ -~ 0 - -~ 45- - -5 - - - 50-_,-. .,. .. -... . . -10 - - 55- - -15 - - - -- SOSA( 11/n) 8 in. +/-42 0 z QJ -a. e Ill en 7 8 9 10 11 Drive Weight ft .. Ref or Datum :n ,... lfl" +-+-QJ~ ·-Ul • Ul 0 Ul'"' L....,, Ill CJ? 30 C'+-:::,+-u~ oLL QJ 0 °tii C -'-CJ a. ·-QJ _en tO QJ ....,, o+-a.. :r, :C C ·-::5 '-0 ~'"' D (.) 33 107.2 21.4 SM/ML 15 97.8 29.0 See Map GEOTECHNICAL DESCRIPTION Logged By Sampled By KTS KTS @ 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 or light gray to orange, moist to wet, very stiff siltstone) @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. 21 100.7 25.1 ML-CL @40': Light brown, moist to wet, very stiff, clayey SILT; some fine SAND, mica-rich, rolls in fingers ------------------------------------------SANTIAGO FORMATION 0:S) @ 44': Brown to orangish tan, wet, very stiff, fine to medium sandy SILTSTONE; 23 ML iron-oxide staining, some coarse sands, weathered bedroc_k 34 SM @ 50': Brown to oran_gish tan, moist, hard, silty fine to medium SANDSTONE; iron-oxide staining, some gypsum Total Depth = 52 Feet Ground Water Encountered at 7 Feet 6 lnches at Time of Drilling Hole Backfilled: 11/17 /97 LEIGHTON & ASSOCIATES ,- GEOTECHNICAb BORING LOG B-2a Date ____ -=1=1-=-1=7-=-9-'-7 __ _ Sheet _1_ of _2_ Project --------'C'-'-a_r---'ls....;.b....;.acc.d"""M--'--un_i....;.c ... ipc.cac..:..l..ccG;..;o'--lf_C.;;;..;;.ou=r'""s"'"e._/P--'-&_D_D_e---'v--'-e_lo~p_m"""'e'--n--'-t ___ _ Project No. 841363-06 Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger Hole Diameter Elevation Top of Hole C o,... 0 .c" :;:+-·-Ill +-+-.cm QI f1I QI Q. QI Q.O +->Ql Ql QI f11...J 0 a,'+-00 t. z _v (.!) w 0 ~ - -~ 50 -I 5- - 8 in. +/-54 0 z QI -a. e f1I (J) 12 Bag-13 @6'-9' ------= ~ ~ ------------ 45 - 10-14 - - - 40 - 15-15 - - - 35 - 20-16 - - - 30 - 25--~·. ·-~. 17 .. -... . . ... -. . . . . . -... 25 -. . . . . . ~ 505A(11/n) Drive Weight --------~1_40~p~ou~n_ds~--------Drop _]Q_ in. ft Ref or Datum See Map :n ,... ui ,..._ +-+-QI~ GEOTECHNICAL DESCRIPTION ·-Ul • 1110 t. V ,u~ Ill"" :::,+-30 C'+--u oLL QI 0 iii C u. -t. ca. ·-QI _en al QI V o+-Logged By KTS :n ·-::i a. :C C t. 0 ~v Sampled By KTS Cl u CL QUATERNARY ALLUVIUM (Qal) @ 0': Dark brown, damp, hard, silty Cl.A Y f- 44 108.2 18.2 @ 5': Dark brown, damp, hard, silty CI.A Y; few very fine SAND, minor organics, rolls in fingers (T-10') Bulk sample, same as above) ---------------·-·----· --. -----------. --·· ·------------- ----------~ ¥ ..... 28 1045 18.6 ML @ 10': Brown, moist, very stiff, fine to medium sandy SILT; 1/2" diameter pebble f- 21 96.3 25.9 @ 15': Light brown to brown, damp to moist, very stiff, fine sandy SILT; 1" diameter rock fragment f- ..... ..... - 33 108.1 19.7 @ 20': Light brown mottled, damp to moist, hard, fine to medium sandy SILT; few pebbles up to 1/4", mottled black and orange portions .. ... -sM --------------------------------------~ 42 104.8 205 IER1l6.R::X: Sd,NTIAQQ FORMATIQIS a:s) @ 25': Ltt orange to mottled light brown, moist, medium dense to ~iff, me ium to coarse sandstone grades to fine to medium sandy Sil,; ONE; gypsum, iron oxide, few organics LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-2a Date ____ ~l=l'----'•1=7~-9~7___ Sheet 2 of _2_ Project Carlsbad Municipal Golf Course/P & D Development Project No. 841363-06 Drilling Co. F &C Drilling Type of Rig Hollow-Stem Auger Hole Diameter 8 in, Drive Weight _________ 1_40~-~P~ou_n_d_s~--------Drop 2!L in. Elevation Top of Hole + /-54 ft Ref or Datum See Map . JI ,.... i-" . C 0 +-+-(II~ GEOTECHNICAL DESCRIPTION o,..._ u ·-U'I • .r:.,..._ z U'IO t.....,, Ill~ ·-.... ·-U'I U'I,.... ::I+-+-(II ........ .c 1:1) QJ QI 30 C'+--u 111 QI D. QI D.O +-oLL QI u +c u. (II QI 111...J 0 -OD. -~ QI >..., Q. -t. _en ~v □ ... t. z IC QI ....,, o+ Logged By KTS . V e ·-::i l!) nJ 0-:ri ::cC IJJ Cl) '-0 ~'-' □ u Sampled By KTS 30 ,~ 18 43 96.6 25.0 ML-CL @ 30': Olive-gray, damp, hard, clayey SILTSTONE; some gypsum, iron-oxide staining Total De~h = 31 Feet -Ground ater Encountered at 9 Feet at Time of Drilling -Hole Backfilled: 11/17/97 -- 20 - 35- - -- -- 15 - 40- - - -- 10 - 45- -- - - s - 50-- - - - 0 -- 55-- - - - -S - ~ 505A(11/77) LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-3a Date ____ ~llo.;,.•1~7'-'·97~---Sheet _1_ of_2_ Project Carlsbad Municipal Golf Course/P & D Development Project No. 841363-06 Type of Rig Hollow-Stem Auger Drilling Co. F &C Drilling Hole Diameter 8 in. Elevation Top of Hole + / • U0' . C o,.... CJ 0 .c,.... ·-Ill z ·-+ +-Qj ........ .C Cl Qj Qj ,a Qj Q. Qj 0.0 +-Qj Qj 111...J 0 -:>'+ Q. Glv 00 L. z s -(!) ,a UJ (/) 0 ~ -~ -~ -'..a! ... -... . . . . s-... Bag-20 -... @3'-7' . . . -: . - ... -. .. 10-20 -· .. .. . . .. -. . . ... -. . . . -.. . . . 15 ~ 21 -Bag-23 @15'-lS - -~ - 20-.. :_.,. 22 ... -... . . . -... . . -... . . . - 25-.. 24 .. -. . . . . . . - -. . . ' .. -. . . . . ~ 505A(11/77) Drive Weight ft Ref or Datum ::n ,,..._ ui""' +-Qj ;-.: +-·-L -v Ill • Ill 0 Ill,.... I'll(/) ::,..,_ ::30 Cc+--u oLL Qj CJ t;c u. 00. -L. ·-Qj _(/) (0 QI 'V o+- a. :n :C C "ci::> L. 0 a u (I)..., ML-MH -SM- 53/6" 102.8 7.9 50/3" 93.7 10.6 65/6" 99.3 18.8 CL 50/4" 95.1 11.2 SM 65/4' 102.4 5.5 140 pounds Drop ...JQ_ in. SeeMap GEOTECHNICAL DESCRIPTION Logged By KTS Sampled By KTS IQfSQIL (unmapped) @ 0': Dark brown, damp, stiff to very stiff, clayey SILT; organics, clumpy, grass at top SA~8GQ EQRMATIQN Q:s) @ 3': Light tan, damp, very dense, silty, fine 10 medium SANDSTONE; moderate cementation ~ ~ L. L. I- @ 10': Light gray to white, damp, very dense, silty, very fine to medium SANDSTONE; less cemented than above, include silt, few biotite crystals I- ~ I- @15': Olive-green, dry to damp, hard, clayey SILTSTONE; moderate cementation I- L. L. I- @20':~ tan 10..f:Ty, damp, very dense, silty, very fine to medium STON ; iron-0X1de staining I- @ 25': Light tan, damp, very dense, silty, very fine to coarse SANDSTONE with pebbles; pebbles up to 1/3" diameter, s0111e siltstone clasts .... .... LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-3a Date ____ =ll'""'-1""'7""""-9'""'"7 __ _ Sheet 2 of _2_ Project _____ C-'-a'-r_ls-'b;_a-'-d-'M---'-'-u_m-"· c_.ip'--'a'-1-"G-"o_lf_C'-o_u_r.::...se"'"/_P_&_D_D_· _ev_e_lo__.p_m_e_n_t ___ _ Project No. 841363-06 Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger Hole Diameter Elevation Top of Hole C o" u .I:.,-., ·-U'I :;:+ ++ .I:. 0) QI l'IIQI Q. QI Q.O + > QI a,W 111..J 0 _!0 □0 t. z (!) I.LI 30 lf:J .... ' . ·. ' .. - - - 35- - - - - 40- - - - - 45- - - - - so- ,... - - - 55- - - - - ~ 505AC11/77) 8 in. +/-UO' . 0 z QI -Q. E Ill (I) 25 - Drive Weight ft Ref or Datum Jl ,..., ui" + + QI~ U'I 0 ·-t...., UI • U'lr\ I'll CJ? ::30 C'+-::,+ -u a LL QI u ~c u. □a. -t. ·-QI _(I) '° QI ..., o+ :::n I: C ·-::i n. t. 0 ~..., □ u 50/4" 98.2 75 SM 140 pounds Drop -2.!L in. See Map GEOTECHNICAL DESCRIPTION Logged By KTS Sampled By KTS @ 30': Gray, damp, hard, fine sandy SILTSTONE Total Depth = 31 Feet No Ground Water Encountered at Time of Drilling Hole Backfilled: 11/18/97 . ... - ... ... - ... ... ... - ... ... LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-4a Date ____ ....;l::.::l:..:•1=7~•9::....:7'-----Sheet _1_ of_l_ Project _____ ....:C:..::a:.::..r==ls:;;::b.:;::a.=d..:.M=u=m=-=·c:::.iiPc..:a=l....:G:;.;o;.;;;lf=-C=ou:=cr:.::s:..::;e'-'/P;:...c;&;;;..c;c.D-:D;;;...ec...v....:e __ lo'-"p'--m_e'--n-'t ___ _ Project No. 841363-06 Type of Rig Hollow-Stem Auger Drilling Co. F&C Drilling Drive.Weight ----------=1..:.40"'-l::p-"-ou=n:::d==s"----------Drop _JQ_ in. Hole Diameter Elevation Top of Hole C -~,..., 0 .c,..., ·-Ill +-+-....... .cm Q,I 111(1,1 0. QJ Q.O +->QI QJ QJ 111-l 0 ~~ 0~ t. z (!) w 295 0 J --. - - - 290 5- -·. - -. -. 285 10-- - - - - 280 15- - - - - 275 20-n ~ - - - 270 25- - - - - -,n, ., 505A(11/77) 8 in. +/ 295 - . 0 z Q,I -a. E Ill (I) Bag-26 @2'-5' 27 28 29 30 ft Ref or Datum See Map ::,, ,..., ,.;.,-., +-QJ ~ GEOTECHNICAL DESCRIPTION +-·-Ill • Ill 0 111,-., t....,, Ill~ :30 C'+-::::1..., . all. QI 0 t;c c::;~ -t. 00. ·-Q,I _cn IC QJ -..; o+-Logged By KTS ::,, ·-;:j a. t. J: C 0 ~...,, Sampled By KTS 0 u ML TOPSOIL ----•. @ 0~: _B!o~ <!.IY.i s.9f_~1 !!IC:_d~f!! ~iIT, §l!,1:; ~ss __ -' ____________ L- SM/ML SANTIAQQ FORMAilON (Tu) @ l': Olive-gray, damp, hard, fine sandy SILTSTONE; iron-oxide staining ~ I- 62/6" 109.1 16.2 @ 5': Same as above 66/6" 110.5 12.5 ML @ 10': Orange to gray, damp, very dense/ hard, fine to medium sandy SILTSTONE; include sand from previous, iron-oxide staining I- I- L- I- 63/6" 105.1 15.2 @ 15': Orangish olive-gray, damp, hard, SILTSTONE; iron-oxide staining ~ I- @ 20': Orangish olive-fay, damp, hard, clayey SILTSTONE; iron-oxide staining, 80/5" 105.4 18.8 ML-MH smears between mgers Total Depth = 21 Feet I-No Ground Water Encountered at Time of Drilling Hole Backfilled on November 18, 1997 I- I- ~ I- LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-5a Date ____ ~1~1~·1::.:.7...,-97c..,_ __ _ Sheet _1_ of _l_ Project ------'C'""a'--r-'ls-"b-'-'a-"-d_M_.;:_u_ni-'c-"-'ip'--'-a=l---'G'-'o'--lfc...C.c...-ou_r-'s--'-e._/P_&----'-'D_D_e_v_e_lo~p_m_e_n_t ___ _ Project No. 841363-06 Drilling Co. F&C Drilling Type of Rig Hollow-Stem Auger Hole Diameter Elevation Top of Hole C -~"' u .s::." ·-11'1 +-+-++-.S::.tll QI Ill QI Q. QI Q.O +->QJ GI QI IIIJ 0 QI'+-0~ L z _v (.!) UJ 230 ·o - - - - 225 5-. . - -. -. - 220 10-· - - - - - 215 15-.. - - - - - 210 20-·. - - - 205 25_:_ - - - - -,m. ~ 505A(11/n) 8 in. + /-230 . 0 z QI -Q. E Ill (/) 31 Bag-32 @7'-10' 33 34 35 Drive Weight ft Ref or Datum :::n " vi" +-+ QI~ ·-L V Ill • 1110 lflr, Ill~ 30 C'+-::,+--u ou. QI u t;c u. -L 00. ·-QJ _(/) co QI V o-+-:::n ·-::) 0.. :cC L 0 Jlv 0 u SM/ML 93 103.7 175 93 114.0 14.1 ML 87 1125 9.1 SM/ML 91 111.9 9.1 140 pounds Drop _ML in. See Map G'EOTECHNICAL DESCRIPTION Logged By KTS Sampled By KTS SANTIAQQ EQRMATIQ!"-! (Is) @ 0': ·Reddish light brown, damp, hard, fine sandy SILTSfONE; gypsum veins ... @ 5': Same as above (Bulk sample at 7'-10' ... ... .... @ 10': Orangish tan, damp, hard, SILTSTONE; iron-oxide staining ... - -@ 15': Reddish light brown, damp, dense to very dense, silty fine SANDSfONE @ 20': Reddish Ii~ brown, damp to moist, dense to very dense, silty fine SANDSTO Total Depth = 21 Feet No Ground Water Encountered at Time of Drilling Hole Backfilled: 11/18/97 -· - LEIGHTON & ASSOCIATES en 0 ...... I ► -...... 0 ...... (0 0 - LOG OF TRENCH NO.: T-lA Project Name: Carlsbad P&D Logged by: KAB ENGINEERING PROPERTIES Project Number: 4841363-006 Elevation: +/-270' msl Equipment: John Deere 710D 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC Sample Moist. Density ATTITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to S. Side of College UNIT uses No. (%) (pcf) TOPSOIL· Qal/ SM-CL Topsoil A @ 0-2:: Dark brown. moist. loose to medium dense. clayey, silty, fine to coarse sand. common roots and root casts throughout SANTIAGO FORMATION Ts SM T-lA B @ 2' -8': Light brown to tan. moist. dense to very dense. silty. samgle #1 ulk fine to medium sand. scattered manganese oxide and iron oxide staining throughout Bulk sample from+/-3 of Ts GRAPHIC REPRESENTATION West Face SCALE: 1" = 5' SURFACE SLOPE: 40 TREND: N .... _,--,--... _,... _,_ -... _,;.. _.,.. - .... _,... _,... - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 . . . f~ I . I . I I I I I I I I --~: .-;-· . .,.. ---iopooi\_.-! -· -~-•·-: -·. . -":-"'7-:-:--: ~> ~-~~·:-·::~ ✓ ---. . . -. . . -: .. --' . . . . . . ... ---. . . . . . . . . . . .. "" . . ... --, .· . _· . . . _.,.. -. : ..... : ---~ ·.··Ts_;/ ~ TOTAL DEPTH AT s· _,_ -. • • • • I NO GROUND WATER -------BACKFILLED: 12/4/97 -------_,_ --- 01 0 .... I ► -.... 0 ...... U> 0 - . . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-232' msl Equipment: John Deere 7100 4x4 ,hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to Palomar Oaks Way UNIT FILL Afu A @ 0-16'6": Artificial Fill Undocumented: Moist. 1 oose to medium dense. slightly clayey. silty, fine to medium sand. Yisible lifts 8"~2· in thickness. no organics visible. Lifts vary in color from light tan to dark brown TERTIARY SANTIAGO FORMATION Ts B @ 16'6"-18': 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' GRAPHIC REPRESENTATION West Wall -SCALE: l" = 5' SURFACE SLOPE: 0 \ -7--.... -r\ -- .... _,... ~ -- .... -.... -,I -- I I I I I I I I I I I I I I I . I .,. I I I I I . . ;; I I I -Nu .... ---- ----,- ------.... ------7 I .... -------\ -----. I ------_,_ I LOG OF TRENCH NO.: T-2A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-ML SM T-2A Sample #1 Bulk TREND: N - - - - I I I I I I I I I I I I I I I I I I - - - - TOTAL DEPTH AT 18' -NO GROUND WATER -BACKFILLED: 12/4/97 - - LOG OF TRENCH NO.: T-3A Project Name: Carlsbad P&D Logged by: KAB ENGINEERING PROPERTIES Project Number: 4841363-006 Elevation: +/-250' msl Equipment: John Deere 7100 4x4 hQe Location: Carlsbad, CA en GEOLOGIC GEOLOGIC Sample Moist. Density 0 .... ATTITUDES DATE: 12/4/97 DESCRIPTION: NE Corner of Property UNIT uses No. (%) (pcf) I ► I ARTIFICIAL FILL UNDOCUMENTED Afu SM-ML ~ 0 A @ 0-6': Dark brown to light tan. moist to wet. soft to loose. ...... co 0 soft to loose. clayey, silty fine to medium sand to -sandy silt. visible lifts 8"-2' thick JURRASIC SANTIAGO PEAK VOLCANICS Jsp Basalt B @ 6'-7'6": Dark gray. crystaline fractured. olivine basalt r CD cc· -:::r -0 ::::, GRAPHIC REPRESENTATION West Wall SCALE: 1" = s· SURFACE SLOPE: 2°w TREND: NS go 1;' ------co 0 .... ------C, a .... _._ --- CD -----co - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ' I I \. ✓ I ' I I I I I I ---- -__ \ --\ --Nu --- . ------.... \ I ---\ 7 ~--~v ... _._ -; ' ', TOTAL DEPTH AT 7'6" / ----' / / Jsp REFUSAL ON JSP .... ---, / --,JI' -~ NO GROUND WATER .... _._ --BACKFILLED: 12/4/97 -... _._ --- 01 0 ... I ► -... 0 ..... CD 0 - . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-222' msl Equipment: John Deere 710D 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: +/-100' East Hidden Valley Rd. UNIT COLLUVIUM/TOPSOIL Qcol/ A @ o· -1 ·: Dark brown. moist, loose; slightly clayey, silty Topsoil fine sand SANTIAGO FORMATION Ts B @ 1' -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 GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 22°E ... ----... --.I~" ,I/Topsoil -----_ ... ... ... -----I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~~ j I I . . I ... --~~ _,_ ... -~ . · .. :-· ~, -- ---.... -,:-... --K-·::-/ _ ... -_,_ '-..;_,/ _,_ ... _,_ -- ----- .... ---- LOG OF TRENCH NO.: T-4A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-ML SM TREND: EW - - - - I I I I I I I I I I I . I I I I . I - - - - TOTAL DEPTH AT 5' -NO GROUND WATER -BACKFILLED: 12/4/97 - - OI 0 ..... I ► -..... 0 ...... U) 0 - . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-240' msl Equipment: John Deere 710D 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: 200' E. of HVR Cul~de-Sac UNIT COLLUVIUM/TOPSOIL Qcol/ Dark brown to brown. moist. Topsoil A @ 0-1': loose. porous-. c 1 ayey. .. silty. fine to medium sand. calcium carbonate visible as stringers and laths SANTIAGO FORMATION Ts B @ 1 '6': Brown. moist. medium dense. blocky, clayey, fine to medium sand. very clayey, lenses 6"-10" thick visible. calcium carbonate stringers throughout SANTIAGO FORMATION Ts C @ 6' -8': Light brown. damp. very dense. silty to clayey, fractured. sandstone GRAPHIC REPRESENTATION East Wall SCALE: 1" = 5' SURFACE SLOPE: 0 ,... . --10J:5?i1 -i- -. -, -Qoolj _,... -----. -r;-------.... .,.. "'. (. -i- ,-I . .-: ~~--/- . '/ --.. --:~ /,-\/ ·: -- I I I I I I I I I I I I I I I I I I I I I I I ' I I I ' I I ' I I . I • I ' ' . . I --i-:~----· ]··r·-· ---_,... : . (·. .s-9 -- ,... --~-/ ...... :~.· -----.. ' : ·.': /'_.·. /. -- '•. -:c:---7"---::.----_,... 'rs -- ----- --1-_,... ----- LOG OF TRENCH NO.: T-5A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-ML SM-SC SM-SC TREND: NS - - - - I I I I I I I I I I I . . I I I I . I I - - - - TOTAL DEPTH AT s· -NO GROUND WATER -BACKFILLED: 12/4/97 - - Project Name: Carlsbad P&D Project Number: ....,,.....;4=8...,_41=3s.,;,6~3-=-=0'"""06.;:;----,--,--------Equi pment: John Deere 7100 4x4 hoe g GEOLOGIC Logged by: _....,KA'"""B'-------Elevation: +/~115' msl Location: Carlsbad CA GEOLOGIC UNIT LOG OF TRENCH NO.: T-6A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) -t ATTITUDES DATE: 12/4/97 DESCRIPTION: SW facing slope E. of River ►1------+---------------------------+-----11-----+-- (pcf) -... 0 ..... CD 8 r-~ co· -::," TERTIARY SANTIAGO A @0'-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 8'1------'------------------------------_._ __ ---J'----'--------''-----'-------l ~ GRAPHIC REPRESENTATION West Wall SCALE: 1" = 5' SURFACE SLOPE: 4°SW TREND: NS ► Cl> -Cl> o .... 0 ;·~ -i- ---- -- .... .... -- ------ i I I I I I I I I I I I I I I I I I I I I I I I I =-~\(•• •· 0 ~~ : • ~ 0 --· .. · ... ··.·./ --.. · .. --~ -- -- ------_,... I I I I I . -- -- -- _,_ --_,... ---- I I I I I I I I I I l I I I I TOTAL DEPTH AT 4' NO GROUND WATER - BACKFILLED AND - - - - I I I I - - - - - - WHEELROLLED: 12/4/97 -- en 0 .... I > -.... 0 ...... co 0 - . . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-111' ms l Equipment: John Deere 710D 4x4 hoe Location: Carlsbad CA GEOLOGIC GEOLOGIC ATTITUDES _ DATE: 12/4/97 DESCRIPTION: Adjacent to S. Side of College UNIT COLLUVIUM/TOPSOIL Qcol/ A @ 0-1': Dark brown. damp to moist. loose. clayey, silty fine Topsoil sand TERTIARY SANTIAGO FORMATION Ts B @ 1 · -6': Light brown. moist. dense to very dense. slightly clayey, silty fine sandstone GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: ---_,Qcol/tc pex,i I -- ------ --.I ---- ------I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I --:---!--. I I I I I I I I I .... --,,,,,,..------·:_.· .. _··f~:: .... _ ... ..... · .. ---. . . . . --. . . ---. . . . . -- ---.... --.. . .. . . ...... ~ .... ---- ,--------------- LOG OF TRENCH NO.: T-7A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-ML SM TREND: EW - - - - I I I I I I I I I I I I I I - - - - TOTAL DEPTH AT 6' -NO GROUND WATER -BACKFILLED AND WHEELROLLED: 12/4/97 -- (71 0 -I > -.... 0 ' (0 0 - . LOG OF TRENCH NO. :_T"----=BA _____ _ Project Name: Carlsbad P&D Logged by: KAB ENGINEERING PROPERTIES Project Number: 4841363-006 Elevation: +/-112' msl Equipment: John Deerf 710D 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC Sample Moist. Density ATTITUDES DATE: 12/4/97 DESCRIPTION: N. of River 400' UNIT uses No. (%) (pcf) TERTIARY SANTIAGO SANDSTONE Ts SM A @ 0-6': Light brown. damp to moist. dense. randomly fractured _ sandstone; minor calcium carbonate deposited in fractures GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 12° TREND: EW --------,----------------- I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . I I I I I I . I I I ---. ----...... ~ ---·Y·.Ts '>;3 -,--. '>-. . -------~--· ... _· ---·\ . . ---: . '. .\-··. ---. . . ... ·./ TOTAL DEPTH AT 6' ------... ----NO GROUND WATER -BACKFILLED AND -----WHEELROLLED: 12/4/97 ------- O'I 0 ... I > -... 0 ..... (0 0 - . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-265' msl Equipment: John Deere 7100 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: 75' N. of College Avenue UNIT ALLUVIUM Qal A @ 0-3': Dark brown. moist. soft. very clayey silty sand TERTIARY SANTIAGO FORMATION Ts B @ 3'-7': Orange-brown. damp. very dense. silty to clayey fine sand Bag sample at 0-3' of Qal GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 10°E .... -r--.... ,--.... -- ,-_,_ -- ----- I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I I I I I I .. -------~ Gal~ _,_ -. --V -.... . ---:.--. . . :---.... ---___ ,: -.. -.. -.--:--:--:-~---.... --' . -.-·ls.•.:._~ -r- '\ ·7 . . . -_,... "'-..... ----_..,. -- .... --_,_ r----.... LOG OF TRENCH NO.: T-9A ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-CL T-9A Sample #1 Bulk SM-CL TREND: EW - - - - I I I I I I I I I I I I I I I I I I - - - - TOTAL DEPTH AT 7' -NO GROUND WATER -BACKFILLED: 12/4/97 - - en 0 ... I ► -... 0 ..... (0 0 - . . Project Name: Carlsbad P&D Logged by: KAB Project Number: 4841363-006 Elevation: +/-110' msl Equipment: John Deere 7100 4x4 hoe Location: Carlsbad, CA GEOLOGIC GEOLOGIC ATTITUDES DATE: 12/4/97 DESCRIPTION: Adjacent to PAR X College UNIT TOPSOIL Topsoil A @ 0-1': Dark brown. clayey, moist. loose to soft. clayey, silty fine sand QUATERNARY ALLUVIUM Qal B @ l' -16': Mixed. dark brown to light brown. damp to moist. loose. friable silty, fine to coarse sand with channeling visible TERTIARY.SANTIAGO FORMATION Ts C @ 16'-18': Light brown damp. dense to very dense. to medium sandstone silty, fine Bulk sample from 3'-8' in Qal GRAPHIC REPRESENTATION North Wall SCALE: 1" = 5' SURFACE SLOPE: 2°E -\ -4 . ---------~-----✓---,opsoil~ ~-----· -------- -~\ ~ '.!.= -------I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ' I ' I I V I I ---Gal ------------ ---J -- --\ -----------------\. -- LOG OF TRENCH NO. :----'-T-=-10=-A.,___ __ ENGINEERING PROPERTIES Sample Moist. Density uses No. (%) (pcf) SM-ML SW/SM T-lOA Sample #1 Bulk SM TREND: EW - - - - I I I .. I I I I I I I I I I I I I ' I I - - - - TOTAL DEPTH AT 18' -NO GROUND WATER -@ 20 MINUTES OPEN BACKFILLED: 12/4/97 - - DATE 12,'IU/:'4 PROJECT-lhJntinoton/flalomar DRILLING Co L3rive IIOLE DIAMETER 30" EL~VATION Tor OF IIOLE 228 ' . ;:: ..... Q. w w w o:::iU.. u ~I E -- - -. -- "' w 0 :::, ..... I->-< -· -~:r.,·Jda- tiotial s---· -·- -.... .... --' ·10- - - - -- 15--- -···•:.·...:li.: .!-• -.. - - 20 _ . • tics: NJo•w, -l?''<:1-1 . . . - ... • XB: N42~E, -.-13·m1 --.. -.:._'. . ...:..:_ B:N27°E, 19°:'ilol 25 -. 30 -- --.. . . • .• B: N70°W, -1·sw -· :---:-· C::US"\.I, -'. 8":H ~-·. :;oSA(I J /77) . 0 z w cJW :::, ..J 1-Q. ~ V') - - -- - - - ..... UlO ~o OU.. ...J coo: w -c.. G) 1 1 s - - - - - ._ - 2 1 a ._ - - ._ - - GEOTECHNICAL BORING LOG DRILL HOLE No, 13-1 SHEET _I _OF __ 3 _ PROJECT No. 4841363-02 TYPE OF RIG M2uel 45 DRIVE WEIGHT 0-2 /' I 31nnaL2B' -55', 26U0~l56' -80', 14(J0# DROP 12 REF' Ul zu.. WU Cl Q. >-0: . Cl OR DATUM Mean Sea Level ~ w 0: :::it-1-Z . Ul lJ.J -1-oz :co u U),-.. U'l -<CV> ...J • U<-J _JV') a:::, V'l'-' SC SM GEOTECHNICAL DESCRIPTION LOGGED BY SAMPLED BY TOPSOIL: S,1/Hn HO -l Medium brown, dry . ,,.,., ,, .. ··-· SANTIAGO FORMATION: to damp, loose to medium dense, IN, ~ - -liqht brownish gray, damp, medium dense, silty fine sand; abundant infilling ~f fractures 1/lG"-1/8", _ .randan; discontinuous, massive, moderately cementec. 111.0 8.7 112. 7 12.0 I /oil. , @ 7' Staining along bedding, gene·rally hori1.ontal. @ 11.5'-16' Continuous infflled fracture. @ 16' Oxidation along bedding, discontinuous, dipping 2°-3° NW . @ 21' Staining along bedding • @ 21.5' Cross-bedding, becomes fine-to medium- grained sand. @ 28' Staining on bed~ing. Gray to light brownish gray, damp to moist, very stiff, silt to very fine sand; massive, some iron oxide staining. LEIGHTON & ASSOCIATES - ------ ..... - -- - - -- - - GEOTECHNICAL BORING LOG DATE 12110/84 DRILL HoLE Nci. B-1 SHEET_2_oF 3 PROJECT Huntington/Palomar PROJECT No, 4841363-02 DR 1 LLI NG Co -"""La=r....;.i-'-ve=---______ __; ______ __;______ TYPE OF RIG -'-M'--od_e_l_4_5 ___ _ HOLE DIAMETER 30" DRIVE WEIGHT 0-27' 1 3700#/28'-55', 2600#/56'-80', 1400H DROP 12 IN, ELEVATION fop OF HOLE 228 '± REF• OR DATUM --'-M'"""ea"""'n ___ Se~a---Le-'-v;..:;e_l __________________ _ >-. V). . IN! 11)...-,. 0 I-I-UJ V) . GEOTECHNICAL DESCRIPTION UJ -u 0 :z: VlO ex: ' <CC/'l :c I--::> UJ ~o V) ::> I-...J . I-UJ :x: C) IXlW au.. z u. 1-Z L.)L_) I-WU a. w 0.0 -::> ...J ...J AO. Cl'lUJ . ~LL <C-1 I-I--a. p'.l ex: -1-_JC/') a:: ~ w oz -. LoGGED·av SJ/HO l.!) I-<C a.. >-::.::o o:::i c:x: (/) ex: u C/'l'-' w E A SAMPLED BY HO 30 I -· 3 14 119.0 15.1 _SANTIAGO FORMATION: (continued) -f--r ML/SM Gray to light brownish gray, damp, medium dense, -silt to very fine sand. '-... @ 30.5' Becomes silty fine sand . . . -: .. F: N35°W, I-@ 31' Oxidation along bedding, dipping 2°-3°sw. '- vertical @ 33' Infilled fracture ±2' long. -· f--.. ' 35 ----.... -71-· -@ 36' Local dark brown mottling, 611 -8" across, west side of hole . ... . . . -.. .' F:N70°E, f-.... 82°s -@ 38' Becomes moist. '--. f- B:Undu-@ 38.5' Iron staining along bedding, undulating -' latory -with 4" relief, near horizontal, dipping slightly --·' NE 2°-3° • . -40 -. I 16.5 - F:N80°W, 4 ·g 115.2 @ 40.5' Infil led fracture. -·. · .... vertical ~ --'--.... I--... F:N82°w, ---..... N30°W, --Ns2°w, @ 44' Highly fractured zone, some slightly filled ... . . vertica 1 - 45 _ .. with clay, some 1ron stained . ·-· C: Hori --·-zontal .----F: N9°W, --CL Gray to blue-gray, damp, very stiff to hard, silty ---47°1lE clay; abundant iron oxide staining. N70°w, -'----@ 47'-51' Continuous fracture, several subparallel ,-·-62°sw ---fractures. ... -----. -· ~ I-,_ --g) 50 -!f·=-I CH @ 51' Gray, moist, stiff, clay seam; remolded, '---5 8 105.4 23.7 ±1" thick. -Below clay seant becomes very hard, no staining. ---CS: N8°W, ~ -.·=-:.· 14°SW --- --.. ----·------- ----.... .----·-· 55 ----@ 55.5'-58' Fracture, nearly continuous, surfaces ---.... lf F: N86°E, polished. ---vertical -- --- -o-•o -@ 58' - -0 - Zone of calcium carbonate nodules, discon- -o--0 1-tinuous, slightly softer tl.5" above. .... ---@ 59.5' Becomes sparsely fossiliferous to 75'. -·-, ---60 505A (11 /77) LEIGHTON & ASSOCIATES DATE 12/10/84 PROJECT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HOLE No. B-1 SHEET_3_oF 3 PROJECT No, 4841363-02 DRILLING (o __ L;;;..;ac..;.r....:..i-'--ve=----------------------TYPE OF RIG -'M=o~de::..:1~45=----- HoLE DIAMETER---"3'""'0_" __ _ DRIVE WEIGHT 0-27', 3700#/28'-55', 260011 /56' -80' , 1400# DRO p 12 IN, ELEVATION lop OF HOLE 228'± REF, OR DATUM M.""e;.;a""n_S~e;.;ac....::.Le;;;..;v..::e....:..l ___________________ _ >-- VI -I-ll'--!! vi.-. LU 0 1-. ·-LU Vl -GEOTECHNICAL DESCRIPTION u 0 ·= VlO Vl 0:: -<<n J: I--:::, w 3:0 zu. ::> I-...J -I-w J:C) I-Q:IW OU-LUU 1-Z WW 0... 0...0 :::, ...J ...J V>W -LU LU .;:....I -I-a.. 1:0 0:: c:::ic..· -1-..JU) c:::iLL I-LOGGED 0:: I-~ w >-oz --BY SJ/HO I..!) c;; c.. :.:::o O:::> Cl:· (/) 0:: u (/).._.. Cl SAMPLED BY HO w E 6-. - - -I --6 40/11" 116, 5 16.7 SANTIAGO FORMATION: (continued) ----..... -·-CL Gray to blue-gray, damp,· very stiff to hard, silty ------,-clay. ,_ --.-· --_-.::--'------=·=-,-I ------@ 65' Zone of calcium carbonate nodules ±1' thick, 65 --0-0 -'- -·-discontinuous around hole. -------------· ----I- '---,.:;-ti2. S:approx. -~Qc!.0-. ,-,_ -·-----NS to @ 68' Softer zone, 1/4" wide, dipping 2°-4° W/SW, ------N45°W, ,-shearing across bedding. Sma·11 calcium carbonate ----2-4°W/ nodules along bedding feature . . -· 70 -- -SW I ... ---7 N/A 109.8 20.0 ------,_ --- ~~ S: approx. @ 72' Feature similar to that at 68', dipping 20 __ 40 -,-· ,_ W/NW. I- --NS to ---N45°E, ---I-..... ---2-4°W/ ------NW -,_ ---. -• .... --75 --..... -,_ .... Total Depth = 75' -I-Geologically logged to. 73' ... -,_ ·seepage at 40' 1-- 80 --._ '---.... --., ... --- .... ----~ .... --.... -,- ... -- I--,- ~ClSA(ll/77) LEIGHTON & ASSOCIATES DATE 12/10/84 PROJECT Huntington/Pa 1 omar GEOTECHNICAL BORING LOG . DRILL HoLE No, s-2 SHEET_1_oF 2 PRoJ ECT No, 4841363-02 DRILLING Co __ L_ar_i_ve ____________________ _ TYPE OF RIG _M_o_de_l_._45 ___ _ HOLE DIAMETER 30" DRIVE WEIGHT 0-27'. 3700#/28'-55', 2600#/56'-80'. 1400# DROP · 1211 IN, ELEVATION Top OF HOLE...lZ§.'..! REF, OR DATUM _,.M_,,,e"""a'-'-n...,.S,,,_e,._a....el:.s:.e.!.!ve::.!1 __________________ _ ->-. ~ v, ....... V, 0 f-f-UJ V, . GEOTECHNICAL DESCRIPTION u w :z: (/) 0 -0:: . <l:U') 0 (/) :r f--::, UJ ~o zu. ::, f-_J . f-w :r (!) I-i:Q UJ OU-WU f-Z <.JU a.. w a.. 0 ::JJ _J (/) UJ . ~u.. ~....I -1--a.. C::00:: 00.. -1-..Jen I-LOGGED BY Hn 0:: I-L w >-oz -. l!:) c:t: ct 0.. :co o= (/) 0:: u ~ SAMPLED BY HO w E 0 0 _µ _::-~ TOPSOIL/COLLUVIUM: .... CL/CH ..... :-:-...:>-; Medium to dark brown. damp to moist, stiff, sandy --.. --. -C:Grada C".lav. abundant rnnt~ ;in-' rnntlot~ --tional SANTIAGO FORMATION: -·-CL --:--:---:-C:Grada-.... ,_ .. . tiona l I Olive to green-gray. damp to moist, very stiff, silty clay; blocky, very fractured in random -. . . .... directions • ,_ -.. 5-·t·· F:N60°E, -ML Light greenish-.gray. damp to moist. medium dense, ~ . _-;....;·. vert1ca l silty fine sand; massive, moderately cemented. -C: Hori--@ 4' Becomes oravish white to white. ..... '-' --zontal l - - @ 5' Fracture infilled with dark minerals. -cl F:Nl8°E, -Pink color in sand ±2" above contact. ~ --vertical CL Olive. damp to moist, stiff, silty clay; randomly --_· F:N48°E, .... oriented, partin~, polished surfaces. Contact dip-... lverti cal -:. · -:.. F:N75°W. <D -ping 2°-4°NW. Highly fractured, very well develop--lverti cal ed fractures with small amount of clay infilling'. 10 - ,__. -F:N75°E, @ 8' Becomes highly fractured, all surfaces l I .... --f.iertica l 8 121.0 13.8 polished, one moderatel.v well develooed fracture, ·-· -~-: I,,,: N65°W, l all else are partinq surfaces very well developed, ..... l8°SW larqe. purple stained. -. -IF: Nl0°W, ~ -47°NE ML Light gray, damp, medium dense, s i1 ty fine sand. -.. -----· . , . @ 12.5'-14.5' Becomes friable . I -.:_ . ....:....: .... .... 15 --.. ..... .... . . -· -· -------@ 17' Dark mineral concentration along bedding, --discontinuous, dipping 8°N. -. ~ . ... Becomes fine-to medium-grained san'd • --. -. ... .... -· 20 -... B:E-W, 2 I @ 20' Faint bedding, coarse-grained layer, stained, ... ... 25°N 8 118.8 6.7 with small clay grains. -·-~ . ... @ 22' Clay rip-ups, 2" diameter, staining along ----..... B:Hori-.... bedding, some dark minerals along bedding. ... -zont.t 1 '• @ 22.5' Becomes •fine-grained sand. -.. -@ 23' Dark mineral concentration, discontinuous, I--west side of hole, dipping 26°W. ... ---:--... · ... 25 --' :;;: Hori--· zontal ----Undu-CL Green, damp to moist, very stiff to hard, clay; ---lating iron oxide staining along contact. -... -.. :N7°W. ---t-Jertical ... .... --------,_ ----... 30. -- 50SA (1 l /77) LEIGHTON & ASSOCIATES DATE 12/10/84 PROJECT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HoLE No, B-2 SHEET_2_oF _2 __ PROJECT No, 4841363-02 DR I LL! NG Co _.::.L"-'ar~i.,!..ve,,_ ____________________ _ Ty PE OF R l G ___ M ___ od-'-'e'-'-1_4"'"'5'------ HOLE DIAMETER 3~ D RIVE WEIGHT 0-27', 3700#/28'-55', 2600#/56'-80', 1400# DROP 12 IN, ELEVATION ToP OF HOLE 176'± REF, OR DATUM M.""'ec-=a.:..:.n_,S:.::e=.a...:L:.::ec:..ve=-l'---------------------_ ->-"' -I-~ vi~ LJJ 0 I--LJJ Vl . GEOTECHNICAL DESCRIPTION u 0 :z 11)'0 "' a: • ct(/) ::c I--:::, LJJ 3:0 zu. :::, I-...J . I-LJJ :cl!) I-IXlW ou.. LJJU 1-Z L.>U a. uJ 0.0 -::J...J ...J oa. "' LJJ . ~u.. ct--J I-l-0. i:x:i a: -1-_J(/) ex:: I-::E: w >-oz -. LOGGED BY HO ~ ct a.. ~o o:::::, <t: en c::: w (/)'--' w E 0 SAMPLED BY .HO 30 ---I SANTIAGO FORMATION: (continued) --3 12 122.3 6.7 CL ----... Green, damp to moist, very stiff to hard, clay. ----... - --- -... Total Depth= 31,5' - 35- Geologically logged to 30' -No ground water encountered at time of drilling - L... ----------- --- --- -... ... L... -- -... ,_ ------ -... ------- -----------. ' --- --------- -... - --- -1-L- ;i(lSA(I J/77) LEIGHTON & ASSOCIATES DATE 12/11/84 PROJECT Huntington/Palomar GEOTECHNICAL BORING LOG DRILL HoLE ~di B-J SHEET _l __ OF 2 PROJECT No, 4841363-02 DRILLING Co .........:L;..c..a.;_rc..:i vc...;:e~---------------------TYPE OF RI;G ""'"M_o_de;....l_4'"""5 __ _ HoLE DIAMETER-~3o~·---- ELEVATION TOP OF HOLE~ VJ u IJJ 0 :c I--::> I-:Cl.!l IJJ I-0.. IJJ 0.. 0 ~LL. <..J 0 I-a: I-<.!) c::x: W E -'-j:<j_: ~-~ -·-·.-'-: C: Grada--_:,:--..._:.; :-'. ti ona l -.,_ -C:Grada- --_ -_-tional ---- 5 - - - ..;::...:..,-F:N46°E, -~vertical _ ~ F:E-W, - - --34°S --- . 0 z UJ c:QUJ ::> ..J 1-0.. ~ < V) ... I- ----.... I-- --G) -.,...-_---rvS:Nl2°E, _ -_ ':.._" 30°NW 10 -t :N2°E, :.:-.:..--· fiertical • ·-·-f :N49°W, . -. -.l:', ivert ica l -::r....:--:::-: Nl6°E, j._'-_,_' wertical -. t:·N4°E ~-:J t,,~rtic;l -~-=-: :N22°E, flertical 15 -.. . -.. :·a:approx. - -. •. . -. -.... 20 - - - .. : .. : .• -.. E-W ,35- 400S 25 -~· . . F:N66°E, _ 55°NW -. -.. .·.-.· -·.~ _ ·-F:N76°E, · 1: -:-i~ neilr ver- 30 r:k tical 511SA(l l/77) - l I .... .... ---- I-- 2 I - 1-- - - .... -.... ,- t- VJO 3:0 OI.L. .J ,::0 a: UJ 0.... 6 8/10" DRIVE WEIGHT REF, OR DATUM 0-27' 1 3700#/28'-55'. 2600#/56'-80' 1 1400# DROP 12 IN, >-I--VJ zu. LI.JU 00.. >-a: 0 119.3 122.2 . ~ VJ,.._ UJ VJ • a: <(V, ::> t-..J • I-z (...)(..l VJW -t-..Jc./) oz -. :;:: 0 o::::> u u,...... CL CL CL CH 13.9 SC 14.0 ML Mean Sea Level GEOTECHNICAL DESCRIPTION LOGGED BY SJ/HO SAMPLED BY HO TOPSOIL: I Medium brown, damp to moist, stiff sandy clay; f abundant rootlets in uooer 6". COLLUVIUM: Medium to olive-brown, damp to moist, stiff, sandy ... ... I clay; scattered rootlets. 1- LSA.,.-JN._T.,.,I.,,.A.,..GOc-'---F-O_RMA_T_I_O_N_: ---------------~ ,I, Mea1um·red-brown, damp to moist, stiff, clay; mottled appearance. @ 5' becomes blocky, fractures randomly oriented, 1/2"-2" blocks, parting surfaces, waxy appearance • @ 6.5' Fractures with rootlets. ... ..... I- ... @ 8.5' Clay seam, ±1/4"-1/2" thick, green, ·moist, medium stiff, clay; red staining ±6" above, 4" below 1- slightly remolded, nearly continuous. @ 9' Becomes sandy. @ 12' Becomes silty . @ 14.5' Some shearing along bedding. ... .... .... .... ... Gray, damp to moist, medium dense, fine sand. ._ @ 16'-17.5' Continuous parallel banding, gray-brown, dipping 37°S. @ 18' Dark mineral concentration along bedding, dipping westerly. @ 20' Iron oxide staining along bedding, l 0-2°NW. @ 23' Abundant staining. @ 25'-28' Fracture, very well developed off-set sand against very fine sandy silt, below fracture highly stained. .... I- .... '- ..... .... - .... @ 28' Remolded clay seam, ±1/16"-l/4" thick, brown, '- moist, medium stiff, clay. Below fracture: Gray, damp to moist, medium stiff, very fine sandy silt; highly stained. ... .... LEIGHTON & ASSOCIATES 6EOTECHNICAL BORING LOG DATE ___ 12_1_10_/_B4 ____ _ SHEET_2_oF 2 PROJECT Huntington/Palomar PROJECT No, 4841363-02 DR I LL! NG co __ L_a_r..;..iv_e ____ -:------------'-------TYPE OF RIG _M_od_e_l_4.c.._s ___ _ HOLE DIAMETER 30" DRIVE WEIGHT 0-27', 370011/28'-55', 26006/56'-BO', 140011 DROP 12 DRILL HOLE No, 8-3 IN, ELEVATION fop OF HOLE 198'± REF, OR DATUM M_e_a_n_S_e_a_L_ev--.:e'-1 __________________ _ ->-V) -I-IN! v,..-.. w 0 I--w (/) -GEOTECHNICAL DESCRIPTION u Cl :z C/10 (/) 0: -<c.n :i: I--::, w ~o zu. ::, I-J -I-w :J:C) I-l'QW OU. UJU 1-Z U<-> Q. LLJ Q.O -::,J .J 00. (/) UJ . ~u. <....J I-1--Q. ,:Q Ct'. -1-JV) a: I-::,;: w >-oz --LOGGED BY SJ/HO ~ < a.. ::.::o o=> <C (./) Ct'. u c.n--,, w E 0 SAMPLED BY HO 30 -=-·. ---=--I SANTIAGO FORMATION: (continued) _._._. ·. 3 15 119.0 14.7 ML -z F:N85°E, Gray, damp to moist, medium stiff, very fine sandy L... .. : . 50°S I silt; hiahlv stained. -... -SC Brown to gray, damp to moist, medium dense, fine sand; -.. -. massive, iron oxide staining • - ·@ 33' Becomes reddish yellow. ---.. 35-. -- -@ 36' Becomes pink and reddish yellow. .. ~ ~ -~ -. -. . ~ -. --' - 40-: I @ 40' Dark mi nera 1 swirls. ~ .. 4 16 103.0 7.4 -- .... -- --: -., ... --- 45-.. -- -· --.. -· . . ·CS:N60°W, '-CH @ 47'-52' · Clay seams, slightly remolded, 1/16"-l/4" L.... 49°SW thick. -L-L- .... -- so-I .... 5 8 112.8 8.2 -~ -: .. --.. .. -. . , . . .. . . -.... Total Depth= 53' ~ 55-..;_ Geologically logged to 52' L.... No ground water encountered at time of dri 11 ing --- --- --- --- SflSA (11 /77) LEIGHTON & ASSOCIATES DATE 12l1Jt'.B1 PROJECT Huntingt2ale~]2mac DRILLING Co Larive HOLE DIAMETER JO" ELEVATION ToP OF HoLE-1Z.2..'...± VI u UJ 0 ::i:: I--::::, I-UJ ::i:: l!) I-a.. a.. 0 UJ UJ .... oLL <-J I-a: I-I..!:) <l: W E 0 --o ---::r=----C:Grada--o-: ....::_ tiona l ':.: D.. -o:.._--::: --:-:Q- :-0.::..: 5 ------() -0-\~ F:N30°E, --=--~ 69°SE -- - - -=-:;t F:20°W, --near ver- . -=;-F:N40°W, --vertical 10 -tical • ..=.:::.... -·-·· .:..:_.:--·.~! :~ ·. : · ·: tvertical -. . . . . -·w· IF:E-w, 15 - . . . -- · ~ · .... :N4°W, . : 85°SW - -- 20 -.• -•t :N40°E, -:;F, hlertical --I• -- 25 --- 30 --·- ·-··. - - -.. .. - 5nSA ( 11/7 7) . 0 I-:z: (1)0 w 3:0 inw OU.. ::::, .J .J I-a.. i:o a: ~ w < 0. V> -... -.... - '- -.... 1 I 7 --.... .... --- '- 2 I 8 -.... -- - .... -,_ GEOTECHNICAL BORING LOG DRILL HoLE No, B-4 SHEET_l_oF 2 PROJECT No, 4841363-o2 TYPE OF RIG Model 45 DRIVE WElGHT 0-27', 3700#L2B'-55' 1 2600#L56'-80' 1 1400# DROP 12 IN, REF, OR DATUM ·>-. I-IN! (/)~ -UJ (I) • (/) a: • ,<V) zu. ::::, I-.J • WU 1-Z <....>U AO.. VlW . -1-.JV) >-oz .... :.::a o= a: u A V>...., CL CL 125.0 12.2 ML ML 122.2 13.7 [!jean Sea ·level GEOTECHNICAL DESCRIPTION LOGGED BY HO SAMPLED BY HO TOPSOIL: -i-oark to medium brown, dry to damp, medium stiff, _ l T 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 1/2"-2". @ 6' Loose calcium carbonate. @ 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 stainina. Light brown to light gray, damp, medium dense, silty fine sand. @ 13' Manganese stained fracture. @ 15' Heavy pink and iron oxide mottling, no apparent bedding • 111 18.5' Becomes.siltier, harder. @ 21' Manganese stained fracture. @ 24' Becomes medium-grained sand. @ 25'-26' Completely stained layer, golden color, bottom dip 2°-3° to W. - -- ... - - - ..... - -- ,- - -- LEIGHTON Iii ASSOCIATES GEOTECHNICAL BORING LOG DATE 121121a4 DRILL HoLE No. B-4 SHEET_2_oF 2 PROJECT Huntington/Palomar PROJECT No, 4841363-02 DRILLING (Q __ L_ar--:i_v_e ______ _;_________________ TYPE OF RIG _M_od_e_l_4_5 ___ _ HOLE DIAMETER 30" DRIVE WEIGHT 0-27'. 3700#/2B'-55', 2600#/56'-80', 1400# DROP 1-2 IN, ELEVATION fop OF HOLE 172' ± REF, OR DATUM ..,_M.:.::ec=.an:..:....=Sc=-ea=--=Lc=.ev:..:.e:...:1 __________________ _ . >-. Ill I-N 11),-.. UJ 0 I--UJ (/l . GEOTECHNICAL DESCRIPTION u 0 z: Ill 0 a:: -c:ten J: I--UJ 3:0 Ill :::, I-...J . :::, ZLL I-UJ :I: C) I-Ill UJ OLL t-Z uu 0.. UJ Q.O :::l ....J ....J UJU (J) UJ . ~LL. c(-l ... 1--a. IXl 0:: oa.. -1-I-..I(/) Q: I-~ UJ oz -. LOGGED BY lln I..!) <C <t ~ >-:co o= en 0:: u 0 en....., SAMPLED HO w E BY 3.U -' 3 I 11 118.1 10.5 SANTIAGO FORMATION: (continued) -·-.... ML Light brown to light gray, damp, medium dense, silty -fine sand. --.. -,-• --: --' . -:-T --- 35 --Total Depth= 33.5' - -..... Geologically logged to 33' No ground water encountered at time of drilling - --- ---- ' --- --- --~ -.... - .... ----- ------ -.... i- -i-I- --~ '------ ---" ... .. -..... L- --..... ------ ~ -- --.... -. ,_ - 505A (11 /77) LEIGHTON & ASSOCIATES DATE 12/12/84 PROJECT Huntington/Palomar GEOTECHNICAL BORING LO,G DRILL HoLE No, SHEET _l_oF _2 __ PROJECT No, 4841363-02 DRILLING Co __ La=r""'i""'ve;;__. ___________ --,-_______ _ TYPE OF R l G _M_od_e...,l _4_5 __ _ HOLE DIAMETER _ _,3=0-" __ _ ELEVATION Top OF HOLE 176'± (/) u UJ :i::: -Q I-I-:i::: C) ::::, UJ I-0.. a..o UJ UJ <t....J -oU.... I- 0 a: I-c.!> <C w E ~ ··-:..:.. -:..=--='7-C: Undu :-': ·:. o la ting -o. ;:-: B:N61°E, -34°SE -""7"'"·:-:-, .. :N70°E, ~ _;_ 8°SE - • ._._ .· IB: N38°E, >-;-.. -13°SE 5 -... -:- .. -.-.. B: N81 °E, --:-·.~ 29°SE --:-·-;-t:N29°E, 15°SE -.. _ . -:--_J:N6°E, 86°SE 10 -'3:N76°W, 22°SW - --B:N29°E, 21 °SE -~ .... -. -· 15 -, • -· -. . l3:N44°E, -19°SE -. -. 20 -' . ' - -. . . -. ~: .. qj,_ -.. 25 -.· •. g; -'3.-.. -. 30 SllSA ( 11 /77) . 0 I-2: enc UJ 3:0 lllUJ OU.. ::::,J ..J 1--a.. i:o a: ::E: UJ < a. Cr.> - - I- I- I- --- -CD 1 I 5 I- ---- I- -- 2 I 8 --- I---- - DRIVE WEIGHT 3700# to 28'/2600# to 55' DROP -12---IN, REF.' OR DATUM ...:M.:.:e.::..an:..:....::S.::..ea=--=L.::..ev.:...:e:..:.l __________________ _ >-. "' en,.._ I-UJ en .• -a: • <Cl') en ::::, I-..J • zu.. 1-Z U<....> UJU U)UJ . oa.. -1-..JU) >-oz ·-. ::.:::o o:::::, a: L.) V,'-' 0 CL SM ML SM 108.9 20.7 113.0 16.0 GEOTECHNICAL DESCRIPTION LOGGED BY RLW SAMPLED BY HOt_RLW . TOPSOIL: Mottled brown, gray and yellowish brown, damp, medium_ stiff, fine sandy clay; abundant rootlets, desicca- ted cracks with ooenincis to 1/2" SANTIAGO FORMATION: Yellow:brown to gray mottled golden brown, damp to I-- ,. 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. @ 13.5' Becomes more massive with less frequent bed~ing surfaces. @ 2~.a•· 611 diameter co·ncret'ionary nodule • @ 25' 8" diameter concretionary nodule. @ 26' 2" diameter pod of uncemented calcium carbonate. @ 27' Discontinuous ±1' thick concretionary nodule zone. · - .... -- - .... - - - ..... LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG DATE __ ~1~2/ul~3~/8a4 ____ _ DRILL HoLE No. B-5 SHEET_2_oF 2 PROJECT Huntington/Palomar DR I LL! NG Co _--"'La::.:r_,_i..:..ve"'---------------------- PROJECT No. 4841363-02 TYPE OF RIG Model 45 HoLE DIAMETER-_,3,.,,0c...."--- ELEVATION TOP OF HOLE...lZ&..'...! u :c I--I-w :I: l!l 0.. 0..0 WW ou.. <_J a:: = W E 30 .'. __:_:. .. -. :...:_: -- -..... -·· Ul w Q ::, I--I-I-<C -""-:~-k:S: N28°E, : ·-· 5°NW 35 - . •.·. --·· --·· -.. --.:---'. 40 _ .·. e. --. -.. 1-:Grada- -tional -. •' -:-: . - 45 --- -.. ·-., -e··@ .CJ,• -~-~ . . ... ----' . 0 I-z (1)0 w 3:0 c,QW OU-:::, .J .J 1-0.. i:o a:: ::E: w <( a... (/) 3 I 14 .... --.... ..... --- 4 I 16 ,- .... ..... .... -.... - ,- DRIVE WEIGHT 3700# to 28'/2600# to 55' DROP -~12'--__ IN, REF, OR DATUM _.H-'-"e"'-all.n __.s,.,.e~a ...,,L,.,,_e.:.:ve:,..!1 __________________ _ >-~ . I-(I),.... w en --a:: • <((/) (/). :::, I-.J • zu. 1-Z ULJ WU UlW QO.. -1-_JV) >-oz -. a:: ::.:::o o::::i Q u (/).._, 113.3 16. 7 SM CL ? 115.0 16.7 SM GEOTECHNICAL DESCRIPTION LOGGED BY RIW SAMPLED BY HO/RLW SANTIAGO FORMATION: (continued) Gray to light brown mottled light golden bro1~n, moi~.t. .... medium dense, very silty fine sand. .... @ 33' 0.7' thick layer of wet soil, appears to be perched on underlaying clay seam. @ 33.7' ±1" thick silty clay seam, laminated. @ 36.2' 4" diameter concretionary nodule. @ 40' 4" diameter concretionary nodule. Light brown to gray mottled light golden brown, dense, wet, silty sand; massive, no apparent bed- ding surfaces. @ 47.2' Continuous l'-1.5' thick concretionary nodule zone. .... .... .... - .... .... .... .... -... .... .... 50 -s I 2019" 122.3 1 .1 -,- -' ,; ... ~ -- 55 - -- -.... - -,- 60 5115A ( 11/77) .. ,., . , . Total Depth= 53' Geologically logged to 51' Ground water seepage at 37.5' No caving LEIGHTON & ASSOCIATES - -.... .... .... .... ... GEOTECHN GAL BORING LOG Date 12/12/84 Drill Hole No. 8-6 · Sheet 1 of 1 ·· Project Huntington/Palomar Job No •. 4841363-02 Drilling Co._.:.M:.;;o.;..r.;..r.:..:is:;.;:o..:.n;_.. ________ T_ype of Rig s:..53 Hollow Stem Auger Hole Diameter 611 Drive Weight 140 1 bs. Drop 30 in. -----Elevation Top of Hole 0 -0 .. ·. .- •... 0 . : ... -. --... __:, . .. 106'± Ref. or Datum Mean Sea Level . ... Cl)""" ~ Cl) • ~ .. ~ [I.) :, .µ ~ • GEOTECHNICAL DESCRIPTION .µ c::: uu .~ !! ~ tn Logged by __ .;.;R.;;.L~ __ J __________ _ :i 8 '8 => Sampled by __ .:.;R,;;.LW~----------u ti) '-' SM ALLUVIUM: Medium brown, moist, medium dense to dense, silty fine sand; scattered gravel- size sandstone clasts. --~Li-----------------SC · Dark brown, moist, medium dense, clayey fine sand 5-.. . -• • I . CD1 I 2a 99.216.5 -· -• • I --. -. ... ,,,__ ~-~--------------- SM/ SC Medium brown, moist, medium dense, silty to clayey sand. 1-0.....: . . . -: -:--: 2 I_ 19 .. .. ·-. -. . . ·-·•----~·.:::. 105.213.9 _ µ ... · Lightbrown, wet, dense,slightly silty . ~ c:::i-.1 --·-··. ~IV..:!!.''.~-~ ....u4-IUJ..__· ~--~--------- -~ -. ,_ . . 15-D· --~ . ,· . . . -. -, . -· -. . - 20-..!-... . . . . ...,_ -. . -, ..... -... . ' . 25-_ .. 30 . -. . .. . -. . . --. ,, -.... ._. .. -... i:;nn11 r, /77) .. .. 4 5 .. SM Light gray-brown, moist, medium dense, .. silty sand. .. - 99.717.0 @ 16' Gravel-size clasts, 1.5 1 thick. .. •r I.Ii--~ -i----i--- - - - - - - - - - - --- __ ._ SANTIAGO FORMATION: SM light golden brown, damp to moist, medium i 41 Dist1 r.bed ,dense, silty fine-grained sand. . .. ( . . -.. -.. .. Total Depth= 30 1 .. No ground watet. encountered at time of . ·. drilling .. Backfilled 12/12/84 I 19 104.5 7.1 , r I ' GEOTECHNiGAL BORING LOG Date 12/12/84 Drill Hole No. B-7 Sheet 1 of l •· Project Huntington/Palomar Job No., 4841363-02 Drilling co. __ M_o_r_ri_·s_o_n _________ Type of Rig B-53 Hollow Stem Auger Hole Diameter 611 Drive Weight 140 1 bs. Drop 30 in. Elevation Top of Hole 95 1 ± Ref. or Datum Mean Sea Level 0 .. ---· -· . --. ... _ . -- 5-. . -.-- ••I ---.... ---. -..... -. ' 10-•.:.;-: --~ -~-:----• t__..!-· ~-·--. . .___ -=-· ... -·-:---:-• -·--~. -:~ _· .. ...:....- 15 -~.-:·· -.:.::;:_;_ ... .-· --:··--·:---:--•· -•' . . --. -. . . . -.. 20--·-· .' 25 30 . -•. -. . . -' .. ••I• - - - - C''"'· ,..,,.,." >,. . +.I ,if' 0 +.I •.-I Cl) Cl>z Ill 0 Cl) ,.. .. :s 0 c:: 1+-1 ::, ., .0 Q) 0 u. Cl) C) +.I c:: :Sr-➔ ~ 0 0. fll Cl) f-, 0. a2 ,.. •.-I +.I ~ Cl) >,. :i§ . ~ ~ Cl) u ... - . Ill ,-,. Cl) . CII C/l ~ • uu • ~ C/) •.-I . o::, Cl) - SM GEOTECHNICAL DESCRIPTION Logged by RLW Sampled by RLW ALLUVIUM: Medium brown, damp to moist, medium dens_e, clayey siltyJsand (D 1 24 94.E 12. 8 .. - 2 N/A 96.6 9. 7 --~---, --------. --------~ ML Gray-brown, damp, very stiff, fine. sandy .. silt. @- 3 36 100.7 11. 5 .. ---.. - 4 28 .. .. .. - 5 I 30 -•I--- ------ - - - --· ------ - -.;...,_ SANTIAGO FORMATION: SM Medium brown, damp, medium dense, ___ J iJ.:ty_sa.D.Q.; ·...s.J i_ghtu \'lfillthe.re.g_., __ _ 91.510. 9 SM 93.4-9.8 .,, Light golden brown, damp, medium dense ·s i1 tY sand. . . . .. Total Depth= 25 1 No ground water encountered at time of drilling . No caving Backfilled 12/12/84 I -!-L.~--ft A----=-~-- GEOTECHNICAL BORING LOG Date __ l,_2 .. l.,.12.,../..i.8,..4;.,..,_~Drill Hole No. 8-8 Sheet J_of ...L. Project Huntington/Palomar Job No •. 4841363-02 Drilling Co._-=-M~o ... rr_,.:..;·s __ o_n __________ Type of Rig B-53 Hollow Stem Auger Hole Diameter 6" Drive Weight 140 1 bs. Drop 30 in. Elevation Top of Hole 78'+ Ref. or Datum Mean Sea Leve 1 ·o ..:.-:. · .. -·-· .. ' --..... -.. . ' - ---· ... ... ---.- 5--.. -:---.----. . ' ----.... .... --:--;-.- --:---:-_ ._. . . 10-0-0·0 o 0.0, -9· _.o --·--.:. -. . . -. . -: . 15 -.... -. -. . . . --. . -· I -. 20-·-· ·_··. . . . . -:-:-.. _, -. \ --. - . ~ , ' 25--. ... . . -. . . \ -- . . : :_ -.. · 30 -• .. • . M' 111-4) Ill • 1-4 .. «I ell ::s +' .... • GEOTECHNICAL DESCRIPTION +' i:: u u Ill 4) _,. Logged by _ _..:,R~L~w ___________ _ •.-1 +' .... V) j S ·a :;j Sampled by RLW u V) '-' __,:,.:,;:.:...,_ __________ _ ·ALLUVIUM: SM Light brown, inois_t, medium dense, silty sand. .. i-----. ----.------.-------:i-CL/ SC Very dark brown, very moist, stiff, fine sandy clay to -1 oose, clayey fine sand. 1 14 lO&f 19.1 CD .. 2 I 32 DistJrbed .. .. .. @ 91 Becomes clayey sand. @ 91-10 1 Lense of gravel-size clasts to 1" in diameter. ---------------------- SW/ SM -Light brown, damp, medium dense, sl i 9htly si 1 ty sand. . 3 · 19 Di st ~rbed @ 16' Becom_es wet . . . . . -----------------.. SM Brow_n, wet, loose, silty sand. @ .. 4 I 9 106u 1a.s -. -------.. 5 I 70 . 110.e -, - - --- SM 17.4 ~ Ir _,. -- - ------ - - - - --SANTIAGO· rnRMATION: Light brown to brown, wet to saturated, dense, silty sand. Total Depth= 30 1 Ground water measured at a depth of 181 No caving ~1r Backfilled 12/12/84 12/13/84 7:30 a.m. I -:-1..1-.-. 0 A_,.,,,.,.,,,..;,,..+-,,... GEOTECHNICAL BORING LOG Date 12/13/84 Drill Hole No. 8-9 Sheetl_of 1_ Project Huntin~ton/Palomar Job No •. 4841363-02 Drilling_ Co. Morrison Type of Rig 8-53 Hollow Stem Auger Hale Diameter 611' Drive Weight 140 1 bs. Drop 30 in. Elevation Top of Hole 104'± Ref. or Datum Mean Sea Level >. . Ill • +,I fl{> rn-GEOTECHNICAL DESCRIPTION 4) 0 .., -~ 4) Ill • '"Cl 4) :z: Ill 0 Ill ~ .., .. r4tn ::, J: 0 C:: CM ,-c • +.I .0 4) 0 tr.. 4) (J +.I = uu RLW -~ ::, ,-c ,-c Ql:lo Ill 4) • Logged by +.I E--r= ! -~ .., .-c en +.I ~ :i § -~ . RLW < 0 ::, Sampled by en u en - 0 --.. ALLUVIUM: -•1. •• ... --. - -:-.. ---- SM rum brown_, moist, medium dense to - e, clayey silty sand . --i...--- -------- - - - - - - -. 5-.. '. . -. -. . -. . . . • • I • -.. -· 10-~ -. . -. . --.. -. . . . . .. -15 -·, -. . -. . . . . ~ .•. -. -.._ -. ' . . 20--.-. · .. - - - 25- . . - c:nnA ,.., t;•n . . 1 21 .. ... .. 2 30 .. ... .. .. .. loo .. .. 3.1 26 . -- -I "' .. --- 97;l 5.5 SM 102.1 -25 .o 104.3. 15.5 SANTIAGO FORMATION: ·_w Light brown to medium brown, moist, medium dens_e, •silty sand • @ 17 1 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 .. GEOTECHNICAL BORING LOG Date 12/13/84 Drill Hole No, B-10 Sheet ...1_0£ ...L. Project Huntington/Palomar Job No. 4841343-02 Drilling .Co. __ M_o_r_r_is_o_n _________ Type of Rig B-53 Hollow Stem Auger Hole Diameter 611 . Drive Weight 140 1 bs. Drop 30 in. ____ ...; Elevation Top of Hole 0 ... ::: . -=-. . -. . . ' .. -: .. --. j • .. --. . . -. . . -. - 5 -.. · .-. -- CD .. - 108 1+ Ref. or Datum Mean Sea Level . di' 111-41 Ill • ~ -~ V) ::s .., ~ • .., c:: u u .:i:l ~ ~ V) Logged by __ .:.:R.:..LW:.:.,_.;._ ________ _ GEOTECHNICAL DESCRIPTION :i S ·a::;; Sampled by RLW u~~ -~~----------- ALLUVIUM: SC Dark brown, mois_t, medium dens~, clayey sand. · ---------------------- SM .. --.-. 1 28 102., 9.2 Light brown to brown, moist, medium dense, silty sand; slightly clayey, cal- cium· carbonate stringers. . . . -.-' .. · . . --. . . - ... -' . . . . --------------------· SM/ Dark brown, moist, medium dense,. silty -10-..:. . .:.· .. . ·-·. ·-· --. ,,, . . --. . . . . -.. .. . . . 15 - . • - -... . . . . •. ' . . . -. .-. - 20 - · . . ' . -- - - ... . . -.. 25 -.. · .. . - 30 -. . I SC to clayey sand. · · 2 27 117i 12.2 @ 10'-ll' Tighter drilling . __ :.:_ ----~-------------------- -- 3 I 23 102.~ 9.3 - ------ 4 24 106216.0 ... SANTIAGO FORMATION: SM Light brown, damp to moist, medium dense, silty sand·. @ ±20 1 Becomes very moist .· Total Depth= 26' No ground water encountered at time of ·.·drilling No caving Backfilled 12/13/84 '-'-'-•--,., •---_!_ .. __ I GEOTEO-INICAL BORING LOG Date 12/13/84 Drill Hole No. B-11 Sheet_!_of_!_: Project Huntington/Palomar Job No •. 4841363-02 Drilling Co. Morrison Type of Rig B-53 Hollow Stem Auger Hole Diameter 6" Drive Weight 140 1 bs. Drop 30 in. Elevation Top of Hole 1201 ± Ref. or Datum Mean Sea Level 0 -.--. -. . . --. . .. -__:.. , • • I -. _;__. 5 __ ,_ .. ·. -.--. - -::_ .. ·~ --. . -. 10-." .:_ • 15 . -_!..." -. -. - - . - -- . . -. . . - 20- --- -- -. . r:nnA ,., , .. .,, >, • • +,I ,H> Ill,-,. 0 +,I •,-4 41 Ill . GEOTECHNICAL DESCRIPTION :z: Cl) ,0 Cl) ~ .. ~ Cf.I G) :s 0 s:: l+-4 ::, +,I ..-4 • ,.Q G) 0 "" 4) (J +,I s:: u t.'I Logged by RLW ::, ..-4 ..-4 0 Q. Cl) G) . ~ ~cg! •M +,I ..-4 Cf.) >, :i 5 •"4 • RLW 5 O::) Sampled by Cl) u Cl) ._, CD -ALLUVIUM:- SC Dark brown, moist, loose, silty clayey sand. · · · · · -----.--------------SM Dark brown to brown, moist, loose, 1 13 94.C 11.6 silty sand; slightly clayey. .,, --. --i---------..-------------- SM 2 20 111.710.9 - ·3 · 17 98.913.9 .. -- ... ... ... - SANTIAGO FORMATION: w Light brown, moist, medium dense, si.lty sand. Total Depth= 15 1 No ground water encountered at time of. dril 1 ing No caving Backfilled 12/13/84 GEOTECHNICAL BORING LOG Date 12/13/84 Drill Hole No. B-12 Sheetj_of~ Project Huntington/Palomar Job No •.. 4841363-02 Drilling co. Morrison Type of Rig B-53 Hollow Stem Auger --------------Hole Diameter __ 6_" ____ Drive Weight ___ l_4_0_l_bs_. ______ Drop 30 in. Elevation Top of Hole 125'+ Ref. or Datum Mean Sea Level 0 --' -.-· --... . . . -. -' ' .5 - ' . -. ~ -, -. . - • I I ... . - 10--' .. . --. ... ' - - . -.. · - -(D - . ,I(' 111.-- G> 111 • GEOTECHNICAL D'CRIPTION 1-4 "' Ill Vl ::, ... ..-4 • ... s= uu -~ ~ ..-4 tJi Logged by_..:.R::.":L:.:.:W ______ _,_ ____ _ ;i 8 ] 2, Sampled by.......:R.::L~W ____________ _ SM ALLUVIUM: Dark brown to brown, moist, 1 oose, silty sand; slightly clayey. .. '.-•,•, ·••. ·-~· .- @ 4' Becomes dense silty sand. 1 14 102~( 8.3 --------------------· ------ 2 24 110~0 11. 7 .. - - SM SANTIAGO FORMATION: ', Light brown, moist, loose to medium dense silty sand . · ... 15 -J-~·-~--•~'-+----l----1--'--~--1---4-----L-------------------+ 3 17 96.3 11.6 -.. -... -.. -- 20-- -.. -... -... -~ -- ... . ... -... -- cnnA ,., ,.., .. " .. . .. . .. . Total. Depth·;:: ··1~• . No ground water encountered a time of drilling No caving Backfilled 12/13/84 . . Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No •. B-13 Sheet 1 of 2 Project Huntington/Carlsbad Project No. 8841363-04 Ori 111 ng Co. __ Ge=o=D'-'-r_,_i .:...11:......,..-----------Type of Rig Hollow Stem Auger Ho le Diameter 8 in. ---""---'-'-'~---Drive Weight __ 1_4_0_1_bs_. _____ _ Drop 30 in. Elev at ion Top of Hole 169'± Ref. or Datum Mean Sea Level ------------------- 0 u .... .&:: 0> 0.0 ,a -I s.. (!J .... .. •'·. -..... . , . .. . .. . .. . . . . -:· -:-~-. -t •• • .. ·-::: ·: .. a I I • • ... 5-.-··. ·_. · .. . , .... -•• II, •• • • . . . ... : .· .. -. . . . ·· . . . ,.,....--..... : , . . · •·: ... ' -.. . . ,~~.-:-. 10-; :· · · 1• ., . . . .. . ,•·. -·-.... -.. . . .. . . . " -. : . '.:· ~ .... ........... . -: ... :-..... : 15~ ·.: · ... --•-!-'.· ' --' ..:---_., _ ..... . : : ... -., . . ._ ..... . -... 20-.. _. · ·-. Ill C1J "t:I ::, ~ •... ;•·:-...... . ---·-· ·. ·o·. ..... -: ·-·-· ... . •,---: .. : ... . -"---• o· .. •:.. . . . -:-,:.·-:· ,.-J· ••• 25-.. ·.·~· 30 . --:--·. -·..;.,.:, .•..!" ... -... ·..:. ••••_-I . ::::..-·. . : : ... :: ..... -:-. -~--.-; .... C1J . 0 :z: .c QJ ::, .... t-C. e IO V) . .. - CD .. 1 23 "" .. ~ ~ ui-.... f . 111 cn ·en-::, ~ ,a • c-... '+,IC ,...U QJU CIIC1J U, cc. .... ~ V) -0 C ,_. • t, :e:: 0 .... :) C U a- SM 113,4 12.0 GEOTECHNICAL DESCRIPlION Logged by JB Sampled by __ ..... J=B __ _ I \ ARTIFICIAL FILL: Light brown~ damp, medium dens~, fine- to medium-grained sand @ 5' Ught brown-gray to gray, moist, medium dense, silty, fine-to medium-grained sand . 2 18 114,4 11.6 .@ 10' Same as above - -- 3 31 110.7 16.0 @ 15' Brown-gray to off-white, very mQist, medium dense, silty, fine- to. medium-grained· sand; trace of ·· clayey silt -.. 4 - .. .. @· ... - ~-------------------- 23 11?-.8 ~-~-2 .. SH~ . @ 20' .L i.gh.t brown to grayi mo.1st, .. ML medfom dense, very silty, fine-, . to medium-grained sand; contains small chunks of clayey silt- ~stone~. moderate organic odor present ------------------ 111.8 15.4 SC @ 25' Medium gray-brown, moist, medium dense, clayey, fine-to medium- grained sand; strong organic odor present Leighton and Aaaoclatea, Inc. GEOTECHNICAL BORING LOG Date November 13, 1990 ------------------Drill Hole No. B-13 Sheet 2 of 2 Project __ H_u_n_t_i_n.._gt_o"""n ..... /_C_a_rl_s_b_a..;...d _________ _ Project No. 8841363-04 --------"--------DrH 1 i ng Co. ______ G __ e ___ o_D_r_i l __ l ________________ _ Type of Rig Hollow Stem Auger Hole Diameter 8 in. Ddve Weight __ ;;;;...14.:....:0'----'-l=bs::...;.'-------Drop 30 in. Elevation Top of Hole 169'± Ref. or Datum Mean Sea Level --......... -'------------------------------ >, 1t'-~-. .... V II) 0 .µ ,,-cu C/1 • GEOTECHNICAL DESCRIPl ION .s:-.,-cu z "' 0 "'-S-.. ,a CJ? .µ.4J .s: en "'C GJ C '+--::, .... Q, GJ ::s 3:0 +' C ,-u Q.O .... .Q Cl.I 0 LL. GJ 0 C/1 cu u. Logged by JB cu a, ,a_, :::, ,-Cl Cl. Cl LL. S-,,-I-a. ,-S-.,-.... ,_(/) .... -0 C -(.!> s al a, ~ .,.. :i .... IO C. 2::0 ~-_Sampled by JB ci:: (/) Cl u 30 ~?i~~ift:-:: :v. ~l_;_: .. ~•:tti, 6 35/ 120.6 17.4 ML I' SANTIAGO FORMATION: -50 Medium brown to gray-brown, moist, hard, . -. for 2" sandy siltstone; moderately well-.. 1 I indurated · . ... ..; : • ... Total Depth = 31 Feet 35-.. ·No Ground Water Encountered -i Backfill~d 11-13~90 , , -·. --i , , ---, .. ---: .. i -.. -: , 40-I .. .... , , . .1 : . -.. : --~ . I 45--.-; I -... J -.. -, -... ""' , -, 50--I- . . . ·-. . .... ---· --- - - - ~ 55--... --- --. -.. . . . 60 ---Leighton and Associates, Inc. GEOTECHNICAL BORING LOG Date November 13, 1990 Drill Hole No. B-14 Project Huntington/Carlsbad Project No. Dri 111 ng Co. __ G....,e~o:.=.D.1..ri.l..l· 1~1--.-__________ _ Type of Rig Sheet 1 of 2 8841363-04 Hollow Stem Auger Hole Diameter 8 in --...:..;.;~---Ori ve Weight __ 1_4 __ 0_l __ b_s..;... ____ _ Drop 30 in. E 1 e vat ion Top of Hole 164 1± 0 u .... .&: en c.o "' _, S-(.!J ... . . . . . ·:::·~ ;·/ -: ... : . :· . : .. : : : : -.. ,. .. •.·.· I, ••: ,\ . ·.· ·~··. : . ... . -· ,. s-·-.-:: ·-... ·-:. . 0 +J z: en o cu ~o .c cu oLL ::, ,... t-~ ,... S- al C1J "' n. V) .. -- Ref. or Datum Mean Sea Level ~ ~ ~-GEOTECHNICAL DESCRIPlION -.-cu en • en-S-• IIS V) C ct-::, ..., ,... . GJ u +' C u~ Logged by Q~ en cu JB -.,......, ,... V) ~ oc .,.. . Sampled by ::E: 0 0:::, JB C u V)- SM ,~ ARTIFICIAL FILL: Dark brown, damp to moist, medium dense, fine-to medium-grained sand l ... .. -·-1 26 US.l 13.6 @ 5' Dark brown-gray to light .brown- gray, moist, medium dense, silty, t • : • ·.:; • . .. . -...... _. . :..: . ·. . :-.;.;-.;. . . . . . -. · ... · ... -~-· lo-:,··:·.:: _..., .. · Ft:t-. ·--...... : ! .·-••. ·.-:-:.· ::. :-.· . "• :-,·--:: ./:". ·: f-:•· . :...:.::.,.:.:. 15-:::>:·;:· i::.=z:~~: --~~~~=~:; :_ -:. •.; ::-. ·.; -.:.:...::-~~~-•;.·.:: , .... · ~-., ... , .. -:~--;-:::..,,~---:~· ••:-: ~ ,:.r.•J,.;,,.·• -~ ~:r:::=.-::.;:: ~-·!;/:•-•: ,: 20-·::•.-::~! .. ~.-~-L~ ., . -i~· :\ .. · .. :.~ .. --:. - • I-;-·· ••••• .. ,,-_., . · .... : ; . ' •_--:-:_ .... , -~. :·~ ·. ~:: 25-: ·-: .!o,;' , : .. · . ..!: 30 . ...., .. -.-,. . -.. -·~ .... . . . ... -·. ... .,,,, -:~·. · .... ...... ~ .•. - - 2 --- 3 .. - 4 .. -.. .. 5 ... • ... 18 38 28 • 32 111.8 12.7 116.9 14.2 fine-to medium-grai~ed sand . . I @ 10 1 Light gray, moist, medium dense, silty, fine-:. to medium-grained sand @ 15 1 As above; increase in density . . ... ... __ ....;... ____________ _ -118.1 14.1 SC. @ 20' .Medi um. brown-gray,· moist, · med1 um dense, clayey, fine-to medium-- grained sand; organic odor - detectable . - - 112.2 15.2 @ 25' Dark to light gray, moist, medium - dense, clayey, fine-to medium-. grained sand; micaceous; organic odor detectable - - I~ Leighton and Aeaoolatea, Inc. Date November 13, 1990 GEOTECHNiCAL BORING LOG Dri 11 Hole No. B-14 Project Huntington/Carlsbad Project No. Type of Rf g Sheet _2_ of 2 8841363-04 Drilling Co. GeoOrill Hollow Stem Auger Hole Diameter 8 in. Orf ve Weight ____ 1 __ 4 __ 0_1 ..... b __ s __ • ____ _ Drop 30 in. Elevation Top of Hole. 164'± Ref. or Datum Mean Sea level · ----'='-'---';;..;;..;;;;.....;;a.;:;..;..;;;;..a.... __________ _ 30 . -...;-·· ,: ->=·:.~·. '.""-.. -..,. . · .. -;-... '"'-:-.. .... : - • I • : • • ·,-;_ .:.. · .. . ,' ·:..:..• ': . "··. ·-35--·• ... , ~· ... -~ 40 ·, ..... : ,... . . --~:.. t:67: ... -~ ,i.-·. '!.. ·-~•--'• . ..:., , .... . •. ~--:-.. ·.·.· -· ... . ~ ,•-, ........ .... -;.-. ..._ . ...,. . . . -.•-.... ... ; . ·.· 45-. --- 50- • -. - 55- -- • . 60 . 0 CIJ z:: .a cu ::, ,- t-~ IU V, .., II) 0 3: 0 oLL ,... L. a:i cu a. ~ .,.. 111-c c+-41 U 0 Q. -~ Q ._.. ·-CIJ Ill • L. " en VI ::, .... n:s • +JC,-U en cu u • ,,.. +a VI 0 C ,-• :IE: 0 .,.. ::l u ~- GEOTECHNICAL DESCRIPlION Logged by .sampled by JB JB ------ 6 28 1118.8 11.7 SC 1 ' ARTIFICIAL FILL -(ContiTiued): -, "' CD "' .. @ 30 1 Dark.brown-gray, moist, medium dense, clayey, fine-: to medium-"' gratned sand; strong organic odor ~ i "I I ' J : t---"~ ..... -__,;. ----- -------H 7 27 U~~~, 15.8 CL-1 h b . t , @ 35 1 Brown, and ig t rown, mo1s , .. 8 ML very stiff, sandy clay to sandy silt II . I• .. Ir-·~~ sANTiAGOFORMATWN:--·-----------1 • ---L---LI SP-@ 40' sandstone: pink-gray to pff-white .. lo lo .. "" "" .. ·• .. "' I,, • .. .. " I,, 88 !21.4 s.3 SM ,i, damp, dense, slightly silty, fine,_ to med.ium-grained sandstone; .. ~ 11 .. massiv~; homogeneous Total Depth -41 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and A11oclate1, Inc. I• I• I• .. - - . - - I• . . - ·- Date November 13, 1990 Project Huntington/Carlsbad GEOTECHNICAL BORING LOG Drill Hole No. Dr111 i ng Co. __ G.,e....,o=D.._rj,&..1]u.J ___________ _ B-15 Sheet _. _l _ of 1 Project No. 8841363-04 Type of Rig Hol Jow Stem Auger Hole Diameter _..:,8:-.,£.in~·=----- Elevat;on Top of Hole 180'± Ori ve Weight _ ___;;;l...;.40;:__;,l.::;.b;;;..;s •;__ ___ _ Drop 30 in. .c-+.t+,I 0. GJ GJ GJ cLL. - u ,,-.c 0) 0.0 f -I t!J 0 -·-.. . -:-·-· -·. ·~·-:-• .. • • ! -· .. . . ..., __ . . . . 5-~-.·-:·--·~· .. , ~ .. ·-=' -. ,. . . -• .. _..,. . .. . ·.~•-· -... .-•- 10-. • ·.:-..., __ . . . . ·-·-·· ..... :~.-_._ ~--:-➔, . :~:~ ·r.-~ -...... -::· :..:..74-.. -:·~~ ~ ~--.-. 15 .:..•:;.:... ·-. •.<# .. 7.·:6';·· .. ,•• . :.• .. 7':,. ~·-·. -•.-:--~I ...... . , .··: -:--:':1.; •II I, ... . . -::.:.: ~ . -.· " •·.• . . _ .. _....:. 20-.:.._;i.:.::,. ~--·· ..... ·-·:::~~.::.. -· ... · ... : ..... _ .. ., • • • I -.. . .::. :..: ..... -~:..:..:· . . . . 25 · . .:.., .. --i-..'""111:1 .... IJ°':=':i,:-l_'.='~.:.. --- 30 "' GJ "C ::, +.t .,.. +.t +.t ~ '" - 1 - 2 -... 3 .. 4 Ref. or Datum _....;M;.;;e;;.;a;;.;.;n;__;;.Se.;;;.;a:;:....::L;..;:;e..;.ve.;;;.l,;__ _________ _ ;'} ~ ·- -GJ ~ • •A-'-• -Cl) •• :::, +,I .... C.._ +.IC ,-U GJU UIGJU• C C. ,,-+.t Cl) -0 C ,-• ~ E O ,...::::> C U ~- SM 24 114.3 10.9 GEOTECHNICAL OESCRIP1ION Logged by JB Sampled by __ ..:.J:..B __ J~ ARTIFICIAL FILL: Medium brown, damp to slightly moist, medium stiff, silty, fine-to medium- gra;ned sand @ 5' Brown-gray, mo;st, medfum dense, stlty, fine-to medium-grained sand i.-.-------------------24.E SM-@ 10 1 Olive and brown-gray, very moist, 44· 102.3 ML medium·dense, fine, sandy, clayey silt to silty,. fine-to medium- g_ra i ned sand SM ___ .,_ ___ .-.:..,_ __ _.:,__ ___ 39 1122 •0 10 _5 @ 15' Gray toftan, .mtoistd,.medium_dednse, ----- silty, ; ne-o me 1 um-grarne sand ~;th trace of silty clay r ~ARTiFICIALFll m: - - ---:--- _____ .. @ 20' Light gray, damp, medium dense, 26 . ~01 .s 4.9 SP-. s-ilty, f; ne-to medi um-graii ned· SM sand; homogeneous , ~ ~ SANTIAGOFORMATION=--~ ---- I Medium g,ray; moist, very st;ff, clayey l .. • U silts tone ; r-;;-~~-~ ML-@ 25 1 Olive-gray, moht, hard, clayey siltstone; trace of f;ne-gra;ned sand present; moderately well indurated Total Depth= 26 Feet No Ground Water Encountered BR~kf111Prl 11-13-90 Leighton and A1aoclate1, Ina. Date November 13, 1990 GEOTECHNICAL BORING LOG Drill Hole No. B-16 Sheet _1_ of 1 Project Huntington/Carlsbad Project No. 8841363-04 Drilling Co. __ G....,eo,...D,..._r_,_i .._]]..._,_ __________ _ _Type of Rig Hollow Stem Auger Hole Diameter _....,8......._j...._n=-. __ _ Drive Weight 140 lbs. -----------Drop 30 in. Elevation Top of Hole 105'± Ref. or Datum Mean Sea Level .c-...,..., Q. GJ cu GJ 0 LL. u. -~ en -0.0 la-I s.. CD 0 .. ·· ......... . -:-::.-.. ·-. . . --... •· .. . . .;_•.:. -~-: • • .. .-J .... :-: .. 5--... . ., ...... ·-~ . . . -:1· :-: ·. -· . . .,_ ;,. ... . .. ·., . . . -.. , .. . -_:. ... : 10 -_-: ·. '"7 . : .• . . . . -::-::-: . --· • -~·-=-: ·--:· · .. : . • .. ---=:.... : : ._: . : : .:.:..::- 15 --:-=-.:: . .-~ --• f I . -· . . -.-·.·· .. ·-~--··~ .. . . . .:...,., ~ -. ·__;.. ... -.. . •-.: . .. . ' ~ -··-· 20-:...::...=::... -l..•.-.· . ~ :::· .. ··~-..-. ~ ... : . : . : ·,· .:....:.·. ---· -..... : • ~ N 0 +"' -GJ GJ z CII 0 &11-. s.. • :::::, .µ 30 cc+-+,> C .a GJ oLL. CIJ u CII GJ :::::, r-,... s.. Cl Q. ,,-+"' ... 0. -E al cu ~ 0 C: IO Q. ::E:O Cl) Cl u .. .. - 1 50 118.8 6.3 .. .. :D 2 Jr 111 .4 a.1 .. .. la ·-CII • CII Cl) 11:1 • .... u u. r-"! .,.. :, ~- SC GEOTECHNICAL DESCRIPlION Logged by JB Sampled by JB , UNDOCUMENTED FILL(?): Gray-brown, damp, medium dense, clayey, fine-to medium-grained sand l @ 5' Gray-brown, slightly moist, medium dense, c.l ayey, fine-to meq i um- grained sand; contains .scattered gravels ~-~~----~ - - - -SM @ 10' Light gray-brown, slightly moist, ' medium ·dense, silty, fine-to medium-grained sand ~~FILL/ALLUVIUM(?):----~- -----------@ 15 1 Brown-gray to _gray-brown, slightly 3 -36 98.5 B.3 SC moist, medium dense, clayey, fine- grai_ned sand .. -, . . u-:~ALWVIUM(?Y: - -- ---- 4 ~------1--@ 20 1 Light pink-gray to light tan-gray, 27 106.9 10.3 moi.st, medi_um dense, silty, fine- SM grained sand .. .. ....... -~~------'"': =. :.-: ,,_ ' ---· --.• .. ·•. .. i, SANTIAGO FORMATION: :,..! •. :.::. • @._2_5 1. Off-white to light gray, damp to 25 · · ·:.:: W--•-'----·----i. ~-;,:~,;. 111 slightly moist, dense to very 30 ·!!¥.°i":':•: 5 24/ 112.0 8.1 SP--1===:i!::!:l=====tm=:a· .. 50 dense, silty, fine-to medium-II fnr 311 SM •, gra 1 necl .sandstone; homogeneous - • .. '!:f:1=:::!=!:!:t====t====t===I======:==;~~:;:::::::::;:;::;::=::;============~ Total Depth= 26 Feet la . .. No Ground Water Encountered Backff 1 led 11-13-90 Leighton and A110olate1, Inc. Date November 19, 1990 GEOTECHNICAL BORING LOG DrHl Hole No. 8-17 Sheet 1 of 1 884136:3-04 Project Huntington/Carlsbad Project No. Drfllfng Co. __ G..,.eo...,D .... r..._i .... 11=--------------Type of Rig Hollow Stem Auger Hole Diameter _...,8::-..i..,_n.=------ Elevation Top of Hole 115'± Drive Weight __ 1'-,;.40.c...--1..;;;.b.;:_s.'---___ _ Drop 30 in. Ref. o~Datum Mean Sea Level __ _;..,;.;;.;;;.;.;_..;..;:;_:.;......:_:...=;..:.._;_ ___ ~-------·-'-----·. ------- 0 u •,-.r: Cl c.o "'-' '-tD . , ... .. : . ·. -.. ,-:"":" ...:..-· .. -.". : -·:--. ·-. -. 5-. ::•-:-.. ' . .. . .... _. -. ~ ... .,... .. --·-.. . . . -.. -·· . . .:..-.. . . . . -· • I ,' :• :, • -·-10 -; : :· : ': . ---..... -.. -• •.!--. '• . • :_ <;... •· ....... •-.·· -. -.,. --· .... . -·-.. , 15-=-=-=--: ,_ .. --:--,_ ;-: . ·-·--·-. --·· ... . . . r .... ---... ,•· . . -:-·.·. -: .. ~ 20 -~-::.:::..~ . •: .· ·.: -_-:;~ -: ·: -: . -...... : ... ·: . · ... ----• •, o I I .•. -. . ' .. . . · .... ' ... . .. . 25-~ ...... ..:.:. ..... . . . __ ._ ,. 30 -..... , -- • . :ti cu_. ·-"' . GEOTECHNICAL DESCRIPllON 0 .... ,,-II') Cl) z: "' 0 II)-s.. .. ::, .... "' . GJ 3:0 ~t +JC ,... c..> .0 QJ :::, ,... oLL Q C. "' GJ u, JB Logged by· I-C. ,-. L ,,-+I ,... Cl) m GJ -oc -;:; E "' V) 1 2 ·3 ~ Sampled by Q. :E 0 JB Q u ~- .. SM j \ UNDOCUMENTED FILL(?}: '" Light to medium brown-gray, damp to slightly moist, medium dense, Si 1 ty I -fine-to medium-grained sand -I . '" . . '" . ' . --I 36 112.1 8.7 @ 10' Light brown to gray~brown, slightly moist, medium .. :dense, - '". silty, fine-to medium-grained . sand; trace of clay . '" • J:71u/ALLIWIUM(?}: -----"". . ____ ____ ·@ 15 1 Light to medium gray-brown, moist,_ .. '" - '" .. 24 108 .• 5 10. 2 medium dense, c 1 ayey, fine-to SC medium~grained sand -18 112.5 • . , -f':-A·LLUVIUM:------.--- ____ .., @ 20 1 Light gray, damp, medium dense, - · slightly silty., fine-to medium- grained sand; homogeneous 3.7 SP- SM . ~ r. ~SANT!AGOFORMATION TIT:,--- - -. I @ 25 1 Sandstone: Off-white, damp to 4 -78 -"'"' -5 2 --s-p·-~ .. __, slightly moist, dense, slightly -- . 11 • 7•4 .:")l'I silty, fine-to medium-grained - -.. 'I sand; homogeneous I'=!::===================-==•· Total·Depth "' 26 Feet No Ground Water Encountered Backfilled 11-13-90 Leighton and Aaeoclatea, Inc. ~ Project Name: Huntington/Palomar Logged By: _ _.,R ... ~""'W.,__ __ _ -, · Project Number: 4841363-02 · > Elevation: _ __.+~·~89 ___ 1 ___ _ TRENCH NO. 1T-l Equipment: J0-310 Backhoe Location: See Geotechnical Map ....... 1--:__.:.._ __ -=::;=========--------==========:..:.:.J~---,--,;.__--~ ~ GEOLOGIC ~ ATTinJDES '-' I::"" CD I-'• ~ rt 0 C: Undul a tj ng DATE: 1/15/85 DESCRIPTION: ALLUVIUM CD 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 ::, Total ·oepth = 71 D> No grQtmd w.ater encountered t No ca~irig · · ~ Backfilled 1/15/85 n GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES C: (/) 3: ....... t:, II) 0 'O (1) (/) ~.@ ,....... I-'• n ::, o\O (n Hi UI n I-' '-'r-t '-' I-'• .. (1) C r-t (/) >i '< . (1) SM SM ~-L---------'------------------....;..---------'------..J.-----"'-----.1...-----4-------1 IIJ GRAPHIC REPRESENTATION North Wall SCALE: 1" = 41 SURFACE SLOPE: Horiz.TREND: M47°W ~ 1,...:_...:.;.,;_;__"T"""_..;._ __ -r..;.;.:;.:..;.;.;...;.:.=..:.-,------,-....:.---.----.------,-.......,--=----,'-'-----7------, UI •loo .... -.. .... --... .... -... ... ... - I • • • I I I I ' . . . . •· • • I I I • I • O I • . I . I I I I I ... -... .... - ·------- ............ ' ~ ... ·----.. -... -. . -~ - I::"" 0 C) 0 ~ 'Tl ""'3 ~ m z n :I: z 0 -l I ..... C/'I 0 ..... I > C"" (l) .... ~ f"t g ll'> > Ill IA 0 0 .... Pl f"t (D Ill Project Name: Huntington/Palomar Logged By: RLW Project Number: 4841363-02 Elevation: ±90' TRENCH NO. T-2 Equipment: Jll-310 Batkboe Location: See GgQtechnica] ~ap GEOLOGIC GEOLOGIC DATE: 1/15/85 DESCRIPTION: ATrlnJDES UNIT ALLUVIUM (D Medium brown, moist to very moist, medium dense, silty Qal fine to:medium sand; brush covered, abundant rootlets C:Undulating in top 1.5' SANTIAGO FORMATION J:N78°W;65°NE @ light to medium golden brown, mottled medium brown, Ts moist, dense, silty fine to medium grained s~nd; jointed, s:N11°w,2°sw 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 GRAPHIC REPRESENTATION South Wa 1 l SCALE: 1" = 4' SURFACE SLOPE: 10:1 TREND: ... ... .... -... :~ ... ·<0.•_j_•.·.·. -.... •:::·-. : ... ·.·(!)··· ·.·~ '.'Zil .. .. --· .· .. · ·.. ·. ·.:..:.. ~--~---·-·· ... ·.:-. . . . .. ... ... :· --... , •.. .. . .. . : .· ... - I . . I . . ' . .,· .. . . .. . , ..... -•••""Ii • I I . . . I • "T --. I . I I . I I I I I ~ .;....: _-. ... . ._, · l , .. r . I I l ~ . . . ~-~:~ . ... .... . ~: ... I-. :" -.... . .L.. -.... - ... .... ..... -. ------ L... ~--- -. -.. ENGINEERING PROPERTIES U'l 3: ,.....,o C: II> 0 "C (D U'l ~~ ,-.. .... n ::s o\0 rn H'I VI n .... .._, rt .._, .... .. Cl) C: r-t U'l >i '< (1) SM SM N42°E ' ' . . . -, I I I I I - - -- - --- -- - - § 0 'Tl -3 :;c r:n z n ::t: z 0 -; I I"\) VI 0 .... I ► ~ .... ~ .-t 0 :, ""' ► CII .CII 0 0 .... ~ .-t (D CII Project Name: Huntington/Palomar Logged By: RLW .. Project Number: 4841363-02 Elevation: ±26' TRENCH NO. T-3 Equipment: JD-310 Backhoe Location:S~e GeQtecbnjcal Map GEOLOGIC 1/iS/85 GEOLOGIC A1TI1UDES DATE: DESCRIPTION: UNIT ALLUVIUM CD Dark brown, very moist, medium dense ·to loose~ silty fine Qal to medium sand; roots and rootlets ® Very light gray-brown, very moi.st, loose to medium dense. Qal silty fine sand; very friable, c·aviri~ common in this unit, abundant roots and rootlets G) Medium brown to brown, very moist, medium dense, silty Qal fine to medium sand; ground water seepage at a depth of C:Undulating .. -3• -.. SANTIAGO FORMATION ® Medium golden brown, very moist, medi'um dense, silty fine Ts sand -----•-··· 8. 5' f· Total Depth= Ground water seepage at 3' Caving in top 1.6' Backfilled 1/15/85 GRAPHIC REPRESENTATION North· Wall SCALE: l" = 4'. SURFACE SLOPE:HoriZ.TREND: I--- 1:~~ - .-... \i"~:-:· :\;·:cgj'-."~ --~:: :· .:.: . :·:. _:....._ --J. -·-~ .,,,.: ........ --=-·.· . :. ... . . c'-' ,: • ~-. .:-:-:-;, • • ....... I • I I • . I . I I I 1 -• • • • ·• • "I. ~•· • I . . . . . . . ' . I I ' I . • . , I , .. ... : .·. ·' . ; .' ... ' I I ' I I . ·-· -:~---·.-.·~ --I-.. _.,.... . .... .. : : .. ., .. ---... · .. ·._ .. :.@:·.: . ... -I---~-.. ... --.. . . ... I-. . . . ·· .. · ... ·:...:. ---~ . . . . -· . . · .. ; ~ ·_::-:--. ... . ... .... • • • • • .. • • t --\; _:. .· .·· .: .. ·: .· _·. =./ ... -t--,,··-· . " : : -: -:-:-: __ '. .-. . . : -.... .•. : .... __ ... • I-""'..:.:.. .. .. .. iC4) I- ---- ENGINEERING c:: C/l Ill C/l ~'6 n .... .. (1) . C/l SM SM SM SM N53°W I I I PROPERTIES 3: 0 ,...... .... o\O ti) .._, .-t C t-f (1) I I . I ,...... 0 "Cl (1) n :, 1-til/l .._, .... l"t '< . . ' I - - -- -- -- -- - - -; I w . --------·---. --. ---·-·-· ----·--------------·-.. -----------... ···-· V'I 0 .... I > ,__ (,,I ...... ..., ..., ._, t"' ~ .... ~ M' 0 ::s l;ft i:' Ill 0 0 Project Name: Project Number: Equipment: GEOLOGIC ATI'IIDDES C:Undulating Huntington/Palomar Logged By: RLW ----=.:.:.---- 4841363-02 Elev at ion: ____ +-1_0~6~'-------TRENCH NO. T -4 JD-310 Backhoe Location: See Geotechnical Map DATE: 1/14/85 DESCRIPTION: ALLUVIUM (D Brown to dark brown, moist, medium dense, very clayey fine sand; abundant roots and rootlets throughout unit, very occasional gravel size clasts to 111 in diameter, clasts are generally subrounded SANTIAGO FORMATION ® 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 GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES C:::. en n -• (/l SC SC .... 1----------'-------------------------------~---...__--L---.L.--------t ~ GRAPHIC REPRESENTATION West Wall SCALE: 1" = 41 SURFACE SLOPE: 5:1 TREND: N32°E : 1-------r------F==-;;....:;:.:::.;..;.._-,------,-:...----r-----.-----,-------.-----,-~-""""".""---1 ---.. - I I • t I ' • I I I , ..... •':{°; :; .. _:_:_:_ ··.--;,: .. :-..:./.--:i---·v·--_:··_ ... - --K. --. .-.. ·._ ---·~:.:.. -~~---~ ::·_ ~ .. :.-:.--_:~~-----·---=-· ...... -~ . - . . ... I II I I I I :• ••~•.""" •• • • 1 • ■••• .• • ••,•,.. • ..,, t ----. t I . I . I I I I I I - -- -- ---- ... --... -.. ... . .. .. ,. .. . --... 4• ---. ...... -______ __,__ _____________________ ....._ __________ __._ ____ __._ ____ ~ t"" 0 Q 0 'T.I --4 :;o t-r:I z n ::i: z 0 -I I .,. tn Project Name: 0 .... I Project Number: > Huntington/Palomar Logged By: RLW .....,;;;;; 4841363-02 Elevation: +116' TRENCH NO. ·r-s Equipment: JP-310 Backhoe Location: See Geotechnical Map _a.....:.:....:... __ _:=;;::::=~==::::==~~::!==-----..:...:.....:..:.:.;.;:::::::::::::::::::::::=:=::::::::::::::.:.::~----,-----~ ~ GEOLOGIC :j ATI'ITIJDES ._, .lift > (/'l C:Undulating DATE: 1/15/85 DESCRIPTION: ALLUVIUM CD ® 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, finn, very fine sandy silt Total Depth= 10' No ground water encountered No caving Backfilled 1/15/85 GEOLOGIC UNIT Qal Qal ENGINEERING PROPERTIES C: (/) 3: ,...._ C Ill 0 "Cl (!) (/) ~~ ~~· n :i ~o (/'l Hi (/'l n . .... .._, r-t .._, ~-.. (!) C: r-t (/) 1-j '< . (I) SM ML Ill 0 n ~-1--------L----------------""'.'.""':'---....... -------..,......a...-------L---'---.....L---'-----1 ID GRAPHIC REPRESENTATION North .Wall SCALE: 1" = 4' SURFACE SLOPE: 3:1 TREND: N69°E ~ 1-_...:,:,;;._ ______ __,r------,------,--------r-----,------,------'-------;,_.;_r------.-:------, Ill -... - ... •'---... ... ... -- I I . • I . . . I . . I I . I I I . I I ' I I I I I I I I I. I I I . . I ---. ... -... --... -... -' ... .. .. ... ~--:·-.·.· ..... ( ~~ ----- . ... ... - ... ... t"'" 0 G) 0 'Tl ~ ::0 tn z (") ::i:: ~ -I I tn Logged By: __ ....,RL...,W~---.. . ~ Project Name: Huntington/Palomar °;"" Project Number: 4841363-02 ·. ► Elevation: _ __,+__,1....,2,...,8_1 __ _ TRENCH NO. ;" T-6 , Equipment: -~ GEOLOGIC ::j. A1TITIJDES -...J C:Undulating C:N-S, 8°W [ CS:N46°W,18~sw ~ JD"".'310 Backhoe Location: See Geotechnical Map DATE: 1/15/85 DESCRIPTION: ALLUVIUM Q) Dark brown, moist, medium den~e, 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 ® Light tan-brown, moist, dense, silty fine sand; poorly devel_op~d bedding Dark brown, moist, dense, silty fine to medium sand; un- derlain by 211-311 continuous medium brown, silty··clay seam, clay seam is randomly fractured g @ Light gray-brown, moist, very dense, silty fine sand ...,, Total Depth= 91 ?: No ground water encountered CII No caving GEOLOGIC UNIT Qal Ts Ts Ts ENGINEERING PROPERTIES c:: C/) n .. C/) SM SM SM/CL SM g Backfilled 1/15/85 ~ L-G-RAPH--I-C_RE_P_RE_SLE_NT_'A_T_I_O,;;;.N;.;.;.N;;.;.o..,;.r~th.;,.;;....W_a~, 1"--..:..S..;.CA_LE_:_l_11_= __ 4_• _______ S_U_R_F_A_CE_S_L_O_PE-'·-. _3_:_l_T_R_E_N-'D-: _N_6_9_0 L.I~--_ ___;_L.---.L.----1 (D ._ ______ .....;.. __ ..,..:.;.:;.;...;;..;.....;,.;.;;;...;..;..r------~....;_---r-------r---..;;;.-,---;..;;..;.;;;;;.;.;;..;;._,------.---------1 CII 5 C) 0 'Tl --,J L..L-1--1-<1--+--._l-f--+-4-+-+-+-+-+-+-+-t-+--f-+-f--::::~:P-:--f.-r-Hf--:-;+.-,+::-+::£::,,,¥:="+f-+-+--t-+--t--+--+-+:-+-+--+--+--f-+--t-+-I ~ R :I:: ts -I I 1-----.J.------l----'---+-----+-----p~,;-.;....L....;_+-:-~---+-----+-----+-------4 C"'I g; Project Name: Huntington/Palomar Logged By: RLW --~---'----ENGINEERING PROPERTIES -;;. Project Number: 4841363-02 Elev at ion: __ =+ =1=52_1 __ _ TRENCH NO. /'. I-7 C: en 3: ,..._c:, Equipment: JD-310 Backhoe Location: See Geotechnical ~~P ,..... 1-=-.:.:....-=----=:::;:=::::'.:~=:::::=~;!::::__ __ .:.:.,.:.:.,_:.....:,_:::::::::::::===:::::==:::::.::.i::: _____ r--__ __;~ Ill 0 "'1:1 CD en ~~ ,..... ..... n :s ci'f> VI H-,Vl ~ GEOLOGIC :j A'ITinJDES ._, t"""-CD ~-~ rt 0 ::, """ > Ill Ill 0 n C:Undulating, Gradational DATE: 1/15/85 DESCRIPTION: COLLUVIUM G) 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/811 -1/211 wide SANTIAGO FORMATION. (z> Medium golden brown, mottled red-brown, inoist, dense, silty.fine to _medium sand; massive, · no· apparent bedding surfaces, si;:attered randomly oriented closed fractures Total Depth= 9.01 No grOuijd water encountered No caving B~ckfilled 1/15/85 (") I-' ._, rt __, I-'• GEOLOGIC .. CD C: rt en Ii "< UNIT CD Qcol SC Ts SM I-' l-------'-----~-.:-:-:-:-::---------:::~-------------"--:-"".'""---"'-~7.:---...... ..._ __ ...__--1 Ill GRAPHIC REPRESENTATION North Wall SCALE: l" = 4' SURFACE SLOPE: 3:1 TREND: N54°W ~ i...::.:.:.:::.::::.:.~.:.:,::.:.::.:.:.:._:.:.:..~---__;,-r-----,-__;,-----,-----.------,------........ ---,------,------:-1 Ill .. ... I-• I-.. ... I-. ... I . • I I I . . . ' . I ' . ' I I I I I ... I-• I- -... - ~: ~: -+-f.-i--lf-f-~¼-f-t-f-t-f-t-f' ---t-+'-t~•-t~~~~·:-,·•t::-=·~· ~~t~-:-t'~t:-" 't-:tti ... -l'H'rt--t-'t-+-+-'+-+--t-+-+--+--1--1-~ I I 1 • ~•~ ,·•·' ••,' •••-•••;--I I I I I trl ~~-:7 . . .• ... : . .-:::: ... ._ g ".:r=. . . . . . . . . .. @' ; ·. : ·. : .. : ... -z < ,:J._J;;;_ . - . • : . . . • • .' -'--0 N<: ~:/-... -_:.-_~::~~_.•._ ... :_.---- ~-··. -· .. · .... · .. . . -.. • -i--••• -- -... . . . .... . .. ---- .... •I-..... --.... ---···· .. ---.. -·· -------·-----~-----L----------------· ··--·-··-·---·· ~ Project Name: Huntington/Palomar Logged By: RLW --""'""'-''"""----~ Project Number: 4841363-02 ' Elevation: __ ..,.± .... 1_._44 ..... 1 ___ _ ·t TRENCH NO. T--8 Equipment: JD-310 Backhoe Location: See Geotechnical Map -l,._:_.:,;._~----=::::;::============:._,;,: __ .:.:.==.:.:,;~~=~~:!=======-=-----,.-----_;,j ~ GEOLOGIC• :j ATII'ruDES ,_,, C:Gradational C:N66°E,91°SW t"' ~ J: N9°W, 79°SW t-'· ~ r-t g C:Nl5°E,21°NW DATE: 1/15/85. DESCRIPTION: . COLLUVIUM G) Medium to dark brown, very mojst, medium dense, very clay- ey_ fine to .medium sand; abundant roots and rootlets .thr.ough9ut, abundant amount of dessicated cracking with openings hairline.to 1/2" wide SANTIAGO FORMATION ® @ Medium golden brown,·moist, dense, silty fine to medium sand; scattered randomly oriented clay in-filled fracture~ Medium brown, damp. to moist, stiff, silty clay; jointed, manganese oxide staining developed along majority of joint surfaces Medium· gray-brow.n, moist, very dense; very silty fine sand Jon Total Depth= 7.0 1 ,,. No ground water encountered !JI 111 No caving GEOLOGIC UNIT Qcol Ts Ts Ts ENGINEERING PROPERTIES C CJ) n .. Cl) SC SM CL SM CJ) PJ ~~ . ..... (1) 3: ,-..c 0 '1:1 CD ,-.. t-'• (') ::, a\O !JI 1-t)!JI '-J r-t --.J t-'• c:: r-t ~ '< (1) g Backfilled 1/15/85 t-'• L--------1--....;;~.;.;..;...;..;...~_.::;:....:........:....;...;.._ ________________ ---1...._ ____ ...__ _ __. ___ ..__ __ ...___---t PJ GRAPHIC REPRESENTATION North:Wall SCALE: 1" = 4' .SURFACE SLOPE: 3:1 TREND: N46°W ~ ._ _ _;_ _______ _,_-----,-------,-------,r---~-~-----T---==----,-:-.;:;....;-----:---,--------1 u, ... I-- ... • I-- I-.... -... ... - I • • I I • . I • I . . . . . . • I -, I I I I I I ' I I I I ... .... - I------ -..... . -·-.... -.. i s Cl 0 'Tl ~ ::c, tT:I z n ::r: z 0 -t I CX) --. .... --- . --... ------~ __ _._ ____ __, _____ ,__ ____ .._ ____ _._ ____ __._ ____ _,_ ____ __,'---------' ~ Project Name: Huntington/Palomar Logged By: ____ R=LW ______ _ ... ► Project Number: 4841363-02 Elevation: __ ±'-1=8~2~'----T-9·· TRENCH NO. Equipment: JD-310 Backttoe Location: See GeQtechnjcal Map ,..... ~=:::~---.::::::;:::::==:::::::::=::::::::::::::::::::::::~--=::...=:.:.:.:~:!::::!~~:!:!::!~~-----P------I ~ GEOLOGIC :j ATI'ITIJDES ._, ~ C:Undulating C:N10°W,21°NE J:N48°W,54°SW ..,.. J:N86°E,75°NW ~ rt 0 :s ;:;n > Ill VI 0 0 DATE: 1/15/85 DESCRIPTION: TOPSOIL (D Medium brown,. moist, medium dense, silty fine to medium sand; abundant roots and rootlets, minor dessicated cracking SANTIAGO FORMATION ® ® 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 1 No ground water encountered No caving Backfilled 1/15/85 GEOLOGIC UNIT Topsoil Ts Ts ENGINEERING PROPERTIES C: Cl) 3: ,..... 0 I» 0 "Cl (I) (/) ~ '€1 ,.......,.. 0 :s o\a fl) H-, VI n . ~ .__, rt .__, ..... .. (I) s:: rt en 1-J '< (I) SM SM CL ;· 1,...G_RAPH __ I_C_RE_P_RE_S-'E-NT-AT_I_O_N_N_o_r-_th_W_a_ll __ S_CA_L_E_:_l'-,-=--4'-,------S-U_R_F-AC_E_S_LO_P_E.._:_3 ___ 5_:_l_TR_E_N_DL..:-N_7_5_0 W....__ __ .___--,1~--1 r: 1-_...:.:,:;_:_ ______ ....,.:.:.:::.::...::.:....:.:..=..:.;:...,-------,--_.:...----.-----,_;.;;.;;;...;;;.;;..;~..;....;,_~..;.;.;=:;.;.....:..:.;-~.;......---,------1 Ill .. ... - ... ... -... ... -... .. - I . . ' .... ' I .. .... ... ... I I _. ■ I I : : ~ ,_, . . . - , . !..: -w-~~--7" ---=----@ -= -___ .-::;-_ - - -~I::----3 . . -• r--~ -r-=----::--=-.-.. ~-:--=-'= ·=-== ·-- -·--= --:---=--1----------~--·----~-=-=-... -. -'--=-=--- . . . . . . . I I . . -... ... ... .. . ' . . . . . . • 7 T I I I I -- -- --. -.. - • .... --- .... . ----. . --· ---·---__ 'l _____ ..._ ____ ....,_ ____ _._ ____ __,_ _____ ...__ ____ ..__ ____ ...._ __ --:-_ _.._ ____ __.. -- s C') 0 '?:I --3 Gl z n ::c: :z: 0 .. -I I '-0 ~ Project Name: Huntington/PaJomar Logged By: __ _,_,R.::.:LW"------> Project Number: 4841363-02 Elevation: +140 1 .·•'f .. · TRENCH NO.· ;T-10. Equipment: JP-310 Backhoe Location:See Geotechnical Map ,....L-:.:...:....:.:.:.::.:~-=:::;:=~::::~~=~==---.:.:.:.:..==========::!:...----....... ---~ ~ GEOLOGIC ::j ATTITUDES ._, e:Undulating t"' (1) t-'• ~ r-t 0 : ::s .GI> ► Ill Ill 0 () t-'• DATE: 1/15/85 DESCRIPTION: ALLUVIUM CD Dark brown, moist to very moist, dense, clayey fine to medium sand; slightly silty, abundant rootlets through- out SANTIAGO FORMATION CV Light gray-brown, moist, dense, silty fine to medium- sand; abundant clayey sand filled fr_acture~1innnediately below contact with overlaying alluvium, massive, no apparent bedding Total Depth= 5.0' No gr9und water encountered No caving . Backfilled 1/15/85 GEOLOGIC UNIT Qal Ts ENGINEERING c:: en Ill Cl.) za 0 'O n -.. (1) Cf.l SC SM Ill rt GRAPHIC REPRESENTATION North Wall SCALE: 111 = 41 SURFACE SLOPE:HoriZ,TREND: N87°W (1) Ill lo, ... • I- ... ... I • • I I • • • I ~ ------·~----~<D-. \·-·W·:· . . .· .:.:_:_ 7~·-: .-_:. . : ~ . :•" .7-4 •"•'•,?f,.•\•.= ~-_; •~ •::.. I ,lo .1- I-. . . ' ' . --. ' ... .. • I I I I I I I ... ......... ~--~-~ ·'-·!,:±-~--~:_;.-. ···•'2''•-·-· - • ·\6} •.• ---:----. --··..:....:.:.;:;:-::-.·· I I --. l --. I I -·--.... - ---.... -. ... .. -... ·-·- PROPERTIES 3: ,--..c 0 "C (1) .-,.t-,1, (') ::s o\O ti) H'I Ill '-' rt .._, t-'• i:: r-t "1 '< CD . . . . I I - - - - - --- . -. - ! t"" 0 C"l 0 "r:I '"'1 ::,::, trl :z: n ::x: z 0 -t I ..... 0 ~ Project Name: Huntington/Palomar Logged By: __ R_L_W ____ _ r Project Number: 4841363-02 Elevation:_._±_1_2_0_' ___ _ Equipment: JD-310 Backhoe Location: See .Geo-technical ·.Map. ,.... 1-:_:.._ __ _::;::;:=========---___,;.:,:_.::.;_:....:=..========_:----------J ~ GEOLOGIC ::j ATI'ITIJDES ~ C:Undulating DATE: 1/15/85 ALLUVIUM DESCRIPTION: (D Medium brown, moist, medium dense, silty fine to medium sand; slightly clayey, abundant roots and rootlets thr.oogh out-, occasional shallow animal burrows SANTIAGO FORMATION 8:N36°W;22°SW @ . -Mediuiit' 't'o light gray-brown, moist, dense, silty fine to medium s·and; occasional i_ron oxide staining [ C:N37°W; 16°SW @ ~ r-t g Medium-olive -green, moist, stiff, silty clay_; jointed, manganese oxide staining along joint surfaces, randomly oriented, -poorly developed sheared surfaces, very occa,- sfonal blebs of calcium carbonate ~ Total depth= 8 1 ~ No ground water encountered g_ No caving; Backfilled 1/15/85 GEOLOGIC UNIT Qal Ts Ts ENGINEERING PROPERTIES C C/l n C/l SM SM CL ~ GRAPHIC REPRESENTATION South Wal 1 SCALE: 1" = 4' SURFACE SLOPE: Hor.iz .TREND: -.N37°W Cl) L--~=-~-------------,-------,,-----r----...;_;..;.:..r;;;_;;.;;.;~;.;;.._...,.._....:.;.:=;;.;......,.:~-----,..;_-----t ~ ... .. ... ... ... ... ... ... I I . . . . . . . . I I l I l I I I I I .. ... ... • I-. -.. -.. .. ... -.. .. -·- . . . I -~'~'" L-.:!::~(~~::;~ ~::~l I ~--~.-. )· ·~: ~: :-:-;..:_-... ~~•••~-.• • • • "I•• . .-• ·• I • ~. '· . ..... .. '. . ..... ~ :·: . .:<.·. .. ... -:·-.... ~-: • :• :·. ~ ~ •• : L. ~. =· ~ ,·: -~~~~~~~ -~ --,._--. --~ .... i-----~ --·- ----... - I -- - -. . .. . . . . I I I I I - - - - -- - - s C) 0 'Tl --3 ;:o tn z n :I: z 0 -t I ..... ..... U1 0 -I > > UI UI 0 n ..... I\> r+ (II Ill Project Name: Huntington/Palomar Logged By: RLW TRENCH NO. ·;tl 2 Project Number: 4841363-02 Elevation: ±146' Equipment: JD-31O Backho·e Location: See Geotechnical Map GEOLOGIC GEOLOGIC DATE: 1/15/85 DESCRIPTION: ATrinJDES UNIT ALLUVIUM <D Dark brown, very maist, firm to moderately stiff, very Qal sandy clay; abundant roots and rootlets in top.2' C :-Undulating SANTIAGO FORMATION cv· Light gray-brown, moist, dense, silty fine to medium. sand; Ts 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: I" =.4' SURFACE SLOPE 10:} _TREND .. ... --~ -il-·:tt::_ •·., -~ ... --~-,_ . ~-: .. ": -. :--:-. ;___. ~~-1---,· -~ --·.· ~-. ~:-t:::.....--£ --r --:- I-... ---:-> --=-•--:-::...=:--·-I . . . . . . . . . •I·-==--•-~-. ..::::: ...... 1--• _._ I . . . . . . -, I I I I I , .,__•-.·-J__• r I I I -, -. -. ... ·-. ...--,.. -:--. ·;::::: · . ··--0) . ~--.·-:---~ . ~---;-·-:::.. ' .J..-,• ~---~.-.·~,:..:;-: -=-.. . .. . _ _,,,_. -. f ... ~. • ~•o,:• -... . . -. . ...... "=-··Y . . . ... -~ -. ... ... .. . .. ---... ·--~ --------- ENGINEERING PROPERTIES C/1 3: ,__c:, C: I\> 0 "Cl (II C/1 ~,e ,__ I-'• n ::s . <If> UI 1-t) UI C'1 ~ ._, ,-t ._, ..... .. (II ~ rt en 1-'i '< (II CL SM : N20°E . ' . . . I I I I - - --- -- -- -- -- -I I ..... N ~ Project Name: Huntington/Palomar Logged By: RLW -------,. ~ Project Number: 4841363-02 > Elevation: ±118' TRENCH NO. +-13 Equipment: JD-310 Backhoe Location: See Geotechnical Map ,..... ~ GEOLOGIC :j A1TITIJDES .._, t"" (1) .... 1§. r+ 0 ::, '-" ~ UI 0 n C: Gradational C:Undulating DATE: 1/15/85; - ALLUVIUM DESCRIPTION: <D Very dar~ brown, very moist-to-wet, firm, very sandy clay, abundant roots and rootlets in top 2' . · · ® Dark brown, very moist, medium dense, very clayey sand SANTIAGO FORMATION (3) Light gray-brown, moist to very moist, medium dense, silty fine to medium sand; sli.ghtly·.weathered, containing scattered calcium carbonate ·f,lecks Total Depth= 12 1 No ground water encountered No caving Backfilled 1/15/85 GEOLOGIC UNIT Qal Qal Ts ENGINEERING PROPERTIES C C/'l 3: ..-.o Ill 0 "Cl (1) Cl) ~~ ,..._ .... n::::, .>." UI 1-1') UI n 1--' .._, rt .._,, .... .. (1) ~ rt C/'l 'i '< (1) CL SC SM .... L----------l------------------------------'--~:-----L-----l......--'---------1 ~ i._:G::,:RAPH:.:.:::I~C..:,:.RE:=:;P,.:.:RE=S:..:E=NT='A:.TI:.;O~N:...-:.:W.:.es:.:t:...:.:.W.:.a 1.:..1:...,_,-..:S..:CA.:..:.L:;;;E;:_::_-.:,I_" _,=,--:5_1 ...;.. __ -r-___ S;;:..:U:.;;.R~FrAC.;;;;E;;...;:S.;;L.;.,;OP;..;;E;.;:..;;l;.;.:rlO_,..;;.T.;.;:RE:::.N;::.D;.:.: .;.;N71.:;.5 °..;.W;.;.._ __ --,-____ "1 UI ... .... ... -.. -.... ... - ... ... - I . . -, I l I • • I --, I I . . . I I I . . . ' I ' . -, I , -. ' I I I I I ... .... ... - .... . .... - ... .. -.. -- -- ... - .~'":";¥}~·. >--__, ,:_.:: . ..., . -~· ... -·-- .. .. ~~ .1-- ---. ... - -• -----·---·--·-________ ._ ____ ..,___ ____ _.._ ____ _&.. ____ __._ ___ _ ··---------··----·· ----------- s Cl 0 'T.I ~ '° trl z n ::i:: z 0 -, I ~ w :g Project Name: Huntiogton/pa]9mar Logged By: ___ R=L ...... W ____ _ r Project Number: 4841363-02 Elevation: ±110' TRENCH NO. ·ll-14 . Equipment: JD-310 Backhoe. Location: See Geotechnical Map "'"' 1-=-..:......:.._-=:::;:========;;.._:___.:.:.=============__:, ___ _,,----~ ~ GEOLOGIC :j ATTI1UDES ._, t"" (11 .... ~ rt 0 :s .Q> > tn tn 0 n C: Undu·l ati ng GEOLOGIC DATE: 1/15/85' . ALLUVIUM DESCRIPTION: UNIT CD Dark bro~n, very moist, firm, -sandy clay to sandy silt; minor desiccation cracking in· top 1811 ·; well-developed roots ·and ·rootlets to a depth of l' ,· occasTohal pods of· light tan silty sand SANTIAGO FORMAT ION 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 Bickfilled 1/15/85 Qal Ts ENGINEERING PROPERTIES C: (/) n .. en CL ML SM ~ ~G_RAP_H_I_C_RE_P_R_E_SLENT_A_T_I_O_N_S_o_u_t_h_W_a_l_l __ S_CA_L_E_: ___ 1_"_=_4 __ ,-------S-U-R-FA_C_E_S_L_O_PE..._:_H_o_r_i_z_.T_R-EN_D..._: __ N_6...16-0 W----L----'----1 (11 L-----------.-------r-------,--;__----,r------.,.--;..._,--""'.::::r--..;;.;;.;;;=---.------.------, ~ ·" ~~~,.'-1 : ~ ·-=:-; .,-_ -F::; L:---:·-:.~ .. ~--U-~-r-,--:-~-~-:--: :-7".· <~---=-~· ---~ ·--~ 0__:.r;::---=::-!:!::" ... ... ~ -;-=.---r--_:__~ r:::-:.. ...,_ ·---: ... ... ... ,_ I . . ' - - -- ' ' . ' . . ' ' ' ' ' -, I I I I I .. - lo, - -- -- ... ------- lo, -·--·---.. ..... - ~ t"" 0 C) o. 'TJ ., ::0 m ~ ::i:: Z· 0 .. -i I .... ~ ~. Project Name: Huntington/Palomar Logged By: RLW -~ Project Number: 4841363-02 ,, ·1 Elevation: +114 1 TRENCH NO: T-15 Equipment: JD-310 Backhoe _1-:.....:..., __ -=::::::;==========;.._---.:.....:,_;....:.;..::;::::::::;::::::=::::::::::::==~::,_---,..----~ Location: See Geotechnical Map ~ GEOLOGIC :j ATfITUDES ._, C:Undulating & Gradational t'"' C :Undulating (l) I-!• ~ rt 0 ::s ""' > Ill Ill 0 n DATE: 1/15/85 COLLUVJUM DESCRIPTION: ' Very dark brown, very moist, moderately firm, sandy, mi nor desiccated cracking in top 6-811 , developed root SY$tem to a depth of 18 11 ·· · SANTIAGO FORMATION silty clay; well-· · · 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= 61 No ground water encountered No caving Backfilled 1/15/85 GEOWGIC UNIT Qcal Ts Ts ENG !NEERING PROPERTIES C/l 3: ,..._c, C: Ill 0 "d (l) (/) . ~ ,a ,-.. I-'• (') ::s Q'P Ill I-fl Ill n .... ._, rt ._, I-'• ,. (1) ~ rt C/) 1-j '< (D CL ML SM .... L--------'-----...;_--------------------------iL--::~----L-----IL.....--L---.L.----1 111 GRAPHIC REPRESENTATION South Wall SCALE: 111 = 41 SURFACE SLOPE: __ 4f l __ -__ TREND: N82°W .. .. ... ... ... .. ... ... I . . . . . . . I . I . ~ '-----...------,--=-----r------,.---------r-----r;;....;___,;~~<'W"'"'-=-..,;;,,;;,,;;=;;.,:,_-,-';;_-----,------, Ill ~ •.• ._ ~~-:·.:=-...::,., ~-. ~-=~~-u)-~ ~:=:-~ --~ ---=---~~~:~-;::·:·;·::: ... ~r=:-.-~--~=-~---·. ;.· ... ·... . . . . I • • - - --. . . . --, I l I I I I I I I I I I I ~ ... -... . --... --lo --- ... . .. .... . ... .... -- -.. .. -... ... --- t'"' 0 G) 0 "r] >-3 ~ tT1 z n ::i: z 0 -I I ,_. 0, C/'I 0 Project Name: Huntington/Palomar Logged By: RLW ... I > Project Number: 4841363-02 Elevation: ±129' TRENCH NO. ~-16(. Equipment: JD-310 Backho.e : Location: See Geotechnical Map GEOLOGIC GEOLOGIC DATE: 1/17/85 DESCRIPTION: A1TI1UDES UNIT ALLUVIUM CD ·Medium brown, very. moist, medium desne, silty fine sand; Qal roots and rootlets to a depth of 15' C:-Gradational (?) Very dark brown, moist to very moist, medium dense, very Qal clayey sand; silty C:Undulating & G) Medium· gray-brown, medium dense, silty fine to medium Qal Gradational sand; slightly clayey . C: U"ndul ati ng SANTIAGO FORMATION @ Medium tan to light golden brown, moist, dense, silty fin·e Ts to med1um sand. Total Depth = 11' No groun~ water encountered - No caving, Backfilled 1/17/85 ENGINEERING C: en p.i en ~,a n ... .. (D en . SM SC SM SM GRAPHIC REPRESENTATION North· Wall SCALE: 1" = 4' SURFACE SLOPE:Horiz.TREND:N82°E ... .. : .. ·. ~:-: --:.\4-··.· • ,· .. ";.,f..· . ~--:-_.::.· -'@•,·. : j'--. ; : .. ·. . .. ~ ,, .. . .. .1,, .. ,~ . . . . . . If:, ·-·-... . ~ ~-:_ ~: :_;_;: ·.:·· :·. : = .. ::. <•: : :. . .:.. _.: ..... ·.-::: ... ... .. a-·---=-..:_ • • • • • • • . :1 .... :-=-:-.-::--:;-:-,-·-=-. ..:..--:--..::. I-:-... ·.:---__,, . .. -;-. ~. --. ... I,,. ...... -·-. . . ,....... . . ---• I -. -. • • :--: I . . . . ----: , ;-. " •• -"I ....... :-. . . . . . . I I I. I I I I I ·~ I ol • •· .....!a.·' . -·' .. l -, I --. I I I -~ .. -:-. -_:.. '©•:. -:-· __:=:-~-=: : & -_;_ ---:--1--•• -.. _.. . , • ... .. ... t:.: ~-. =--~-~-~ .. •I-. •• -;-. ~-... -:·~~ . . . . ·.·.-.. . . ~\--~~; . .. . . . ·.· .. • I,, -. :._;_ :-T"' -.-:· . ,• ' . -'" . : ·: :. : _--:;.. -':..: .i ... -. "'.• -.... . .. -,.···· ··:r -·:-. _ .. -. # ...... • I • , • • ... . . . .. -'-:-,, ·, ·-~· ... :'" .. --• ■ ..... --. . -·-... .:. .. . . \ : .. ·. . . ·.· :· . --.. . . . , .. -... '® ··v .... : -..... -. PROPERTIES 3: ,-,,c 0 't:I (D ,...,, I-'• 0 ::, o\O lJ1 I-ti UI ._, rt ._, .... r::: rt ':-1 '< Cl) - ---. . I I I I ---- -- -- ~ Project Name: Huntington/Palomar Logged By: RLW -, Project Number: 4841363-02 > TRENCH NO .. -·· T-17 Elevation: ±146' Equipment: JD-310 Backhoe ·. Location: See Geotechnical Map -~ GEOLOGIC :j A1TITIJDES .__. t"' (D t-'• ~ ,.. 0 ::s .,Cl> ► Ill Ill 0 n C:Undulating & Gradational C: Gradational DATE: 1/17/85 DESCRIPTION: ALLUVIUM G) Medium to dark brown, moist to very moist,medium dense, silty rine to medium sand; slightly clayey; roots and · rootlets. to a depth of 2 1 --. -·~ · SANTIAGO FORMATION ® 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= 91 No ground water encountered No caving Backfilled 1/17/85 GEOLOGIC UNIT Qal Ts Ts ENGINEERING PROPERTIES C/) :s:: ,....o C: p) 0 "d C1) C/) ~~ ,.... I-'• n::, o\0 en I-ti VI n -.._, rt .._, .... .. C1) ~ rl-C/) rj '< C1) SM SM SM ;;;· .__G_RAPlf __ I_C_RB_P_RB_SLENT_'A __ T_I_O_N_N~-0-r_t_h_W_a_l_l __ S_CA_L_E_:_l_''_=_S_' _______ S_U_R_F_AC_E_S_LO_PE..1,.:_H_o_r_i_z_.T_R_E_ND-'--: N_8_9_0....1EL..-.-__,JL,.....;,.--i...---1 ~ 1--_;:.:::,:.:....:.;..:,..:..... __ .,:_......,;.:.:..:...;;.;.;...;.;.;...:..;--r-----......:----r-----.,.;.;;.;;;;....;.......,;;;;.;..;..T..;..;;;.==;;..:..;~--~---,--------, .111 ~ -1-- ... I,, ... I I . . I --. -, .... ~ -- I I • • ., ---, . . . I I . f. -~ --}: .. ' ·i:.._____·., ~ . ~--. \to, I•••• a•"'••.,.,•~• ... , • I '7-. . . • . ·I • .:. /· ... :.'·: :_. ~ ;_ :_ .·• :·. '•:_.: .~: ·_:· ::~. \I• a • I 1• • I"' •# .__. I • I • rt I \~•.•••:.':•.: • • : • • • •'•• •r ·" \'· ~. _, (!) · :" :· . ·: :~/\~:+' .-~ • I •••• , ••• • ,I ' I . . . ' . .. -~ . . ' -, ... _,_ -... . . . ---. . . . I I I -- - - -.......i-::__~ .:.:~ ,:·.y - i- --.... ® .... .... ------.. --. . . - - --________ __1 __ _;_. __ L_ ____ ..__ ____ _._ ____ ~ ____ ____._ __ ~_ ---- 5 Cl 0 'Tl ,-,3 ::0 tn z n ::i:: z 0 .. -f I -'-J U'I 0 -I > r-(1) .... ~ r-t 0 ::, ~ > UI UI 0 n .... Project Name: Huntington/Palomar Logged By: RLW Project Number: 4841363-02 Elevation: ±123' TRENCH NO. 'r-18 Equipment: JD-310 Backhoe Location: See Geotechnical Map GEOLOGIC GEOLOGIC A'lTinIDES DATE:1/17/85 DESCRIPTION: UNIT ALLUVIUM -Q) Dark brown, very moi $t, .firm, ve_ry fine sandy clay; Qal -slightly silty, ab1.1ndant roots· and rootlets in top 18" C:Gradational (2) Medium ·gray-brown,: moist, medium dense, siity fine ·sand; Qal scattered fl eeks of calcium carbonate C:Gradational ® Dark brown, moist, medium dense, very clayey fine sand; Qal scattered fl eeks of calcium carbonate C:Undulating @ Medium gray-brown, moist, medium dense to dense, Qal •silty fine to medium sand C:Undulating SANTIAGO FORMATION CID Medium to light gray-brown, moist, dense, silty fine to Ts medium sand; weathered ground water encc>untered Total Depth = 10', No No··:cav.i rig,· Backfi 11 ed l/H/85. !! .... ENGINEERING PROPERTIES C C/l 3: ~ C Pl 0 'O (l) C/l l~ '"'""'' n::, o~ VI H-, UI n -..__, r-t ......., ..... .. (1) C: r-t C/l 1-j '< Cl) CL SM SC SM SM II> r-t (1) UI GRAPHIC REPRESENTATION North-Wall SCALE: 1" = 5' SURFACE SLOPE:Horiz.TREND:N57°W ... ,.. --- ... ~ -~----~-..=...::-=---~·-:--::;::.,.-~, ... :::::. ~ -..c...-.,...--(D--1--... :...-~:"'P .. , __ _, :--... -.-....... ...:,_ ... _·· .a.----·· --: . -...._, ~--_,."7'--:, .~• .. .----·-• . • • • • r ~ . ·--.. I I . I I I . I . -. • I • -I• I I . ' . ' I I . . . . I . I I I I • . I: I I ·~-~-I • 1• -.:m~-1. I I ' I I I I I I .. -:--.-.---: .. .. --. . ---.·~:. .-,..:._ .. -. -........... . . ····· ;©'· -.. ..... . -!... ---: • ----.. . -.. .: ~ _: ;-;-:: : ~: -. :--· ... -. ,.. . . . .. . ·-• . -.. ·:1 . .. -\{ -: .. ~·.:· @f:,: . .. .. . .... ---. r • • ... • .. -... . -. . .. . . . . ' . . , ,.,. ,. .. · .. ,.. ,, _:/ ... ... ~i~I-i 'I' ---.... . ... -.. .. -.. . ---- ~ Project Name: Huntington/Palomar Logged By: ----'R~LW _______ _ >;"" Project Number: 4841363-02 Elevation: ±150' TRENCH NO. 1-19: > Equipment: JD-310 Location: See Geotechnical Map ,..._1-.:......:_ __ -=:::;==========----..:..~.:........:.:....=:::::::::::::::::::::::::::::==:...:.:.----,--------I -:::! GEOLOGIC ::j ATTinJDES .._, t""' (I) .... ~ rt 0 ;:s t:;ft > Cl) Ill 0 () C:Undulating DATE: 1/17/85 DESCRIPTION: ALLUVIUM (D Dark brown,-very moist, moderately firm, fine sandy clay; roots and rootlets in top 1211 ,·derived from topsoil horizon · ·· SANTIAGO FORMATION ® Light gray-brown, moist, dense, ·silty fine to medium sand; top 811 of this unit is· slightly weathered· Total Depth= 7' No ground water encountered No caving · Backfilled 1/17/85 GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES C C/l 3: ----o Sil 0 "C (1) en ~.@ ,-,.I-'• n::, o\0 !JI H) !JI n ..... ,_, rt ,_, I-'• .. CD t= rt C/l 'i '< . a, CL SM I-'• L--------'-----------------------------Jt-------'------IL....---"-----'-----1 ~ GRAPHIC REPRESENTATION North Wall SCALE: 1" = 51 (1) Cl) ... ... ... i- ... i- - i- . I . . . 7 J -, I . . . . . 1 I I I I I ··~v-··•.:.,• • I-•• , . . I- ... .. ·- SURFACE SLOPE:Horiz.TREND:N76°E. .. -. . -..... - ' . . . . ' . ' ' I . . I I I I I I 7 I I I --.... - -... ---- ·----- I,. - • I-- t:"' 0 C) 0 "Tl -3 ~ tn z n ::i:: z 0 ~ I ..... \.0 ~ Project Name: Huntington/Palomar Logged By: _RL_W ____ _ .... ;;., Project Number: 4841363-02 Elevation:_±_1_6_9_' ___ _ ,,.i . TRENCH NO. T-20 Equipment: J0-310 Backhoe Location: See Geotechnical Map ,...._1-=-.:...---=:=;:========;._------=========~----------I ~ GEOLOGIC ~ ATI'InJDES 'J t""4 (I) .... OQ ::r rt 0 ::I .c;n > UI UI 0 () C:Undulating C:Undulating DATE: 1/17/85 DESCRIPTION: ALLUVIUM CD Very dark brown, very moist to wet, moderately finn, very sandy clay; abundant roots and rootlets· in top 1211 Light to medium brown, moist, medium dense, silty fine to medium 5:and SANTIAGO FORMATION ® Light brown, moist, medium dense to dense, silty fine to medium sand; slightly weathered @ Very light brown, moist, dense silty fine to medium sand. Total Depth= 71 . No ground water encountered No caving Backfilled 1/17 /85 GEOLOGIC UNIT Qal Qal Ts Ts ENGINEERING PROPERTIES c:: CJ) 3: ....... c Ill 0 'rj (I) C/l ~,a ,-, .... n:::, a\O (/) t-t, UI n .... .__,r-t .__, .... .. (I) i:: rt C/l 1-j '< . (I) CL SM SM SM ~-.,_G_RAPH __ I_C_RE_P_RE_S_.,E_NT-'AT_I_O_N~W-es-.t-:~W-:a 1=-=1~-S-CA_L_E_:-11-1 -=--=5~. -------S-U-R-FA_C_E_S_LO_P_E,._:_l_O_: -l-TR_E_N...,.D._: _N--S------~-------1 (I) 1-----...------.--__,;,---r----..,.-----,,------r--------"'T""-"""'--'=---,------.-----; ui· .. .. ·--r --~--;--~~ • I--I-(~'T:~--~~'(D ....... ··..:. ---...... _.=:-; _ .. -,. :·• -------~ .. -.. \:..: ··-... · . ....... ••".-•"":' .,.. ---·· ----..... I .. . I . . .. . I •• • • • r • .,. ' ... ,· ... . I . . • . . . . . ' I ' . I . I . ' . ' "\"'" -·-, -v . I . I . ' ' I ' I .=..: ~ :' :.: \ ® -·-. ,_ ... • I-. · ...... . . . .. -. . . .. ~ -.. _,_ . . . . :-;·7 _. . ---... ,. --\tf .:.·:·\w ·--.,. . . . ... ·-=@·,:,· ---.. ... • i-... . ... ... .. - -.... -... .... --- t'"' O· G) 0 "r1 -3 :::0 tt1 z n ::c z 0 -i I N 0 :g Project Name: Huntjngton/Pa]omar .... , Project Number: 4841363-02 > Logged By: .____.R...,L..,,W ___ _ Elevation: __ ±_1~7_0_' ___ _ TRENCH NO. \ T-21 Equipment: JD-310 Backhoe Location: See Geotechni cal Ma D -1-.:.....:_ __ _::::::::;;:=::::::::::::::::::::::::::::::::::::;:::::==.----_;,-__;:::::::::::::::::====➔-----.--------I ~ GEOLOGIC :j ATrlnJDES '-' t"" (I) ,... ~ rt 0 ::s .GT> > Ul UI 0 n C:Undulating Gradational DATE: 1/17/85 DESCRIPTION: ALLUVIUM ® Dark brown, very moist, medium dense, silty fine sand; clayey,. roots and rootlets to a depth of 36" Medium gray-brown, very moist to wet, medium den: e, silty fine to medium sand; water seep at a depth of 6.7' Total Depth= 7.0' Seepage at 6½' No caving Backfilled 1/17/85 GEOLOGIC UNIT Qal Qal ENGINEERING PROPERTIES c:: C/'l 3: .-..o IU 0 "O (I) C/'l ~~ ,...... I-'• n ::s o\O (n I-ti UI n .... '-' r-t '-' I-'• .. (I) ~ r-t Ul >i '< (I) SM SM I-'· I--------L-------,.--------------------+----..a-------'---~-----'---~---1 ~ GRAPHIC REPRESENTATION East Wall SCALE: l" = 51 SUF N2°W (I) 1-, _ _;, __________ ,__----,-----"""T-----r-----t-r-..;.;.....;.;..._;;_-,;;;.;..;;;....;;.=;;.;.;;..;;..._.-------r----4 (/1 FACE SLOPE: 10:1 TREND: ,_ .. ,_ ... I • • . I I I I I · I I -~.--~: :-~:~'":v---= . :-; - . 'Ip : ~-.: · .... __ ._·. ~ ... ':, ., I I .••• .,, # • &... -: -, ... --... -.. -. t • I t . I I . I • I I ' I • f I • I I . I -. I . I ' I I I I-~ -... .... - ,_ .... -... .. -,_ - --.... . ... • I-I-- I-. .... • I---- r 0 G) 0 'Tl ~ ::0 tr1 z n ::i: z 0 --i I N .... ~ Project Name: Huntington/Palomar -1 Project Number: 4841363-02 Elevation: +141 1 > Logged By: __ _,R=L:..:.JW __ _ i,• TRENCH NO. -, T-22 Equipment: JD-310 Backhoe Location: See Geotechnical Ma1> -'--:_.:... __ _,:::;:;;::=:::::::::::::::::::::::::::===---....... :.:._ ....... _ __;:::::::::::::::::::::::::::::::::::::::=::::::::=:....+,-----,--------1 ~ GEOLOGIC ~ A'ITI11JDES ._,, r (1) .... ~ r+ 0 :, ~ > (II (II 0 n C:Undulating C:Undulating DATE: 1/17/85 DESCRIPTION: ALLUVIUM G) Medium golden brown to light tan, very moist, firm, very fine sandy silt CV Dark brown, very moist, medium dense, fine sandy silt; roots and rootlets to a depth of 2411 CID Light gray-brown, very moist, medium dense to de1~se, silty fine to medium sand; no apparent bedding Total Depth= 11 1 No ground water encountered No caving Backfi.l 1 ed 1/17 /85 GEOLOGIC UNIT Qal Qal Qal ENGINEERING PROPERTIES c::: en 3: ,-,.c:, Ill 0 "d (I) en ~.€) ,-,.f-,1• n ::s d>-0 V, I-ti V, n -._,, c-t ._, .... .. (I) ~ c-t en '< . (1) ML ML SM ~-L-G_RAP_H_I_C_RE_PRE_S.LE_N'I'._t>.._T_IO_N __ Ea_s_t_W_a ,-.,--s-CA_L_E_: _1_"_=_5-.• ---------+----~-:--:----:------'--------'---....... ---1 (1)1-------------,r------~-...__---,-------,r-----i-.-------,---:-----.----.-----, SUl1 FACE SLOPE:· HoriZXREND: N43°E (II ... ... ... I- I I ' ' I • 0 I I • I I • I I I • .. ... ... ... - .. - • i.. . -. ·-' ·--. - . ·-. . ..... . -.... ;7 ~--:...'-:-....:_ . ..:._-:-:.,:i-:--~-:-~= ·-1=7 . 't:~:..=r-=-,---;·-.-~-r·-1·7 .... ' ~-._-..:_-!~~..!_ ·-~-=II I ~= , .. -{-:~---:~:.--;· .:c1:-1· ... : -: ... : . ' .:_ : ~ _:_.~. . ..... -....... . '-·-: : :--:-: -:-._.:_; . . . -... ... , .. __ .. _ ... - ........ -·~ .. --.. .. -.··. ~ ; : .. _ .. -·-.... : . ... -... - - ,_ - ' I I . . . ' I . I I ' I I ' ' I I I I ... -... -. ---- --... - . ---,_ - r 0 C) 0 'Tl o-,3 ~ t'l'l z n ::i: z 0 . . -i I N N V'I Project 0 Name: Huntiagtcalealornar Logged By: -· --'-"RL=W.___ __ _ -Project Number: 4841363-02 I > Elevation: +121' -----..;;a..==------TRENCH No:-·'\ ·r-23 Equipment: -t,I GEOLOGIC ....... "1 A1TITUDES "1 .._, C:Undulating JD-310 Backhoe Lo cation: See Geotechnical M,p DATE: Fill CD 1/17/85 DESCRIPTION: Light golden brown, mottled ljght gray-brown, mcist, 1 oose to medium dense, very silty fine to mediun sand; created by road buildint to the east ALLUVIUM ® ·. Very dark brown, moist, stiff, very sandy clay; sand fractfori ranges from fine to coarse, roots and 1oot- lets to a depth of 20 11 SANTIAGO FORMATION ~ Very light gray-brown, moist, dense, silty fine to med- ium sand Total Depth= 13' i:' No·ground water encountered l/l No caving ·· GEOLOGIC UNIT Fill Qal Ts ENGINEERING PROPERTIES. c= C/) n .. C/) SM CL SM g Backfilled 1/17/85 ... ~------L---.::.::::.::.:.:..:..:..:..:..:::.=.....:..::.:..J:...::;.:;.._ ____________ -+ ____ -i.--=--:---......1..--:-:-::7;:-:-:-----'--------1 111 GRAPHIC REPRESENTATION North ·Wall SCALE: l" = 51 Sm FACE SLOPE: 3: 1 TREND: N78°W ~ 1-_....:.;. ________ __,~.:.=:~:.:::..:...,:_T-____ -r-=-----r-------t-.------,-----,------,------, l/l -... .. ·-.. ... I-'"' I ' I I . . I I I ·' I '· I . I I -... ... lo -·--·- -. .. I--.. ... -·- . . I I I I I -~ .... 1 ·: -~::=:-•-:-' 1:-i-:--: ·-·.-.. ~ ---r-"" I• •-":"-..-.•-• "'"' ~~~I~ .. ~:.:~,:-~:. ·-. ----~-·-.--· . -·-:-· . --• -=--= .. . . . . . . -:-.,----:--. :--..&-. -: : -~ . _.. - ... - . - ---. . I I ' I ' I -- - - .. ---- t"' 0 C) 0 'Tl ~ :x, trl z n ::c z 0 .. ~ I N w ~ Project Name: Hyntington/~alomar ... • Project Number: 4841363-02 > Logged By: --=RL .... W._ __ _ Elevation: __ =+=12-2-' ___ _ ( ' TRENCH NO. -·, . ' · r...:·24 Equipment: JD-310 Backhoe Location: See Geotechni cal Map ...... i.:..:::...:...:...::.:.~=::;::==::::::::::======---~~--=::::::::===::::::::::::=+----.--__;_---f ~ GEOLOGIC :j A'ITinJDES ._, c--(1) .... ~ r-t 0 :::, J;n > C/1 UI 0 n C:Undulating DATE: l/17i85 ALLUVIUM DESCRIPTION: (D Medium brown, moist, medium dense, very clayey fine to medium sand; slightly silty, scattered gravel siize clasts to 311 in diameter at contact with underlatying lithologic unit, roots and rootlets to a depth o~ 2411 (z) Very dark brown, moist, firm to stiff, sandy clajY; very homogeneous Total Detph = 11 1 No ground water encountered No caving Backfilled 1/17/85 GEOLOGIC UNIT Qal Qal ENGINEERING PROPERTIES C: C/l 3: ...... c p., 0 "O (1) en ~~ -I-'• n:::, cl!' C/1 Hi C/1 n ... .._, r-t .._, I-'• .. (1) i:: r-t C/l t-l· '< (1) SC CL '"'1--------1--------~--------:--------,-----"-----..,__----"._ __ ....._ __ ...._ _ __, ~ L.:G:.:RAPH:.:::=I::C...:RE:=,P~RE=S::E=NT.:.:::.::A:.:..T:.:IO:.:.N~S:.:·o:.::U.:.th:.:.....:.W:.::a...:.11.:...,......:S...:CA:.:::LE:..::;_...::_1_"_=.---=5:...' ____ ,.-___ S~U;;..;rF-fF-rA;.;.CE;;_;;S;.;;L;.;.O;;..;PE;;..;:;....;;;.lOr:;.;;:l:........;.T.;.;R;;::EN~D;...;;:--;Nr4'--'-7_0 W;.:..... __ ,------, UI .. ... ... lo- • . I . I I I I . ... ... -... - .... . I I I, I I I I I ' -~ J '•\_' f---~--~r1 ;'_ 1-. .-·.-1-.:· ·!4:~-~~. -k~~-·? ·.. . · ... CD·.--r ... --:--: . i-\: ~~: . _:· :--:_.: .. : :_ ::: :_,: ; .. _. . / .~ ....... : : 'I .. -:_..:;_.'_. ::._: _: .'_ :: '._~ ' : -~ ~-.. ~ ·--=-..:..---· ·v .. -~;~:2~ .• ---:: ::__ '. -:-• --·_;= :, =--·-· -7 ... I . I . . -. .. - -... -. I I . 1 I I ' I . I I I I ... -... - . - .,.. - .... - ~ ------ ----- s G') 0 'Tl -i :;t:l tTl z n ::c z 0 .. -I I N ~ VI 0 ... I > ....... (.,,I ....... '-I '-I -...J t"" (1) I-'• ~ rt 0 ::, ~ > en en 0 n Project Name: Project Number: Equipment: GEOLOGIC ATI'IWDES C:Undulating Huntington/Palomar Logged By: RLW ~8~1363-02 Elevation: ±123' TRENCH No.···' r.:.s25 ilD-31 a Backhoe Location: See Geo:tecbnj cal M, ~p DATE: 1/17/85 DESCRIPTION: ALLUVIUM CD Medium to dark brown, very moi"st, medium dense, layey fine to medium sand; roots and rootlets to a dep~h of 12" SANTIAGO FORMATION (v Light to medium gray,-damp, very dense, silty fi1~e to medium sand; randomly jointed, ·1ocally sand is ci~arse Total Depth= 5' No ground water encountered No caving Backfilled 1/17/85 GEOLOGIC UNIT Qal Ts ENGINEERING PROPERTIES ~ ..-.c c:: C/l . p, 0 'o Cl) (/) ~.@ ,......_ I-'• n ::, cM> 1/) 1-!l 1/) (") I-' '-J rt '-J f-'• . Cl) s:: rt en 1-j '< (b SC SM I-'• ~------L----------------------..;...--;-----..a-.-:-----..... ----_._ __ __._ ___ .__ __ ~ ._:G;:.:RAPH:.:..:::I:.:C:...:.:RE:.;P;r=RE.=.::S.:.:E.:.:.NT.:.:'A.:.:T:..:I:..:.O.:.:.N,_.;E:.:a;;..:s..:;t_W;.:.;a:.;l:...:.l-,--S-CA--=.LE_:_l __ ".:....=,-__;;5;..' __ 1 ___ s_u_rFrFTA:_CE__;S_L_O.,..PE.;.__: H,..,,,10Tr_,.i-=z.:.;.T;;.;;.R.;,;;E .... N_D __ : 7 N....,l...._8°....__W--:-:--,-----, en -.. .. .. I I ' I I • . . . . I I • I I '• I • .. I-.. ... -... ·.¼-:.\: .,.. •. ·-...s. "1' .. ,. :f .... '..t" '<:----" -~····•'1""-'····: ··.1'7' -:-· ·-~· . ....:.:..:..'7".~_.:·v • 'l,.,; .. / .-• •• • • • ~ , -~· --::::" ' I ,,I•,•• O, • ' • I ... -:e--::-f.-.-=:----. :...· . .,..··.~ -. . _.,..,,,,- , .. . ... ... I ' J. . .... -- -... - I I . ' I I i I I ' ' ' ' I I . I ... -.. --.. - -~ - ,.. -----... -.... -. . -----·----_____ J_ ___ __,_ ____ _.__ ___ ___, ___ --+_._ ______ .__ ___ __.__ _____ .....__ ___ ~ t"" 0 G) 0 'Tl ~ ::0 tn z (") ::c z 0 -i I N u, V, 0 -I ► -(.,,I ....__ ...., ...., .._, ► UI 1/1 0 n Project Name: Project Number: Equipment: GEOLOGIC AITIWDES J:N34°W,82°SW J:N68°W,vert. B:N54°,21°SW Hyntington[ealomar Logged By: BLW ENGINEERING PROPERTIES TRENCH NO~/ t -26·· . 4841363-02 Elevation: ±161' C: (/) 3: ,-.i::, Location: .See Geotechni cal Ill 0 "C CD JD-3lO·Backboe Mc•p er:, ~~ ....... lo'• n ::s 0\0 (n ~ UI ("') -'-' r+ '-' lo'•. GEOLOGIC .. CD C r+ Cll >-I '< DATE: 1/17/85 DESCRIPTION: UNIT . CD TOPSOIL/COLLUVIUM CD Dark brown, very moist, moderately firm, sandy .1 lay; roots and rootlets to a depth of 1211 Topsoil/Qcol CL SANTIAGO FORMATION Cg) Light olive-brown to light brown-gray, mottled 1 ed-brown, damp to moist, very stiff, sandy silt; very aburdant jointing Total Depth = 6 • No ground water encountered No ca·ving Backfilled 1/17/85 Ts ML lo' 1-, _____ __., _____ .;..._ _________________ -+ ______ .__ ____ ~ _ __. _____ '---------1 ~ GRAPHIC REPRESENTATION East Wall SCALE: 1" -5' SUI FACE SLOPE: CD UI .. ... ... ... ... ... - - ... ... I I I I t ■ I I I • • I I I I • I I ... -~ ~-:::,-~ -.t...~i-~-=-~ -:--. . ·r.~.-:-~ . I • • • -I •.I --■-'-• : • • -::; ■ , I , J~-•I• • )fJ~~ 1 :· '~\u ----·-~ -.... .... I I I . . 10:1 TREND: Nl8°E . .. -. -... -... - I I I . I I I I I I I I -. - ---- ... -... ---- r:-0 G) 0 "Tl ., ;I:, tn z n ::c: ~ .. -i I N en ~ Project Name: Huntington/Palomar Logged By: RLW --..:.=.:.:-__ _ -·•· > Project Number: 4841363-02 Elevation:_-'+=1::..::6'-J4"""'--- Location: See Geotechnical Mai> TRENCH NO. -r T-27 Equipment: ,....._ ~ GEOLOGIC :j ATTITIJDES ._, r CD I-'• ~ rt 0 ::, .a,, ► UI Ill 0 n C:Undulating J:Nl9°E,vert. B:N85°W,15°SW C :Gradational JD-310 Backhoe DATE: 1/17 /85 DESCRIPTION: ALLUVIUM CD Light gray-brown, moist, medium dense, silty fin~ to medium sand SANTIAGO FORMATION Cg) Medium olive-gray, moist, stiff to very stiff, c ayey silt; very jointed, iron oxide and manganese oxHfe staining developed· along majority of jointed sur aces G) Medium gray to medium gray-brown, moist, dense t:> very dense, very silty fine sand Total D~pth = 9' No ground water encountered No cavin:g Backfilled 1/17/85 GEOLOGIC UNIT Qal Ts Ts ENGINEERING PROPERTIES C: Cl) 3: ,......c, ~ 0 "'d CD en ~,€1 ....... I-'• n ::, ,AO Ill Hi Ill .n . ..... ._, rt ._, I-'• .. CD C rt en ~ '< CD SM ML SM .... L--------'----------,,~-~---~~--------+-----'------..___,..~~--L----..._-----i ~ a..,.:G;:,:RAPH:.:,:::I:.:C~RE:.:P~RE=S=ENT:.:.:.:.'A.:.::T:.:I~O:.:.N...--·_So_u_t~·h_W_a_l_lr--S..:.CA..:.,L=E:..::__::.l_"_=r--5_' ---r---...;S...;U+FFArC;.;;E;;..;;;S .. L.;..OP;;..;E;;.;:H;.:.o.;;.;r;-i:.;;z;.;;. • ...;;T;.;;R:;;;E;;.;,;ND~:::-Nr6_2_0_E____,, __ 1 ___ 7 Ill .. .. -- I-- I---.. ... - I . ' I . . ' I . ' . . . . . . • I ' ' I ' I • I ' I I I I . ' ' ' I ... ... -.. ... -----... -,_ - ' •.· .,,,J.. ,. • I:/ -.. ---... -... -. .. -.. ---- . ---_____ _1_ ____ ......1-____ -1.. ____ __,.J, ____ -+--L-------'--------'-----_._ ____ __. 5 C') 0 'TJ --3 :;:o tTl z n ::i:: z 0 .. ---i I N ....... 48413 63-006 APPENDIXC Laboratory Testing Procedures and Test Results Direct Shear Tests: Direct shear tests were perfonned on selected undisturbed samples which were soaked for a minimum of 24 hours under a surcharge equal to the applied nonnal 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 l 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. Apparent Sample Location Friction Angle (degrees) Cohesion (psf) B-1@ 15' 38 0 B-1 @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 expansion 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: Compacted Dry Expansion Expansion Sample Location Sample Description Density (pct) Index 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 Density Determination Tests: Moisture content and dry density determinations were performed on relatively undisturbed samples obtained from the test borings and/or 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-1 4841363-006 APPENDIX C (continued) Minimum Resistivity and pH Tests: Minimum resistivity and pH tests were performed in general accordance with California 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-la@5' 0.024 Negligible B-la@l0' 0.021 Negligible B-la@30' 0.024 Negligible B-2a@ 10' 0.021 Negligible B-~a@15' 0.0225 Negligible B-3a@ 10' 0.024 Negligible B-Sa@7'-10' 0.0375 Negligible * Based on the 1994 edition of the Uniform Building Code, Table No. 19-A-3, prepared by the International Conference of Building Officials (I CBO, 1994 ). C-2 0 1 2 -"' '" 3 I .... 'r-~ 4 " ~ 5 I\ 6 \ 7 I\ • 8 \ \ K 9 \ \ 10 \ • 11 12 0.1 1 10 VERTICAL STRESS (ksf)· Test Method: ASTM D2435°90 -• Before Adding Water • After Adding Water Boring No. s-1a Dry Density (pct) 102.9 Sample No. 3 Moisture Content (%): Depth (feet) 5.0 Before 21.8 Soil Type Undisturbed After 18.7 Type of Sample CONSOLIDATION Project No. 841363-06 -PRESSURE CURVE -Project Name Carlsbad Mun. Golf Course Date 1[22[98 --.. ---- [][I] 0 1 2 --'-. r---. M I:.. 3 "~ 4 ~ "' 5 . ', -. 6 ........ " "rs. -. 7 8 . 9 10 11 12 0.1 1 10 VERTICAL STRESS (ksf) Test Method: ASTM D2435-90 • Before Adding Water • After Adding Water Boring No. B-2a Dry Density (pct) 103.5 Sample No. 14 Moisture Content (%): . Depth (feet) 10.0 Before 21.2 Soil Type Undisturbed After 19.1 Type of Sample CONSOLIDATION Project No. 841363-06 -PRESSURE CURVE -Project Name Carlsbad Mun. Golf Course mm Date 1L22L9B 4000 I i I I I i I ' I I : I I I : i i ! . I i I : : : ' I I i I I I : 3000 I I I I . I ;. I i ' I I : I ' I ' i U:-.. I i i i I ' (/) I : I I !::. ' : I I (/) ' J ! V, w . I ! !/I a: 1---:-. ' I-2000 I I I ~ I (/) ..... a: I I ... i I < I ...... w I ~ I :::z: i ~· V, V-: : I I : I ... .I I I I, : ! 1 .... ' ' 1000 .,. J .... , i ,... I ; ..... I --I .... I ; : · / I I I ! I I,,'! : I I . : ' I I I I I I I ' I I I ! 0 0 1000 2000 3000 4000 5000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING SAMPLE DEPTH (FEET) COHESION FRI CT.ION SOIL NUMBER NUMBER (PSF) ANGLE TYPE At or near B-1 .1 10 250 29 SM peak • .. .. ,, 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 4000 I I i I I I I I I I I I : i I I I I I I I I I I I I I I I I ' I ! ! . I i I I I I I • I I : ; ., I I I I I I I ! I : I I ' 1 ' I I i I I . I I ! I I ' I 3!)00 I • I I I I I , I ' I ; I I ' i I . I I ; I I I ' : ' I I I I I I . I I I I . /, ' I ' I I I : i I ii:' : . I • ! . ! I ;f I I • I • I I I I ' I • I en • I ! .. : I • i S:. I I ! I I I • I i I ,r I I I . I i i "' I /· ·1 : I I I I ; I ' I I cn I I I w ' ' ! I ·. I I ! : ! . I I a: I ! •A I I ; I t-2000 ! I ., I ,.,, I • I i I I I I cn ✓ I ,. I I I I I I . I I I • I I a: I : I I I I I 1/, ....... i ; i I I i I ! • I I I I <( : I . I I ; I/' •JI. ...... I ' I i I I I I I ! w . ! ! ' :/1 •/, I ' I I ' . ' • i i I j I :c : I ' I : I I I .I'll 1/o I I I . I . i I cn I i I I I. i I~ '· I • I I I I ' ! I I I I I ! iL I ·;~ . I ' I I I · I I ; i ' I i I ' I : /_ .. I I y'I I ! ! I I I j ' I I I I I I I I .... I I I i I I I 1000 I ' '/ I V, . I I ; I I ' I I y'; A/ I I I ; I . I I ' I I ! ' I I';,! I I I ' ! i I i I i_.,.. ' y I I I ! I ' I i I I ; ' ' I I !/1 1.Y, I I I I . I I i ! I ; I I I I/,..__,,. I I I I I i i ; I ! I : I I I I /.. ::Jl""'C ! I I I . !· I I I • I I I I I ·~ ,, I I I I I I I ' I I I • I I I :/~ I i ' ; ' ' ! ' I 0 0 1000 2000 3000 4000 5000 NORMALSTRESS (PSF) DESCRIPTION SYMBOL BORING SAMPU DEPTH { FEET) COHESION FRICTION SOIL NUMBER NUMBER (PSF) ANGLE TYPE At or near B-1 2 20 0 47 SM peak ·' .. U1 ti mate A B-1 2 20 0 36 SM In-situ Santiago Fonnation (silty sandstone) Project No. 4841363-02 DIRECT SH.EAR TEST RESULTS 4000 ' . i ' I i ; I ! i ; I ! I I ' I ·1 I I I ! I ' I ! i I , I I I I I I I I 3000 : I I I . I I ' I I i ! ! I ii" ; I . I ! I i . i ; I i (/) ' i i I 7 I i I !:;. . ! ; i I (/) i I : I (/) ! I w a: I ' ' I I I-2000 I ! : I (/) ' . I a: I I <: i I I w I :x: (/) ; ! ' i I l I i I I : I I 1000 ! ; ; I -• i ' I I I ' , __ .... I ' I I ....... I , I ,. ' ... I I I ,_ ... I I : f i I i --I I I I I I I I I ' I i i ; i I j i ' I . ! I ' i I . ! I I 0 0 1000 2000 3000 4000 5000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING SAMPLE DEPTH ( FEET) COHESION FRICTION SOIL NUMBER NUMBER (PSF) ANGLE TYPE At or near • B-1 3 .51-52 225 16 CL peak . . .. . . .. ·-Santiago Formation remolded to· 90 percent relative' compaction (based on ASTM 01557-78} Project No. 4841363-02 DIRECT SHEAR. TEST RESULTS C-5 .cooo I I I I I . I I ; I , I I I l ' J I I I I I ' I I I I I I I i I i : I ... I i I I I I -I : I ! I I I ! ! ,,, I I I ! I I I I I I ✓ i i i I . I I ;. I ; I I I ' I ' I ' I I 3000 I I ' I ./' . ' I I I i i ' ' ; I 1/. I I I ' ' ' I I l ,,, ! ' I ! : i ' ; 1 I I . ! ! I I I I I I/ I I I ; I ' I I ii:' . I I I / I I I I I I i ! I en I ' I , I I I ; l ' ., I I i i ' I :_ I , I : , .. I , I ; I I I 1 , !=. I.-· I I ' ,, ' ! I I ' l 11 • I I l I en ! I ' LI I , I ; I cn I '/ ; . I w a: I I I ,, I I I ... 2000 ; ,r I I en l ,.,,r I I I ; I I a: I ! I 1/ I I I : l I ' c( I /, I i I I I I i : w I i i, I i i I • i ; I I I :c I IY ! I • i j I I ., I I en ,/, i I I ' ' ; , I i ! '-, ' A ' I ' I I I I I l I . ·' I I .I ; .. I i I I I ., I ' I : I I I i I I I I i I ' • I I I 1000 I : I I . I ' ' I ; I . I I I . I • I l ' ' I ·I I I I . I . I I I l I I . I I I I I I ' ' I I l I I ' : I ' I ' I : : I ! I j 1 I I I I I I ' I I ' ' ' I ; . I I I I ' ! ' ! ' ; I I 0 0 1000 2000 3000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING SAMPLE DEPTH (FEET> NUMBER NUMBER At or near • B-1 5 50 peak· Intact Santiago Formation I : I I I ' I , 1 l I I ' i I ; I I ' ' . -. : I I I ·: -, ' I I i : • I -~ ! -r : I . , I ! I l . i I , I I : ; I I ii ' ; I • I I I 'l I I ,, I I ' ! l i I I I 11 l . i I I I Ii I l I i I I I ~ 5000 COHESION FRICTION SOIL (PSF) ANGLE TYPE 1,200 41 CL Project No. 4841363-02 DIRECT SHEAR TEST RESULTS 4000 I I , I I I I I i I I I I I I I I I I I I I 1 I I I I : I i I I I I I I . I ! I I I I I I I I ! I ' I I I I I ' ; I I I I I I I I · I I I I I I I I ! I . I I I I ' I I · I I I I I ; I ! I I I I ; I I 3000 ! ; I I ! i . I I I . I I I ; I ; I I . I I ' I I I : I I I : , I I I : : ! : I ; I ' I I I f I • I I I : I I I I • I I I ~ • I i I I I I I I ! I I ! I I I en I I I I . I I . I I I I I e:. I I I : ' I I ; : I i I I I i I ; I I I I I ' I I ' I ! I : I ! i ! : ~-I ; : I I I . I ' I ' I I I w I I I . I I I I i I a: . I ' I I i I I ; I I-2000 I ; I I I ' I I en : ! I I I ' I I I I I I a: I I : I J. I I ; i I I I . I <C I i I I I 1/."' i ' I I w • ; l I i ,...,...., I : , I I I I I I ::c ' I ' I I ' -I I ! I : I i i I : I en I I :.,,. ! I I • I ' : : I I I : I I I I I I I I , I i I .,,,. . I ' ! I ' I I . I I i I ' . ! i ' I I I I~ I I I j ! l i ! I I j ! f • I I ,.....! I I : I ' I I I I I I 1000 I ! : ; ' i j,,'j I I I I I • ! : ! I ......,., I I I , I I : I I I ' i : I I ..-1 I • I I I I . I ' I I I I i ' i , ....... I ; I ·. ! . I ' I I ! •--"""" ,..,I I I I I I I I I I ' I I I ,..r, I I I I I • I • I I ,. I I I I I I • I ' I ' I I ,/' I · I I . I . I I I I ! I i ! , I . I I 0 0 1000 2000 3000 <11000 5000 NORMAL STRESS (PSF) DESCRIPTION SYMBOL BORING SAMPLE DEPTH (FEET) COHESION FRICTION SOIL NUMBER NUMBER (PSF) ANGLE TYPE At or near • B-3 1 5-9 150 29 CL/CH peak· Santiago Fonnation (claystone) remolded to 90 percent relative compaction (based on ASTM 01557-78) Pr0Jec1 No. 4841363-02 DIRECT SHEAR TEST RESULTS 4000 I I :, ' ' I 1 I I I . ! I I I I i I I I · I I I I I ! ; I : . I T ! ' I I I I I I ' I I I I r I I I i ' i I I I I l ' I ,, I :, I I I I I I I I I I i i I ' 0 I I I ' T I ; I ,, . 7 f I I 3000 I I i J I f I I ' I I I ' I I I I ' I ' I I I I : I I I I I I I I ' '. I I • I ' I I U: ' I ! . vv 1 l l ,, '-, I I I I ! ' ·.,< _,I,' I i I J I I (I) l l j i ;./.l/1 I ! j I ; I I I ; I e:. I I ! I I . I I ' 1 o 1 1 o-,-I ,, . : en ! "/' i;' . I I : I I I I I ' j (I) I ,. I ,~ •/9. • J I I I T : l w : I a: I . ,... I I I l I I-2000 I .Y , .... . I I I I I I ' ' ,, I en I I I ,, I /i · I I I • I '. I 1 a:: . I i I , .... i~. I : I I ; I ' I ; i ' ' j I r I I < I I ; .Jt' VJ i i I i ' I I 7 : ' I w I . I -' I I I I i ' I : ! , I I I I I I ::::c:: ' ! J !; I ,, 1 ' I I . I J I I I I I• 11 t I en ,....,, I : ' I I ; I : I I I I I I ; ! .... I .... I I : I I I I I ,, ' ; : I I 1 y· ; . I I I I I I ' I ·1 I I .. • I I I ! I ""· --! I ' j . I ' I I I I I 1000 I .... I I i I I l ' I ! l '/ I I I I ' I i I l I ; ; I I I V ! ' ' I I I I I I I : J ' , I I I I I I I : I : : I I I I i ; I ; I j 1 I : I ! I l I . I , I I . I I i l I ! 0 0 1000 2000 3000 ~-., ~. • .. NORMAL STRESS (PSF) DESCRIPTION · SYMBOL BORING SAMPLE DEPTH (FEET) NUMBER NUMBER At or near B-3 1 10. peak • In-situ Santiago Formation (claystone) ; ! I I I I ' I T l ' I , I ' ; I I ; I I l i ' I i I l I ' I J ' I .000 5000 COHESION FRICTION SOIL (PSF) ANGLE TYPE 700-29-33 CL 1;050 ,. Project No. 4841363-02 DIRECT SHEAR TEST RESULTS z 0 (/J z ~ >< w (/) (/) w z ~ (.) :c 1- w ~ a. :E ~ (/) LL 0 1-z w (.) 0:: UJ a. I z Q ~ ..I 0 (/J z 0 (.) 0 • ---- STRESS IN KIPS PEA SQUARE FOOT 0.05· 0.1 0.5 fO 5,0 10.0 -3.0 -2.0 -1.0 ----: ~~:f ~: === : =~::;r i: r • -• • : • rt.t) :== :: ~) ~ ~ ~ : ~:r;; ::1 :~ .i . ! : ::::,=:=~~ .: -· ~,-.:: ::::::::· ::::; .... ::::-,:::t:i:::~::-::: .... ! .. • I I I . ; ' 0 .~.=~::~:;:r;:: :: ::=~::/:~; • •• •·••··• ! .1'.f =i.~J;t) • • • _;:!•• IT-~ 1.0 . -----------..:j'. 7--l t/'•,c; ~ I_ : :: 4} I : ~: : . '. : : : .: :J0 :t 2.0 --+-4-+44 -·-. · . ··----l-•-'-.... 1 ... __ -· ~ 1 1 : i [ 1 . • • , , i . • · · · t · ••••..••. ··1---~--'-··· ......... -_· .·.-__ ·• •. ··· .··.·_· .•· . l . I : ; ··---..... ·--~--r---:-,--·T" ...... -· · · · · · ..... ,. ,;. --·!-•-• .L..1 .... , .... ·· ·--:.::,:~ :~\:.:_ -::;-· -----·--::-:· =---'." ·····-·· ... ,---; ""/"" .... --. · · · i · .......... ---+·--H----1·-·-· ~ · ... · (-·· · ........ ,l .1: -· ------+---... T ..... ··--•.• .. ! .... -··· -~ .J .. -~-1' 1 l I I 3.0 4.0 5.0 ----~ -~:~~==• ==l: ~ l~~ • • • • r • • b~~: : ~~~. i :+;; ::_•iii r:' I I·-,-t--•-····,--·---····1--·-l-·-·--1-____ !, __ ' I I ➔-➔-+-!-+ .. -·----·---~-,--·j ,-. -' . I ·---•••• I. --' ::-::-~:·+-.::~.L-_+-___ ~ ... , -I --~ -··-"---~rt:i,·:::~:::_: ::~:~,L::: ::~ 1 ~i:: 1 F ~~----':--· --·-t·-:-· •··· ___ :.Lr+ '1' --: -i-·~ :----L++ .-•-I~~ ,...i ~-_::.:_c:_, + ..:_i_'.°'. ~ .. i.:-~,: ~:: ::: =~_.:·_.:_::_=ti~ .. •.:_:_: -,•.~:-~'.•. -~,:-1_·-.•.t .. • =II:: .-.\~ \=. : ·-~-=: :t.~~=! r~J· • :-.;,, __ ~:--,,_, -__ , __ . -=: ~-:h ~--:::t: ~-tt 6.0 7.0 &.O 9.0 FIELD MOISTURE BORING NO,: B-7 SATURATED ', SAMPLE NO,: LOADING DEPTH (FTI: REBOUND SOIL TYPE ! 2 9 SM/ML Project No • CONSOLIDATION RESULTS 4841363-02 TEST C-9 ~-0 - z 0 U) z ~ X LU - U) U) w z :::.::: 0 :c I- LU -I a. :E ~ en u. 0 I-z w 0 a: w 0. I z 0 I-~ 0 -I 0 en z 0 0 0 • ---- STRESS IN KIPS PER SQUARE FOOT 0.05 0.1 0.5 10 50 10.0 50.0 -3.0 -2.0 -1.0 0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 ao 9.0 10.0 ·= =-"--1 :~3~ ~~F·~~=~ = = ~ ~~ ;~t~ ~! ~ ~ ;~ t: i ~~ ···· • , :-l. : ! -~ __ _.._.. ............. !.·---: ;,; 1 .,.~·"" ·~; '.:;; ·::J~~?t ~·~ ~ : ; : ~~ •••• : Jj ::~~:~⇒. --~:: :'i :~:: :::1~: ::J;:~j~::. _:· :::~ : : . : :.':;:: :}!,·):':J,ti.:_.+\t:~=~ : :-: :f ::: :::: :::: :::f~ :t -~-i .----r-----r•-f-·•i--I-···· ··<tr~= i · · · ·, ··· · ··:1-··+- -1; ·-·"--t---7· --!--·-t--·-'-.......... ---.. ~ ....... : .... ---i----j--.... .. . .. ·1-··· .... ·-· ·-+· ~-- ·!1 ----,--:. ·---1-----·-··-·--... --~ ... :·"-.... 1 ....... ,1-· a:·· ........ -...... · .. _; ·. _· _·_· __ .. _ .... ---·+-··-'- -+--+-+-+.:014 . . l_ I i-1-+-'-"x·i--... .-·.·.·. ·.·.• .. · · .. -.. !-,.•_.-.,·_-:. _. _ _,.._,_:.._,: ::~ ~-~~-~~-~-=+-~+ :::: :::· :: -=~ : : : . : : : :: ... :{_::· .::~:: ... :~: ::: .. : ~= ' • ·-. ••-I ' -f--1-+· --+.;+;'. ~=t=~i±±:Efl -~· ::: .::: .... ~:: " . , ' I • ___ ..__ .. '-1 ·----•·----r·· -i·-......... , ... •-· ·:·· ·"!' -~~·:-·+-·----·t---·+-~ ~ .... ···t-· 1-. - ',·-··t···· ·-· ... -·~---L ...... , -· .... , .. 1-·:~ --·+-r+ ··1·-· __ ,__..., ... ·~·--· ......... ~.~ ·-····-1-• · I j I . ... ~ .... ····;·• ····r· -:--........ ·--,.- •• - • 7 -••• ····;··· j\·t·-~1-.... -~-~-.- :.:::j:::: :·::::~:::.,:.:t .. , .. ,. .... ·--r-----;:::~ ·:· -~~ -L-~--f-; • ·-t·-L--~-.... -..... ~--. -··+,··-· --~~I l±! ----~--to-~---~!·--·---L--__:,_ ~ ' I ' -t _L . ' I ' ' • .••. ·. ----...... ,: ..... : -.. .;.... +..-!-+..+._.!'.· .. .:. ...... ·-~-.. -• --••-r---1.-............ - • , • ! , • •. •• ••:•••• ·-• . . .. .. , -••I-'-t--• ....i,__ ~=~=:=:;~:: ~--+-~-. f-: .. ·-··"'·'-----·:··-· ::~/~: ·+· ,'. ·-;_-/_:1 ::_-:'"··r ;~ ~---. ; -+--+--+-+~•" -"-......----'-'+-'.....J •. _, ___ : __ 'L.. -···-, 1 •·. I '.·, _ -~--... --......................... • <-_1-1•.~ ·- ·---,-----·------·-_ -. -. ·_ .: ·•.·· •• ••• •• -•• _ ...... _: .~~ _·-_ I ,_-_0 • __ --__ --__ • -----• -_. _. --LL :~ .. --1--~! -~: .:.' ~-_j4-----1-'---!--..ji--i-l--!--I-•• ·--i--i,.,;.. --·-+--+"+-'I----"'":"'""t-• ~ -----1--1-~: ·-t;: I ,.......,,_. ..... '-'-.L.. --~-1-1-1--1_-_-_·_ ~---~= :'.:;t= :_+:r-.... ·-~ ~-!.I!:~:~~-= :t~·c:::.tJ~ I --+--+--1-_+-;;.:i." ➔: ~+--'-+-+-;,."-!-~' '::p,kl-f--f---'-l-f-1-+---+""~':.":+1c..."' ... :"':..-:..~-1=:~~1-;-::~~--'-·~~-! .... i'--+ ... -l-·-:-.,......+-+---1-+-+-+-H . ·--1--'-+-+--+-~-+-.,j. ... .., ---::i,.;JL..1:..4'-4 ••-•• " J--' •; •' , , 1 : • ; I , • ..L. 11--+--+-+-+: ..... :,:I '-'-.;.'_.._:~: t---+---+-if'-t--,-+-+'--+,-+-+-P-1.::..;:,_·--1··----::: ~:=~~:; :~ --~-LI t--.~ .~~~·~: ::~:= -::__L_-~+- i!: -- ,.i; •. - __ j ___ .__~~;·~·-·-.;_-t-__ ~---:) .••. --~L-.-··---·······-L-···--···· : ·tr+-........ .-~ ---+--·-~ ·-:· •· ··-·i -··· ·-·j-------i--l-........ -· ·-'-.... ! .... ·.· .. _ .. _;,· :_._·_::_ -_:_·_ .. _,1_:_:_+_·::.,:-+-__ :·_-~ .·.--.·. -~-.' '~ ••-f---• '";' ·• '· · t_-··· •-••--.... _ + .... , ...... -~ ••··I·· ·· 1----+----.➔,. 1--~--t-'--··-f----+-+ ............... _ ..... ! ........ , ... ·+-~ .... _, ·-•->-I j • • ·~-._ --· ·-'-+-··-~·,: ·-·~: .T. :::: ::: ~:~:: + ··-,; •••• i,;.. .. -~ ····!···· ........ ·---- : ~ 1::: ::::_ ::: :·:~ FIELD MOISTURE BORING NO.: 8-6 SATURATED SAMPL~ NO.: LOADING DEPTH (FTI: REBOUND SOIL TYPE 3 15' SM Project No. 4841363-02 CONSOLIDATION RESULTS TEST C-10 ~ 0 z 0 en z a: X w en (J) w z ~ u ::i::: I- w ...I 0. ~ ct (J) LL 0 ... z ·w u a: w 0. I z Q ~ C ...I 0 (J) z 0 u 0 • - --- STRESS IN KIPS PER SQUARE FOOT 0. 05 0.1 0.5 10 5.0 . 10.0 50.0 -3.0 -2.0 -1.0 0 1.0 2.0 3.0 4.0 5.0 " .. : .... .. -. , .... . . . . ! .. -.-.. L .. _-+-'-.... :.-+-.. :/:' .. ;~-+-; .. ··;-+i· --1--·-r-++ ... __ -+----t--:::: t--t-::: · :-t-::~:. r---t_-: • :J::: :::ffl:::f::,::f;: ::.-:/.-::: ::::;= :t .. ; ... : ...... ...... ~---. . ' :::: : __ ;-~--':".·' :::tq= ::t:~::::.~:=~:i:::: ::::j:~·:::.t::t~::·:±;: ... ,-,-.rF:] •·· ··• ·-·· .. -·-· ·-•-~-.. J.,, ·· ,-· j : : ~ · ·· ........... + -~-+.-:~· --•· · ; · · t " .. ---;;:;----+-----:-·----f-·+···· ···----····; ... ····j .. ~·-··-;--17····1-r----r-.-·-••:···- ' ' : .. : .... :~:· .::.+ :::: :::· -~; ~---:t :~:: ~-::~-:~4 , .......... •-t--·t-•-i-; ....... -:· -··+ : : : :::. ::qJ+ ;'•' ....... 1-r+ .f; --··, .. -; :, ____ __i,__,___ i ·-..... __ li ___ ~•.:. ... .i. it ----P~ ... ···-···----· T"'.'T'T'."'T:·M. _ _. ______ l---'-'---'--. .L~+ ............ -... : _· .... • .. ~'. i1.+•1·1 ... -·---°"I,.: ; , .. ; . -. ; ;;! ,,-.;. -·+ T"'.·1-"T--1'1:;M~ ;---+-:~. : _:: · ::-.~:·==:= · --· ········· · . .,.___. ------~,---~,: 1 ~_.:_·:;_·::.-:1,:._·;_.:_ --~-~~_:_-r_T, · -,·-r-"'T'O".,,.,.. , --•-··---···-"·"I·~ - ~ --,-~ r=;~~Ef:= ~:: ::-::_~= : .I -;-,-i-t,-,+.1f.t-,....,...-H',.,._r--r-.,...-tH-r:--r-rH-:--r--r-rr--•-t--• ,..:... ,-,-111-,·-+-... ' -+--f--i--r-r-:-r , , l--t-1'-t-+:,-f.:1;4j;f-'---+...;...,-t-,--....--+.-,,:"";•·H1H-t:--+-+-t-4""t-·-·-"'-------·1 .; 1•-_:. : 11 -,.--,.-,-..,....,,: -7-,--, -:--: :·:•,+,"".""'. P-r--11-'-+-t -r--Ht:-0 -f, ~·Hr.-c---;--t--t-r"'i'.'-r-0 MT-7'-t-,--:,-:,---...:.._ ---.:.-~t-,-! ;_ .....,,.1c--t·-· ~,-t---i---i---r-.,.....--,-r '· --+-:+-+.-"1'1,t;' 't-+--t~• -;-! ,-,t--r-+-+-rtr--t:--t--r-H·-.,_~.,__--+ --·--t---t--t--i..,-t_ --f--~~. ·,..,'. f.-'.•·, 0-t''-+' ➔-r-+-t ·I' I ' I I . ,: I I !. I . ! FIELD MOISTURE BORING NO.: B-8 SATURATED SAMPLE NO.: LOADING DEPTH (FTI .: REBOUND SOIL TYPE 1 5' CL/SC Project No. 4841363-02 CONSOLIDATION RESULTS TEST C-11 -~ - z 0 u, z f >< w V, u, w z ~ 0 :c t- UJ ...J a. :: c:x: C/J u. 0 t-z w 0 0: w Q. I z Q ~ C ...J 0 u, z 0 0 0 • --- STRESS IN KIPS PER SQUARE FOOT --0.05 -0.1--· ----0:5----i:o--. --------5:o ro.o -6.0- -4.0 -2.0 0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 20.0 ! ' .• I ••• ... I .. . . .... .... ... .. ... .... ... ..~ ·-I"' ! • 1 ::! :~:: :::~::I::.: :::: :::: :::i: ~-;: I ..Jl .... _,., ... --... : :··· ::·: ... ~ . . : . ,. •!'• ...... ·- 1 ........... -· -· ·: ; ; . ~ .... .... .... .. -~ 1100 , .. , ••f -• I ... ' , : 1. ~ ... ··-'~r-... : ... ·,.~i~,r-j ;-; t; -~,,,.,r>"!...,.rn-•1-•1•• ··:1 .. , .,. . . . 1 ... i ,. -+i-1' ~·•M:m,..l. --_Jj'' .. ~I' •1· ',, "'. -. ·cr,.....e-••••• _l, j 11•••1 'J4--J -~: ·· .. ~!-h~~1-r-,U!--.~!~'I"- '' 1. ,, .. •··• -~· ... ~•.r ; ................. ... 1 ............. ;~1· ·, I½.!. H .. ;,·.I.;~.,,..,...,_ ....... , __ ,_,... .... •111 1: ' I : I 'ii ' . . I.!, ........ 04" ·-r-' ··•! ... -, ... ..... I • '.. '• • ~ •• •• ••• ~-I •. I •+•• -'l't-1-t1:r:t, ' : ! ' I , ••· .!,, .,;;, •-i--r-,,;, ••• .-o •-I"-• I O O ~ '· ! •••• ••• I--•••• •••. •n r--1-; -~-...... J ·• J ! ! -~;1 P1 !~f ~-•r-.---~· ··· ··: · ,-. ~, ~ :::: ···· .... 1 ........... ···· ··· -·· ·-· 1--◄---t--r-T,rn. ,~--;1~; .l,j ;,; ,_;·~·t-r .... ··· .,,_,:.. .; ., ::;: :::: .... _. ..... 1-... ; ...... :-t-· ,-·-1-:r-I -::: ~.;: lw ·Hi:;:. .::·I-'' ..... .-.. : ..... .,....... . . . . . . . . ....... 1 ..... ·-............. . • 11: •I'; . l ·' . I.: •jii '!'' ...... . ·••i·•······ .... ~ Ii•! •:H ··-, .. ~I .•• i •.•.•...•• ""!~ .. .. L~ '.IJ; ,iii !,,o,...:•1--r-u:,.,, •••-~,_ ~!•• I ••••••••••~• -•-,,it--'11-1"'.l"! ~i ..• ;; ...... : ... -... ....... ... .. .. :::: ::::::::r :::~ ::::: ...... ·.-•-. ....;-+,.,..·~1• "-· ·-.J1 ..•. , ........... ,...r ......... , ... ,... :1:: ............ ; .... ,-· ........... ·-':· ··~ _ _:,t ..Jj ••• :: ........ ---~1-............ -,-. '' ~ : : . '' ........... --- • ! •. . ' .. •• j • :::! ::::::: .. =·: ···l ······ .. -·1- •.• : •••.•.• ---r-· • I j ~ ••• 1 ........ ··-.• - •I•• ; ~ .. • '.' ••• i ••••• , •.•• -- : ~~: ••• 1 .... ·····-• ·-.., :;:! ::· :::: :::. ~ . .:: ···: ..... ----·~-;·, .. -: .... ..... - 0 ,00 j OU OOO ~-r--1'-- ' ···: ·:;'.;t·· -.• '',',::_ ::.~-=~~-~;_;_.:~~;~_~;-~:. •,-r·· !·~·11 ••.. ",;_,., •• .. •·. ~:: .. :~=~ •l-+--t-t-'~"' \ ~ :-.: 1t:::~ ·::-... ~·i-r: :~.~: ~:::: ,'1 • '. ' '. '-11 ··•;' ·-..:.:.1---•-··•~1--t-·:•• .:::· ··--·-,;..;•-,;,1--_..,. ·i,·I ~ ;l 1I .;;·,_._,_~ ... . • -• - • _.. . " • ,. • ~ .. ; i ! • • '1 • • ••----,-•::1 • I ' ... -;i--, '____,..,, • .L. .. .: . ..:.~t-l"'"•---1-t-i--,, ' ',JJ 1,J;!;:1 .. ~ .. : ......... - . . . .. . . .,.:_ .. ,:: .. ··-,··-·,...,... ···.· .. -.:0_ ....... _, 1 J1·1·· :.,n· ... · ~---.... •• ;.L., •-·.1-n'. ••·•-_'-~; 'I•"'!•!, : .• ••-:;' ,;_,:;•_• .. __ ·• ' •• ' .. t-/-._ ... • •. ••_• 11°-r' ==-. ! ' 1 ~ r -· ' - , • ~. • ml• 1 ,.. .iJ~ -~~·•••-•----.. ~~t .. •:--~•r•r-... ◄. j J ~~ :.i ••~~-L-•-•• 'l 'IJ: .•. : .... ~----·+ ·' "J1:·Ji,;.·+++r1 ::.:: ~~ :::;:: · '; ~i < IT :iii;;·, ··"~"r-e-'··· ··: i-::--:r-:j,l .... •-.. ~!\ ,_.":" ••-4·--f-::t-1·""1 , 1 Hl 1: ·11 · •• __ ,.;_r,...ti j·-: ;;1 :i;·" 1 ,,J;:;;7 .~·:_,l, Hij:r/i .. --:.-.:i~j; r~.-:1 &-H-fp"J~j ::: __ ,_,..,., • • " ~ ' • 1 : : : '· ~ j J:J ··~ ·::. ' · · · · · · T Jj uJ 1-,+-++--1""1 ·; ·J -,-1--t--,-r,·---"'l . · ij •·-. · \". 7-. If :1, ., .. ·-1-:'. t-'-t-t7 .;..:~ .., tH i?° •··· ·'7 .• "'.::":r ~,·:, i :ffl J ',II . -,-.. ,-, ."° .>• : ~ I ttiJl,I . .J-.~,.,.j:-,H--t""I :: • ~ I•-I .: I ~ : II 11 .• ·,. .·, ..J •'I 1-:-. ~ Ill' 'll:'. •· ., ·Ii .i..:J.. 1' t~ ·--: -;~._~ ·,,, . ,, I i '11• .t:·,.· -c-, ,.._,_ I ., ' ' I 1 :-· __ _.,.. ' ··I -1 I I I -1--,i;.-H-:;:i·,· 1·-t., II !!;, ''··;.),;:!: .. --··1 I . . II ..•. , , i 1' '''." ••l-,,- of--.-t-'1---,..r,i:, ~~1" ..-f ·. ,:,,• .~ ... -:. " ,-·::, 11. -' '' ·. ·:.!, ·._ '.'' · .. 111'. 'I :i'1' ~; ·: ·1rrf-t:r ., , .. , ..-. .-,. . ,1 P. t l :~ .... · . .:·,:.....: J.i..!l ijil : .. ·.::.'-,-1'.";fll.-:::!;.r:-.l. '1 ; . ;._;_i_:,· ..... ·---· ···-' • ~;.· ij.:J ;:·· :·:· ·½ .;) ,;'':"'"" ' ; '! • ..:,;, .... -·-· .. ,-~-~ ··-:r:. == i • 1 • •. ,11_ ' -~•-1-... , •• ·• i . ·u_ '.••· ... ·.·. ·.~· .. 1.1 .. _,'.,-.-:-_ • ,,. • ... = l ... · ; ·"'" .;; I • ,. •, · · ! 1 ;JI' ........... .-r-:-·,,:.·--:·.' l :, : ::: ::.· ··-~•1--· ... •-,~. -'1 1 I I I ti' ' ... ... t--· ,-. .,_ , I · •'" ,._ 1•--r-' :·;: .. -. ;r.·-: .. , : 1 ~ ~1!:~ j.::: ........ :.: •. :1 I.::,µ~ ' •• ! ' ',, ............. I"' •• , ' ' I ' ·: • •• --~, 1 ' ' . ' • : . : • ' ' . . ' • . i l ~ • • I 1'' 'i; 1 ···· :-· -.,. 1 •• , • l ; .;;' -r;." .. ,. -· 1-.--: : : !, '. j l;t :i;.'1 :::. :::-1:-~~ :::~ .:_ :._.:...--: I 1, ,, i,. : : 1: !, :1 ::~ :::: ::: ~-~ l-+-r-1"!1 1 . 'i . . ... -· 1-+.i--'-j . ... ,-,-I 1 --,1,.,-1---,..,1 •• • ... •·•.•. -•. lt •. ·.~.l~,-~··•.:.·.;_:_,.._~ ........ r .. r-.-••.• :•ti •·~1•···· .. -·-r--t-••••····-•!•~ .. ,,; !,i,•7~·-· .. •-·t-r-.. ;, . . .. ; Ii; . ;. .. ..... ,_ r-•r-....... -· ... ,-' . I ! I ' ., J • ·l ' ,;.! ,:;, !,;i,-1-~ ...... : ... ,... ' ' •: 'I I .JI ... ii ......... ~-· ' • -i ' , .. , ,· I ., r-• ' '" I .:.. I ·-·-··--t--........ -r--:· -• ·--.l : ... 1.: ... .;.t--•i--c-• .. ----~.;::;: .... .. .. ::: ........... ,_ .......... •r--;!;, :1:::::i::::::·: .. :.: ::~ •: ~ ::: • • • • • 1 ; •• •; .... ····t--· ,... ,-. ... ... . .. ,-... • • • • • • • .... .... ... • t-.. .. ... .. .... ,... ' ! I ! . ; ; . ' .. ~ ........... >-+· ··•····•-•I"-·1~· ···•·······l-1--···r-·-. ··•i ., ............... •-r---1---••· ·-. ~--··• .•• -t-~ •••••• ,. -·~' ..... ··•ft--~-...... .. FIELD MOISTURE BORING NO.: 8-11 Project No, 4841363-02 SATURATED SAMPLE NO.: 1 LOADING DEPTH IFTI: 4 CONSOLIDATION TEST REBOUND SOIL TYPE : SM RESULTS C-12 . TEST SAMPLE INITIAL COM~D ORY FINAL VOLUMETRIC EXPANSION NO. LOCATION MOISTURE 1%) DENSITY (PCFI MOISTURE(%) SWELL (o/o) INDEX 1 B-1, 49 I -50' 14.8 94.3 35.8 15.0 150 2 B-1, 50 1 25.8 119.3 30.8 5.1 51 3 B-1, 10' 10.5 107.8 16.5 . 0 0 4 8-3, 5'-91 11.8 103.5 27.1 9.1 91 Test No. 1 & 3: UBC 29-2 (remolded) . Test No. 2 Expansion test of in-situ sample with natural moisture content under 144 pounds per square foot load I EXPANSION POTENTIAL Very High Medium Low High bilON-: ASSOCIA ...... res Project No. 4841363-02 EXPANSION INDEX TEST RESULTS 1 ~ ______________ ,.....__ ______________ c;;.-.. 1_.3 ----·-------. . ----·-· --- _,. . .._ .......... -...... -... ·-. -.. -- I GRAVEL ba. SAND I FINES (Silt or Clay) ) CSllCH I Eim: ~~i!i!ED I Eioa U.S. STANDARD SIEVE NUMBERS HYDROMETER . 3" 1 1/2"3/4" 3/8" 4 10 20 <40 CI0 1CIO 200 - 100 111 I 1• -.. 111 I 90 ~ .,_ J: eo -·-....... _ .... ---·· -· I\. CJ ,., -w 10 ------. ---· --···. .. ~ >-eo '---\ CD --... -. ·-4~ --.. - a: w IIO z I ' i:L ~ ------. --....:.._ --t-z 30 w (J a: 20 w &:I. 10 0 IO 10 I 1 0.1 0.1 O.OIS 0.01 0.001 0.001 0.000_1 GRAIN SIZE IN MILLIMETERS · SYMBOL BORING SAMPLE· DEPTH LIQUID PLASTIC PLASTICITY SOIL NUMBER NUMBER CFEETI LIMIT . . LIMIT INDEX TYPE • 8-10 2 9 SM U.S. STANDARD SIEVE NUMBERS HYDROMETER 3" 1 1/2" 3/4" 3/8" '. 10 20 40. eo.1110 200 100· ... ... IO ---· --• . ------. ·-:-.,_ . ' ::i::: IO -· --CJ .. w ' ~ 70 1,. I > \ CD CIO a: ·~ w IO z I ii: .a I I t-! z w -~ 0 .. l a: w 20 &:I. 10 0 CIO 10 I 1 0.1 o., O.OIS 0.01 o.a 0.001 o.oooe ; •'•. .... GRAIN SIZE l.N MILL~"'1.ETE~S SYMBOL BORING S4MPLE DEPTH LIQUID PLASTIC PLASTICITY SOIL NUMBER NUMBER CFEETI LIMIT LIMIT INDEX TYPE •• B-11 1 1 SM . ~~ Project No, 4841363-02 GRAIN .SIZE DISTRIBUTION CURVES C-14 GRADATION TEST RESULTS FINES (Silt or Clay) ] U.S. STANDARD SIEVE NUMBERS HYDROMETER . 3 .. , 112 .. 3/4" 3/8" 4 ,o 20 40 eo 100 200 100 ~....+""'"""-.t--....... ....+"T"""T---f-"'"ff""I.,.. It,"'",..,_,+-,-+-.....,.....,_.,....-.-..,.,.,_..,.,..,,.,.,.,....,...,,--,,--...;;,,.,....,..,... t- 90 ++t---t-+--+--H-H+++-+--4--+f-H+-H!-"-a.1--1-1--H-t++++-4---i----+++H-++-+---+---+++,i+i r-.r-... J: eo C, w ,o ~ >-60 al 1---• • -~ ·-►-.. - ·-,__ I a:: w z llO I -+--it--~t+i-+-+-11·+-+ - '--+-~~++l-+-1--+-+--+H~ - LI.. 40 ,... ·· · · -'--· -·-Hl-+-H--+t-rt-+--+--+HI-Hl+-ll-+-1-+---+H-+-H-+--+-+-~H+H ~ 30~!++-♦~---H-+~·-1 -1--~+4 u ! -,_ ·-++·IH+++-+-~-----l+H-+-+-+-+-+---+H-+-H ffi ~~·--------,H-+--++--+--+---1-41+++----+--++ll+++-+-+--+--H+l-+-++-l'--f--~ D. 10ti-,++-+-+--4---ll- 1 1-++-i-+-l--+----.1-1H-++lt---4-f-4--4--H-1H+++-+--+--l+H-l-++-l---i----++H-+-1 150 10 Ii 1 0.li 0, 1 O.Oli 0,01 0,005 0,001 0.000,! GRAIN SIZE IN MILLIMETER.S SYMBOL BORING SAMPLE DEPTH LIQUID PLASTIC PLASTICITY SOIL NUMBER NUMBER (FEET) LIMIT LIMIT INDEX TYPE • B-1 1 10 1 : SM MAXIMUM DENSITY TEST RESULTS MAXIMUM OPTIMUM SAMPLE LOCATION ORY DENSITY MOISTURE . . (PCF) CONTENT (o/o) 1 B-.1, 10 1-ll 1 (silty sand) 118.0 12.0 2 B-1, 51 1 -,52 1 ( s i l ty c 1 ay ) 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 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 1 of6 LEIGHTON AND ASSOCIATES, INC. GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING 1.0 General 3030.1094 1.1 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 conflic~ 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 comrnencementofthe 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 geotechnicallyobserved, 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 owner and the Contractor on a routine and frequent basis. Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADlNG SPECIFICATIONS Page2 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-conditioning and 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 applic~ble 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 3030.1094 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 California, most refined petroleum products (gasoline, . diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that are considered to be haz.ardous 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 . Leighton and Associates, Inc. GENERAL EARTHWORK.AND GRADING SPECIFICATIONS Page 3 of6 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 OverexcavatioII 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 sub grade 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 . 3030.1094 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 accepta~le 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 finish 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 Section 3. I. The potential import source shall be given to the Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page4 of6 4.0 3030.1094 , Geotechnical Consultant at least 48 hours (2 working days) before importing begins so that its suitability can be determined and appropriate tests performed. Fill Placement and Compaction 4.1 Fill Layers: Approved fill material shall be placed in areas prepared to receive fill (per Section 3.0) 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 Conditioning 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 D 1557-91 ). 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 roJlers 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 MethodD1557-91. 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 locat.ions 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 fill/bedrock benches). 4.6 Frequency of Compaction Testing: Tests shall be taken at intervals not exceeding 2 feet in verticalrise 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. Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 5 of6 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 s'1all 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 3030.1094 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. Leighton and Associates, Inc. GENERAL EARTHWORK.AND GRADING SPECIFICATIONS Page 6 of6 3030.1094 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. PROJECTED PLANE 1 TO 1 IMXM 1M FROM TOE OF SLOPE TO APPROVED OROUNO -------- HEIGHT 2• MIN. FILL SLOPE FILL-OVER-CUT SLOPE KEY DEPTH CUT FACE BIWJ. BE CONmlJCTED PFIOR TO Fl.L PlACEMENT 10 ASSURE ACEQUATE GEOl.OOIC CONDm0NS PROJECTED PLANE 110 1 MAXIMUM FROM TOE OF 8L0PE TO APPROYEDOROUNO 2' MIN. KEY DEPTH KEYING AND BENCHING CUTFACE TO BE CON8TRUCTED PRIOR TO FU PLACEMENT / ~ BENCH HEIGHT / CUT-OVER-FILL SLOPE For Subdrains See . Standard Detail C BENCHl«J 8IW.L. BE DONE WHEN SLOPES ANCJL.E IS EQUAL TO OR GREATER THAN 5:1 MNMUM BENCH HEIC3KT' BHAU. BE 4 FEET M1NMA1 Fl.L WIDTii 8IW.L. BE 8 FEET GENERAL EARTHWORK AND GRADING rnmn SPECIFICATIONS U STANDARD DETAILS A REV.4'11188 FINISH GRADE ------------------------------------------------------------ _:-_-_:-_---:_-_-_-_-:...--:....--:.1 O' MIN. :...-_-:_-:COMPACTED FILL:_-:..-:...-_--:. --=----=---------=-=---=----_--:...~:...-_-_-_-:...-_--:...-_-_:-_-_--:....-_-_-:._-:...--:...-:: --=--=--~-==~--~: ----::-:-::-:: -----=-=-::-=-=~=-:D:-..=-:-:-:::--::0::-:-:-:-::-:-~~Il-::-:--:- __ ---::-:==~/-:--=--~-=-::-:-:-:-::-:::-::-::::::::-:-=-=~=-:::-:--:----=----_-_::~~a---:...-=-~---= --------------=~---n----=--=-----=----______ :..7--:_:_ ------------------- ----------~----~----------~ o-----_-::---, O' MIN ... -_:.z:::--_: _-_-_--:...-:...-:...-_-...:-_ _:-_-_-_ -~----_-_-_-_-_-_-:._-_-_-:...-_-_--:-· ---=-= ----=------ll=f~-_:---=-------~-----~~;---=¾~~~--~==-==~=~~--:---:---:· -==~-=~-=✓~-::-:-_=-?$ --=-=~~-==-=~==:t=~~~--=-=-=~=-=~-=-- -=------~-oVERSIZE • --------------------:--· -JETTED OR FLOODED =----=-~----_--:.: ·-----------------· GRANULAR MATERIAL ________ WINDROW:-_-_-_-:...-_--:...-:...--:.-----· • 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 all the voids. • Do not bury rock within 1 o feet of finish grade. • Windrow " burled rock shall be parallel to the finished slope fill. ELEVATION A-A' ~ROFILE ALONG WINDROW JETTED OR FLOODED GRANULAR MATERIAL OVERSIZE ROCK DISPOSAL __ A- -_-r_ GENERAL EARTHWORK AND GRADING [fj[!] SPECIFICATIONS U STANDARD DETAILS e· NATURAL ~GROUND ~ \ \ CALTRANS CLASS 11 PERMEABLE OR #2 ROCK (9FT.3/FT.) WRAPPED IN FILTER FABRJC FILTER FABRIC ~=b~: OR'-.coLLEcroR· PIPE SHAU. EQUIVALENT} BE MINIMUM 6" DIAMETER SCHEDULE 40 PVC PERFORATED CANYON SUBDRAIN OUTLET DETAIL PIPE. SEE STANDARD DETAIL D DESIGN FINISHED GRADE PERFORATED PIPE &•♦ MIN. CANYON SUBDRAINS FOR PIPE SPECIFICATION FILTER FABRIC (MIRAFI 140 OR APPROVED EQUIVALEN"T) #2 ROCK WRAPPED IN FILTER FABRIC OR CALTRANS CLASS II PERMEABLE. GENERAL EARTHWORK AND GRADING ~· [I] SPECIFICATIONS U STANDARD DETAILS C . 4$15 OUTLET PIPES 41 4> NON-PERFORATED PIPE, 100' MAX. O.C. HORIZONTALLY, 30' MAX. O.C. VERTICALLY • SUBORAJN INSTALLATION -Subdraln COiiector pipe shaJI be Installed with perloratlonS daNn or, unless othefwlse designated by the -geotechnlcal consultant. Outlet pipes shall be non-perforated pipe. The subdraln pipe shall have at least 8 perforations uniformly spaced per foot Perforation shaft be ¼" to ½" If drilled holes are used. All subdraln pipes shall have a gradient $ least 2% towards the outlet. • SUBDRAJN PIPE -Subdraln pipe shall be ASTM 02751, SOR 23.5 or ASTM 01527, Schedule 40, or ASTM 03034, SOR 23;5, Sched~le 40 Polyvinyl Chloride Plastic (PVC) pipe. • All outlet pipe shall be placed In a trench no wider than twice the subdraln pipe. Pipe shall be In soil Of SE>30 jetted or flooded In place except for the outside 5 feet which shall be native solt backfill. BUTTRESS OR REPLACEMENT FILL SUBDRAINS . GENERAL EARTHWORK AND GRADING []OJ. n SPECIFICATIONS U STANDARD DETAILS D RETAINING WALL DRAINAGE DETAIL RET'AiNING WA~~- WALL' WA TERP.ROOFING PER. ARCHITECT'S. SPifCIFICATiONS :-- FINISH GRADE. SOIL BACKFILL, COMPACTED TO 90 PERCENT;RELATIVE COMPACTION* . 314•-1~112• CLEAN GRAVEL 1hl- 4 "'.(MINJ DIAMETER PERFORATED ---~-.. --~--------------. ·pyc PIPE (SCHEDULE 40 OR ______ -,.:-____ -·-..::::-.,.:_·· .. - . -:..--'"":..~~-=--=----=--=--:: EQUIVALENT) WITH PERFORATIONS ORIENTED,DOWN. AS DEPICTED . MINIJ;4UM f PERCENT GRADIENT ·---~=~===t=::~Ott1PA_9}ED Fll,.IJ:-::~~~=t TO SUITABLE OUTLET . ------------- NOT TO SCALE SPECIFICATIONS FOR CALTRANS CLASS 2 PERMEABLE MATERIAL U.S. Standard Sieve Size 1" 3/411 .3/8" No. 4 No. 8 No. 30 No. 50 No. 200 % Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Sand Equivalent)75 ._ ________ _. COMPETENT" BEDROCK OR MATERIAL AS EVALUATED BY THE GEOTECHNICAL CONSULTANT *BASEO. ON ASTM D166'7 **IF CAL TRAN' CLASS 2 PERMEABLE MATERIAL (SEE. GRADATION TO LEFT) IS USED IN PLACE OF 314•:..1~112• GRAVEL, FILTER FABRIC MAY BE DELETED. CAL TRANS CLASS 2 PERMEABLE MATEJ;'IAL ~HOULO,_B~ COMPACTED to sq. ' . PERCE:t: RELATIVE COMPACTION * · . ·_NOTE:COMPOSITE DRAINAGE PRODUCTS SUCH AS ~RADRAIN 'OR J-ORAIN MAY SE usa> AS AN ALTERNATIVE TO GRAVEL 00 . ~SS 2..INSTAUATION 8HOULD BE PBFOfM:D IN ACCORDANCE i'Wlll-f MANl.FACTURER'S SPECIACA 110NS. APPENDIX E SURFICIAL SLOPE STABILlTY ANALYSIS ASSUMED PARAMETERS z FS Depth of Saturatipn = 3.5 feet = Slope Angle = 26.6 degrees Unit Weight of Water = 62.4 pcf Saturated Unit Weight of Soil = 130 pcf Apparent Angle of Internal Friction = 25 degrees Apparent Cohesion = 250 pcf FS = c + atan <I> = C +(y1 -y,)Z cos2i tan <I> T yr Z sin i cos i 1.8 Santiago Formation ( claystone) E-1 4841363-006 APPENDIX E SlJRFICIAL SLOPE STABILITY ANALYSIS ASSUMED PARAMETERS z $ C FS Depth of Saturation = 3.5 feet == Slope Angle = 26.6 degrees Unit Weight of Water= 62.4 pcf Saturated Unit Weight of Soil = 130 pcf Apparent Angle of Internal Friction = 32 degrees Apparent Cohesion = l 75 pcf FS = c + atan <P = C +(y1 -y.)Z cos2i tan <P T -y I Z sin i cos i 1.6 Santiago Formation (sandstone) E-2 4841363-006 APPENDfX E SURFICIAL SLOPE STABILITY ANALYSIS ASSUMED PARAMETERS z Yr ~ C FS Depth of Saturation = 3.5 feet = Slope Angle = 26.6 degrees Unit Weight of Water= 62.4 pcf Saturated Unit Weight of Soil= 130 pcf Apparent Angle of Internal Friction = 28 degrees Apparent Cohesion= 175 pcf FS = c + atan cl> = C +(y1 -y . .,)Z cos2i tan cl> T y I Z sin i cos i 1.5 Compacted fill derived from Santiago Formation (claystone and sandstone mix) E-3 4841363-006 PDSECTA 1 1-22-98 16:23 335 · 295 ,,,--..... -w 255 Q) 4-....._,,,, (/) X <C 215 I >- 175 135 0 P&D/XSEC.T.-A-BLK 10 most critical surfaces, MINIMUM JAN BU FOS = 1.683 --___ w 1 40 80 120 160 200 240 280 X-AXIS (feet) 320 ~ PROFIL FILE: PDSECTAl 1-22-98 16:23 ft- D/XSECT.-A-BLK 12 5 .0 220.0 40.0 221.0 1 40.0 221.0 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 1 112.0 217.0 120.0 226.0 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 ;sorL . I 3 120.0 130.0 250.0 30.00 ·. 000 . 0 1 120. ·o 130.0 175.0 28.00 .000 .0 1 . j 120.0 WATER 130.0 100.0 10.00 .000 . 0 1 1 62.40 4 .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 XSTABL File: PDSECTAl 1-22-98 16:23 ****************************************** * X s T A B L * * * * 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 x-left y-left x-right y-right Soil Unit No. (ft) (ft) (ft) (ft) Below Segment 1 .0 220.0 40.0 221. 0 1 2 40.0 221.0 80.0 230.0 2 3 80.0 230.0 160.0 265.0 2 4 160.0 265.0 190.0 277.0 1 5 190.0 277.0 320.0 290.0 1 7 SUBSURFACE boundary segments Segment x-left y-left x-right ·y-right Soil Unit No. (ft) (ft) (ft) (ft) Below Segment 1 40.0 221. 0 44.0 217.0 1 2 44.0 217.0 112.0 217.0 1 3 112.0 217.0 120.0 226.0 1 4 120.0 226.0 124.0 231.0 3 5 124.0 231.0 160.0 265.0 1 6 124.0 231.0 280.0 243.0 3 7 120.0 226.0 280.0 239.0 1 ISOTROPIC Soil Parameters 3 Soil unit(s) specified Soil Unit Weight Cohesion Friction Pore Pressure Unit Moist Sat. Intercept A...'1gle Parameter Constant No. (pcf) (pcf) (psf) (deg) Ru (psf) 1 120.0 130.0. 250.0 30.00 .000 . 0 2 120.0 130.0 175.0 28.00 .000 .0 3 120.0 130.0 100.0 10.00 .000 .0 1 Water surface(s) have been specified Unit weight of water= 62.40 (pcf) Water Surface No. 1 specified by 4 coordinate points ******************i*************** PHREATIC SURFACE, ********************************** Point x-water y-water No. (ft) (ft) 1 .00 220.00 2 ~0.00 221.00 3 120.00 230.00 4 280.00 244.00 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 Leng~h 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 Water Surface No. 1 1 1 ************************************************************************ 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 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 2 73. 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 p6ints Point 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 10 11 12 13 14 15 16 17 18 19 20 183.75 187.19 190.50 193.52 196.37 199.78 203.23 204.68 208.00 209.91 209.91 ** Corrected JANBU FOS = 243.09 246.71 250.47 254.45 258.56 262.21 265.84 270.62 274.36 278.98 278.99 1.692 ** (Fo factor= 1.087) Failure surface No. 3 specified by 19 coordinate points Point No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 x-surf (ft) 107.27 109.22 112.96 117.92 122.19 126.27 197.22 200.72 204.12 206.47 209.90 211.93 214.04 216.68 219.33 221.10 224.64 228.10 228.99 ** Corrected JANBU FOS = y'-surf (ft) 241.93 240.10 236.78 236.12 233.53 230.64 234.18 237.75 .241.41 245.83 249.46 254.04 258.57 262.81 267.05 271.73 275.27 278.87 280.90 1.702 ** (Fo factor Failure surface No. 4 specified by 20 coordinate points Point No. 1 2 3 4 5 6 7 8 9 10 11 12 x-surf (ft) 101.33 103.81 108.73 113.73 117.72 122.43 126.41 222.89 226.08 226.85 228.79 232.01 y-surf (ft) 239.33 237.19 236.30 236.28 233.27 23L60 228.57 235.73 239.58 244.52 249.13 252.95 1.084) 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 18 250.84 276.11 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 15 220.36 255.88 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. l·l 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) ailure 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 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.$5 234.11 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 17 226. 96 271.32 18 230.24 275.10 19 230.45 280.10 20 231.01 281.10 ** 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 l.303E+05 2. 1.692 1.087 107.03 209.91 l.215E+05 3. 1.702 1.084 107.27 228.99 l.382E+05 4. 1.737 1. 078 101.33 256.54 l.646E+05 5. 1.743 1.086 104.75 206.58 1.173E+05 6. 1.744 1.082 100.70 236.62 l.520E+05 7. 1.750 1.085 100.35 212.82 l.189E+05 8. 1.757 1.086 99.89 215.80 1.226E+05 9. 1.763 1.087 106.41 218.83 l.317E+05 10. 1.766 1.084 104.71 231.01 l.416E+05 * * * END OF FILE * * * 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 .45. 0 212.0 85.0 220.0 103.0 232.0 280.0 245.0 RCLE 10 10 20.0 40.0 195.0 220. 0. 150.0 5.0 .o . 0 XSTABL File: PDSECTA 1-22-98 16:18 *****~************************************ * * * * * * * * * * * *' X S T A B L 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 x-left y-left x-right y-right Soil No. (ft) (ft) (ft) (ft) Below 1 . 0 220. 0, 40.0 221.0 2 40.0 221.0 80.0 230.0 3 80.0 230.0 125.0 250.0 4 125.0 250.0 190.0 277.0 5 190.0 277.0 280.0 290.0 7 SUBSURFACE boundary segments Segment x-left y-left x-right y-right Soi-i No. (ft) (ft) (ft)-(ft) Below 1 40.0 221.0 45.0 211.0 2 45.0 211.0 85.0 210.0 3 85.0 210.0 100.0 225.0 4 100.0 225.0 104.0 229.0 5 104·. 0 229.0 125.0 250.0 6 104.0 229.0 280.0 243.0 7 100.0 225.0 280.0 239.0 ISOTROPIC Soil Parameters 3 Soil unit(s) specified Unit Segment 1 2 2 1 1 Unit Segment 1 1 1 3 1 3 1 Soil Unit Weight Cohesion Friction Pore Pressure Unit Moist Sat. Intercept Angle Parameter Constant No. (pcf) (pcf) (psf) (deg) Ru (psf) 1 120.0 130.0 250.0 30.00 .000 . 0 2 120.0 130.0 175.0 28.00 .000 .o 3 120.0 130.0 100.0 10.00 .000 .0 1·water surface(s) have been specified Unit weight of water= 62.40 (pc£) 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 Water Surface No. 1 1 1 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 within the angular range defined by : -45.0 degrees Lower angular limit .- 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 28 168.0.4 245.23 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 38 200.04 278.45 * *· Corrected JANBU FOS == l·. 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 22 14i.46 221.88 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 32 180.14 252.95 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) Failure '.surface No. 3 specified by 42 c9ordinate points Point x-surf y-surf No. (ft) (ft) 1 40.00 221.00 2 44.72 219.36 3 49.50 217.87 4 54.32 216.55 5 59.18 215.39 .6 64.08 214.39 7 69.01 213.55 8 73.97 212.88 9 78.94 212.38 10 83.93 212.04 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 22 142.87 220.90 23 147.54 222.69 24 152.14 224.64 25 156.68 226.74 26 161.15 228.99 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 P9int 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. 4 0 ff 71.06 210.46 9 76.00 209.71 10 80. 97 209.15 11 85.96 208.78 12 90.96 208.61 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 24 149.02 211.43 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 1.81.81 244.07 33 185.37 247.58 34 188.79 251.23 35 192. 07. 255.00 36 195.20 258.90 37 198.17 262.92 38 200.99 267.05 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 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 21 133.99 220.48 22 138.73 222.05 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 30 174.53 239.68 31 178.66 242.49 32 182.71 245.42 33 186.67 248.48 34 190.53 251.66 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 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 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 39 209.07 267.82 40 212.36 271.59 41 215.54 275.45 42 218.59 279.41 43 219.99 281.33 ** 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. 3 7 218.97 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 8$.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 19'6. 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 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 30 176.83 244.83 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 2l4.Sl 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 x-surf y-surf No. (ft) (ft) 1 37.78 220.94 2 42.18 218.57 3 46.67 216.38 4 51.26 214.39 5 55.93 212.61 6 60.68 211.03 7 65.48 209.66 8 70.35 208.50 9 75.26 207:55 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- Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1.729 1.062 40.00 200.04 2.010E+05 2. 1.730 1.074 40.00 195.44 2.437E+05 3. 1.741 1.066 40.00 217.78 2.8S0E+05 4 . 1.741 1.073 37.78 208.24 2.906E+05 s. 1.749 1.063 35.56 217.49 2.701E+05 6. 1.751 1.068 35.56 219.92 3.071E+05 7. 1.755 1.063 35.56 219.99 2.771E+05 ' 8. 1.757 1.067 26.67 201.55 2.427E+05 9. 1.757 1.057 37.78 217.50 2.387E+05 10. 1.758 1.078 37.78 201.20 2.964E+05 PDSECTC1 1-21-98 14:43 200 165 .,...---.. a:; 130 Q) '+- '-.../ (/) X <( 95 I >- 60 25 0 P&D/SECTION-C-BLK 10 most critical surfaces, MINIMUM JAN BU FOS = 2.087 -----______ w 1 35 70 105 140 175 210 245 280 X-AXIS (feet) • 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 2 120.0 130.0 250.0 30.00 .000 . 0 1 120.0 130.0 100.0 10.00 .000 . 0 1 WATER 1 62. 40· 4 . 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 XSTABL File: PDSECTCl 1-21-98 14:43 ****************************************** * * * * * * X S T A B L 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 Segment x-left y-left x-right. y-right Soil Unit No. (ft) (ft) (ft) 1 . 0 120.0 70.0 2 70.0 120.0 83.0 3 83.0 128.0 97.0 4 .97. 0 133.0 105.0 5 105.0 135.0 160.0 6 160.0 1-50. 0 280.0 2 SUBSURFACE boundary segments Segment x-left y-left No. (ft) (ft) 1 105.0 135.0 2 97.0 133.0 ISOTROPIC Soil Parameters 2 Soil unit(s) specified Soil Unit No. Unit Weight Moist Sat. (pcf) · (pcf) ·cohesion Intercept (psf) x-right (ft) 280.0 280.0 Friction Angle (deg) (ft) Below Segment 120.0 1 128.0 1 133.0 1 135.0 2 150.0 1 160.0 1 y-right Soil Unit (ft) Below Segment 141.0 2 137.0 1 Pore Pressure Parameter Constant Water Surface ·No. Ru (psf) 1 2 120.0 120.0 130.0 130.0 ~so.a 100.0 30.00 10.00 1 Water surface(s) have been specified Unit weight of water= 62.40 (pcf) .000 .000 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 4 280.00 142.0Q .0 .0 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 1 1 ************************************************************************ 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 ******~****************************************************** ** ** *~ Factor of safety calculation for surface# failed to converge within FIFTY iterations 5 ** ** ** ** 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 No. 1 2 3 4 5 6 x-surf (ft) 105.41 108. 5,2 157.13 163.46 169.54 170.85 ** Corrected JANBU FOS = y-surf (ft) 135.11 133.95 135.38 141. 77 148 .41 150.90 2.087 ** (Fo factor= 1.066) Failure surface No. 2 specified by 6 coordinate points Point x-surf y-surf. .No. (ft) (ft) 1 104.73 134.93 2 1°06.22 133.49 3 158.93 135.92 4 5 6 165.18 171. 3 0 172.91 142.40 149.00 151.08 ** Corrected JANBU FOS = 2.091 ** (Fo factor= 1.063) Failure surface No. 3 specified by 6 coordinate points 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 = 2.140 ** (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 i 71. 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 ** (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 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 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 ** (Fo factor = 1.068) Failure surface No. 9 specified by 5 coordinate points 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 ** {Fo factor = 1.073) Failure surface No.10 specified by 6 coordinate points 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 ** 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 Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 2.007 1. 066 105.41 170.05 2.326E+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 l.909E+04 6 • 2.284 1. 062 107.14 189.75 3.167E+04 7. 2.307 1.072 106.12 168.85 2.198E+04 8. 2.325 1.068 104.99 169.18 2.110E+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 * * * SECTC 1-21-98 14:34 200 165 ,,-....., ID 130 Cl) '+- '-"' (f) X <C 95 I >- 60 P&D/SECTION-C-CIRC 10 most critical surfaces, MINIMUM JAN BU FOS = 1 .954 -----------~-_____ w 1 25 -+--.--.--,-----.----.---,----,--r--r-,-----.----.---.---,---..-----,------. 0 35 70 105 140 175 210 · 245 280 X-AXIS feet) • PROFIL P&D/SECTION-C-CIRC 8 6 .0 120.0 70.0 120.0 83.0 128.0 97.0 133.0 105.0 135.0 160.0 150.0 105.0 135.0 97.0 133.0 SOIL 2 120~0 120.0 130.0 130.0 WATER 1 4 62.40 250.0 100.0 • 0 70.0 105.0 280.0 120.0 120.0 136.0 142.0 CIRCLE so.a 40.0 69.0 • 0 70.0 83.0 97.0 105.0 160.0 280.0 280.0 280.0 30.00 10.00 83.0 • 0 FILE: 120.0 128. 0 133.0 135.0 150.0 160.0 141. 0 137.0 .000 .000 180.0 .0 1 1 1 2 1 1 2 1 PDSECTC 1-21-98 14:35 ft . 0 1 .o 1 XSTABL File: PDSECTC 1-21-98 14:34 ****************************************** * X S T A B L * * * * Slope Stability Analysis * * using the * * Method of Slices * * * * Copyright (C) 1992 -95 * * Interactive Software Designs, tnc. * * 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 Segment x-left y-left x-right y-right Soil Unit No. (ft) (ft) (ft) 1 . 0 120.0 70.0 2 70.0 120.0 83. 0 . 3 83.0 128.0 97.0 4 97.0 133.0 105.0 5 105.0 135.0 160.0 6 160.0 150.0 280.0 2 SUBSURFACE boundary segments Segment x-left y-left No. (ft) (ft) 1 105.0 135.0 2 97.0 133.0 ISOTROPIC Soil Parameters 2 Soil unit(s) specified Soil · Unit No. Unit Weight Moist Sat. (pcf) (pcf) Cohesion Intercept (psf) x-right (ft) 280.0 280.0 Friction Angle (deg) (ft) Below Segment 120.0 1 128.0 l 133.0 1 135.0 2 150.0 1 160.0 1. y-right Soil Unit (ft) Below Segment 141.0 2 137.0 1 Pore Pressure Parameter Constant Water Surface No. Ru (psf) 1 2 120.0 120.0 130.0 130.0 250.0 100.0 30.00 10.00 1 Water surface(s) have been specified Unit weight of water= 62.40 (pcf) .000 .000 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 . 0 . 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. 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 and X = X = 83.0 ft 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 1 1 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 No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 x-surf (ft) 64.78 68.26 71.91 75.71 79.61 83.58 87.58 91.57 95.51 99.37 103.10 106.67 110.05 113.21 116.10 118.72 121.02 122.99 124.61 124.83 Corrected JANBU FOS = y-surf (ft) 120.00 118.03 116.40 115.14 114.27 113.77 113.67 113.97 114.65 115.71 117.15 118.95 121.09 123.55 126.31 129.34 132.61 136.09 139.74 140.41 1. 954 ** (Fo factor= 1.080) Failure surface No. 2 specified by 13 coordinate points Point x-surf y-surf No. (ft) (ft) 1 69.00 120.00 2 72.62 118.29 3 76 .. 45 117.15 4 80.41 116.59 5 84.41 116.64 6 88.36 117.29 7 92.16 118.53 8 95.73 120.33 9 98.99 122.64 10 101.87 125.43 11 104.29 128.61 12 106.21 132.12 13 107.50 135.68 ** 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 2 59.66 117.78 3 63.18 115.88 I 4 66.86 1.14.30 I 5 70.66 113.07 I 6 74.56 112.18 7 78.53 111.65 8 82.52 111.49 9 86.52 111. 69 10 90.48 11.2. 25 11 94.37 i13.17 12 98.17 114.43 13 101.83 116.04 14 105.33 117.98 15 108.64 120.22 16 111.73 122.76 17 114.58 125.56 18 117.17 128.62 19 119.46 131. 89 20 121.45 135.36 21 123.11 139.00 22 123.48 140.04 ** Corrected JANBU FOS = 1. 971 ** (Fo factor= 1.081) Failure surface No. 4 specified by 23 coordinate points Point x-surf y-surf No. (ft) (ft) 1 64.78 120.00 2 68.58 118.77 3 72.46 117.77 4 76.38 117.01 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 ** Corr~cted JANBU FOS = 1. 987 ** (Fo factor =•l.065) Failure surface No. 5 specified by 24 coordinate points 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 ** Corrected JANBU FOS = 1.991 ** (Fo factor= 1.068) Failure surface No. 6 specified by 31 coordinate points Point x-surf y-surf No. (ft) (ft) 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 ** 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. ~ specified by 22 coordinate points 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 i17.41 121.37 17 120.17 124.26 18 122.64 127.41 1·9 124.78 130.79 20 126.59 134.36 21 128.03 138.09 22 129.00 141.54 ** Corrected JANBU FOS = 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 Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1.954 1.080 64.78 124.83 4.946E+04 2. 1.966 1.080 69.00 107.50 2.681E+04 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+05 7. 2.000 1.072 56.33 118.25 4.002E+04 8. 2.001 1.071 54.22 ·124.41 4.805E+04 9. 2.010 1.085 62.67 129.00 6.586E+04 10 .. 2.013 1.078 60.56 163.26 l.174E+05 * * * END OF FILE * * * 225 185 ,,,--...._ -+-a> 145 CD '+- '---" (/) X <t 105 · I >- 65 25 1 -22-98 13:54 PD/CUT(Ts) 2:1 ·. 10 most critical surfaces, MINIMUM JANBU FOS = 1.642 0 40 80 120 160 · 200 240 280 320 X-AXIS (feet) . '~ 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 .0 1 .CIRCLE 10 10 15.0 49.0 211.0 280.0 50.0 10.0 .0 .0 XSTABL File: PDCUT 1-22-98 13:54 ****************************************** * X s T A B L * * * * Slope Stability Analysis * ,i-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 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 50.0 100.0 210.0 180.0 1 3 210.0 180.0 300.0 1ao:o 1 ISOTROPIC Soil Parameters 1 Soil unit(s) specified Soil Unit No. Unit Weight Moist Sat. (pcf) (pcf) Cohesion Intercept (psf) Friction Angle (deg) Pore Pressure Parameter Constant Ru (psf) Water Surface No. 1 120.0 130.0 250.0 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. 1 10 Surfaces initiate from each of 10 points equally spaced along the ground surface between X 15.0 ft and X 49.0 ft Each surface terminates between X ::::: 211.0 ft and X -280.0 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 : -45.0 degrees Lower angular limit .- 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 i07.21 101.34 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 16 179.00 135.13 17 186.69 141.52 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 ** Corrected JANBU FOS = 1.642 ** (Fo factor = 1.060) Failure surface No. 2 specified by 24 coordinate points 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 .35 13 143.86 111.08 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 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 ** Corrected JANBU FOS 1.686 ** (Fo factor = 1.057) Failure surface No. 4 specified by 23 coordinate points 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 97.27 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 ** Corrected JANBU FOS 1.693 ** (Fo factor = 1.057) Failure surface No. 6 specified by 24 coordinate points Point x-surf y-surf No. (ft) (ft) 1 30.11 100.00 2 39.55 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 1 71. 90 121.1 7 17 179.54 127.64 18 186.70 134.61 19 193.37 142.07 20 199.50 149.97 21 205.07 158.27 22 210.05 166.94 23 214.42 175.93 24 216.06 180.00 ** Cor:i;-ected 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) 1 15.00 100.00 2 24.70 97.55 3 34.51 95.61 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 19 185.13 133.86 20 192.82 140.25 21 200.18 147.03 22 207.16 154.18 23 213.77 161.69 24 219·. 97 169.53 25 225.76 177.69 26 227.23 180.00 ** 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 91.68 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 16 160.20 113.39 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 26 228.90 180.00 ** Corrected JANBU FOS 1.727 ** (Fo factor = 1.066) 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 54.99 91.26 5 64.85 89.60 6 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 13 143.36 99.41 14 J,.52. 51 103.45 15 161. 38 108.07 16 169.93 113.25 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 22 212.69 154.82 23 218.11 163.22 24 222.98 1 71. 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) l 18.78 100.00 2 28.45 97.44 3 38.23 95.38 4 48.10 93.80 5 58.05 9'2. 72 6 68.03 92.13 7 78.03 92.05 8 88.02 92.46 9 97 _·gs 93.38 10 107.88 94.79 11 117.69 96.69 12 127.40 99.08 13 136.98 101.96 14 146.41 105.30 15 155.65 109.12 16 164.69 113.39 17 173.51 118.11 18 182.08 123.26 19 190.38 128.84 20 198.39 134.82 21 206.10 141.20 22 213.47 147.95 23 220.50 155.06 24 227.17 162.52 25 233.45 170.30 26 239.34 178.38 27 240 .. 40 180.00 ** Corrected JANBU FOS = 1.749 ** (Fo factor = 1. 063) 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 1.060 37.67 219.60 3.120E+05 2. 1.674 1.061 26.33 226.54 3.596E+05 3 . 1.686 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 30.11 216.06 4.084E+0S 7. 1.709 1.063 15.00 227.23 3.940E+05 8. 1.727 1. 066 15.00 228.90 4.378E+05 9. 1.737 1.073 26.33 226.80 4.829E+05 10. 1.749 1.063 18.78 240.40 4.706E+05 * * * END OF FILE * * * PDFILL 1-22-98 16:13 ,,,--..... -+- 215 180 Q) 145 Q) '+-...__ (J) X <( 110 I >- 75 40 PD /Fl LL SLOPE @ 2: 1 10 most critical surfaces, MINIMUM JAN BU FOS = 1 .505 0 35 70 105 140 175 210 245 X-AXIS (feet) 280 PROFIL -PDi·n:-:r::,r::,-s·I::;GPE-@-2··=-·1----------------------- 3 3 .0 so.o 200.0 SOIL 1 120.0 CIRCLE 10 15.0 50.0 100.0 100.0 175.0 130.0 10 49.0 5.0 50.0 200.0 280.0 175 ·; 0 28.00 220.0 .0 FILE: PDFILL 100.0 1 175.0 1 175.0 1 .000 250.0 .o .0 1-22-98 16:13 ft 1 XSTABL File: PDFILL 1-22-98 16:13 ****************************************** * * * * * * * * * * * * X S T A B L 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 No. (ft) (ft) (ft) (ft) Below 1 . 0 100.0 50.0 100.0 2 50.0 100.0 200.0 175.0 3 200.0 175.0 280. o· 175.0 ISOTROPIC Soil Parameters 1 Soil unit(s) specified Unit Segment 1 1 1 soi'l Unit No. Unit Weight Moist Sat. (pcf) (pcf) Cohesion Intercept (psf) Friction Angle (deg) Pore Pressure Parameter Constant Ru (psf) Water Surface No. 1 120.0 130.0 175.0 28.00 .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. 1 10 Surfaces initiate from. each of 10 points equally spaced along the ground surface betlween x = 15.0 ft ----·------.------·---------· -----------andx--. --. -4 9 ... -0--ft-.. -----------· -------··--- Each surface terminates between and . 220.0 ft 250.0 ft X = X = 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: -45.0 degrees Lower angular limit .- 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 6 62.53 97.56 7 67.53 97.46 -s 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 18 121.86 104.77 19 126.65 106.19 -- 0--------J.31~41--·---J:O 7~ 73 --- 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 28 167.72 124.35 29 171.99 126.94 30 176.20 129.64 31 180.34 132.45 32 184.40 135.36 33 188.39 138.38 34 192.30 141.50 35 l96.12 144.72 36 199.87 148.03 37 203.52 151.44 38 207.09 154.94 39 210.57 _158.54 4 0 21_3. 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 = 1.056) 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 6 43.63 97.36 7 48.62 97.17 8 53.62 97.10 9 58.62 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 25 136.62 112.87 26 141.24 114.77 ----2-7----------·--l-4-5-:-8-2-----.. -l--:1.-6 -;--78--- ** 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 · Corrected Failure surface Point No. 1· 2 3 4 5 6 .7 8 9 10 11 1. 2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 · 28 150.35 154.83 159.27 163.64 167.97 172.23 176.44 180.58 184.66 188.67 192.62 196.49 200.29 204.02 207.67 211. 24 214.73 218.15 221.47 223.15 JANBU FOS = 118.89 121.11 123.42 125.83 128.35 130.96 133.66 136.46 139:35 142.34 145.41 148.57 151.82 155.15 158.57 162.07 165.64 169.30 173.03 175.00 1.523 ** No. 3 specified by 47 x-surf y-surf (ft) (ft) 26.33 100.00 31. 24 99.03 36.17 98.19 41.12 97.47 46.08 96.87 51. 0.6 96.40 56.04 96.05 61.04 95.82 66.04 95.72 71.04 95.74 76.04 -95.88 81..03 96.15 86.01 96.55 90.99 97.06 95.95 97.71 100.89 98.47 105.81 99.35 110.71 100.36 115.58 101.49 120.42 102.74 125.23 104.11 130.00 105.60 134.73 107.20 13 9. 43 108.93 144.08 110.77 148.68 112.72 153.23 114.79 157·. 73 116.97 (Fo factor = coordinate points 1.054) 29 30 -3--1· 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 162.18 119.26 166.56 121.66 ----1-7 0 . 8-9-----124 . 17 --· 175.15 179.34 183.47 187.52 191.51 195.41 199.24 202.98 206.64 210.22 213.71 217.10 220.41 223.62 226.74 227.81 126.79 129.51 132.33 135.26 138.28 141.40 144.62 147.94 151.34 154.84. 158.42 162.09 165.84 169.67 173.58 175.00 ** 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 99.50 101.06 19 104.39 102.11 20 109.26 103.26 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 27 142.45 114.26 28 147.04 116.24 29 151.58 118.33 30 156.08 120.51 31 160.53 122.79 32 164.93 125.17 33 34 3-5-·----·--· 36 37 38 39 40 41 42 43 44 45 46 47 48 169.27 127.65 173.56 130.22 -177~q9--·--······--l32.8· 181.96 135.63 186.08 138.48 190.12 141.42 194.10 144.44 198.02 147.55 201.86 150.75 205.64 154.03 209.34 157.39 212.96 160.83 216.51 164.36 219.98 167.95 223.38 171.63 226.35 175.00 ** Corrected JANBU FOS = 1.543 ** (Fo factor = 1.054) Failure surface No. 5 specified by 47 coordinate ~oints Point x-surf y-surf No. (ft) (ft) 1 30.11 100.00 2 34.83 98.35 3 39.60 96.85 4 44.41 95.50 5 49.27 94.31 6 54.16 93.27 7 59.08 92.40 8 64.03 91.68 9 69.00 91.11 10 73.99 9·0. 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 19 118.69 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 26 151.65 105.84 27 156.12 108.09 28 160.52 110.47 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 34 185.08 127.62 35 188.83 130.92 ** 36 37 192.48 196.01 3·8-----. ----J:-99~4J·-----· 39 40 41 42 43 44 45 46 47 Corrected 202.73 205.91 208.96 ·211.89 214.68 217.34 219.86 222.24 222.61 JANBU FOS = 134.34 137.88 ---1-4-1---:--5-3--- 145.28 149.14 153.10 157.16 161.31 165.54 169.86 174.26 175.00 1.564 ** (Fo factor = 1.070) Failure surface No. 6 specified by 43 coordinate points Point x-surf y-surf No. (ft) (ft) 1 49.00 100.00 2 53.81 98.65 3 58.67 97.46 4 63.56 96.43 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 13 108.36 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 19 137.67 100.73 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 .30 185.97 126.40 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 36 207.47 147;26 37 210.64 151.13 38 213.67 155.11 39 216.57 159.18 40 219.33 163.35 41 221.95 167.60 42 224.43 171.94 43 226.05 175.00 ** 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 97.67 4 29.63 96.69 5 34.55 95.83 6 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 64.42 93.28 12 69.42 93.29 13 74.41 93.42 14 79.41 93.68 15 84.39 94.06 16 89.37 94.57 17 94.33 95.20 18 99.27 95.95 19 104.19 96.83 20 109.09 97.83 21 113.96 98.95 22 118.81 100.20 23 123.62 101.56 24 128.39 103.04 25 133.13 104.64 26 13 7. 83 106.36 27 142.48 108.20 28 147.08 110.15 29 151.63 112.21 30 156.13 114.39 31 160.58 116.68 32 164.97 119.08 33 169.29 121.59 34 173.55 124.20 35 177.75 126.92 36 181.88 ··129.75 37 185.93 132.67 38 189.91 135.70 39 193.81 138.82 40 197.64 142.04 41 201.38 145.36 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 48 225.11 171.03 49 228.11 175.00 ** 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 61.40 98.70 6 66.40 98.64 7 71.40 98.69 8 76.39 98.84 9 81. 39 99.10 10 86.37 99.46 11 91. 35 99.93 12 96.32 100.51 13 101. 27 101.19 14 106.21 101.98 15 111.13 102.87 16 116.03 103.86 17 120.91 104.96 18 125.76 106.16 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 27 167.99 121.51 28 172.48 123.70 29 176.93 125.99 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 39 218.33 153.86 40 222.12 157.12 41 225.85 160. 4·6 42 229.50 163.87 43 233.08 167.36 44 286.59 170.93 45 240.01 174.57 46 240.41 175.00 **· Corrected JANBU FOS = 1.580 ** (Fo factor = 1. 050) Failure surface No. 9 specified by 47 coordinate points Point No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 . 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 x-surf (ft) 33.89 38.78 43.69 48.63 53.58 58.55 63.53 68.52 73.52 78.52 83.52 88.51 93.50 98.48 103.45 108.40 113.33 118.23 123.12 127.97 132.79 137.57 142.32 147.03 151.69 156.30 160.87 165.38 169.83 174.23 178.56 182.83 187.04 191.17 195.23 199.22 203.12 206.95 210.70 214.36 217.93 221.41 224.81 228.10 231.31 234.41 236.65 ** Corrected JANBU FOS = y-surf (ft) 100.00 98.95 98.02 97.22 96.55 96.00 95.57 95.27 95.10 95.05 95 .13 · 95.34 95.67 96.13 96.72 97.43 98.26 99.22 100.31 101. 51 102.84 104.29 105.86 107.55 109.36 111.29 113.33 115.48 117.75 120.14 122.63 125.23 127.94 130.75 133.67 136.69 139.81 143.02 146.34 149.74 153.24 156.83 160.50 164.26 168.10 172.02 175.00 1.585 ** (Fo factor= 1.059) Failure surface No.10 specified by SO coordinate points Point x-surf y-surf No. (ft) (ft) 1 15.00 100.00 2 19.79 98.56 3 24.61 97.25 4 29.47 96.06 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 91.68 11 64.11 91.40 12 69.11 91.27 13 74.11 91.26 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 21 113.76 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 35 177.63 123.60 36 181.74 126.45 37 185.77 129.41 38 189.72 132.47 39 193.59 135.64 40 197.37 138.91 41 201.07 142.28 42 204.67 145.75 43 208.18 149.30 44 211.60 152.96 45 214.92 156.70 '46 218.14 160.52 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 Problem Description PD/FILL SLOPE-@ 2:1 Modified Correction Initial Terminal Available JANBU FOS Factor x-coord x-coord Strength (ft) (ft) (lb) 1. 1.505 1.056 37.67 224.43 2.952E+05 2. 1.523 1.054 18.78 223.15 2.747E+05 3. 1.538 1.058 26.33 227.81 3.240E+05 4. 1.543 1.054 15.00 226.35 2.914E+05 5. 1.564 1.070 30.11 222.61 3.900E+05 6. 1.566 1.067 49.00 226.05 3.766E+05 7. 1.568 1.060 15.00 228.11 3.527E+05 8. 1.580 1.050 41.44 240..41 3.306E+05 9. 1.585 1.059 33.89 236.65 3.757E+05 10. 1.587 1.064 15.00 228.86 3.870E+05 * * * END OF FILE * * * PDFILLB 1-22-98 16:53 235 195 ,,.--..._ -f- Q) 155 Q) '+- '--" (/) X <( 115 I >- 75 35 PD/FILL SLOPE @ 2: 1, H=90 W /BNCH 1 0 most critical surf aces, MIN I MUM JAN BU FOS = 1 0524 0 40 80 120 160 200 240 280 X-AXIS (feet). 320 PROFIL FILE: PDFILLB 1-22-98 16:53 ft IID/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 I 1. 120.0 130.0 175.0 28. 00 .000 . 0 1 -rRCLE 10 10 15.0 49.0 255.0 290.0 50.0 10.0 . 0 . 0 XSTABL File: PDFILLB 1-22-98 16:53 ****************************************** * X S T A B L * * * * 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 S 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 so.a 100.0 1 2 so.a 100.0 120.0 135.0 1 3 120.0 135.0 130.0 134.0 1 4 130.0 134.0 240.0 190.0 1 5 240.0 190.0 300.0 190.0 1 ISOTROPIC Soil Parameters 1 Soil unit{s) specified Soil Unit No. Unit Weight Moist Sat. (pcf) (pcf) Cohesion Intercept (psf) Friction Angle (deg) Pore Pressure Parameter Constant Ru (psf) Water Surface No. 1 120.0 130.0 175.0 28.00 .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. 1 10 Surfaces initiate from.each of 10 points equally spaced along the ground surface between X = 15.0 ft and X = 49.0 ft Each surface terminates between X = 255.0 ft and X = 290.0 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 .- Upper angular limit .- -45.0 degrees (slope angle -5.0) degrees Factors of safety have been calculated by the * * * * * SIMPLIFIED JANBU METHOD * * * * * The 10 most critical of all the f.ailure 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 67.48 96.85 5 77.48 96.68 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 12 146.34 107.68 13 155.78 110.96 14 165.08 114.65 15 174.20 118.75 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 24 245.84 172.26 25 252.36 179.85 26 258.54 187.71 27 260.18 190.00 ** Corrected JANBU FOS = 1.524 ** (Fo factor :;: 1. 057) Failure surface No. 2 specified by 28 coordinate points 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 96.66 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 16 165.46 118.44 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 23 224.63 155.42 24 232.17 161.99 25 239.45 168.85 26 246.45 175.99 27 253.17 183.40 28 258.69 190.00 ** 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 3 46.03 96.56 4 55.97 95.48 5 65.95 94.82 6 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 16 172.93 115.64 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 28 264.15 190.00 -· ** 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 96.27 5 54.74 95.79 6 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 14 143.36 108.71 15 ·152.80 112.01 16 162.10 115.68 17 171.26 119. 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 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 6 91. 36 98.78 7 101.33 99.62 8 111.-26 100.82 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 13 7. 00 20 222.88 142.26 21 231.18 147.83 22 239.28 153.70 23 247.16 159.85 24 254.82 166.29 25 262.23 173.00 26 269.40 179.97 27 276.31 187.20 28 278.80 190.00 ** Corrected JANBU FOS = 1.572 ** (Fo factor = 1. 050) Failure surface No. 6 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 44.36 93.93 5 54.29 92.76 6 64.27 92.03 7 74.26 91.73 8 84.26 91.87 9 94.24 92.44 10 104.19 93.45 11 114.09 94.89 12 123.91 96.76 13 133.65 99.05 14 143.27 101.77 15 152.77 1"04.90 16 162.12 108.44 17 171.31 112.39 18 180.32 116.73 19 189.13 121.46 20 197.72 126.56 21 206.09 132.04 22 214.21 137.88 23 222.07 144.06 24 229.65 150.58 25 236.94 157.43 26 243.93 164.58 27 250.60 172.04 28 256.93 179.77 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 58.63 97.30 3 68.39 95.14 4 78.26 93.53 5 88.21 92.47 6 98.19 91.97 7 108.19 9~-. 02 8 118.17 92.63 9 128.11 93.80 10 137.96 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 20 225.56 141.04 21 232.63 148.11 22 239.29 155.57 23 245.53 163.38 24 251.32 1 71. 53 25 256.65 180.00 26 261.50 188.74 27 262.11 190.00 ** .corrected JANBU FOS = 1.584 ** (Fo factor = 1.068) Failure surface No. 8 specified by 29 coordinate points Point No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 x-surf (ft) 33.89 43.67 53.53 63.45 73.41 83.41 93.41 103.40 113.35 123.26 133.10 142.85 152.50 162.03 171.41 180.64 189.69 198.55 207.19 215.62 223.80 231.72 239.37 246.73 253.79 260.54 266.97 273.05 274.44 ** Corrected JANBU FOS = y-surf (ft) 100.00 '97.90 96.23 94.98 94.17 93.79 93.85 94.33 95.26 96.61 98.39 100.59 103.22 106.26 109.72 113.57 117.83 122.47 127.49 132.89 138.64 144.74 151.18 157.95 165.03 172.41 180.07 188.01 190.00 1.586 ** (Fo factor= 1.060) Failure surface No. 9 specified by 28 coordinate points Point No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 x-surf (ft) 30.11 39.55 49.15 58.90 68.75 78.68 88.66 98.66 108.65 118.60 128.47 138.25 147.89 157.37 166.66 175.73 184.56 y-surf (ft) 100.00 96.69 93.91 91.66 89.96 88.79 88.18 88.11 88.59 89.63 91.21 93.32 95.98 99.16 102.86 107.06 111.76 18 .193.12 116.93 19 201.38 122.57 20 209.32 128.65 21 216.91 135.16 22 224.13 142.08 23 230.96 14 9. 38 24 237.37 157.05 25 243.36 165.07 26 248.89 173.39 27 253.96 182.01 28 258.08 190.00 ** Corrected JANBU FOS = 1. 592 ** (Fo factor = 1.071) Failure surface No.10 specified by 30 coordinate points 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 16 161.97 104.48 17 171.19 108.37 18 180.21 112.68 19 189.03 117.40 20 197.61 122.52 21 205.96 128.03 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 27 249.92 168.60 28 256.08 176.47 29 261.88 184.62 30 265.34 190.00 ** Corrected JANBU FOS = 1.597 ** (Fo factor = 1. 065) The following is.a summary of the TEN most critical surfaces Problem Description : PD/FILL SLOPE@ 2:1, H=90 W/BNCH 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+05 2 . 1.538 1.055 18.78 258.69 · 3.672E+05 3 . 1. 549 1.059 26.33 264.15 4.360E+05 4 . 1.551 1.055 15,. 00 262.39 3.907E+05 5. 1.572 1.050 41.44 278.80 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+05 8 . 1.586 1.060 33.89 274.44 5.074E+05 9. 1.592 1.071 30.11 258.08 S.323E+05 10. 1.597 1.065 15.00 265.34 5.255E+05 * * * END OF FILE * * * APPENDIX C LA YDOWN ROUTE MAP Potential Laydown Area Potential Site Access •• ... £. . ~---J ~ . ! t•t. .. .,. . 4 -~. ,..,., .;, . _, '_, I' Pot ential Site Access ----.. ·_. __ APPENDIX D QUESTIONS & RESPONSES FROM PREVIOUS BID (PWS19-690PKS) Question 1: CITY OF CARLSBAD The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project No. 9009-A Bid No. PWS19-690PKS Questions and Responses Appendix D Will we be allowed to stock pile broken out concrete shoreline on one side of the SDGE access road so we can haul it out in one continuous effort? Response 1: Contractor shall not stockpile broken-out concrete on the side of the SDGE access road due to sensitive habitat. Question 2: Will it be acceptable to have dumpsters dropped on either of the SDGE access road so that Waste Management can haul them away once full of liner/concrete? Response 2: It is not acceptable to have dumpsters dropped on either side of the SDGE access road. At contractor's discretion, roll-off dumpster can be considered in laydown area. Question 3: Is the liquefied soil/sludge in the lake our responsibility or the city's to remove? On a normal lake renovation, we allow the material to dry and often incorporate it back into the subgrade. If given the opportunity to allow it to dry, it saves time and money to either a) dispose of it, orb) to incorporate into the subgrade, then compact. Response 3: It is responsibility of the contractor to remove the liquefied soil/sludge from all lakes. The lakes are currently lined. The amount of material on the bottom of the lake should be minimal . If removal is necessary, that material can be mixed with the bottom soil material, allowed to dry then graded back in place. Question 4: How is dewatering of east lakes (non-irrigation lakes) handled? Response 4: The City will dewater the east lake at no additional cost to the contractor. Contract No. 9009-A-Crossing at Carlsbad Golf Course Municipal Golf Course Lake Refurbishment