Loading...
HomeMy WebLinkAboutHazard Construction Company; 1998-11-10; 3184Nlc # 2001-0572073 fwG 13F 2001 12:42 FM OFFICIAL fi%tRDS SAN DIEGO LQMTY REmDER'S OFFICE GREGORY ;iEttITH, C~TY$EDJt~ : . Space abasJthis line for Recorder’s Use Recording requested by CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Cans-bad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In Be. 5. A work of improvement on the property hereinafter described was completed on March 30, 2001. 6. The name of the contractor for such work of improvement is Hazard Construction Company. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of Cannon Road West Reach 1, Project No. 31841. 8. The address of said property is within the limits of the City of Carlsbad. CITY OF CARLSBAD Public Works Director/City Engineer VERIFICATION OF CIIY CLERK I, the undersigned, say I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on August 7 2001, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Auqust 9 rnia. EXHIBIT 3 f' '· RECEIVED CITY OF CARLSBAD FEB 2 3 2:;1 El:2,N .... -·-. CONTRACT CHANGE ORDER TRANSMITIAL-C/0 #1.ft;: · J·s Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 A change in soil amendments in the wetland mitigation area under the Macario Canyon bridge is necessary to ensure successful plant growth. COST ACCOUNTING: Original contract amount.. ............................................................. $ 5,855,027.40,..... Total amount this c/0 ..................................................................... $ 6,862.90 Total amount of previous c/o's ....................................................... $ 259,845.00 Total c/o's to date ......................................................................... $ 266,707.90 New Contract Amount.. ................................................................. $6,121,735.30 Total c/o's as% of original contract................................................ 4.6% Contingency monies encumbered (City-Road) ............................. $ 520,850.00/ Contingency increase or decrease ................................................. $ 0.00 Contingency Subtotal .................................................................... $ 520,850.00 Total c/o's to date ......................................................................... $ 229,587.70 Contingency Balance .................................................................... $ 291,262.30 Contingency monies encumbered (CMWD Water) ............. : ........... $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ .. ...... .. ... ..... ............ ............ ...... ... ..... $ Total c/o's to date ......................................................................... $ Contingency Balance .................................................................... $ Contingency monies encumbered (CMWD Sewer) ........................ $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ ........................................................ $ Total c/o's to date ......................................................................... $ Contingency Balance .................................................................... $ 50,000.00 , 0.00 50,000.00 34,704.70 15,295.30 15,294.00 0.00 15,294.00 2,415.50 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 14 CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 4307000-9060-31844-900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Install revised soil ammendments in the wetland mitigation area under the Macario Canyon bridge including 11,961 lb. of gypsum, 6,848 lb. of sulfur and 5.5 gal/acre of Saven, all for the lump sum price of $6,862.90. Increase to contract cost. .......................................... $ 6,862.90 (.l Ji, #3184 CANNON ROAD WEST REACH 1 Change Order No. 14 Page 2 INCREASE TO CONTRACT COST ....................... $ 6,862.90 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE. RECOMMENDED BY: JU~ CONSTRUCTION MANAGER -z-/./,1 (DAfE) ~~~d.J0/01 FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: ~~~A~~r 7~ER/MAYOR (DATEft~D', Hazard Construction Company CONSTRUCTION • MANAGEMENT • SITE DEVELOPMENT February 2, 200 l City of Carlsbad Public Works -Engineering 2075 Las Palmas Drive Carlsbad, CA 92009-1576 Attn: Sherri Howard Re: Change Order Request Revised Soil Amendments Dear Sherri, Cannon Road West Reach l Hazard Job No. 98090 Hazard Construction requests change order for revisions to the specified soil amendments for the mitigation area. Attached please find change requests from Valley Crest for this work. Following is a breakdown of this change: Add l l ,96 l lb of gypsum @ $0.23/lb = Add 6,8481b of sulfur@ $0.38/lb = Add 5.5gal/acre ofSarvon = ttOTALCOR- Valley Crest Subtotal Hazard Mark-up - ( l st $5,000.00x I 0%) (5% of balance) $6,862.9~ Thank you for your cooperation. Sincerely, Mitch Whitson Project Manager Agreed and Accepted: CITY OF CARLSBAD $2,751.00 $2,602.00 $945.00 $6,298.00 $500.00 $64.90 P.O. Box 229000 San Diego, CA 92192-9000 • (858) 587-3600 • (858) 453-6034 Fax • License No. 750542A Fab-01~2P01 12:50pm From-VALLEY CREST +B5845B9930 • VALLEY CREST ESTIMATE NO. II T-958 P.OOZ/002 F•7BZ TO. Hazard Consnuction Company P.O. Box 229000 JOB NAME: Cannon Road W ccland/Mitigarion San Diego, CA 92192 JOBNO.; _10_3_22_4 _______ _ ATTN: Mr. Mitch Wirson Wt submit t:he following ~ ESTIMATE O SCHEDULE OF COSTS in response co: D Written rtq\ltSt ® Verbal rcqutst O Ordet tO proceed. Description: Soil Prep Change per Soils Tcst5 Per your request. The Following price is for the am.ending of soil per the Soils Tests dated 01/24/01. Add 11,961 pds of Gypsum ................... @ .23 -$2,751.00 Adel 6848 pds of Sulfur ...................... @ .38 = $2,602.00 • Pricing docs not include deep water leaching. Price to be determine upon direction of scope. NOTES: igi l. D 2. D 3. D 4. D s. APPROVED: Client's Name: By: Dntc: TOTAL ADD THIS ESTIMATE: $5.353.00 This work will noc bt done unril :1pprov'°" and a wrimn change order is in11Cd. A signa= btlow authotixe:1 us m pro~d with. the work deJcribed n.bove, llt the seated prices. Exunaion of time ni:cess:uy for this ,::h.mgt: • con,ecutivc wot:king days. This tstimA.cc will remain in rffea for 30 days only, Afu:r c.xpirntio11 n new escimal:e will be ,ubmh:11:-d upon L'tque:it, This work was dol!A." in riccordnr.11;c with yo11r order co ptocced: pl=c iss11t c:haoge order. VALLEY CRSST Ha:zatd Con:ltruction By: p--e ::tKl Title: Mark: LMt$ch/Proicct Manager Date: February 1, 2001 xc: V.G., J.O., M.L., l.;ile 103224 8450 Mir= Pince • San Diego, Californit1 92121 Phone (619) 458-9900 • F:L)c: (619) 458-9904 Feb-02-ZODl DB: ZOam From-VALLEY CREST +8584589930 T-962 P.002/002 F-788 TO: Hazard Construction Company P.O. Box 229000 San Diego, CA 92192 VALLEY CREST ESTIMATE NO. Ila JOB NAME; Cannon .R.oa.d W ~dand/Mitiga.rion JOBNO.: _10_3_22_4 _______ _ ATTN: Mr. Mitch Witson We submit the following 181 ESTIMATE 0 SCHEDULE OF COSfS in response co: 0 Written reque~t lgj V erb:u req1.1tst O Ordtr to proceed Description: Soil Prep Change: per Soils T em Ptr yot.,r req1.1est. The Following pric:e is for th£ l\Cldition of Sa:rvon Add 5 ~ Gallons per Acr~ ................... @ $ 945.00 NOTES: 181 0 0 D 0 APPROVED: By: Date: I. 2.. 3. 4. 5. TOTAL~ THIS ESTIMATE: ~945.00 This wo"t"k will not br done \lntil :tpproved and n. wri= change order is isruecl. A signnnm below aL1thorizts u:1 to proc~ed wich the work desaibed above, at the star.eel prico. Exun•ion of time n~cess!'~ for this changt: _ coosccutive working do.ys. ·11us mi.matt will mn.-un in effect for 30 clays only. Af=r expir:u:ion a new estimm:c will be submiard ,,pon rcqufSt. This work W11$ done in :i.c~orclnnce wii:h yo\11' on:L!r to proceed: pltasc issue duinge order. Hazard Constrt1etion VALLEY CREST Sy: ::1f< < f f 2 Title: Mark Laa.rsch/Pt·oject Man.wt Date: February 2, 200! xc: V.G., J.O., M.L., Fuc 103224 8450 Miramar Place • San Diego, California 92121 Phone (619) 458-9900 • Fiuc (619) 4S8-9904 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #13 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: ~ 11../1"1)00 (~\~(00 Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 The area under the Macario Canyon bridge must be restored as a condition of the resource agency permit. COST ACCOUNTING: Original contract amount. .............................................................. $ 5,855,027.40 Total amount this c/0............. ........................................................ $ 122,599.99 Total amount of previous c/o's ....................................................... $ 137,245.01, Total c/o's to date ......................................................................... $ 259,845.00 , New Contract Amount.. ................................................................. $6,114,872.40 Total c/o's as% of original contract................................................ 4.4% Contingency monies encumbered (City -Road) ............................. $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . .... . ... . . .... .... .. ........ .... . . .. . . . ... . . ... . . . ... . . $ Total c/o's to date ................. ........................................................ $ Contingency Balance............ . .... . . ... . .... . . .. . . . . . ... . . .... . ............ .... . ..... $ Contingency monies encumbered (CMWD Water)......................... $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's to date ................. ........................................................ $ Contingency Balance............ . .... . . .. . . . ... . . ... . . .. ... . .. ... .. .... . .. .. .. .... . . . ... $ Contingency monies encumbered (CMWD Sewer)........................ $ Contingency increase or decrease................................................. $ Contingency Subtotal............ .. . . .. . . . .. . . . . .. . . . .... .. .. .. . .. . .. . . . .. .. .. .. .. . .. .. . . $ Total c/o's to date ................. ............................................ ............ $ Contingency Balance............ .... . . ... .. ..... .. .. . .. .... . . . ... . .... . .. .. . . . ... .. .. . .. $ 520,850.00 0.00 520,850.00 222,724.80 , 298,125.20 50,000.00 0.00 50,000.00 34,704.70 15,295.30 15,294.00 0.00 15,294.00 2,415.50 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 13 CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 4307000-9060-31844-900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Perform work as detailed in the contractor's proposal dated December 5, 2000, and the Supplemental Provisions For Cannon Road West Reach 1 Wetland Mitigation/Restoration Cannon Road Bridge Contract No. 3184, pages 7 thru 62 of 62, and Appendix "A" 3184 -Cannon Road West Wetland Restoration Plant Specification and Payment Schedule, and Appendix "B" Conceptual Wetland Mitigation Plan For Temporary Impacts Of The Cannon Road Extension Project, for the lump sum price of $122,599.00. Increase to contract cost. .......................................... $ 122,599.99 #3184 CANNON ROAD WEST REACH 1 Change Order No. 13 Page 2 INCREASE TO CONTRACT COST ....................... $122,599.99 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY FORTY-SEVEN (47) WORKING DAYS WITH A REVISED COMPLETION DATE OF FEBRUARY 20, 2001. RECOMMENDED BY: APPROVED BY: ti{~o ( ATE) -/o.,-.QO ---1,_~~~{!2,~~_L(~DA~T-E~) ~ CONSTRUCTION MANAGER £:.1,, t £Mt. PUBLIC WRKS MANGER /~f~ ( AT ) ~,:_~ (Jw~ FINNCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR ICE PRESIDENT .- CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 #12 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: ~ to/\\ Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Concrete needs to be installed around the guardrail in the Cannon Road median on both ends of the Macario Canyon Bridge for aesthetic purposes and to reduce future maintenance. ltem2 Additional slope paving needs to be installed on both embankments under the Macario Canyon Bridge to prevent erosion and to eliminate maintenance of the slopes under the bridge. Item 3 Additional brow ditches are needed on the east and west embankments of the Macario Canyon Bridge to provide proper drainage and prevent slope erosion. COST ACCOUNTING: Original contract amount .............................................................. . Total amount this c/0 .................................................................... . Total amount of previous c/o's ...................................................... . Total c/o's to date ......................................................................... . $ 5,855,027.40 / $ 22,006.00 / $ 115,239.01-' $ 137,245.01 New Contract Amount .................................................................. . Total c/o's as% of original contract.. ............................................. . $ 5,992,272.41 ' 2.3% Contingency monies encumbered (City-Road) ............................. $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . . . .. . ... . ... . .. .. . ........ .. . . . . . . . .. . . .. . . .. . . . .. . .. . $ Total c/o's to date.................. ........................................................ $ Contingency Balance . . . . ... . . . . . . .. .. .. ..... .. . .. .. . . . .. . . . . . . . .. . .. . . .. . . . . . .. . . . ... . .. $ Contingency monies encumbered (CMWD Water) ......................... $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . ... ... .. .. . .. . .. . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . ... . .. .. $ Total c/o's to date .......................................................................... $ Contingency Balance . . . . .. . . . .. . . . . . . . .. . .. . . . .. . .. . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. . $ 520,850.00 0.00 520,850.00 100,124.81 / ~.725.19 ;.2. 50,000.00 0.00 50,000.00 34,704.70 15,295.30 ., Contingency monies encumbered (CMWD Sewer)........................ $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . .. ............ .. . . . . .. . . . . . . . . . . . .. . . . .. . . . .. . .. . . ... . $ Total do's to date.................. .................... ......... ... ........ ................ $ Contingency Balance .. . . . ... . . . . .. . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . ... .. . . .. . . $ 15,294.00 0.00 15,294.00 2,415.50 12,878.50 / CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 12 CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 4307000-9060-31844-900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Install 4" thick PCC in the Cannon Road median from sta. 64+00 to 64+48.31 and sta. 69+40.17 to 69+90.17 per SDRSD Drawing Number M-30, for the lump sum price of $6,256.00. Increase to contract cost.. ......................................... $ ./ 6,256.00 Item 2: Install 3" thick PCC slope paving with wire reinforcement in the 14.5' gap between the left and right bridges on both embankments. This will increase the quantity of slope paving by 2,200 square feet which is a 15% increase over the original quantity of 14,674.25 square feet. The value of the slope paving in the Schedule of Values for Bid Item 2-6, Complete Bridge, is $57,000. $57,000 x 15% = $8,550. Install slope paving complete for the lump sum price of $8,550.00 I Increase to contract cost.. ......................................... $ 8,550.00 Item 3: Install additional brow ditch as shown on Drawing Number 333-2G, sheets 6 and 7 of 131; 600 LF x $12.00 per lineal foot= $7,200.00. ,I Increase to contract cost.. ............................. $ 7,200.00 #3184 CANNON ROAD WEST REACH 1 Change Order No. 12 INCREASE TO CONTRACT COST ....................... $ 22,006.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE RECOMMENDED BY: CONSTRUCTION MANAGER ~,;_~ ~1eJ/10/uU -FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: Page2 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #11 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: -1/L q /njoc 9·"·o0 Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Old pavement striping needs to be removed and a "No U-Turn" sign needs to be installed on Cannon Road at Legoland Drive at the direction of the city's traffic engineer. COST ACCOUNTING: Original contract amount .............................................................. . Total amount this c/o ................................................................... .. Total amount of previous c/o's ...................................................... . $ 5,855,027.40 / $ 1,160.50 $ 114,078.51 Total c/o's to date ....................................................................... .. New Contract Amount .................................................................. . $ 115,239.01/ $ 5,970,266.41 Total c/o's as % of original contract.. ............................................ .. Contingency monies encumbered (City -Road) ............................. $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's to date .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. $ Contingency Balance .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. . .. .. .. .. .. .. .. $ Contingency monies encumbered (CMWD Water) ......................... $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ .. ...... .. .. .... .. .. .... .... .. .. ........ .... .. .... .. .... $ Total c/o's to date ......................................................................... $ Contingency Balance .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. $ Contingency monies encumbered (CMWD Sewer) ........................ $ Contingency increase or decrease ............................................... ,. $ Contingency Subtotal............ .. .. . .. .. . .. .. . .. .. .. .. .. . .. .. . .. .. .. .. . .. .. .. .. .. .. .. .. $ Total c/o's to date ......................................................................... $ Contingency Balance............ .... .... .... ...... .... .. ...... .... ...... .. .. .. .. .. ...... $ 2.0% 520,850.00 0.00 520,850.00 78,118.81/ 442,731.19 50,000.00 0.00 50,000.00 34,704.70 15,295.30 15,294.00 0.00 15,294.00 2,415.50 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 11 CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 4307000-9060-31844-900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Remove, by sandblasting, 268 LF of double yellow pavement striping, 50 LF of 12" wide yellow chevrons pavement striping and raised, reflectorized lane markers(RPMs) between median noses at sta. 48+30 and sta. 49+86; Install "NO U-TURN" sign at median nose on west side of Legoland Drive for west bound traffic on Cannon Road; all for the lump sum price of $1,160.50. Increase to contract cost.. ......................................... $ 1,160.50 • 1 #3184 CANNON ROAD WEST REACH 1 Change Order No. 11' INCREASE TO CONTRACT COST ....................... $ 1,160.50 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE RECOMMENDED BY: ~ ", yf~~~~ 1(.?a/oo FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: Page 2 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #10 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Fencing needs to be installed at the back of curb along portions of Cannon Road and Faraday Avenue to prevent off-road vehicles from jumping the curb and destroying pristine habitat in the canyon. COST ACCOUNTING: Original contract amount.. ............................................................. $ 5,855,027.40 Total amount this c/0............. ........................................................ $ 3,289.00/ Total amount of previous c/o's ....................................................... $ 107,731.51 Total c/o's to date ................. ........................................................ $ 111,020.51 New Contract Amount.. ................................................................. $ 5,966,047.91 / Total c/o's as% of original contract................................................ 1.9% Contingency monies encumbered (City -Road) ............................. $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ ... ... . ... . ...... .. . . ...... ... . . . ... . . . ... . . . . . . ........ $ Total c/o's to date . . ........ ... . ... ... ..... ... . . ... . . . . . . .. . ... . ...... ...... .. . . . ... . . . .. .. $ Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . $ Contingency monies encumbered (CMWD Water)......................... $ Contingency increase or decrease................................................. $ Contingency Subtotal............ .. . ... .... . ... .. ... . . . ... . . . . ... . ... . . . ... . . .. . . . ... . . . . $ Total c/o's to date ................. ........................................................ $ Contingency Balance . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . $ Contingency monies encumbered (CMWD Sewer)........................ $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . ... . ... . .. . . ... . . . . .. . . . . ... . . . ... . ... . . . . . . . ... . . . . .. $ Total c/o's to date ......................................................................... $ Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 520,850.00 0.00 520,850.00 76,958.31 v 443,891.69 50,000.00 0.00 50,000.00 34,704.70" 15,295.30 15,294.00 0.00 15,294.00 / 2,415.50 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 10 CONTRACT NO. 3184 P.O. NO. P105629 1ACCOUNT NO. 4307000-9060-31844-900 ./ CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Install, as directed by the inspector, 4' high chain link fence at the back of the sidewalk on the south side of Cannon Road from sta. 71 +50 westerly to Faraday Avenue continuing south on the west side of Faraday Avenue to sta. 11 +53, complete; 230LF x $14.30 per LF = $3,289.00. Increase to contract cost. .......................................... $ 3,289.00 .. . #3184 CANNON ROAD WEST REACH 1 Change Order No. 10 INCREASE TO CONTRACT COST .................................... $ 3,289.00 Page 2 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE RECOMMENDED BY: }bt' fr<-Jl~ ~1~3~0 CONSTRUCTION MANAGER (DATE) .,,ad$:,,(~ B·ZS,otJ PUBLIC WORKS DIR./CITY ENG. (DATE) ~· < d. fl .!,~ . / /L ":Le ~ <__/ cf-::> I ~ /FINNCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 #8 Project: #3184, CANNON ROAD WEST REACH 1 Date Routed: Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1: Additional steel rebar is recommended in the sidewalk area. of the bridge due to the installation of closely spaced dry utility conduits in the sidewalk. COST ACCOUNTING: Original contract amount ..................................................................... $ 5,855,027.40~ Total amount this c/o .......................................................................... $ 6,277.00 3.-, Total amount of previous c/o's ............................................................. $ 71,745.81 1 j;,.iv.7~ Total c/o's to date ................................................................................ $ 78,022.81 ~ v·,, r" New Contract Amount ......................................................................... $ 5,933,050.21 Total c/o's as % of original contract.. .................................................. . Contingency monies encumbered .... ~) ......................................... $ Contingency increase or decrease ........................................................ $ Contingency Subtotal ............................................................................ $ Total c/o's to date .................................................................................. $ Contingency Balance ............................................................................ $ br?~gJ~t;gt>afilOO W.~~~~~~ ... &.?.C!:t9.1 .................................. $ Total amount this c/o ........................................................................... $ Total amount of previous c/o's .............................................................. $ Total c/o's to date ................................................................................. $ New Contract Amount .......................................................................... $ Contingency monies encumbered ...... (~'€{(.".".). ................................. $ Contingency increase or decrease ........................................................ $ Contingency Subtotal ............................................................................ $ Total c/o's to date .................................................................................. $ Contingency Balance ............................................................................ $ 1.3% 520,850.00 0.00 520,850.00 43,202.61~ 483,924.39 50,000.00 0.00 50,000.00 32,404.70 17,595.30 15,294.00 0.00 15,294.00 2,415.50 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER N0.8 I CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 43070009060/31844900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 22900 SAN DIEGO, CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Install additional epoxy coated rebar in the sidewalk on the left and right bridges from station 64+48 to 69+40. Transverse rebar shall be #5 bars @ 9" centers and longitudinal rebar shall be #4 bars @ 12" centers, complete; for the lump sum price of $6,277.00 Increase to contract cost ....................................................................... $6,277.00 #3184 CANNON ROAD WEST REACH 1 Change Order No. 8 Page 2 INCREASE TO CONTRACT COST .................................... $ 6,277.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE. RECOMMENDED BY: CONSTRUCTION MANAGER lu ;~ t EfrtrL dz.1o~ PUBLIC WOKS MANAGER (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: (DATE) ICE PRESIDENT ~~TE) .. . CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #7 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: '}/-i.., I oo -v '5,-\-00 Reasons for changes: Items 1-2 Item 3 Item 4 Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection A design error was discovered which requires the installation of the sewer lines at a greater depth than was shown on the original plans. This is necessary to match the elevations of the sewer lines on the adjoining Faraday Street Improvement project and the Cannon Road Reach 2 project. Costs for this work is the City's responsibility since it would have had to be done anyway. Additional manual air release valves were requested by the CMWD at two locations. Cathodic protection was requested by the CMWD to protect the water and reclaimed water lines from corrosion. \. #3184 CANNON ROAD WEST REACH 1 Change Order No. 7 COST ACCOUNTING: Original contract amount .............................................................. . Total amount this c/0 .................................................................... . Total amount of previous c/o's ...................................................... . Total c/o's to date ........................................................................ . New Contract Amount.. ................................................................ . Total c/o's as% of original contract.. ............................................. . Contingency monies encumbered (City) ....................................... . Contingency increase or decrease ................................................ . Contingency Subtotal ................................................................... . Total c/o's to date ........................................................................ . Contingency Balance ................................................................... . Contingency monies encumbered (CMWD Water) ........................ . Contingency increase or decrease ................................................ . Contingency Subtotal ................................................................... . Total c/o's to date ........................................................................ . Contingency Balance ................................................................... . Contingency monies encumbered (CMWD Sewer) ....................... . Contingency increase or decrease ............................................... .. Contingency Subtotal ................................................................... . Total c/o's to date ........................................................................ . Contingency Balance ................................................................... . Page 2 $ 5,855,027.40 $ 10,520.20 $ 61,225.61 $ 71,745.81 $ 5,926,773.21 1.2% $ 520,850.00 $ 0.00 $ 520,850.00 $ 36,925.61 $ 483,924.39 $ 50,000.00 $ 0.00 $ 50,000.00 $ 32,404.70 $ 17,595.30 $ 15,294.00 $ 0.00 $ 15,294.00 $ 2,415.50 $ 12,878.50 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 7 I S-ol 7ooc C/~o 3Sa<J./ 9ob -I- CONTRACT NO. 3184 P.O. NO. P105629 ACCOUNT NO. 5166330-9060-35831-900 CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO. CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Sf'-"~IL Item 1: Install 130 LF, 12" PVC sewer force main 2.24' deeper than originally S°fwEf(.- planned as shown on revised drawing # 333-2GD, sheets 6 and 23 of 29, from sta. 73+88, 16' left, to 73+19.16, 16' left, and from sta. 73+19.16, 16' left to 73+19.16, 51' right, complete, for the lump sum price (including markup) of $1,240.33 Increase to contract cost ................................................. $ 1,240.33 ltem 2: Install Access Hole #10 2.22' deeper than originally planned as shown on revised drawing # 333-2GD, sheets 6 and 23 of 29, @ sta. 73+19.16, 16' left, complete, for the lump sum price (including markup) of $1, 175.17 Increase to contract cost ................................................. $ 1, 175.17 {»11nfll- ltem 3: Install two (2) additional 1" MAR valves as shown on drawing #333-2GD, sheet 24 of 29, @ sta. 72+94. 75, 34' right, and @ sta. 73+38.95, 15' right, complete, 2 EA x $2,552.35 EA (including markup) = $5,104.70 Increase to contract cost ................................................. $ 5,104.70 #3184 CANNON ROAD WEST REACH 1 Change Order No. 7 Pursuant to subsection 3-3, Extra Work, SSPWC 1997, perform the following: Page 2 £01~ 4: Install approximately twenty (20) cathodic protection bonds on water and reclaimed water lines from sta. 63+00 to 73+88 per detail 2/13, attached, as directed by the Project Inspector Estimated increase to contract cost ................................... $ 3,000.00 INCREASE TO CONTRACT COST .................................... $ 10,520.20 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE. RECOMMENDED BY: u~ CONSTRUCTION MANAGER ::6 '~ ~LYLA~ ,16 (t!II FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 #6 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: Reasons for changes: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 The pilings used at bridge abutment #6 were shorter than the planned lengths leaving extra pilings not incorporated into the work that will be sold back to the contractor. Item 2 The bridge deck drainage requires modification due to interferences with bent cap rebar. COST ACCOUNTING: Original contract amount....... . .. .. .. . .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. . . .. .. . .. .. .. $ 5,855,027.40 Total amount this c/0 ..................................................................... $ (1,021.12) Total amount of previous c/o's ....................................................... $ 62,246.73 / Total c/o's to date ......................................................................... $ 61,225.61 / New Contract Amount.. ................................................................. $5,916,253.01 Total c/o's as% of original contract................................................ 1.1 % Contingency monies encumbered (City) ........................................ $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's to date ......................................................................... $ Contingency Balance . .. .. .. . .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. . .. .. .. .. .. . $ 520,850.00 0.00 520,850.00 61,225.61 r 459,624.39 #3184 CANNON ROAD WEST REACH 1 Change Order No. 6 Contingency monies encumbered (CMWD Water)......................... $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . ... ... ... . . ... .. ... . ....... ... . . . ...... ... . . ... . . ...... $ Total c/o's to date ......................................................................... $ Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Contingency monies encumbered (CMWD Sewer)........................ $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ . . ... .. . . .. . . ...... .. . . ....... ... . . ....... .. . . ...... .... $ Total c/o's to date ...... .... . . . ... . ... ... . .. . ... . . ... . . . ...... ... . . ... . . . . ... . . ... . ........ $ Contingency Balance............ . . .. . ... . .. . ... . . . ... . . .... . . . .. . . . ... . . . . . . . . ... . . ..... $ Page 2 50,000.00 0.00 50,000.00 24,300.00 25,700.00 15,294.00 0.00 15,294.00 0.00 15,294.00 • .. CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #5 Project: #3184 CANNON ROAD WEST REACH 1 Date Routed: Reasons for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Items 1-3 The work that comprises this change order should be transferred to this contract to allow acceptance of the reach one improvements from the developer. Reach one is paid via reimbursement to the developer by the City. The same contractor is contracting both projects. COST ACCOUNTING: Original contract amount.. ............................................................. $ 5,855,027.40 Total amount this c/0............. ................... ............................. ........ $ 20,475.00 Total amount of previous c/o's ....................................................... $ 41,771.73 Total c/o's to date ......................................................................... $ 62,246.73 New Contract Amount.. ................................................................. $ 5,917,274.13 Total c/o's as % of original contract................................................ 1.1 % Contingency monies encumbered (City) ........................................ $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ . ... . . ... . .... .... . . ....... ... . . ... ...... .... . .......... $ Total c/o's to date ......................................................................... $ Contingency Balance .................................................................... $ 520,850.00 0.00 520,850.00 37,946.73 482,903.27 #3184 CANNON ROAD WEST REACH 1 Change Order No. 5 Contingency monies encumbered (CMWD Water)......................... $ Contingency increase or decrease ................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's to date ......................................................................... $ Contingency Balance .. . . . .. . . . . . . . . . . . . . . .. . . . .. . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . $ Contingency monies encumbered (CMWD Sewer) ... ,.................... $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's to date . . . ... .. . . ... . . .. . . ... ... ... . . ... . . .. . . . ......... .. . . .... .. . . . ... . . . . ... . $ Contingency Balance............ .... ... ... . ..... ... . . . ....... ..... ..... ... ... . . ......... $ Page 2 50,000.00 0.00 50,000.00 24,300.00 25,700.00 15,294.00 0.00 15,294.00 0.00 15,294.00 CITY OF CARLSBAD PROJECT: #3184, CANNON ROAD WEST REACH 1 CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3184 P.O. NO. P105629{ccOUNT NO. 4307000-9060-31844-900 v CONTRACTOR: HAZARD CONSTRUCTION COMPANY ADDRESS: PO BOX 229000 SAN DIEGO CA 92192-9000 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 and is expressly agreed between the City 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. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Install drainage brow ditch at mid-slope on north side of east bridge embankment from sta. 68+92(1 OO'left) to 71 +60(118'1eft), and on south side of east bridge embankment from sta. 68+90(1 OO'right) to 72+62(76'right), per SDRSD TYPE 'D' 075, as shown on Drawing #333-2G, Sheet #7 of 31, complete; 750 LF x $7.30 per LF = $5,475.00. Increase to contract cost ................................................. $ 5,475.00 Item 2: Install "1/2 TON" rip-rap along toe of west bridge embankment, as shown on Drawing #333-2G, Sheet #7 of 31, complete, at no cost to the city. Increase to contract cost ................................................. $ 0.00 Pursuant to subsection 3-3, Extra Work, SSPWC 1997, perform the following: Item 3: Provide and maintain erosion control items as directed by the project inspector. Increase to contract cost ................................................. $ 15,000.00 #3184 CANNON ROAD WEST REACH 1 Change Order No. 5 ESTIMATED INCREASE TO CONTRACT COST .............. $ 20,475.00 Page 2 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE. RECOMMENDED BY: U ttLe ~/,/oo CONSTRUCTION MANAGER (DATE) ~,, y/"l_J/~ 4.-,/ou ~E DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: CITY OF CARLSBAD San Diego County California ’ CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 .- ._ - CONTRACT NO. 3184 June 11,1998 pq l/08/98 Page 1 of 249 Pages L c f HAZARD CONSTRUCTION COMPANY ‘1 3 - -, - CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 6 Page 8 of 24 SCHEDULE 1: BASE BID STREET IMPROVEMENTS (STATION 63+00 TO 64+67 AND 69+21 SO TO 73+82.73) Item No. l-l Description Approximate Quantity and Unit Mobilization and preparatory work for bid Schedules I-2 (not-to- Dollars (Lump Sum) Class “A” field ofice for agency 12 MO Construction schedule (CPM) 1 LS Dollars (Lump Sum) Furnish and install project sign 1 EA Unit Price N/A N/A Total 4 dkwzS2Qc Dollars Each - -- CANNON ROAD WEST ‘-- ROJECT NO. 3184 -ADDENDUM NO. 6 Pa& I-5 1-6 l-7 ‘- l-8 l-9 I-IO l-l 1 9of24 Clearing and grubbing per Section 3-3 SSPWC at THIRTY THOUSAND DOLLARS N/A N/A Dollars (Lump Sum) Removal of trash and debris per Section 3-3 SSPWC at FIVE THOUSAND DOLLARS N/A Unconsolidated material removal and recompaction per Section 3-3 SSPWC at SEVENTY THOUSAND DOLLARS N/A Slides and slip outs per Section 3-3 SSPWC at TWENTY THOUSAND DOLLARS N/A 300 EA $30,000 N/A $5,000 N/A 4fgszzGaJ13_ N/A $70,000 N/A $20,000 -He /aE _CANNON ROAD WEST XOJECT NO. 3184 - ADDENDUM NO. 6 ,Page 10 of 24 1-12 1-13 1-14 I-15 1-16 1-17 ,--- Remove and dispose riser and pipe and plug RCP Four inch (4”) conduits for Pacf$eil crossings at Conduit, wire, pull boxes, and electrical service for street Street lights, 22,000 lumen, 200 watt HPSV per SDRSD Bridge lighting on Macario Canyon Bridge, 22,000 lumen, 200 watt HPSV, per Caltrans Dwg. E S-6B 1,425 LF 2E- 1 LS N/A 1 LS 1 LS 4 EA 1 LS 47T2L7QD- /pap” & /7@&?- /7-“o- Dollars (Lump Sum) . - ANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 61 Page 11 of 24 1-18 Adjust access hole and 3 EA 1-19 Adjust water meter and meter l-22 AC dike per’SDRSD G-5, Type 117 LF 1-23 l-24 Dollars Each 3,475 TN 1,235 TN Dollars per T&n Dollars per Linear Foot 1 LS /3 T - N/A 1 EA +ff=““- Dollars Each , ?ANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 6 Page 12 of 24 l-25 Drainage ditch per SDRSD eDat . Dollars per Linear Foot l-26 Median curb per SDRSD G-6 90 LF /7@ 930 LF 1-28 8-inch to 6-inch curb transitions 72 LF at Dollars per Linear Foot 5,250 SF Dollars per SquareFoot l-30 Concrete driveway per G-14A 501 SF 7 X-inch thick at Dollars oer Sauare Foot ,CANNON ROAD WEST ZOJECT NO. 3184 - ADDENDUM NO. 6 Page 13 of 24 1-31 Median stamped concrete 4- l-32 Metal beam guard railing per SDRSD M-31 throuah M-38 at l-33 Chain link fence and gates, 4- foot hiah per SDRSD M-6 at rC l-34 I, Y Dollars per Lin”ear Foot Crash cushion per Caltrans Standard Plan A-81 ,at l-35 Dollars Each l-36 3” schedule 80 PVC and Type 5 pull boxes at the future signalized intersections at Dollars per Lump Sum 4= 5,685 SF m= 750 LF 95 LF 2 EA 2 EA 1 LS N/A /CANNON ROAD WEST ‘RQJECT NO. 3184 -ADDENDUM NO. 6 Page 14 of 24 1-37 l-38 l-39 I-40 1-41 1 LS N/A L?k-zzQe Furnish and install temporary traffic control, signing and striping pavement markings, 1 LS Site preparation of all landscaped and hydroseed areas (includes finish grading, weeding, and weed abatement 1 LS Dollars (Lump Sum) Bark mulch for median planters 1 LS 34 EA N/A 4.7x35? N/A N/A /cQI”o- e/ Dollars Each . -CANNON ROAD WEST ROJECT NO. 3184 -ADDENDUM NO. 6 Page 15 of 24 l-42 Median tree: 24-inch box &I l-43 Hydroseed Mix #3, erosion control matting and temporary irrigation of temporary slope Y 1 EA I a 2 1 LS N/A &2z2sy Dollars (Lu’inp Sum) l-44 Hydroseed Mix #I, erosion 1 LS matting and temporary irrigation for permanent slopes /- outside of the ri . CANNON ROAD WEST -‘ROJECT NO. 3184 -ADDENDUM NO. 6 Page 16 of 24 1-45 1-46 Hydroseed Mix #2 and temporary irrigation of parkway area between right-of-way and 1 LS Permanent median irrigation system, including service and 1 LS N/A N/A LS N/A l-48 Maintenance and plant 4M0 me ffl Dollars per Linear Foot 570 LF L7 Jc _CANNON ROAD WEST ROJECT NO. 3184 - ADDENDUM NO. 6 Page 17 of 24 1-51 1-52 1-54 l-55 1-56 24” welded steel recycled water 540 LF Dollars per Linear Foot 2 EA 17 LF Dollars per Linear Foot 2 EA 12” welded steel recycled water 36 LF -7 Cathodic test station at 2 EA Dollars Each ,-CANNON ROAD WEST ROJECT NO. 3184 -ADDENDUM NO. 6 Page 18 of 24 Dollars Each Dollars per Linear Foot l-60 RCP 18-inch /- Dollars per Lib/ear Foot I-61 RCP 24-inch (1500-D) $ Dollars per Linear Foot 1-62 RCP 30 -inch (1500-D) with Dollars per Lhear Foot 1 EA 4 EA 130 LF 97 LF 148 LF 88LF 84 LF I I Dollars per Line& Foot ,-CANNON ROAD WEST ,RQJECT NO. 3184 - ADDENDUM NO. 6 Page 19 of 24 1-64 1-65 Remove existing Brow Ditch 1-66 _ l-67 1-68 l-69 Rip-rap energy dissipator per SDSD D-40, Type 1,80 lb. IEA ‘1 EA IEA IEA 656 SF IEA /67 P”- -CANNON ROAD WEST ‘ROJECT NO. 3184 -ADDENDUM NO. 6 Page 20 of 24 I-70 1-71 1-72 rC 1-73 l-74 Curb inlet per SDRSD D-2 (Type B) and City DWG. DS-1 5-foot to g-foot length at Curb inlet per SDRSD D-2 (Type B) and City DWG. DS-1 Curb inlet per SDRSD D-2 (Type B) and City DWG. DS-1 Wing Type Headwall per SDRSD D-34 at Rock Slope protection as shown on bridge grading plan sheet 7 including fabric, bedding, armor rock and filter 1 EA 3 EA 1 EA 1 EA 1 LS N/A . ‘I -CANNON ROAD WEST ROJECT NO. 3184 - ADDENDUM NO. 6 Page 21 of 24 Total amount of bid for Schedule 1, Street Improvements (Item Nos. l-l through l-74) in words: Total amount of bid for Schedule 1, Street Improvements (Item Nos. %-I through l-74) in numbers: bs $ I .323.444 . - CANNON ROAD WEST ‘-‘ROJECT NO. 3184 - ADDENDUM NO. 6 Page 22 of 24 SCHEDULE 2: BASE BID MACARIO CANYON BRIDGE (STATION 63+00 TO 73+82.73) Approximate Item No. Description Quantity and Unit 2-l Structure excavation and 1 LS N/A 2-2 Furnish steel piling (HP 12 x 1,511 LF 2-3 Drive steel piling (HP 12 x 74) 64 EA Dollars Each 2-4 Furnish steel piling (HP 14 x 15,370 LF 2-5 Drive steel piling (HP 14 x 117) 148 EA Unit Price /F?z- _ I 27sg Total - 4 t f -CANNON ROAD WEST ‘ROJECT NO. 3184 -ADDENDUM NO. 6 Page 23 of 24 2-6 Bridge complete, including but 1 LS N/A not limited to structural concrete (bridge), including bridge footing, structural concrete, approach slabs, reinforcing steel, pre-stressing cast-in-place concrete, joint seal assembly, tubular handrailing, concrete barriers (types 25 and 26) Miscellaneous metal, slope paving at h)we 4tw~0 lwtYk% nKm%%Mo twu#* Dollars (Lump Sum) 1,020 LF /37Tk47 e BiYe 2-9 14” welded steel recycled water 1,166 LF ./I.&e p7d Dollars per Linear Foot 525 LF ?Xa?L Dollars per Linear Foot -CANNON ROAD WEST ‘RQJECT NO. 3184 - ADDENDUM NO. 6 Page 24 of 24 2-l 1 6 EA , Total amount of bid for Schedule 2, Macario Canyon Bridge (Item Nos. 2-1 through 2-14) in words: MLLwN RN5 +uwNJa WaJTf w% rnOh5RtiO. W6 uwoi.. GiuhHH two o-5 cw ~lc~ FiuG &KS Total amount of bid for Schedule 2, Macario through 2-14) in numbers: $ 4* 5 25, %% Cppn @g#&#~lWD R-z - Total amount of bid for Schedules 1 and 2, in words: Total amount of bid for Schedules 1 and 2, in numbers: $ 5 $55.0X1 49 l . r ‘ I I t * I City of Carlsbad I .- August 17,1998 ADDENDUM NO. 7 RE: CANNON ROAD WEST REACH 1 STREET AND BRIDGE, AND WATER AND RECYCLED WATER TRANSMISSION MAINS COLLECTOR SEWER, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer * RF:jlk $ - i! Attachment . I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 7 HAZARD CONSTRUCTION COMPANY ,- 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 @ City bf Carlsb.ad NOTICE TO BIDDERS August 14,1998 The City of Carlsbad has issued “Addendum No. 7” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3184. The addendum consists of this notice, 8 pages and a cover sheet. The addendum: 1. Revises the Engineer’s estimate. 2. Makes a revision to the special provisions. 3. Answers questions raised by bidders during the bid process. The provisions contained in the addendum are made part of the project as though originally bound with the bid package. As of this date, this addendum contains all changes to the originally issued specifications. SHERRI HOWARD Associate Engineer SLH 2075 Las Palmas Dr. l Carlsbad, CA 92009-l 576 l (760) 438-l 181 l FAX (760) 431-5769 @ . . , ADDENDUM NO. 7 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 Page 1 of 8 IN THE NOTICE INVITING BIDS, MAKE THE FOLLOWING MODIFICATIONS: Page 4, Paragraph 2, repiace the table with the following table: BASE BID: Schedule 1: Schedule 2: TOTAL BASE BID: $777 thousand $3.4 million $4.177 million IN THE SPECIAL PROVISIONS, MAKE THE FOLLOWING MODIFICATIONS: Page 101, S,ection 205-2.3, third paragraph, second sentence, change A 690 to A 572, Grade 50. CANNON ROAD WEST ADDENDUM NO..7 - PROJECT NO. 3184 Page 2 of 8 8 f % :e 1 I % .P f If 9 4 z .a* 8 I' % !i 5"‘ s I i % f r' I iI! -\ CANNON ROAD&WEST ADDENDUM NO. .7 - PROJECT NO. 3184 3 . Page 3 of a . . ! 3 ! I ; il 3 2 B h h i 5 i g ! % ; E . I i ii d _- i F i 1 , i I 1 1 I :: i i L’ ’ i q ij 1 i ;: q 1 , L $ $ ‘2 _ - H - - w iNON ROAD WEST $N'DUM NO. 7 - PROJECT NO. 3184 le 4 of's - . -- -. % 4l P i b h $ g $1 tm p0 J-z- J w-w E .C lo . *- c X0 QQ G” 0 %;’ LB 2x3 35 =e u* :c ko, “j g, i E s 9 3- QD i 0 i f c ;i 4 q Ir 1 i a . . ;5 1 SE; i ,SC ‘g :g 5 dL5 , I i ii p.-- E S I J 5 1 i 4 ; : 1 1 I t 1 i ;.j 5 3 ii g tt e H ii i -2 I- - -1 : E f J i ; t 9 i s . - _- - ANNON ROAD' WiST IDENDUM NO.'7 - PROJECT NO. 3184 3ge 5 of a . . r CAWNON ROAd W&T ADDENDUM NO:7 - PROJECT NO. 3184 ,- Page 6 of a i al 5 l a- u UP) *- u ::.?! a$ C *- c zd 0 aln ;;I C v. u . . I - CANNON ROAD WEST ADDENDUM NO. 7 - PROJECT NO. 3184 ,- Page 7 of a : : I i rc ! : : : . : ; . i P 2 f B u al . $ f au Q f? ’ ---- CANNON ROAD WEST 'ADDENDUM ~0. 7 - PROJECT NO. 3184 Page a of a P 2 E iz i a 4 Y 8 3 -0 6 j8 b !5 ! 5% Ai \ -- . CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 4 of 7 SCH. A 967 LF 11 PVC Sewer main Appurtenances 1,265 LF 24" welded steel recycled water 1,275 LF 16" welded steel water 50 LF 8" PVC recycled 25 LF 8” PVC water 2 EA 24" butterfly valve 2 EA 16" gate valve 2 EA 12" gate valve Appurtenances SCH. B 1,305 LF 24” welded steel recycled water 1,310 LF 16” welded steel water 1 EA 24" butterfly valve 1 EA 16" gate valve Appurtenances . A second pre-bid meeting is set for July 31, 1998 at 9:00 am at the City of Carlsbad Community Development Conference Room #1 . The bid opening was moved to Thursday, August 13,1998. RE Hazard stated that the schedule does not work especially with environmental constraints. The City stated there are no liquidated damages charged because of environmental constraints. Clarification of slides and slip outs - time and materials Does “DESIGNATION OF SUBCONTRACTOR FORM.. .” need to be completely filled out? Yes Have Discharge permits been obtained - yes , all permits for this project have been obtained. Questions regarding forms in contract documents will be provided in writing Reviewed bridge plan modifications to accommodate utilities Reviewed water, sewer and recycled water plans Copies of plan holders list and pre-bid attendees list distributed. Visited site. CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 5 of 7 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 IN THE NOTICE INVITING BIDS, MAKE THE FOLLOWING MODIFICATIONS: 1. Page 3, paragraph 1, second line, change the bid opening date to the 1 3’h day of August, 1998. . 2. Page 5, paragraph 4, add the following: “A second pre-bid meeting will be held on Friday, July 31, 1998 at 9:00 a.m. at the City of Carlsbad, Community Development Building, located at 2075 Las Palmas Drive, Carlsbad, California”. CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 6 of 7 Replace page 36 of Addendum No. 1 with the following: Item !!b A-31 A-32 A-33 A-34 8-inch end cap and thrust block at A-35 A-36 Descriotion 2-inch air vacuum valve per CMWD Standard Dwg. No. W-7 at Dollars Each ’ 2-inch blow offs per CMWD Standard Dwg. No. W-6 at Dollars Each 6-inch blow offs per CMWD Standard Dwg. No. W-6 at Dollars Each Dollars Each 12-inch slip on weld on flange and blind flange at Dollars Each 2-inch reclaimed water irrigation service per CMWD Standard Dwg. No. W-4 at Approximate Quantity and Unit Unit Price 4 EA 2 EA . 2EA 1 EA 1 EA 53 LF Dollars per Linear Foot CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 7 of 7 Replace page 37 of Addendum No. 1 with the following: Item No. A-37 Descriotion 3” PVC irrigation sleeves at Dollars Each A-38 Handle underground spoils per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) A-39 15’4” x 10’ structural steel arch under- crossing and installation at Dollars per Linear Foot A-40 Undercrossing excavation at Dollars per Cubic Yard A-41 Undercrossing structural backfill at Dollars per Cubic Yard A-42 12” PVC private drain at Dollars per Linear Foot A-43 18” x 18” private catch basin at Approximate Quantity and Unit Unit Price 2 EA Dollars Each 1 LS N/A 10,000 . 184LF 9,500 CY 8,655 CY 884 LF 2 EA t ‘i . . . I -- City of Carlsbad August 3,1998 ADDENDUM NO. 3 RE: CANNON ROAD WEST REACH 1, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:KD; kld Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 @ NOTICE TO BIDDERS July 30, 1998 The City of Carlsbad has issued “Addendum No. 3” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3184. The addendum consists of 6 pages, this notice and a cover sheet. The addendum: 1. Answers questions raised by bidders during the bid process. The provisions contained in the addendum are made part of the project as though originally bound with them. As of this date, this addendum contains all changes to the rC originally issued specifications. &LLLc. km46i SHERRI HOWARD Associate Engineer SLH , CANNON ROAD WEST ADDENDUM NO. 3.- , PROJECT NO. 3184 Page 1 of 6 i . -: ti g L z *hi s B IS .# 6 # d i d i at G. I% II * a . P i rg .i]i’ ** tf 1 a $ % -0 2 0 Pi? c *I- OL .r n u YGg u 05 5 'i 3 E.? .I- L "Z "8 '5 ul :s E '$ uo; z 5 .: 4 2s 0 WV2 Et5 Z"c" %,';8 UIC ;S*F CZT 1. cm7 I- 0.0 . d’ - 4 3 .a f if tl 8% Pa 54 i! I 8% ?I aB: - I% I k :ir la% 1 I ?I . . 1 b % -0 ?i “3 c v- OL .- m u $f o- 05 5 'i 3 iis! . .C L "0 "tl '5 u) .g .F zig m u *I- r,gg EC5 8": L 0 w%o 0 e+ t,z 0E-C Jzms F-o-0 . N , a r s .r z tl ::.%5 ;:ciz ;ggt U’CI- zooa .C .F QQW 0”s m; . kZ2i” cc 3 om 8 .CC c UY; .-* I-u mu e moz u mus: se.22 F-0 SbuZ .5&j z-2 VI QULU. Leses 43Iu)C.P :: QOU l -l 0 m c-o\ UQLOS s $:sro O- 0: ?a- m eQxsz +.00&l- ; CANNON ROAD WEST ADDENDUM NO. 3 - PRDJECT,NO. 3184 Page 2 of 6 ? so l “z u m-or %SZ - - --_ --.._. _ -- .- -- . . CANNON ROAD WEST LDDENDUM NO. 3 - PROdECT' NO. 3184 . Page 3 of 6 . 6 E *- 5 E 3 .o B 0 1 G i3 2 0 2 4 8 '0 ii z -- JUL-28-98’ TUE 07: 17 I FAX NO. 000 0000 P, Ol/Ol CANNON ROAD WEST ADDENDUM NO, 3 - PROJECT ND. Page 4 of 6 3184 City of Carlshad Engineering Departmenr At”cn: Shd Howad Re: Cannon Road West Reach 1, Contrac: C 3 184 Page 36 of Addendasn no. 1 was bdvertenrIy omit-&cd fkom the copy sect to West Coast C+eneraS Corpomtion. Please fau a copy of page 36 to (6! 9) 5614205. Than.? you, 4&i /^ .L YiP ‘Randy Carier West COW Genera! Corporation 12243 Fi&ilbvey 67 - Lakeside. CA 9204(rYIG - 6i9/561-Bzo(i - FAX 3‘!.$?03 CANNON ROAD WEST A@DENDUM NO. 3 - PROJECT NO. 3184 L Page 5 of 6 SENT t3Y: 7-29-38 : 338~~ : IAFD-CALIFORNIA-, 760 431 5769i# l/ 1 CANNON ROAD WEST ADDENDUM NO. 3-PROJECT NO 3184 Page 6 of 6 l- mm--mLwcanmnc I U. INTFIA-AMERICAN FOUNOATlON & DRILLING COMPANV, INC. P.0. Box 2636 tic, #517106 Seal Bwch, cx !wrso-1430 Tel: (!iSZj W-7532 Fax: (502) 994753% DATE: 2ia+w To. gILi AiJAe/ . COMPANY: A;fy cw e!bw!dd FAxNI3.: (b7bO) 9+!3/- s7b9 - FROM DjEJ &y SUl%JEC~I &&Am4 .&/&~-p~X t /&w;o LcI)JybpJ &a& / NO. OF PAGES INffdUMiVG THIS C#KER .WH9- IS (, ) CITY RESPONSE: San Diego Gas and Electric has verified that the overhead lines maintain the minimum 35 feet clearance at any point above the finished roadway surface. City of Carlsbad August 5, 1998 RE: CANNON ROAD WEST REACH 1 STREET AND BRIDGE, AND WATER AND RECYCLED WATER TRANSMISSION MAINS COLLECTOR SEWER, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 HAZARD CONSTRUCTION COMPANY r ‘ML FKIGERS, VICE PRESIDENT 1200 Carlsbad Village Drive l Carlsbad, CA 92008- 1989 l (760) 434-2803 l FAX (760) 434- 1987 . L NOTICE TO BIDDERS August &I998 The City of Carlsbad has issued “Addendum No. 4” to the Contract Documents and Special Provisions for Cannon Road West Reach I, Contract No. 3184. The addendum consists of 3 pages, this notice and a cover sheet. The addendum: 1. Answers questions raised by bidders during the bid process. 2. Answers questions raised by bidder’s during the pre-bid meeting. 1. The City Council of the City of Carlsbad met on August 4,1998 and approved the reimbursement agreement with the private developer to construct additive alternative A, B and C as discussed in Section 6-2.2.4. Lowest responsible bidder for the public works project will be selected based upon the base bid only. The provisions contained in the addendum are made part of the project as though originally bound with the bid package. As of this date, this addendum contains all changes to the originally issued specifications. slzeccih& SHERRI HOWARD Associate Engineer SLH ,- ADDENDUM NO. 4 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 Page 1 of 3 ANSWERS TO BIDDERS INQUIRIES: Second Pre-bid Meeting (July 31, 1998) City of Carlsbad Community Development Conference Room 1 This meeting included a discussion of Addendum No. 3 contents and a site visit. Excess material will be placed on Lot 5. Rough grade is +/- .I foot. An extension of time was requested for the bid opening. At this point no extension of time is granted or anticipated. - All questions regarding contract documents and bid documents need to be in writing; The question regarding the bib slope paving should be provided in writing; The question regarding the schedule should be provided in writing. CANNON ROAD ljESJ ADDENDUM NO. 4 - PROJECT NO. 3184 Sheet 2 of 3 1- 3 -. % 2 f Y. 'CANNON ROAD WEST * ADDENDUM NO. 4 .- PROJECT K). 3184 ,Sheet 3 of 3 . N & N August 7, 1998 ADDENDUM NO. 5 RE: CANNON ROAD WEST REACH 1 STREET AND BRIDGE, AND WATER AND RECYCLED WATER TRANSMISSION MAtNS COLLECTOR SEWER, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 5 HAZARD CGNSTRUCTION COMPANY 1200 Carlsbad Village Drive l Carlsbad, CA 92008-1989 l (760) 434-2803 l FAX (760) 434-l 987 @ . ’ . NOTICE TO BIDDERS August 6,1998 The City of Carlsbad has issued “Addendum No. 5” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3284. The addendum consists of this notice, three pages and a cover sheet. The addendum: 1. Answers questions raised by bidders during the bid process. _- The provisions contained in the addendum are made part of the project as though originally bound with the bid package. As of this date, this addendum contains all changes to the originally issued specifications. 64+--K SHERRI HOWARD Associate Engineer SLH CANNON ROAD WEST + ADDENDUM NO. 5 - PROJECT NO. 3184 Page 1 of 3 c g . . E 8 .g f 43 5s ii $2 s . CANNON ROAD WEST ADDENDUM NO. 5 - PROJECT NO. 3184 Page 2 of 3 PC i 0 .Q rCC g WCC, gal C 6 . CT m v-v-~” Q rs 22wc) QLVrnrn -0CQC QoQ6m, $2 en q n, -CbiiQ 5??-20” . . 5% L’z’;; QQC ““5 82 C .rlo. I- ‘,*;:‘;: % PCCL - c,ta * :: nLI E l rn- a 2 or- c L T- g ‘i 2 $2 Y-QOI--+, .Ofg o.- $C c .$I .C c1 c,m “C% - = ““5 ,cLQL .r IV “%‘85Z s- CCmW 072” 0 *r AZ c a a.~ = z 2 c Q .v or Q- e F ‘Z * urn 2 2 $i E; glT& al VQ QLC,Qv-w .CQOCLX I-PC@AQ . k CY- .r p .E c,.v 9: *- c, zz! *r n ZJ rnZ CO- -l- al g-t g% o> 22 P V ii31 c$i i-" aI- .F 'fii 7J.E * EiC. 'S O . 24: E zao g EL "$ k Q UC, gsg 5 oc ‘5 % c, O V42'2 m s .r L n -r - 10 mc, 2 %$I Y~~V Eon m< OS" Q as% E" ii2.t m '2 L O-2 UC, 00~ $a, LC,'rcn 0[2 LOrn .P ‘“iii5 c- c”.: 2= In .r .r . Q C.r hLCEQ LVO.QQL .lJ U)ZlLO PlmndJ,o an$mQv SC 0 n2 p E% 8g = g p ; *; 8 .8-l-Q aal “-Edi .z 2 g *zj g s vu.;2 $5 2i,>FQ Y *~“~ LW- c mui mc-ocr 0 Q- Ow- %;‘: EddJ n@c,b’b am v) .?03ZQ”E U~‘~SJ 2+2rorc 8 to*moV) . . c-4 m fuG-65-1998 89: 11 FROM HAZRRD CONSTRUCTION CO. 17604315769 P.02 *’ : . . . ..CmN ROAD WEST __.___ '. .m..-. - ADDENDUM NO. 5 - PROJECT NO. 3184 '-Dage 3 of 3 I . . . . :. ; : .,. . . :-- .m.-- -m.. .; : . . . ..<-A. - . . . . . . . . -.. ” n 4 m . -. . . . . . :. -- ,._... i ..- . . .- c.. .o . . . . F . . _ . . .z: .-. - o _ . . . . - 1 I . . . --.. a. - - . .” - _._- v.-“. . ..-. . . ..- ..- . ..^ .._- . ._^ . . .-.- ,-.m % . .-... c- . . -. .- .,-mm.. . - -_.. .-... m . . . ^ .A.. . _ . . . . __ m.- ..-: ..e- _ -.. __. . .-... . . -..: . ._- P ._.- _-. .- . -.. -. ,_.-- I \ --’ * . . . -._ --.1^. i .- . . . . . \ ,_.-e... .- . . . . . . . . . e-m. _... . ,._.. s..me . . . . .._ - . ._ . . t . ..-w-.-e _._-._ ._-e. .-... ,. .i “.- -. -- _. .-. -__-.. . Y _ . .- ,.... . . . . I \ ..-- ‘-y - t ‘.” . . . .- 5 . . . . . . .- . . . ..- ,.:- . . ..e.-.w-- _. : . . ., . . _.._.. .. -‘-: ! i I ! 2 . -., . . . . .. : : .I.. - . -a-. . ^ . -. . . -- _. -B-w.. - .-.--- .- . ‘. . . . ..-. I .., ,- -. . ..- . ..- . .* . 8 * . _. _,I . ._. 0 .- . ---. - . . . ._. .-.w.- -e-v. . ..--... . . . --_, - T - “se. ” -e..- -. . ..w. 1- . . ,. -. . . . .-..m.-. -’ .., _._“. ..“< 3 .:. . ..-.- _.-. .a 8 “e ... -.‘. . . . . . .,. A-.... I ..A . . - .._I.. ..,... -. _, . . _. . . . . --.-- . . . . . ..- ..e.-. ., ” /-L -..--- . __. .- .- .F . . . _: . c - L F * .a . h 1 -. . ,L. T City 0 August 11, 1998 ADDENDUM NO. 6 RE: CANNON ROAD WEST REACH 1 STREET AND BRIDGE, AND WATER AND RECYCLED WATER TRANSMISSION MAINS COLLECTOR SEWER, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 6 HAZARD CONSTRUCTlON COMPANY TM .- W.S. ROGERS, VICE PRESIDENT 1200 Carlsbad Village Drive l Carlsbad, CA 92008-1989 l (760) 434-2803 l FAX (760) 434-1987 @ NOTICE TO BIDDERS August II,1998 The City of Carlsbad has issued “Addendum No. 6” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3184. The addendum consists of this notice, 24 pages and a cover sheet. The addendum: 1. Answers questions raised by bidders during the bid process, 2. Changes the bid opening. 3. Specifies an end date to City accepting prospective bidders inquiries 4. Replaces Bid schedules No. 1 and 2 and deletes Bid schedules No. A, B and C. 5. Adds bid item l-74. The provisions contained in the addendum are made part of the project as though originally bound with the bid package. As of this date, this addendum contains all changes to the originally issued specifications. 3hecc;- 4-b-L SHERRI HOWARD Associate Engineer SLH 2075 Las Palmas Dr. l Carlsbad, CA 92009-1576 l (760) 438-l 161 l FAX (760) 431-5769 43 ,.I CANNON ROAD WEST ADDENDUM NO. 6 - PROJECT NO. 3184 Page 1 of 24 . + . _, . :vCANNOk RO'AD .WEST ADDENDUM NO. 6 - PROJECT NO. 3184 . . . Page 2 of 24 . CANNON ROAD WEST *.' ADDENDUM ND. 6 - PROJECT NO. 3184' . Page 3 of 24 . . i I’ ’ 3 9 “2 t I CANNON ROAD WEST . ADDE.NDUM NO. 6 - PROJECT NO. 3184 _ * _ ' . C-. , I Cannon Road West . . ..' CAMiON ROAD WEST , ADDENDUM NO. 6 - PROJECT NO. 3184 * I Page 5 of 24 . . . - (v m 2 v; . . . s 8 4 g p 5 % B t? B F F ;: Y Y l= F Y s Y 2 2 Y s z . 5 8 Q - __._. - .-.-..._ - 8 d CANNON ROAD WEST ADDENDUM NO. 6 - PROJECT NO. 3184 Page 6 of 24 . :y : : : : : ; . :, :: . : i, : : 18 : iI : i - i ;, : . ; . ; ;!g i :, : iI : ;I$ i i : : : : : -. ii 3 -: z’ g 0 F F 9 Y w a 2 0 . F 3 2 . : * , : : : ; : : : : : i : : : : . . : : : : :I : : :I : : :. : : : i, : : : * Z& ii If$’ i I&; :+* &I$ GdA; ;a \ -45 g y i i : : : . : : : ; : : : . : : : : : : : : , : . : : . : : : : : ‘: : : ; g i? j i” : : : : : . 4 P : : . : - : I : ! : : : : : : : : . . : : ! : : ; : : . . : : : * : : : : : i . . ! : : : : i : : : : : . : : : : : : . . : : * . : : : : : : : : t : : : : : . I : . : : : : : : : : : : : . : : : ~ : : : : . . : . . ; : : : : : . : : ; : : : : : : i : : ; : : i ; * . i . : : : : . . . : { : : : . : . ADDENDUM NO. 6 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 Page 7 of 24 IN THE NOTICE INVITING BIDS, MAKE THE FOLLOWING MODIFICATIONS: 1. Page 3, paragraph 1, second line, change the bid opening date to the 21st day of August, 1998. 2. Page 4, paragraph 6, add the following sentence: “As previously specified, only written requests for clarification or correction are entertained. All such requests must be received by the City of Carlsbad Public Works Engineering Department by 4:00 pm Friday, August 14, 1998. Response, if any, will be mailed no later than Monday, August 17, 1998.” 3. Bid Schedule 1, add Bid Item l-74. 4. Replace Bid Schedule 1 with pages 8 through 21, inclusive. 5. Replace Bid Schedule 2 with pages 22 through 24, inclusive. 6. Delete Bid Schedules A, B, and C. CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 25 of 48 l-57 2” air vacuum assembly at Dollars Each 1-58 2” blow off at Dollars Each I-59 12” PVC sewer at IEA 4EA 130 LF Dollars per Linear Foot I-61 RCP 24-inch (1500-D) at Dollars per Linear Foot l-62 RCP 30 -inch (1500-D) with watertight joints at Dollars per Linear Foot l-63 RCP 30-inch (1500-D) at 148 LF Dollars per Linear Foot I-60 RCP 18-inch (1500-D) at 97 LF 88LF 84 LF Dollars per Linear Foot CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 26 of 48 l-64 S-9 Cutoff Wall at Dollars Each 1-65 Remove existing Brow Ditch and Spillway at Dollars Each l-66 Brick-up concrete lug at IEA II3 IEA Dollars Each l-67 Remove Existing CMP Riser II3 Dollars Each 1-68 AC Driveway 4” AC/4’AB at Dollars per Square Foot 1-69 Rip-rap energy dissipator per SDSD D-40, Type 1,80 lb. Rock, IO’ x 6’ x 2.7’ at 656 SF 1EA Dollars Each - . CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 27 of 48 I-70 l-71 1-72 1-73 Curb inlet per SDRSD D-2 IEA (Type B) and City DWG. DS-1 5-foot to g-foot length at Dollars Each Curb inlet per SDRSD D-2 3EA (Type B) and City DWG. DS-1 1 O-foot to 14-foot length at Dollars Each Curb inlet per SDRSD D-2 II3 (Type B) and City DWG. DS-1 greater than 14 feet at Dollars Each Wing Type Headwall per SDRSD D-34 at II3 Dollars Each Total amount of bid for Schedule I, Street Improvements (Item Nos. l-73) in words: Total amount of bid for Schedule 1, Street Improvements (Item Nos. l-73) in numbers: * . CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 28 of 48 SCHEDULE 2: BASE BID MACARIO CANYON BRIDGE (STATION 63+00 TO 73+82.73) Item No, Description 2-l Structure excavation and backfill (bridge) at Dollars (Lump Sum 2-2 Furnish steel piling (HP 12 x 74) at Dollars per Linear Foot 2-3 Drive steel piling (HP 12 x 74) at Dollars Each 2-4 Furnish steel piling (HP 14 x 117) at Dollars per Linear Foot 2-5 Drive steel piling (HP 14 x 117) at Approximate Quantity and Unit 1 LS N/A 1,511 LF 84EA 15,370 LF 148 EA Unit Price Total Dollars Each . I CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 29 of 48 2-6 Bridge complete, including but not limited to structural concrete (bridge), including bridge footing, structural concrete, approach slabs, reinforcing steel, pre-stressing cast-in-place concrete, joint seal assembly, tubular handrailing, concrete barriers (types 25 and 26), Miscellaneous metal, slope paving at 1 LS N/A Dollars (Lump Sum) 2-7 14” ductile iron pipe at 1,020 LF Dollars per Linear Foot 2-8 14” blind flanges at 4fEA Dollars Each 2-9 2-10 14” welded steel recycled water 1,106 LF at Dollars per Linear Foot 14” welded steel water at 525 LF Dollars per Linear Foot CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 30 of 48 2-11 2” air vacuum assembly at Dollars Each 2-12 14” gate valves at Dollars Each 2-13 2” blow offs at Dollars Each 2-14 14” flexible ball joints 6EA 6EA 4EA 8EA Dollars Each Total amount of bid for Schedule 2, Macario Canyon Bridge (Item Nos. 2-l through 2-14) in words: Total amount of bid for Schedule 2, Macario Canyon Bridge (Item Nos. 2-l through 2-14) in numbers: $ r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 31 of 48 SCHEDULE A - ADDITIVE ALTERNATIVE STREET IMPROVEMENTS (STA. 37+43 TO STA. 50+00) Item No. A-l A-2 r A-3 Description Approximate Quantity and Unit Unit Price Mobilization and preparatory work for bid Schedule A (not- to-exceed $30,500) at 1 LS N/A Dollars (Lump Sum) Subgrade preparation at 90,500 SF Dollars per Square Foot Conduit, wire, pull boxes and electrical service for street lights at A-4 Dollars (Lump Sum) Street lights, 22,000 lumen, 200 Watt HPSV per SDRSD E-l (Mod) and E-2 at Dollars Each Total 1 LS 4 EA _- r r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. I Page 32 of 48 A-5 Valve cover to grade at A-6 A-7 A-8 A-9 A-10 A-11 Dollars Each Aggregate base at Dollars per Ton 3EA 8,500 TN Asphalt concrete pavement at 2,900 TN Dollars per Ton Cold plane existing asphalt concrete, viable depth at 2,580 SF Dollars per Square Foot 6-Inch Type “A” AC dike per SDRSD G-5 at Dollars per Linear Foot 2-inch thick AC sidewalk at Dollars per Square Foot Street monument M-IO at 120 LF 565 SF Dollars Each .- .r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 33 of 48 A-l 2 8-inch Type “Bl” median curb per SDRSD G6 at 2,300 LF Dollars per Linear Foot A-13 Curb and gutter per SDRSD G-2 at 2,401 LF Dollars per Linear Foot A-14 PCC Sidewalk per SDRSD G- 12,000 7 at SF Dollars per Square Foot A-l 5 Concrete driveway per G-14A 170 SF 7 %-inch thick at Dollars per Square Foot A-16 4” median stamped concrete 12,707 at Cannon Road at SF Dollars per Square Foot A-17 Pedestrian ramp per SDRSD G-27Type “B” at 1 EA Dollars Each .- r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 34 of 48 A-18 Remove plug and connect to existing sewer at Dollars Each A-19 8-inch PVC sewer main (SDR 35) at Dollars per Linear Foot A-20 Sewer plug at Dollars Each A-21 Sewer access hole per CMWD S-l at Dollars Each A-22 Sewer video inspection at IEA 967 LF 1EA 4EA Dollars per Linear Foot A-23 24-inch welded steel recycled water main at 1,265 LF Dollars per Linear Foot A-24 16-inch welded steel water at 1,275 LF P Dollars per Linear Foot CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 35 of 48 A-25 8-inch PVC recycled (CL150) at Dollars per Linear Foot A-26 8-inch PVC water main (CL150) at Dollars per Linear Foot A-27 24-inch butterfly valve per CMWD Standard Dwg. W-17 at Dollars Each A-28 16-inch gate valve per CMWD Standard Dwg. W-17 at Dollars Each A-29 12-inch gate valve per W-l 6 at 2EA Dollars Each A-30 Remove existing 20-inch blind flange connect to existing water at 50 LF 25 LF 2EA 2EA IEA Dollars Each CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 37 of 48 A-37 3” PVC irrigation sleeves at Dollars Each A-38 Handle underground spoils per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) A-39 15’4” x 10’ structural steel arch under-crossing and installation at Dollars per Linear Foot A-40 Undercrossing excavation at Dollars per Cubic Yard A-41 Undercrossing structural backfill at Dollars per Cubic Yard A-42 12” PVC private drain at Dollars per Linear Foot A-43 18” x 18” private catch basin at 2EA 1 LS 184 LF 9,500 CY 8,655 CY N/A 884 LF 2EA 10,000 Dollars Each . /- CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 37 of 48 A-37 3” PVC irrigation sleeves at A-38 A-39 - A-40 A-41 A-42 A-43 Dollars Each Handle underground spoils per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) 15’4” x 10’ structural steel arch under-crossing and installation at Dollars per Linear Foot 2EA 1 LS N/A 184 LF Undercrossing excavation at Dollars per Cubic Yard Undercrossing structural backfill at 12,930 CY 11,870 CY Dollars per Cubic Yard 12” PVC private drain at 884 LF Dollars per Linear Foot 18” x 18” private catch basin 2EA at Dollars Each 10,000 . CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 38 of 48 A-44 A-45 A-46 A-47 .- A-48 A-49 A-50 Timber bulkheads at 2EA Dollars Each 4” perforated PVC subdrain at 184 LF Dollars per Linear Foot 1 CF %” rock drain at 184 LF Dollars per Linear Foot TVKATV conduit at 140 LF Dollars per Linear Foot Erosion control device 1 LS removals per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) 3” Sch. 80 PVC & Type 5 pull 1 LS boxes at future signalired intersection at Dollars (Lump Sum) Signing and striping at Dollars (Lump Sum) 1 LS N/A 10,000 e- CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 39 of 48 A-51 Site preparation of all landscaped and hydroseed areas (includes finish grading, weeding, and weed abatement soil amendments) at Dollars (Lump Sum) A-52 Bark mulch for median planters at Dollars (Lump Sum) A-53 Median tree 24” box at .- Dollars Each A-54 Hydroseed Mix #3 at 1 LS 1 LS 9EA 1 LS Dollars (Lump Sum) A-55 Hydroseed Mix #2 at 1 LS Dollars (Lump Sum) A-56 Hydroseed Mix #I at 1 LS Dollars (Lump Sum) CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 40 of 48 A-57 Permanent median irrigation system, including service and capacity fee at Dollars (Lump Sum) A-58 4” PVC median underdrain at 1 LS 802 LF Dollars per Linear Foot A-59 5-gallon median shrub at 216 EA Dollars Each A-60 4” perf. PVC median underdrain at 340 LF Dollars per Linear Foot A-61 Maintenance and plant establishment period at 4M0 Dollars per Month A-62 Record of survey at 1 LS N/A Dollars (Lump Sum) CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 41 of 48 A-63 Plug weep holes in existing 2EA curb inlet at Dollars Each Total amount of bid for Schedule A, Additive Alternative, Street Improvements, Sta. 37+50 to Sta. 50+00 (Item Nos. A-l to A-63) in words: Total amount of bid for Schedule A, Additive Alternative, Street Improvements, Sta. 37+50 to Sta. 50+00 (Item Nos. A-l to A-63) in numbers: .- CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 42 of 48 SCHEDULE B - ADDITIVE ALTERNATIVE STREET IMPROVEMENTS (STA. 50+00 TO STA. 63+00) Item No. Description Approximate Quantity and Unit Unit Price Total B-l Mobilization and preparatory work for bid Schedule B at (not-to-exceed $25,000) at 1 LS Dollars (Lump Sum) B-2 Unclassified excavation per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) 1 LS N/A $10,000 B-3 Subgrade preparation at 93,300 SF Dollars per Square Foot B-4 Conduit, wire, pull boxes and electrical service for street lights at 1 LS Dollars (Lump Sum) B-5 Street lights, 22,000 lumen, 4EA 200 Watt HPSV per SDRSD E- l (Mod) and E-2 at Dollars Each . . CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 43 of 48 B-6 Valve cover to grade at Dollars Each B-7 Adjust access hole to grade at B-8 Dollars Each Aggregate base at B-9 Dollars per Ton Asphalt concrete pavement at B-10 Dollars per Ton Street monument M-10 at Dollars Each B-l 1 8-inch Type “BY median curb per SDRSD G-6 at B-12 Dollars per Linear Foot Curb and gutter per SDRSD G-Z at B-13 Dollars per Linear Foot PCC sidewalk per SDRSD G-7 at Dollars per Square Foot 1EA 3EA 7,625 TN 2,715 TN 2EA 2,600 LF 2,600 LF 13,000 SF ---_ CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 44 of 48 B-14 B-15 B-16 Ic B-17 B-18 B-19 Concrete driveway per G-l 4A 7 X&inch thick at Dollars per Square Foot 4” Median Stamped Concrete on Cannon Road at Dollars per Square Foot Access control gate at Dollars Each Metal beam guard railing per SDRSD M-31 through M-38 at Dollars per Linear Foot Chain link fence and gates, 4- foot high per SDRSD M-6 at Dollars per Linear Foot 3” Sch 80 PVC and Type 5 pull boxes at the future signalized intersection at resort entrance at Dollars (Lump Sum) 340 SF 16,394 SF IEA 1,295 LF 900 LF 1 LS CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 45 of 48 B-20 Final signing and striping at Dollars (Lump Sum) B-21 M9 barricade at Dollars per Linear Foot B-22 Site preparation for all landscaped and hydroseeded areas (includes finish grading, weeding and weed abatement soil amendments) at Dollars (Lump Sum) B-23 Bark mulch for median planters at 1 LS 100 LF 1 LS 1 LS Dollars (Lump Sum) B-24 5-gallon median shrubs at 442 EA Dollars Each B-25 Median tree - 24” box at Dollars Each 13EA CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 46 of 48 B-26 Hydroseed Mix #3 at Dollars (Lump Sum) B-27 Hydroseed Mix #2 at Dollars (Lump Sum) B-28 Hydroseed Mix #I at Dollars (Lump Sum) B-29 Permanent median irrigation system including service and capacity fee at Dollars (Lump Sum) B-30 Maintenance and plant establishment period at Dollars per Month B-31 Plug weep holes in existing curb inlets at 1 LS 1 LS I LS 1 LS 4M0 6EA Dollars Each .- CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 47 of 48 B-32 24” welded steel recycled water at Dollars per Linear Foot B-33 16” welded steel water at Dollars per Linear Foot B-34 3” irrigation sleeves at Dollars Each B-35 2” irrigation service at Dollars per Linear Foot B-36 24” butterfly valve at Dollars Each B-37 16” gate valve at 1,305 LF 1,310 LF 2EA 47 LF 1EA 1EA Dollars Each B-38 2” air vacuum assembly 2EA Dollars Each . - ,- ,- CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 48 of 48 B-39 2” blow off at 2EA Dollars Each B-40 Relocate storm drain at IEA Dollars Each B-41 Cathodic test station at 2EA Dollars Each Total amount of bid for Schedule B, Additive Alternative, Street Improvements, Sta. 50+00 to Sta. 63+00 (Item Nos. B-l to B41) in words: Total amount of bid for Schedule B, Additive Alternative B, Street Improvements, Sta. 50+00 to Sta. 63+00 (Item Nos. B-l to B-41) in numbers: $ t . . * .- July 28, 1998 ADDENDUM NO. 2 RE: CANNON ROAD WEST REACH 1 STREET AND BRIDGE, AND WATER AND RECYCLED WATER TRANSMISSION MAINS COLLECTOR SEWER, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid’ when your bid is submitted. J&RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 HAZARD CONSTRUCTION COMPANY - Bid~&&@&#& PRESIDENT 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 49 . , . NOTICE TO BIDDERS July 27,1998 The City of Carlsbad has issued “Addendum No. 2” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3184. The addendum consists of pages, this notice and a cover sheet. The addendum: 1. Answers questions raised by bidders during the bid process. 2. Answers questions raised by bidder’s during the pre-bid meeting. 3. Changes the bid opening date and adds a second pre-bid meeting 4. Makes revisions to the special provisions. 5. Makes a correction to Addendum No. 1 (replacing page 36 and 37) /- The provisions contained in the addendum are made part of the project as though originally bound with them. As of this date, this addendum contains all changes to the originally issued specifications. SHERRI HOWARD Associate Engineer SLH:jb . . . 2075 Las Palmas Dr. - Carlsbad, CA 92009-l 576 l (760) 438-l 161 l FAX (760) 431-5769 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 2 CONTRACT NO. 3184 Page 1 of 7 ANSWERS TO BIDDERS INQUIRIES: Letter No. 1 1. Is the median planter shown at Sta. 63+15 to be included with Schedule B (it is part of the irrigation system per sheet 97). Or is it to be part of the base bid per the stationing? RESPONSE - It is a part of the base bid. 2. The Base Bid Schedule shows bid item for Hydroseed mixes #3, #l, and #2 (bid’ items l-43, I-44, l-45 respectively). As shown on plan sheets 108, 109 and 110 hydroseed mix’s #l and #3 are labeled NOT A PART.. . a. The plan sheets noted are inconsistent in their labeling from sheet to sheet as to areas that are NOT A PART. For example sheet 108 shows Hydroseed mix #3 as NOT A PART, sheet 109 is not labeled as such while sheet 110 is labeled NOT A PART. It appears that sheet 109 should have had the mix #3 labeled as NOTA PART. Is this assumption correct? b. The Base Bid schedule shows bid items (l-43 and I-44) for Hydroseed mixes #3 and #l. The plans show these areas as NOT A PART (reference part a. above). Please clarify. C. The same problem exists with the plans and Bid Items for Bid Schedules A and B. These need the same clarification as requested above. RESPONSE - Hydroseed Mix has been clarified in Addendum No. f 3. The point of connection falls within the bidding limits of Additive Bid Schedule B (sheet 96, Sta. 54+21). Should this POC plus any mainline, controllers and wiring, and stub-outs for additive Schedule A and B valves with wiring be included in the Base Bid amount? The pricing request for items l-46, A-57, and B-29 all read the same “Permanent median irrigation system including service and capacity fee at so that the bid schedules do not provide the answer. RESPONSE - The POC is a part of Additive Alternative 6 CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 2 of 7 4. Please refer to Section 308-2, page 233 of the specifications. a. The specifications ask to “remove all rock and debris over %” in diameter”. While it makes sense to remove all debris in all areas and rock in the median planters, it makes no sense to remove rock down to this level in the areas receiving the “naturalized” hydroseed mixes. Any rock in these areas will have no detrimental or aesthetic impact on the hydroseeding. Does the project budget include costs to rock pick the entire project? RESPONSE - No, only on the planted median areas. b. The specifications refer to soil preparations for the entire project. Most of the project may receive “naturalized” hydroseed mixes. Soil preparation of the types specified are detrimental to these mixes and are not used. Add to this that most of the areas are 2:l sloped of which it is not practical l to cultivate soil amendments as specified into the upper 6 inches and which will increase the risk of unstable, erodable soils that cannot be held in olace bv matting. Please clarify the City’s intentions. RESPONSE - Only cultivate in the median. 5. Specification section 3084.10 (page 235) specifies the installation of erosion control matting. It would seem to indicate its installation in the hydroseed areas. Will this occur in all of the hydroseed areas including the flat areas? Is there a slope ratio upper and lower limit (i.e., 2:1, 3:l) as to where it will be installed? RESPONSE - Matting is only to be placed on the slopes Letter No. 2 1. Bark mulch specified on bid form is not shown on drawings. Could you please specify bark mulch material and depth of installation. RESPONSE - 212-1.2.5(e) Type 5 mulch will be used in the medians. 2. Drawing #IO9 shows hydroseed mix #l on north side and mix #3 on south side of Cannon Road. Are we to include in bid? RESPONSE - Between Sta. 64+00 to Sta. 66+00, hydroseed mix #f in areas of disturbance from grading operation, Sta. 68+00 to Faraday hydroseed per plan. /- CANNON ROAD WEST ADDENDUM NO. 2 - PROJECT NO. 3184 Page 3 of 7 3. Hydroseed mix #2 shown in parkways. Are we to install for entire project? RESPONSE - Yes. 4. Is it safe to assume there will be no rock pick on hydroseed slope areas as specified per section 308-2. RESPONSE - That is correct. 3184 - Cannon Road West Reach I Pre-bid Meeting City of Carlsbad Community Development conference Room #I 2075 Las Palmas Drive, Carlsbad, California July 16, 1998 IO:00 am . City staff explained that several pipelines will be added to the project and addendum No. 1 will be made available to bidders pending City Council authorization. All firms that had purchased plans would receive letter explaining that the addendum no. 1 is - pending City Council authorization. Carlsbad Municipal Water District briefed on pipeline sizes and lengths: SCH. 1 570 LF 16” welded steel water 2 EA 16” gate valve 540 LF 24” welded steel recycled water 2 EA 24” butterlfy valves 17LF 12” PVC water 2EA 12” gate valves 36 LF 12” welded steel recycled water Appurtenances 130 LF 12” PVC sewer SCH. 2 to cross the bridge required decreasing line sizes 1,020 LF 14” ductile iron pipe 4 EA 14” blind flanges 1,106 LF 14” welded steel recycled water 525 LF 14” welded steel water 6 EA 2” air vacuum assembly 6 EA 14” gate valves 4 EA 2” blow offs 8 EA 14” flexible ball joints July 10, 1998 ADDENDUM NO. 1 RE: CANNON ROAD WEST REACH 1, CONTRACT NO. 3184 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 attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1200 Carlsbad Village Drive l Carlsbad, CA 92008-j 989 - (760) 434-2803 l FAX (760) 434-l 987 @ July 7,1998 The City of Carlsbad has issued “Addendum No. 1” to the Contract Documents and Special Provisions for Cannon Road West Reach 1, Contract No. 3184. The addendum consists of 48 pages, 44 plan sheets, this notice and a cover sheet. The addendum: 1. Revises the Engineer’s Estimate for Cannon Road West Reach 1. 2. Tells the contractor where to obtain the soils report. 3. Makes numerous revisions to the special provisions. 4. Makes numerous revisions to the plans and adds additional plan sets. 5. Replaces Bid Schedules 1,2, A and B. F The provisions contained in the addendum are made part of the project as though originally bound with them. As of this date, this addendum contains all changes to the originally issued specifications. SHERRI HOWARD Associate Engineer SLH:jb ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 Page 1 of 48 IN THE NOTICE INVITING BIDS, MAKE THE FOLLOWING MODIFICATIONS: 1. Page 4, second paragraph, delete the table and replace with the following: BASE BID Schedule 1: Schedule 2: TOTAL BASE BID: Additive Alternative A: Additive Alternative B: Additive Alternative C: TOTAL BASE BID AND ADDITIVE ALTERNATIVE A-C $905 thousand $3.647 million $4.55 MILLION $1.592 million $865 thousand $1.3 million $8.307 MILLION 2. Page 2, fifth paragraph, add the following: “ A copy of the soils reports may be viewed in the Public Works-Engineering Department, 2075 Las Palmas Drive, Carlsbad. Copies of the soils reports may be obtained through one of the several bonded blue printer firms in the area at bidder’s cost.” CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 2 of 48 TO THE SPECIAL PROVISIONS, MAKE THE FOLLOWING MODIFICATIONS: 1. Page 75, 6-l .2.7, Restraints to Activities, first sentence, add the following: “and any activities that will generate noise levels greater than or equal to 60 dBA.” 2. Page 79, 6-2.1, Order of work, delete the second sentence and replace with the following: “The work includes construction of bridge abutment fill and installation of vertical drains at the Macario Canyon Bridge on Cannon Road, the construction of the Macario Canyon Bridge on Cannon Road, and the construction of Cannon Road from LEG0 Drive to future Faraday Avenue.” 3. Page 79, 6-2.2.5, Constraints Imposed for Construction bv Resource Aaencies, Add the following: “An extension to this date may be granted by the Resource Agencies to the Cities permits. The extension may limit contractors working hours during the day. No additional compensation will be due the contractor related to obtaining this extension. All pile driving will include any sound attenuation devices to complete driving the piles to complete the road project within the specified work days.” 4. page 80, 6-7.2, Workina Day, second paragraph, first, second and sixth paragraph, add the following to the end of each sentence: “unless an extension to these dates is granted by the City and the Resource Agencies.” 5. page 102, 206-3.7.2, Manufacturers, delete Section 206-3.7.2 and replace with: “2069.7.2 Manufacturers. The product of or products equal to the following manufacturers are acceptable. A. American Darling B. Mueller Company C. M+H . CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 3 of 48 6. page 103, 206-3.8.2, Manufacturers, delete Section 206-3.8.2 and replace with: “2069.8.2 Manufacturers. The product of, or products equal to, the following manufacturers are acceptable: A. American AVK B. American Flow Control (Darling) Series 500 C. M & H” 7. page 106, 207-9, IRON PIPE AND FITTINGS, delete section 207-Q and replace with: “207-9 IRON PIPE AND FITTINGS. Minimum Class 53 Thickness. Minimum Pressure Class 250.” 8. page 106, 207-9.1, General, delete section 207-9.1 and replace with: “207-9.1 General. Add the following: The internal surfaces shall be lined with two coats of polyurethane (18 mils each coat, 36 mils total), after near white blasting in accordance with SSPC-10. The external surfaces of.ductile iron pipe shall have a bituminous coating. 9. page 106, 207-I 0.1, General, delete section 207-10.1 and replace with: “207-10.1 General. Add the following: All steel potable water lines and recycled water lines shall be fabricated steel pipe. Fabricated steel-pipe shall consist of butt or offset butt electrically welded straight or spiral seam steel cylinders, shop fabricated from plates or sheets in accordance with AWWA C200. Steel plates or sheets shall comply with the requirements of ASTM A570, Grade 30 or 33 or ASTM A283 Grades C or D, A36. All joints shall be field-welded lap joints and shall comply with the requirements of Section 3.7 AWA C200. Maximum pipe length shall be 42 feet. No cutting or altering the pipe bell or spigot will be allowed. Field fabricated bends, tees, crosses, and wyes shall be fabricated and dimensioned in accordance with AWA C208.” CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 4 of 48 10. page 107, 207-l 0.2.5, Joints, delete section 207-I 0.2.5 and replace with: “207-10.2.5 Joints. Add the following: Joints shall be “Double-Pass” field- welded lap joints.” . 11. page 107, 207-I 0.4.1 General, delete section 207-10.4.1 and replace with: “207-10.4.1 General. Add the following: All steel potable water and recycled water lines shall be cement-mortar lined and coated in accordance with AWWA C205, unless otherwise noted. The steel water and recycled water lines in Macario Canyon bridge shall be cement mortar lined in accordance with AWWA C205 and epoxy coated with two coats of polyurethane (18 mils each coat, 36 mils total) after near white blasting in accordance with SSPC-10. 12. page 107, 207-17.1 .I PVC Sewer Pipe, change the section number to 207-17.1.2, delete the section and replace with: “207-17.1.2 PVC Sewer Pipe. CQOO PVC sewer pipe will be required for sizes 12” or less which will be buried at a depth greater than 15’. CQOO PVC sewer pipe shall meet the requirements of AWA CQOO. The pipe size shall be 8-inch or 12-inch and shall have an SDR of 35 unless buried deeper than 15’. The SDR 35 PVC sewer pipe shall conform to ASTM 03034. All pipes shall be supplied in 20-foot lay-lengths.” 13. page 189, Table 300-4.7.1(A), delete the entire table and replace with: MACARIO CANYON BRIDGE East Embankment 5-foot PV Drain Spacing Fill Stage Fill Stage Surcharge Height Estimated Height (ft) m Settlement Period (weeks) Stage 1 20 NA 8 Stage 2 20 5 20 Stage 2 20 IO 17 Stage 2 20 15 14 Follow soils engineer recommendations for surcharge placement. CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 5 of 48 TO THE APPENDICES ADD THE FOLLOWING APPENDIX K: APPENDIX K WOODWARD-CLYDE ADDITIONAL GEOTECHNICAL ENGINEERING RECOMMENDATIONS MACARIO CANYON BRIDGE EMBANKMENT July I,1998 Woo&n&d-Clyde @ Engmeering 8 sciences applied to the earth 8 its enwronment - July 1, 1998 Ms. Sherri Howard City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 920094459 RECEIVED JUL 06 1998 ENGINEERING OEPARTMENT Subject: Additional Geotechnical Engineering Recommendations Macario Canyon Bridge Embankment Cannon Road West Carlsbad, California Woodward-Clyde Reference No. 955 11302-EC0 1 Dear Ms. Howard: Jn accordance with our proposal dated June 8, 1998 and your Authorization dated June 22, 1998, Woodward-Clyde International-Americas (Woodward-Clyde) is pleased to present this letter providing supplemental geotechnical recommendations for the east embankment of the Cannon Road Macario Canyon Bridge. The purpose of our supplemental work was to provide information to assist the City of Carlsbad and their consultants in project design and scheduling. Jn particular, our work consisted of evaluating the potential for installation of the pile foundations prior to completion of the consolidation period and evaluating alternatives for acceleration of the consolidation period. BACKGROUND For our study, we have discussed the project with Ms. Sherri Howard of the City of Carlsbad, Mr. Chuck Collins of O’Day Consultants and Mr. Jim Rucker of McDaniel Engineering Company, Inc. We have also been provided with a preliminary construction schedule for the project. Woodward-Clyde has prepared numerous reports for the Cannon Road project. The following reports contain recommendations relevant to the Macario Canyon Bridge: l “Geotechnical Investigation Cannon Road - Reach 2, Carlsbad, California,” prepared for O’Day Consultants, dated August 26, 1996 l “Additional Geotechnical Recommendations Macario Canyon Bridge - Cannon Road, Carlsbad, California,” prepared for the City of Carlsbad, dated August 13, 1996 Woodward-Clyde Consubnts l A subsidiary of Woodward-Clyde Group, inc. Sunroad Plaza 3, Suite 1000 l 1615 Murray Canyon Road l San Diego, California 92108 619-294-9400 l Fax 619-293-7920 Woodward-Clyde Ms. Sherri Howard City of Carlsbad July 1, 1998 Page 2 l “Geotechnical Recommendations for Fill Placement and Guide Specifications for Sand Blanket and Wick Drain Installation, Proposed Cannon Road Bridge East Embankment, Carlsbad, California,” prepared for P&D Technologies, dated March 2, 1990 a “Geotechnical Investigation Cannon Road Bridge Over Macario Canyon, Carlsbad San Diego, California,” prepared for the Buie CorporatiotKarlsbad Development Company and Ranch0 De1 Cerro Joint Venture through P&D Technologies, dated January 10, 1989 In addition, we have reviewed plans entitled “Cannon Road West Street Improvements, STA. 36+17.72 to 124.86.39” prepared by O’Day Consultants, dated February 19, 1998, including structural plans for Cannon Road Bridge over Macario Canyon prepared by McDaniel Engineering. The Macario Bridge site is underlain by shallow fill and up to approximately 100 feet of alluvial soils that consist of erratically interbedded layers of soft to firm clays and loose to medium dense sands. Current design of the embankment includes installation of prefabricated vertical (PV) drams on 5-foot centers and placement of a 5-foot high soil surcharge to accelerate the consolidation time. Several PV drain spacings and associated consolidation waiting periods were presented in our March 2, 1990 report and verified in our August 26, 1996 report. Due to the scheduling constraint of completing pile installation for Abutment 6 by March 1, 1999, we have been requested to evaluate either installation of driven pile foundations prior to completion --of the estimated consolidation periods or accelerating the consolidation period. PILE INSTALLATION Our 1989 report contained recommendations that the Abutment 6 piles not be installed until the embankment fills stabilized and settlement was essentially complete. We also recommended that the driven pile foundation be designed with a downdrag load of 50 tons for each 12x12- inch square pile to account for potential liquefaction-induced negative skin friction. The project plans for Abutment 6 include 18 battered piles and 10 vertical HP 14x117 steel piles. The effects of additional consolidation of the soils subsequent to driving piles would be induced downdrag loads on the vertical and battered piles and induced bending stresses on the battered piles. Based on a June 29, 1998 conversation with Mr. Jim Rucker of McDaniel Engineering, the project structural engineer, we understand that bending stresses would be detrimental to the battered piles and should be avoided. Therefore, it is recommended that the battered piles not be driven before the majority of the consolidation is complete. . WoodwardGlyde Ms. Sherri Howard City of Carlsbad July 1, 1998 Page 3 CONSOLIDATION Based on the structural requirement of completing the consolidation period prior to pile installation so that settlements-induced bending stresses are not induced on the battered piles, we have evaluated methods of reducing the consolidation period. Consolidation of the soil can be acelerated by reducing the distance to a free drainage path (PV drain spacing), or by increasing the magnitude of the applied load (surcharge height above the final embankment). It is our opinion that reducing the PV drain spacing closer than 5 feet would not be practical. Due to the low strength of the alluvial soils, fill placement for the embankment was divided into two stages to allow for the soils to increase in strength prior to placing the Stage 2 fill. Our 1990 report recommended that the Stage 2 fill with 5-foot surcharge should not exceed a total of 25 feet in height. Our review of the provided construction schedule indicates a 4 week period for placement of the Stage 2 fill. Our evaluation of the gradual increase in soil strength during this 4 week period indicates that a IO-foot surcharge should not cause subsurface instability; however, monitoring of instrumentation during fill placement may dictate the allowable rate of fill placement. Waiting periods for a 5-foot PV drain spacing and various surcharge heights are presented below. Fill Stage Stage 1 Fill stage Height (ft) 20 Surcharge Height (f-0 NA Estimated Settlement Period t-W 8 Stage 2 20 5 20 Stage 2 20 10 17 Stage 2 20 15 14 The settlement periods are calculated following placement of the full stage height and assume at least 3 weeks to place each stage. An 8 week waiting period is estimated between the stages. Analysis of the settlement monitoring surveys during the settlement period will assist us in evaluating the permissible rate of settlement and projecting the completion date. However, due to stability concerns, we do not recommend placing surcharge heights in excess of 10 feet during Stage 2 filling. Additional surcharge heights after completion of Stage 2 may be Ms. Sherri Howard City of Carlsbad July 1, 1998 Page 4 Woodward-Clyde recommended following review of the projected completion date and the actual construction schedule. It should be recognized that the prediction of consolidation rates is approximate and for use in project planning. Actual settlement periods may be longer or shorter than those presented above and will be evaluated based on instrumentation monitoring during construction. Very truly yours, WOODWARD-CLYDE INTERNATIONAL-AMERICAS Kevin M. Crennan, Project Engineer KMC:lej CANNON ROAD WEST PROJECT NO. 3184 -ADDENDUM NO. 1 Page 11 of 48 TO THE PROJECT PLANS MAKE THE FOLLOWING MODIFICATIONS: 1. DWG 333-2G, Sheet 1, Sheet Index, Sheet 90 was not included in original bid set and is included in this addendum. 2. DWG 333-26, sheet 1, Sheet Index, make the following changes: “Delete CMWD Proj. No(s). 88-602 and 92-406, sheets 3 and 4 Add sheets DWG 333-2GD, sheets l-29, Cannon Road Water and Recycled Water Transmission Mains Phase 2 (88-602) and 8” and 12” Collector Sewer Pipelines (92-406)” 3. DWG 333-2G, Sheet 1, Legend, Delete the following items from the Legend: “Sewer Main Acceshole Reclaimed Water Main Water Main Gate Valve Butterfly Valve Blind Flange PVC Plug Tee Thrust Block 2” Manual Air Release Assembly 2” Air Vacuum Assembly 2” Irrigation Reclaimed ‘Water Service” 4. DWG 333-2G, sheet 3, Profile - Pointe Parkway, Delete the profile 5. DWG 333-26, Sheet 3, Delete the Reclaimed Water Data, Water Data and Sewer Data tables 6. DWG 333-26, Sheet 3, Delete the following from the plan and profile sheets: 24” welded steel, IO Ga. Reclaimed Water Line, 16” steel Water Line, 8” PVC SDR 35 and 8” PVC C900 Sewer line 7. DWG 333-2G, Sheet 4, Delete all Water, Reclaimed Water and Sewer Data tables. 8. DWG 333-2G, Sheet 4, Delete the Profile - Utilities at STA .41+20+_. c- CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 12 of 48 9. DWG 333-26, sheet 4, Delete the following from the plan and profile sheets: 24” welded steel, 8 Ga., 8” steel, 12” steel and 8” PVC (CL 150) Reclaimed Water Line, 16” steel and 8” PVC (CL1 50) Water Line, 8” PVC SDR 35 and 8” PVC C900 Sewer line 10. DWG 333-2G, sheet 43, Detail, Project sign, correct the spelling of Mayor Pro Tern to: “Ramona Finnila, Mayor Pro Tern” 11. DWG 333-2G, Sheets 76-89, remove sheets 76-89 and replace with revised sheets 76-89 revised June 30, 1998. 13. DWG 333-26, Sheet 106, Hydroseed Mix #I is required on the slope to be reconstructed from STA 48+00 to 50+00. _- 14. DWG 333-2G, Sheet 107, the slope on the south side of Cannon Road indicating Hydroseed Mix # 1 is NOT A PART of this contract. 15. DWG 333-26, Sheet 108, Hydroseed Mix #3 on the north side of Cannon Road from approximately STA 63 to 64 is a part of this contract. 16. DWG 333-2G, Sheet 108, Hydroseed Mix #I on the south side of Cannon Road from approximately STA 62 to 65 is a part of this project. 17. DWG 333-2G, Sheet 109, Hydroseed Mix #I on the south side of Cannon Road is a part of this project. 18. DWG 296-6, Sheet 9, Stockpile Locations and Permitted Haul Routes, Add the following: “Should the contractor choose to haul the fill material in dump trucks from the stockpile on Lot 18, the LEGOLAND property, an alternate route may be taken through the LEGOLAND property on an existing haul route than runs adjacent to the perimeter fence to LEG0 Drive. From LEG0 Drive take existing paved AC construction access road to existing haul route to an existing haul route approximately 0.1 mile from LEG0 Drive through Lot 5 to the approved haul route along the property boundary between Lot 5 and Lot 17.” 19. DWG 333-2V, Sheet 12. The Pedestrian Underpass at STA 43 + 00 has been lowered 2.67 feet. CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. I Page 13 of 48 20. CMWD Project No(s). (88-602) and (92-406), Delete sheets 3 and 4. 21. Add DWG No. 333-2GD, Sheets 1 - 29 Cannon Road Water and Recycled Water Transmission Mains Phase 2 (88-602) and 8” and 12” Collector Sewer Pipelines (92406). CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 14 of 48 Replace Bid Schedule 1 with pages 15 through 27, inclusive Replace Bid Schedule 2 with pages 28 through 30, inclusive Replace Bid Schedule A with pages 31 through 41, inclusive Replace Bid Schedule B with pages 42 through 48, inclusive -- _ CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 15 of 48 SCHEDULE 1: BASE BID STREET IMPROVEMENTS (STATION 63+00 TO 64+67 AND 69+21 SO TO 73+82.73) Item No. DescriDtion l-l Mobilization and preparatory work for bid Schedules l-2 (not-to- exceed $300,000) at Dollars (Lump Sum) l-2 Class “A” field office for agency personnel at Dollars per Month l-3 Construction schedule (CPM) (not-to-exceed $36,000) at Dollars (Lump Sum) l-4 Furnish and install project sign at Approximate Quantity and Unit Unit Price 1 LS N/A 12 MO 1 LS N/A II34 Total Dollars Each t CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 16 of 48 I-5 l-6 I-7 .- I-8 l-9 I-10 l-l 1 Environmental fencing at Dollars per Linear Foot Clearing and grubbing per Section 3-3 SSPWC at THIRTY THOUSAND DOLLARS Dollars (Lump Sum) Removal of trash and debris per Section 3-3 SSPWC at FIVE THOUSAND DOLLARS Unclassified excavation at Dollars (Lump Sum) Unconsolidated material removal and recompaction per Section 3-3 SSPWC at SEVENTY THOUSAND DOLLARS Slides and slip outs per Section 3-3 SSPWC at TWENTY THOUSAND DOLLARS Gravel bags at Dollars Each 2,353 LF . N/A N/A 1 LS N/A N/A N/A $30,000 $5,000 N/A N/A $70,000 $20,000 N/A N/A 300 I3 C CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 17 of 48 1-12 Silt fence at 1,425 LF Dollars per Linear Foot I-13 Remove and dispose riser and 1 LS pipe and plug RCP (approximate Station 63+15) at Dollars (Lump Sum) 1-14 Four inch (4”) conduits for PacBell crossings at Dollars (Lump Sum) 1-15 Conduit, wire, pull boxes, and electrical service. for street lights at 1 LS 1 LS Dollars (Lump Sum) I-16 Street lights, 22,000 lumen, 200 4EA watt HPSV per SDRSD E-l (Mod) and E-2 at N/A N/A Dollars Each I-17 Bridge lighting on Macario Canyon 1 LS Bridge, 22,000 lumen, 200 watt HPSV, per Caltrans Dwg. E S-6B at Dollars (Lump Sum) CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 18 of 48 I-18 Adjust access hole and cleanout at Dollars Each l-l 9 Adjust water meter and meter box to grade at Dollars Each I-20 Aggregate base at 3,475 TN Dollars per Ton 1-21 Asphalt concrete pavement at Dollars per Ton 3EA 2EA 1,235 TN l-22 AC dike per SDRSD G-5, Type 117 LF “K’ at Dollars per Linear Foot l-23 Record of Survey at 1 LS Dollars (Lump Sum) l-24 Street monument per M-10 at 1EA N/A Dollars Each CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 19 of 48 l-25 Drainage ditch per SDRSD D-75 Type D at 90 LF Dollars per Linear Foot l-26 Median curb per SDRSD G-6 930 LF Type B-l (Mod) 8-inch at Dollars per Linear Foot l-27 Curb and gutter per SDRSD G- 1,050 LF 2 Type B at ,- Dollars per Linear Foot l-28 8-inch to 6-inch curb transitions 72 LF at Dollars per Linear Foot l-29 Sidewalk per SDRSD G-7 at Dollars per Square Foot I-30 Concrete driveway per G-14A 7 %-inch thick at 5,250 SF 501 SF Dollars per Square Foot CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 20 of 48 1-31 Median stamped concrete 4- inch on Cannon Road at Dollars per Square Foot l-32 Metal beam guard railing per SDRSD M-31 through M-38 at Dollars per Linear Foot l-33 Chain link fence and gates, 4- foot high per SDRSD M-6 at Dollars per Linear Foot 1-34 Crash cushion per Caltrans Standard Plan A-81 at -- - Dollars Each. l-35 Access control gate at 2EA Dollars Each l-36 3” schedule 80 PVC and Type 5 pull boxes at the future signalized intersections at Faraday Avenue at 5,685 SF 750 LF 95 LF 2EA 1 LS N/A Dollars per Lump Sum _ r r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 21 of 48 l-37 Final signing and striping at Dollars (Lump Sum) l-38 Furnish and install temporary traffic control, signing and striping pavement markings, temporary markers at Dollars (Lump Sum) l-39 Site preparation of all landscaped and hydroseed areas (includes finish grading, weeding, and weed abatement soil amendments) at Dollars (Lump Sum) 140 Bark mulch for median planters at Dollars (Lump Sum) l-41 5-gallon median shrubs at 1 LS 1 LS 1 LS 1 LS N/A N/A N/A N/A 34 EA Dollars Each CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 22 of 48 ,- c l-42 Median tree: 24.inch box at II3 Dollars Each I-43 Hydroseed Mix #3, erosion 1 LS control matting and temporary irrigation of temporary slope area outside of right-of-way at Dollars (Lump Sum) l-44 Hydroseed Mix #I, erosion 1 LS matting and temporary irrigation for permanent slopes outside of the right-of-way at N/A N/A Dollars (Lump Sum) - . - f-. CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 23 of 48 1-45 Hydroseed Mix #2 and temporary irrigation of parkway area between right-of-way and roadway improvements at 1 LS N/A Dollars (Lump Sum) 1-46 Permanent median irrigation system, including service and capacity fee at 1 LS N/A Dollars (Lump Sum) I-47 Median irrigation sleeves at 1 LS N/A Dollars (Lump Sum) I-48 Maintenance and plant establishment period at 4M0 Dollars per Month I-49 16” welded steel water at 570 LF Dollars per Linear Foot r CANNON ROAD WEST PROJECT NO. 3184 - ADDENDUM NO. 1 Page 24 of 48 I-50 16” gate valves at 2EA Dollars Each I-51 24” welded steel recycled water 540 LF at Dollars per Linear Foot l-52 24” butterfly valves at Dollars Each l-53 12” PVC water at Dollars per Linear Foot I-54 12” gate valves at 2EA 17 LF 2EA Dollars Each I-55 12” welded steel recycled water 36 LF at Dollars Each I-56 Cathodic test station at 2 EA Dollars Each -. C. c.. +- -- c.. .-.. -- c- -- Y- -- -- - -- c- 16. Additional Provisions. Any additional provisions of this agreement are set forth in the “General Provisions” or “Special Provisions” attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: ]-j,WWD CGNSTRUCTION COMPANY (name of Contractor) By: W.8. ROGERS, VICE PRESIOENI’ (print name and title) ---- tant City Clerk (print name and title) 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: RONALD R. BALL City Attorney By: u CJe#~ty City Attorney 4 r 5s . q 1 lQal90 Contract No. 3184 Page 52 of 249 Pages ,- State of California County of San Diego } On November 2. 1998 before me, Virginia Ann Wait. Notary Public, personally appeared W.S. Roaers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. /- WITNESS my hand and official seal. ,- State of California . County of San Diego On November 2. 1998 before me, Virainia Ann Wait, Notary Public, personally appeared T.J. Masterson, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. .- BOND NO. B257 90 75 PREMIUM: INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 1029 AND 98-356 HAZARD CONSTRUCTIO’N adopted OCTOBER 27, 1998 , has awarded to COMPANY (hereinafter designated as the “Principal”), a Contract for: CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 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, HAZARD CONSTRUCTION. COMPANY I as Principal, (hereinafter designated as the “Contractor”), and RELIANCE INSURANCE COMPANY ,- as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO Ml LLION NINE HUNDRED TWENTY SEVEN THOUSAND FIVE HUNDRED THIRTEEN AND/mollars IJO- ($ 2,927,513.70 ) said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under ihe terms of. the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors 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, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court, as required by the provisions of section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). .-- 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 thereunder 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. t3 1108198 Contract No. 3184 Page 53 of 249 Pages _- 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 A* - day of /s(Ddw ,ld!Z CONTRACTOR: HAZARD CONSTRUCTION COMPANY (name of Contractor) “l-1 (print name here) (telephone number of Surety) (title and organization of signatory) By: AW (sign here) (print name here) .C (title and organization of signatory) Executed by SURETY this 30TH day of OCTOBER ,1998 . SURETY: RELIANCE INSURANCE COMPANY (name of Surety) 4275 EXECUTIVE SQUARE, STE. 700 LA JOLLA, CA 92Oj7 (address of Surety) 619-455-6566 By: w (signature of Attorney-in-Fact) DALE G. HARSHAW (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (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 corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney f%p&yCity Attorney fw -l - Contract No. 3 184 Page 54 of 249 Pages State of California County of San Diego ) } On November 2. 1998 before me, Viroinia Ann Wait. Notary Public, personally appeared W.S. Rogers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. nlNlA ANN WAIT g _ _ . _ +L itm7n70 _ r”--vnu,” . . . . I. 2 ..-,.r^ I,.ra, c 9nd State of California 1 ; County of San Diego } On November 2. 1998 before me, Virainia Ann Wait, Notarv Public, personally appeared T.J. Masterson, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. NOTARY PUBW 4AUFORNlA 4 SAN D/EGO COUNTY _ . State of California County of San Diego ) On October 30, 1998 before me, Tara Bacon. Notary Public, personally appeared Dale G. Harshaw, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. REXJA.NCE SURETY COMPANY RELIANCE INSMCE COMPANY WHITED PACIFIC INSURANCE CObfdNY ‘1 ” ,, RELUNCE NATMNAL iND@ %OMkhN-Y I_ ,m 8, ” ) ‘, ADMINI;STd,~~~~,ti”‘QF;~~~E, PNKADElPNIA, PENNSYLVANIA N,‘, POWER 01F‘A’I%?IWEY KblOW ALL’ MEN @Y THESE PFYESENTS, that ~~E,LIANCEII,SUF&TY, COMPA,NY is~~fi:corperatipn dulryt ~~orga&z$ under the laws of the State of Det- l,$%vare,~ and, that 8PtELtANCE INSUfiAN’CE COMPANY and ~~~l~~D~,~~CtFtd~I~SU~~IV~~.E,~b#~~N~, are corporetiions duly organizsd under the laws ‘et’ the Com~monweafth,,of Pennaytvania and, tHat RELIANCE:, NATIoNAL IND,EMN\TY CQMPANY ip a corporation duly organtted under the laws of the St&a of ‘Wiscbnein (herein collectively ‘called ‘HtHe CbM sonstftute anti appoint ‘Dale 0. Narefiaw, of ,San Diego, CJI k ~ni&$“f and that ,Ithe Companies by: virtue of signature and seals do Hereby- make, rniet their tn@and lawfP31’~‘~~~mneyls)~in-~ac~i to make, execute, seal and dekver for and on their behalf, and as their act and deed &ry and aff bonda and undertafdngs of suretyship and to bind the Companies thereby ae fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of suceh officers, and hereby ratifies and confirms all that their said, Attorney(s)-in-fact may do in pursuance hereof. This Power of Attorney is granted under :ilnd”byl the authority of Art& Vfl of the By-Leti of AELIANCE’ SURETY CQMPANY, RELIANCE INSURANCE COMPANY, UNITED ‘PACIFIC fN;$U,RANCE COMPANY, and REfJANCE NATIONAL INDEMNITY COMPANY which, provisions are now in full force and effect, read& as fcilf~ws’r’ ARTICLE VII - EXEClflfON OF SONDS y” UfWE~pI(INDS “‘:,J:li ‘I. Th@‘8&#, it’ lbztws, the PresidefM, the Chairman of the Eowd, any S&W Vice &i&M 4119 Woe &$aidrqt ‘w A&tjb;tarlF ,V& ‘&&L%t of other off&f d&gMCed C tll9 %oatd Of ~i&cuJrs BhCll t@Mi power and authority to (a) appoint Attomey(sJ-in-Fact and tff authorire them to’&cU# ,&I beh# $f thW&flpapyl &l&s &nd un&trrkingS. reco!WiZancW. contract8 of indemnity ,& oth,t Witing.‘i?Wge~w~ ii the MIUW thereof, and tbl to wmove any such Attomt@&b~+act at gny tlm,s and r?,y” #ia ,powei~~&allfhqtl$ Shr~ to them. ,‘,’ ,, 8’ ,’ s,, ” 2. A~t&&.bh-f&t shall have power and suthwlty, sub@ to the twms and lknitations of the Pow di AttOiney’ is&&to &rd, to execute dalivet on behalf of the Compaq bonds and und#takfngs, recognizances. contracts of indemiI!ty and other writings obligatory in tba nature thereof. The corpMate seal is not ~W%SWV for the validity of any bonds and undertakings. rq~~~ances. contracts of indwnnity and other wtidings oblipgtqw in the mqtwe ,th~eo~~ ,;I, :,, ‘8 ‘8,’ ‘,, “88, 3. A~rnq&Jh&t shall have p&w and a&i&Q cd’ ex$~Utb affi#W&“:‘&ired to be attaehsd to bonds, t&gnirances, contfarh of in&Vn@y 01 oihw Wn&tiofMl M ObligatoW ,’ $&rt~k~hg$ and lliey shall also f&y? power and author&j t,b nzwtify t& fi&wid ;St&q&t 6 the Cotnpanv arid to ccrpiss of the Sy-ti of the Company or $v WWs or se&y th%Wf. ,,‘I ‘f~is~~&r of hwn&‘is Mgnod and sf&ed by facsimile &&&nd by a&&i; if’@; &aw~ resolucirtn adapted W the Eaewt%e andFin&%e CommLtt& 06 ‘tibia Soards’df Qi$WbWs of ‘RpliBnce lrmmnce Company, United Pacific Insurance Company and Reliance National Indemnity Company by Ulranimow Cons6nt dated as of February 28, 1994 and bv the Executive and Finandsl Committea of the Board of Dkectors of Retiance Surety Company by unanknous Consent dated as of March ?Jr 1994. ‘,’ ms,, ,‘m, ,m ,’ ,;m ,,‘,, ,s ,,m ,,,’ ‘&d\rad that ‘thb s$natwes of such directors and officers and the & of t& Comd& m* ,& “affb+&&l aby @cb ~&r~‘ot &ttC& or any wrtififatea mfatif~ thereto bv facsim!lp.Bnd any such Cowof of Attorney or certifi&te bearing such fscs3mii signat& bf t&idle &$&a# ‘k& Galid ,#d L$irrc#ng WY@ the Camparqr end any such Pew= so ‘exec&d Bnd @$#tifiad by fecsimila signatures and facsimtie seal ahail bevaiid amI bind&i&.$ ah CC&&, in”th& f&i ,$ivitfr’f&pect ‘tb any bond OT undertaking to which it k grttaohqd.” ,‘,S,,,S’ ‘,, “, ‘, ,, ” \NSS%lTNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19. . 88 “, ,m ,m’ ,,’ ‘, ,S” ,:,, 8, ” ,, ,,s,, UMffED PAC@%?~SW~Cs! COMPANY RELXANCE NATIOI’tAlJ INDEMNW COMPANY ” &ATE OF Wlashingtqn CGUNTY 0EKk-q } ,, ) ss. ‘, ,,,’ ,,,s “‘,, ‘, 8, ,, ‘8,’ On this, Jury 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National indemnity Company and that as such, ‘being authorired to do $9, ego&g instrument for the purpose therein contained by signrng the name of the corporation by himself as its duty authorised offrC rn witness wheraof, I hereunto bet my hand and’offl’cial &aL ” I,, f%osrJln Layny larksfstani Secretary of RELIANCE SURETY COMPANY, PELlANCE IN ANY, and REL ANCE NATtONAL INDEMNITY COMPANY do hereby certrfy that the a of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereub set my hand - Assistant Secretary ,, ,,’ BOND NO. B2.57 90 75 PREMIUM: $35,186.00 FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 1029 & 98-356, adopted OCTOBER 27, 1998 , has awarded to HAZARD CONSTRUCTION COMPANY , (hereinafter designated as the “Principal”), a Contract for: CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, HAZARD CONSTRUCTION COMPANY , as Principal, (hereinafter designated as the “Contractor”), and RELIANCE INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Five Million Eiqtk Hundred Fifty Five Thousand and Twenty Seven and 40 / 1 oo--------------------------Dollars ($ 5,855,027.40 ), said sum being equal - to one hundrea percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the 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 therefor, 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 thereunder 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. @ 1108198 Contract No. 3184 Page 55 of 249 Pages 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. CONTRACTOR: HAZARD CONSTRUCTION COMPANY (name of Contractor) By: (sign l@) W.S. ROGERS, Vi& PRESIDENT (print name here) (Title and Organization of Signatory) (Title and Organization of signatory) Executed by SURETY this 30’JX-I day of OCTOBER , 1998 . SURETY: RELIANCE INSURANCE COMPANY (name of Surety) 4275 EXECUTIVE SQUARE, STE. 700 LA JOLLA, CA 92037 (address of Surety) 619-455-6566 (telephone number of Surety) By: 23~lc qL&& (signature of Attorney-in-Fact) DALE G. HAEiSHAW (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (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 corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney w City Attorney br 55 - 43 1ioaf9a Contract No. 3164 Page 56 of 249 Pages State of California County of San Diego On November 2. 1998 before me, Virginia Ann Wait. Notary Public, personally appeared W.S. Rogers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. State of California County of San Diego On November 2. 1998 before me, Virainia Ann Wait. Notarv Public, personally appeared T.J. Masterson, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. State of California ) County of San Diego ) I-- On October 30. 1998 before me, Tara Bacon, Notary Public, personally appeared Dale G. Harshaw, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. RELIANCE !WRETY COMPANY UNITED PACIJTIC INSVCE CO&&NY RELLANCE INVCE COMPANY “, RELIANa NATIONAL IlWbhT@ COWANY .-. ADlvtINLSTRATfVE, OFF&, PHILADELPHIA, PENBBYLVANIA POWER OF ATTORNEY &were, ,ar’rd thet RELIANCE INSURANCE’CdMPANY a&Y UNfT6D :PAQFt<:~‘I’h&JR$NCl$ @&&ANY, are corporations duly organized under the laws f&IW ALL’ MEN 6v THESE PR&ENTS that RELlAN&SUk~i%rY $X3MP&NY ie”‘&rp&di n duly orgenlze,d under the laws of the State of Det if tha Commonwealth of Pennsylvania and that RgLlAN$X NATt$YNAL IN~DfiMNITY ‘COMPANY is a cor,porafibn duly organized under the laws of tha Stete of Wisconsin (herein qolleaively called ‘“the ~~om&nfee”) and that ‘the fiomPan\as b’ virtue of signature and seals do hereby make, constitute and appoint Dafa 0. Harshaw, of 6an Diego,~~~~~ali$oirLhi their truoand lawful, Attorney &in-Faot, to make, execute, seal and deliver for r and on their behalf, and as their act and deed any and a# bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of sukh officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney ia granted under’ &d by the ‘authority of Artiola VU of the By-Laws of RELiANJCE SURETY COMPANY RELIANCE INSURANCE COMPANY, UNITED PACIFIC 4NSUR~NCE COMPANY, end RELfANCE NATTONAL INDEMNITY COMPANY which provisions are now in full force and effect. riading as follows: ARTICLE VII - EXIXWlIUN w BONDS f$&P UNDERT~IMGS ,’ ,,I); : ,,,‘)#‘,N t ., the’Wa6tl of Uiiwztors. the President, the Chairman af the Beard, any Sat-M Vlca i&ident,,,any Vkq F&i* ,w Assibtant~ &a &Mwit or other off&x dasignatad by the E%wd of pir$ctora’~Sbdll heva &v~ and auWwity to Ial appoint Attorney(s)-in-Fact and to authorire them to &&tie ofi bet& d’f the &mpan@,‘bWds and &d&takings, &be othmFwritktQS pbtig$COrv in tfw nature tharaof, and lb) to remove any such Attome#aM-Fact at wy &~a and tie&e the,,Jw~e~‘a&umsrmf giVeh to them. fac&zancas, cootraCts of indemnity ,I’ 2. AttomeyW-hMsct shall heve power and authority. subject to the terms and liiaticms cd the Power of &torney is&to th& to axacota daWar on behalf of the Company. bonds and undwtaldngs, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The nnporate seai is not nacwaary fw the validity Of any bonda and undertakings, recognkwms, COWrscts of kvte’nnity and other wrMgs obli@tWxy in the nature thereof. ” : ‘,, 3. ~ttomay&M-Fact @hall have power and ‘du+rity t@“en&ute affi’&vit&fQtiired ta be attached ta Bands. ra&gnizaf!c.?s, cQnttact+ of k-+demriity M Whw coriditioaal QI abligatory w’tdartaY!y@a and they shall also l’&e power and authority to certify the fiia~clld M&mLfn td the Cmnparryand to w@ies of the 5y-iaws of the Company M any Brtklu or s&km tharwf. ,,m This ehawer of Attwnay Is signed and sealed by facsimile udder arld by authori& of tha following resolution adoptad by the Executive andFiiawa CommitteeS of the Boards of Dlmctors of Ralibrtca Insurance Company, United Pacific lnaurance Company and Reliance Nation& lndamnity Campany by Unanknolg Consant datad as of February 28. 1994 and by the Exawtiva and Financial CyTtmit!ae of ttla Board of Directors of Raiianca Surety Company by Unanhnwa Consent dated aiyy March 3J, 1994. ‘, ” ‘Resolved that the signatures of such directon and offke~ and tha seat of tha Camp@ mav;;# a%& &J any $y++tWer oi’~&Wrnay or sny cart- redating tharato by - fa%slrfIMa,and ehy such Power of Attorney or certif&ats baaring such &&mile signatwq M ten;asmilc ~sa8f’+l ti’vali$, $I lWh&ng upah the Campany and any such f’awaf so executed and certified by facsimile signatuw and facsim& seal ahall be valid and bindk~q w+t! the ComQany, in @be futta iivi& ra$pwt to any band 01 undertaking to whit31 it b attachad.” ” ffNf46lTNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 8’ REI+fA#CESLK$JETY Y ‘, ,,m ItELIAHCE $tcwRaCE Y tMTE.0 PACTI@ jNSURAzycH COM’PANY REUAMCE NATIOPlk INDEmk’TY COMT’AT+lY iTATE OF Washington t@A$lY OF king 1 } ss. ,m ,, ,, 3n this, July 19, 1996, before me, Janet Blankfey, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of :he Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National ndemnity Company and that as such, being authorized to do oregoing instrument for the purpose therein contained by signing :he name of the corporation by himself as its duly awthorized Q n witness whereof, I hereunto set my hand end ~official deaf. 1’ &&I Lzqingq k$sistant Secretary of RELIANCE SURETY C 4NY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the a )f Attorney executed by said Companies, which is still in full force and effect. N WITNESS WHEREOF, I have hereunto set my’hand an$aff/xed the se& uf sakKompehi$s ,, as ,L o~,B~ day of OCTOBER 19 98 -. Assistant Secretary -. _- -_ -- -- c- CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION -- -- -- DEFINITIONS: MINORITY BUSINESS ENTERPRISE: “Minority ,- Business” is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly -- owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged The followina reoresentation and certification shall be completed, signed and returned to City of Carlsbad as : p&t of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: Are you currently certified by CALTRANS? YES NO-IL Certification #: CERTIFICATION OF BUSINESS REPRESENTATION&k Mark all applicable blanks. This offeror represents as a part of this offer that: This firm is-, is notx a minority business. This firm is-, is not2 a woman-owned business. WOMAN-OWNED BUSINESS: A woman-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. FIRM’S PRIMARY PRODUCTS OR SERVICE: CoNsr~m~ -- -- (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the US. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CONSTRUCTION CONTRACTOR: CLASSIFICATION(S): A LICENSE NUMBER: 15054~ TAXPAYERS I.D. NO. 33 - OS07734 c- -- -- c- - ,’ c- c- CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. HAZARD CqNSTRUCTlON COMPANY COMPANY NAME o- -r‘X W\ASTERSoN P.O. Bbx 22&lO PRINTED NAM ADDRESS San Diego, CA 92992-9900 TITLE CITY, STATE AND Z -034 SIGNATU e5 TELEPHONE NUMBER DATE pg 1 I08198 Contract No. 3184 Page 57 of 249 Pages ma ,‘... f 4 r) California State Contractors License No. & Classikatii: I T>,*&. 9,~ 3sr MUST ccmpie !e each infcrmation field on this form fx each subc.~n?rac!or :!- 2: it WL”L;f.Y. 3s ta= use, Addi?icnal :c$,% ai 3is for;n may ze st?ached If ;e,cilired to ac3xnmoda:e ;W (---r, i ! ! :-;y YX’S decision rc:, use .more than one subcontractor. This form n?~st Lx sttbmf?ed as a ~3$ of :?E 5~ ~ie~r’s seated bit:. iaWe to provide com+zre ant! correct infcrmaiion may result in rejeczcr, cf the b!d as non-responsive. Tke E:Jdsr certifies that it has used !5e sub-bid of the following fisted subcontractors in prepari?2 ikis %::j %r the Work and that the listed subcontractors ~~11 be used to perform the ;?ort~~ns cf !s,e V.!c*s. XG ticsignated in the Gst in acoordance with appliwbie provisions of the specifications and S$,-;fj.;‘-‘*, .3 :-GO et ssq. of the Public Cor,tracts Code “Sublettir*g and SubCOPtracting Fair Prac%rs ,A;; ‘/ ‘“tie Bidder Wther certifies that no additional st’r3conVactar w!il be allowed to oerform any -,-++r:--h -19 t5e Work and that no changes in the s~xoniractors listed work ;NiU be made except WWI F‘c” . ..m t& ;x!: approval of the Agency. FL;) :yy-z.7p’-j +t .y tiame of Subcontractor: -w lm-- ----- C.c:r:pie(,e Address: _ /370 A-e AT FI/c%tQfl Street F?zn- City State Zip Telephone Number plus Area Co&x dcBEP0 C/Q Carkbad Business License No.: OWNER OPERATO~E~OR Em ITEMS XD ana 0~ . EolJrnn ?- B’id item No. from the bid proposal pages 7-28 Column 2 - The dollar amount of the item to bd performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page H of 14 pages of’this form -- vq 1108198 Contract No. 3184 Page 37 of 249 Pages J-I-3 9i;:rr: WJST comple te each informa?ion field on this form for each sub.x~?~artor +h& .! prc; .; :,::.‘: fo use. Addit!o?al c,o~;es of this form may ce attacked if required !S ac;=p’?~“.~~;q: -h.- , .I * . .<,.. r&i!:‘3 :” .:: s d&slon TV use fnore than one subcontractor, This form must be scsmae~u 8s a :zc- t the Bic,‘:x’~ 3~aie.d bid. Failure ?o provide complete and correct information may res;lit in rsjecrion of the GiZ 3s ncn-responsive. The Ei” ..z~ certifies that it has fused the sub-bid of the following listed subcontractors in preoa:ir;G thfs 51:i k’ :he Work and that the listed subcontractors will be used to perform fb~ Dortlsns ei ?-2 Worg 2: ‘2tisrgnatcd in the iist In accordance Nith applicable provisions of the s;:acWations x a c&c: 3”* ,.,” >-jfi et seq. of the %blic Contracts Code Y~J~:z ,ttipg and Subcontracting Fair Pracix<:; Act.” -“? :; 3idaer further certifies that no addinjonal s;:beontractor will be allowed to perform ar v porlierb zif :“:a Work and that no changes in the subcontractors listed work will be mxk except ~lgc*-; the ;:TXV ?qw,~al of the Ayxcy. Fu;! CL: ‘1 ,, a:-:y Name of Subcontractor: Ccj-T,?‘r;:$ .&qjdri?ss: /m 4 fi&L-Ey oJ@+@?=- treet & City State Telephone Number plus Area Code: California State Contractors License No. & Classification: a oydb- Carkbad Business License No.: /z- OWNER OPERATORLESSOR BJD ITEMS $ $ $ $ % % ~xdanation: Column 1 - Bid Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page /2- of 6 pages of this form -- a 1 fQ8f98 Contract No. 3184 Page 37 of 249 Pages The 32der MUST complete each information field on this form for each s.:bcsntrztor ?t-r:: ‘( prC:3,xt’5 to use. Additional copies of this form may be attached if regulrsd to acsc;mr--;3z!e :-L Con?;?-:::or’s decision to use more than one subcontractor. This form mzst 5; _ a-‘ cuQflj:t”r: ?C a cz,,; 7; the Sicder’s sealed bid. Failure to provide complete and correct information may result !n;kjeCtio:; t‘ the bid as non-responsive. The 29der certifies that it has used the sub-bid of the following listed subcontractors in prepz+in; this b;” ior the Work and that the listed subcontractors will be used to perform the Qc;rtjcns c;i’ yl.1: Work 2s designated in the list in accordance with applicable provisions of the s~ox’!=:ztions x: sectky. 4100 et seq. of the Pubiic Contracts Code “Subletting and Subcontraetin; “air Pracxn:. Act.” ‘; %,- e Bidder further certifies that no additional subcontractor will be aflowed to p~:rform ar-, pon:c. I - of the Work and that no changes in the subcontractors listed work wi4 be made exept upx the r;:‘-,- approval of the Agency. Fu!! C -:pany Name of Subcontractor: Com,‘,:~.Ze Address: -=%d -qM&!7.. zl?E- ~~~pe~ -- Citv State Zio r Telephone Number plus Area Code: - California State Contractors License No. 8 Classification: z-rt/~~/ C8 Cans&ad Business License No.: Y-/W I Amount of Item I Amount of Item by I Overhead & Profit Amount of Item Amount of Item by Overhead & Profit Bdanatloq: Column 1 - Bid Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page 15 of 4 pages of this form -- Contract No. 3184 Page 37 of 249 Pages , . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS -. -. The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. _- 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. -. -. Full Company Name of Subcontractor: Complete Address: 3g% E?wrN~ffW a- m-a0 Str et - Pm- City State Zip -. Telephone Number plus Area Code: qq 9i5$4fm California State Contractors License No. & Classification: 4%57rA Carlsbad Business License No.: OWNER OPERATOR/LESSOR BID ITEMS -. c- -- Bid Item Amount of Item No. Subcontracted -f $ &a$ Isi Amount of Item by Overhead & Profit Contractor Amount $ //LZ~i $ ZzQa $ $ II I% II Exolanation: Column 1 - Bid Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed bv the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. .-. c. Page 14 pages of this form of @ -- Contract No. 3184 Page 37 of 249 Pages C. -. DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK -. -. -. -- The Bidder MUST complete each information field on this form for each owner operator/or Lessor (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessor. See section 1-2 of the Special Provisions for definition of Owner Operator/Lessor. / Full Owner Operator/Lessor Name: Complete Address: Street City Zip -- Telephone Number plus Area Code: ( 1 City of Carlsbad Business License No * OWNER LESSOR WORK ITEMS Amount of Item b Overhead & Profit -- -. Item No. from the bid proposal, pages 7-28. dollar amount of the item to be performed by the subcontractor. -. n 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. rc- -- 43 i /oat98 Contract No. 3184 Page 38 of 249 Pages Page - of pages of this form c. BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. pq l/O8198 Contract No. 3184 Page 39 of 249 Pages -- -. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfullv performed ahd aive references. with teleohone numbers. which will enable the City to judge hislher’responsibility, eiperience and skill. An attachment can be used. - Name and Address Name and Phone No. of Person 4’, 1 I08198 Contract No. 3184 Page 40 of 249 Pages John Burnham & Company I ( INLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE “,‘DER. THIS ~~~~~~~~-...~ --- .-_. ____. -.--. -.-.-.-- _.. CERTIFICATE DOES NOT AMEND. EXTEND OR :R THE COVERAGE AFFORDED BY THE POLICIES BELOW. 6 10 West Ash Street “VU 2-- ALTL.. _ . .- -_ _ _... ._ P.O. Box 2910 COMPANIES AFFORDING COVERAGE San Diego, CA 92112-4215 COMPANY ST. PAUL FIRE & MARINE INS. CO. A (Aurora Colorado) USURED COMPANY Hazard Construction Company B R.E. Hazard Contracting Co. COMPANY P. 0. Box 229000 C San Diego CA 92 192-9000 COMPANY D I ~~~~~~~~~~~~~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...\.. . . . . . . . . . . . . . . . . . . . . . . . . ., .,... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .._. . . .,. ,, /.,, ,, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. ..... ... ... ... ... ... ... ... /... 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, M S. I EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAI I POLICY NUMBER :0 TR TYPE OF INSURANCE GENERAL LIAEILITY GENERAL LIABILITY CLAIMSMADE x OCCUR cl 4 ~wN&;F~CT~R~ PRO7 AUTOMOBILE LIABILITY KK08300640 $50,000 DED. x ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS -x HIRED AUTOS : NON-OWNED AUTOS KK08300640 GARAGE LlABlLlTY ANY AUTO POLICY EFFECTIVE POLICY EXPIRATION DATE IMMIDDNY) DATE IMMIDDNY) 5108198 5108199 5108198 5108199 I EXCESS LlABlLlTY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LlABlLlTY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: LIMITS GENERAL AGGREGATE 1 2000000 PRODUCTS - COMPlOP AGG S 2000000 PERSONAL & AOV INJURY 8 1000000 EACH OCCURRENCE s 1000000 FIRE DAMAGE (Any one firs1 S 100000 ME0 EXP (Any one person) S 5000 COMBINED SINGLE LIMIT 8 1000000 BODILY INJURY (Per person) 8 BODILY INJURY (Per accident) S PROPERTY DAMAGE I’ AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: : EACH ACCIDENT d AGGREGATE 3 EACH OCCURRENCE 1 AGGREGATE 8 1 WC STATU- TORY LIMITS “ZR”- EL EACH ACCIDENT S EL DISEASE _ POLICY LIMIT S EL DISEASE - EA EMPLOYEE $ DESCRIPTION OF OPERATIDNSILOCATIONS/VEHlCLES/SPEClAL lTEMS RE: CANNON ROAD WEST REACH 1, CONTRACT #3184. THE CITY OF CARLSBAD, ITS OFFICERS, EMPL. & VOLUNTEERS ARE ADD’L INSD (GL & AUTO) WAIVER OF SUBROGATION INCL’D (GL & AUTO) COVERAGE IS PRIMARY AND NON-CONTRIBUTORY. PER PROJECT AGGREGATE INCLUDED. ~~~~~~~~~~~~~~~~~~ , SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CARLSBAD EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~&%I MAIL r 2075 LAS PALMAS DRIVE 30 DAYS WRlTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CARLSBAD, CA 92009 2idGMiX&MlXWM&X~~mWmMW* POLICY NUMBER: INSURED: COMMERCIAL GENERAL LIABILITY KK08300640 HAZARD CONSTRUCTION COMPANY R.E. HAZARD CONTRACTING COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organisation: ANY PERSON OR ORGANIZATION FOR WHOM YOU HAVE SPECIFICALLY AGREED IN WRITING TO PROVIDE ADDITIONAL INSURED STATUS UNDER THIS POLICY CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES 81 VOLUNTEERS WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of “your work” for that insured by or for you. CG 20 10 11 85 POLICY NUMBER: KK08300640 COMMERCIAL AUTO INSURED: HAZARD CONSTRUCTION COMPANY R.E. HAZARD CONTRACTING COMPANY C THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART Name of Person or Organization: SCHEDULE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES 61 VOLUNTEERS F A. The person or organization shown in the Schedule is included as an insured but only if liable for the conduct of an “insured” and only to the extent of that liability. B. CANCELLATION 1. If we cancel the policy, we will mail notice to such person or organization in accordance with the Common Policy Condition. 2. If you cancel the policy, we will mail notice to such person or organization. 3. Cancellation ends this agreement. - CA9909 1090 DATE: . INSURED: HAZARD CONSTRUCTION COMPANY R.E. HAZARD CONTRACTING COMPANY POLICY: KK08300640 /c PRIMARY INSURANCE WORDING WE’LL CONSIDER THIS INSURANCE TO BE PRIMARY AND NON-CONTRIBUTORY TO THE ADDITIONAL PROTECTED PERSONS LISTED ON THE ATTACHED CERTIFICATE OF INSURANCE IF YOUR CONTRACT REQUIRES THAT WE CONSIDER THIS INSURANCE TO BE PRIMARY OR PRIMARY AND NON-CONTRIBUTORY OR YOU REQUEST BEFORE A LOSS THAT WE NOT CONSIDER SUCH INSURANCE TO BE PRIMARY OR PRIMARY AND NON-CONTRIBUTORY INSURANCE. HAZARD CONSTRUCTION COMPANY R.E. HAZARD CONTRACTING COMPANY POLICY #KK08300640 - COMMERCIAL LIABILITY COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT-AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. The General Aggregate limit under LIMTS OF INSURANCE (Section Ill) applies separately to each of your projects away from premises owned by or rented to You. CG 25 03 11 85 Waiver Of Rights Of Recovery Endorsement This endorsement changes your General Rules. How Coverage Is Changed: The following is added to the Recovering Damages From A Third Party section in the general rules. We won’t apply this rule to the perron’o? organization shown in the Contractors Colplnercial General Liability.Protection Coverage Summary for payments we make because of bodily injury or property damage caused by your work done under a contract with that person or organization. Other Terms: All other terms of your policy remain the same. WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF CAFUSBAD, ITS OFFICIALS, AND EMPLOYEES - FJ: . of Cs.u.rc&-:,,,, coMpANy ,dGzAKu WNS’I’KUC hIiCy Number KKO8300640 Processing’ Date Effective Date s/8/98 40502 kd.l-80 Printed in U.S.A. - Customized Form . oSt.Paul Fire and Marine Insurance Co.1980 All Rights Reserved Page 1 .I/ ‘ROOUCER 619-231-1010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION “’ John Burnham & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE - 6 10 West Ash Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2910 COMPANIES AFFORDING COVERAGE San Diego, CA 92112-4215 COMPANY AM. CASUALTY CO. OF READING, PA A (CNA INSURANCE COMPANIES) HSUREO COMPANY Hazard Construction Company B R.E. Hazard Contracting Co. COMPANY P.O. Box 229000 C San Diego CA 92 192-9000 COMPANY D 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 DR 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. I EXCLUSIONS AND CONDITIONS 01 SUCH POLICIES. LIMITS SHOWN MAY :0 TR TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GENERAL LIABIUTY CLAIMS MADE cl OCCUR OWNER’S & CONTRACTOR’S PROT AUTOMOBILE LlABlLtTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS - HIRED AUTOS NON-OWNED AUTOS GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG 9 PERSONAL 8, ADV INJURY $ EACH OCCURRENCE 1 FIRE DAMAGE (Any one fire) B MED EXP (Any one person) S COMBINED SINGLE LIMIT 8 BODILY INJURY IPer person1 BODILY INJURY IPer accident1 PROPERTY DAMAGE 8 I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EXCESS LlABlLlTY UMBRELLA FORM OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY 1077255364 l/01/98 1101199 THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: OTHER EACH ACCIDENT 9 AGGREGATE S EACH OCCURRENCE S AGGREGATE 8 d WC STATU- x TORY LIMITS “:A”- EL EACH ACCIDENT $ EL DISEASE - POLICY LIMIT S EL DISEASE - EA EMPLOYEE 8 IESCRIFTION OF OPERATIONS/LOCATlONS/VEHlC~ES/SPECIAL lTEMS RE: CANNON ROAD WEST REACH 1, CONTRACT #3184 WAIVER OF SUBROGATION INCLUDED AVE BEEN REDUCED BY PAID CLAII I POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDNY) DATE IMMIDDNYI LlMlTS 1000000 1000000 1000000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CARLSBAD - EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL i%ii6%d% MAIL 2075 LAS PALMAS DRIVE - DAYS WRlTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CARLSBAD, CA 92009 . * I - ’ L INSURED: HAZARD CONSTRUCTION COMPANY Jbhn Burnham cdi ComDanM R.E. HAZARD CONTRACTING COMPANY, INC. CA LICENSE COT9753 POLICY # 1077255364 TERM: l/1/98 - l/1/99 TO BE ATTACHED TO AND FORM PART OF CERTIFICATE ISSUED TO CITY OF CARLSBAD DATED S/18/98 WAIVER OF SUBROGATION INCLUDED & IN FAVOR OF THE FOLLOWING: CITY OF CARLSBAD, ITS OFFICIALS AND EMPLOYEES ENDORSEMENT TO BE ISSUED BY COMPANY . . . c- ’ ’ I . -- L BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. C. - -. 1. Certificates of insurance showing conformance with the requirements herein for: q Comprehensive General Liability 0 Employer’s Liability c] Automobile Liability 0 Workers Compensation 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, Employer’s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance 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, the Standard Specifications for Public Works Construction and the Special Provisions for this project for each insurance company that the Contractor proposes, and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. C 43 l/08/98 Contract No. 3184 Page 41 of 249 Pages -- BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) . 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? AL 9s 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 debarments. - party debarred agency period of debarment -. c. BY CONTRACTOR: HAZARD CONSTRUCTION COMPANY (name of Contractor) By: W.S. ROGERS, VICE PRESIDENT (print name/title) party debarred agency period of debarment tll l/08/98 Contract No. 3184 Page 42 of 249 Pages -. -. c- - _- - - -. BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) 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 Contractors’ State license Board two or more times within an eight year period? yes no 2. Has the suspension or revo tion of your contractors license ever been stayed? -- yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight yearyriod? J yes no 4. Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Wor Y ver 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 therefor. (Attach additional sheets if necessary) vq 1108198 Contract No. 3184 Page 43 of 249 Pages -. (To Accompany Proposal) -. -. - BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) 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. (Attach additional sheets if necessary) BY CONTRACTOR: HAZARD CONSTRUCTION COMP4Nk (name of Contractor) By: (sign hefl W.S. ROGERS, V&RESIDENT (print name/title) FQ l/08/98 Contract No. 3184 Page 44 of 249 .Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED .^ BY BIDDER AND SUBMITTED WITH BID -. PUBLIC CONTRACT CODE SECTION 7106 C. State of California County of , being first duly sworn, deposes and says that he or she is -. of HAZARD CONSTRUCTION COMPANY (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under pen executed on the e and correct and that this affidavit was ,I . %r A Signature uf Bidder W.S. ROGERS, VICE PRESlDENi Subscribed and sworn to before me on the day of IN-. (NOTARY SEAL) 43 1108198 Contract No. 3184 Signature of Notary Page 45 of 249 Pages . State of California . County of San Diego On August 18. 1998 before me, Virainia Ann Wait. Notary Public, personally appeared W.S. Rogers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. c- -- CONTRACT PUBLIC WORKS L- -- This agreement is made this 10th day of November , 19 g8 , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”), and HAZARD CONSTRUCTION COMPANY whose principal place of business is 6465 MARINDUSTRY DRIVE, PO BOX 229000, SAN DIEGO, CA 92192-900qhereinafier called “Contractor”). City and Contractor agree as follows: 1. Description of Work, Contractor shall perform all work specified in the Contract documents for: -- CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 C. (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, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Special 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 Contractor’s expense to fulfil1 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 compliance. 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 Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month, pq 1 I08198 Contract No. 3-184 Page 46 of 249 Pages -- _- -- -. -. + - 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 may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor’s convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent 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 requirements 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 eligibility 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. - Q l/08/98 Contract No. 3184 Page 47 of 249 Pages -- -- -- -_ -. -. 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. 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 Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1 ,OOO,OOO combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. - b. Automobile Liability Insurance: $1,000,000 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. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits & required by the Labor Code of the State of California and Employers’ Liability limits of $1 ,OOO,OOO 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 contain, or are endorsed to contain, the following provisions. General Liability, Employers’ Liability and Automobile Liability Coverages: -- - 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 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 company affording general liability, employers’ liability and auto liability coverage. Contract No. 3184 Page 48 of 249 Pages -- e- -. c. 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 offioials, 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 provided 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) “Claims Made” Policies. If the insurance is provided on a “claims made” basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) 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 coverage or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested. (E) 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 investigatron, claim administration and defense expenses. (F) 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. - .- (G) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V. 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 the City Council in Resolution No. 91-403. (I) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements 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. - (J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid. q i /oat98 Contract No. 3184 Page 49 of 249 Pages -- -- c- -- -- -- II. Claims and Lawsuits. 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 reference. A copy of Article- 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions 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 anticipation 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 ignorance of the false information or in reckless disregard of the truth or falsity of the information. L. (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. C (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. I have read and understand all provisions of Section 11 above. (Initial) 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 principal 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. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. r- 14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted 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. ti i/08/98 Contract Nd. 3184 Page 50 of 249 Pages c- -- -. -. I. + r- - ,- 15. 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. . . . . . . . . . . . . . . . .I. * . . . . . . . . . . . . . . . . . . . . . . . , . . # . . . . . # . . .., . . . rfs i loa/ Contract No. 3184 Page 51 of 249 Pages e- -... 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 5 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. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: -_ e.-. 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. c. Accompanying this proposal is %+@kaEzs h (Cash, Certified Check, Bond or Cashier’s Check) for ten percent (10%) of the amount bid. r-. 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-insurance 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. C vg i mat98 Contract No. 3184 Page 29 of 249 Pages L. -- -. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP. SIGN HERE: c. (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted ~WA.RD CONSTRUCTION COMPANY (Title) V?# 1 mai Impress Corporate Seal here . . . . . . . . . . . . . . . Contract No. 3184 Page 30 of 249 Pages . 4 -- 4- -- -- c. (3) Incorporated under the laws of the State of Ou7awZA (4) Place of Business HAZARD CO:JSTRUCT~Y (Street and Number) 6465 Mzrhdustry Drive F.O. Box 229mo City and State (5) Zip Code Telephone No. San &go, CA ti2192-gooo Wm7-3600 Fax (619) 453-6034 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: 4m?.h- 7fz&Gs- B-B /4pd%& - &mP/h Ws.~~- vjip c- Contract No. 3184 Page 31 of 249 Pages . - State of California County of San Diego On August 18. 1998 before me, Virginia Ann Wait, Notary Public, personally appeared W.S. Rogers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. . \I gJii&L titi c NOTARY PUBLIC l C&lFORN’A :: SAN DIEGO COUNTY BID SECURITY FORM (Check to Accompany Bid) (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 ($ )7 this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to’another 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 (loo/,) of the total amount of the bid.) Contract NO. 3184 Page 32 of 249 Pages c- -. BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: HAZARD CONSTRUCTION COMPANY,, Principal and That we, REkW.fCE INSURANCE COMPANY as Surety are held and firmly bound unto the City of Carlsbad&li&t&,+n(~rgpunt asfEllo;zh (must be at least ten percent (loo/,) of the bid amount) IHF TOTAL ahhpub~~~lp payment, well and truly made, we bind ourselves, our ?%i-s; executors kind 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: CANNON ROAD WEST REACH 1 ,- CONTRACT NO. 3184 -. 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. . . . . . . . . - . ..* . . . . .*.. . . . . . . . . . . . . pg ii08198 Contract No. 3184 Page 33 of 249 Pages c . .1 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. - c. PRINCIPAL: -. HAZARD CONSTRUCTION COMPANY (name of Principal) (print name here) Hazard Construction company (Title and Qrganization of Signatory) (print name here) /+=c CaL (title and organization of signatory) Executed b;?JJ+?ETY this 4’A day of U6 ) 1948. SURETY: RELIANCE INSURANCE COMPANY (name of Surety) 42 75 EJceaA-k s$y?~, su& ‘700 &.a %f/a . CA 9ZQ37 (address of Sur&ty) (6 19) 4-5-5r cbSL& (telephone number of Surety) BY. ai?&&&&& (signature of Attorney-in-Fact) -- DALE G. HARSHAW ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) C (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (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 corporate seal empowering that officer to bind the corporation.) -L APPROVED AS TO FORM: RONALD R. BALL City Attorney By. &&- [ iz* ‘4 ‘.I w City Attorney Contract No. 3184 Page 34 of 249 Pages . * II . . State of California County of San Diego On Auaust 18. 1998 before me, Virainia Ann Wait. Notary Public, personally appeared T.J. Masterson, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. . 3 State of California County of San Diego On August 18. 1998 before me, Virainia Ann Wait. Notary Public, personally appeared W.S. Rogers, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. . State of California County of San Diego On Auaust 18. 1998 before me, Virginia Ann Wait. Notary Public, personally appeared T.J. Masterson, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ; , State of California County of San Diego On August 4. 1998 before me, Virginia Ann Wait. Notary Public personally appeared Dale G. Harshaw personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. RELIANCE SURETY COMPANY REUANC.E INSWCE COMPA&K I.lNITEp Pk4cmc zJwwRANCE c-m RELIANCE NATl0Nb.L JIWWkY Cf@E%NY ADM1N3ETRkTIVE OFFiCE, PHILADELPHIA, Ft%N$YLVANIA #?UWER OF JJWID&Y RN5W Ati MEN ‘&Y THESE PRESENTS. that R&IANCE &RETY COMPANY is a corporation duly organised unditi the laws of the State of De& aware, and that RELIANCE lNSURANCE COMPANY and UNlTED PACIFIC lNSURANCE COMPANY, are corporetians dufy orgenized under the laws of the Comlhonwealth of Pennsyivaniq and that RELISINCE NATIONAL INDEMNlTY COWlPANY is a corporation duty organised under the laws of the State of Wisdonsin (herein collectively called “the Com constirute pnd appaint Dale 0. kshaw, of San mge, Cati ii anies”) and that the Companies by virtue of signature and seals do her&y make, and mJa their true and lawful Attorney(s)-in-Fact, to make, execute, seal and detivaf for on the,[r bahaW, and as their act and deed arty ad all bomts end undertakings of wretyshtp and to bk-td the Companies thereby as fuffy and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Off&r of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII af the By-Laws of RELIANCE SURETY COMPANY, RELtANCE 1NSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: AfWlCL9 Vfl - EXECUTION OF BONDS AND UNDERTAKINGS 1. aha %tfd cd OlreCtMs, the President, th@ Chskmsn of tfw Board, any S&or Vice Preside% any Vice President or AMstant Vice Preeident or other Officer deeigna%U by the Board of Diraotore ahail have power and authority to ta) appoint Attomeyfs)Gn-Fact and to author&a them to execute on behalf of the Company, bonds and unbertakin~, recogWances, contracts of indemnity and other writings obligatory in tha nature thereof. and tb) to remow any wch Attorney(s)-in-Fa=zt at any time and revoke the power and authority given to them, 2. Attomeylsbio-Fact #half lava power and author&v, subjeot to the terms and limitati~s of the Power ol AYKImev issued to them, to execute dativef on behalf of the Company. bon& MU undWW&~, rec~gniz~~~s, contracts of indemnity anb othar writktgs obligatory in the nature thereof. The corporate seal is not nace~sary for the valfdi~ of any bonds and tmdertakincing. ‘ecogniranees, oontrafits of hwlamnity and other writinpa obfigatory in the nature tharaof. 3. AtforneyWinFact shall have power and authority IO execute affidavit0 wquirad to ba attached to bonds, racognizencea, contracts of indwnniti or athar condltlonaf or obllgatwy mdertetdngs and they shall alw heve power and authority to certify the firwwial statement of the Company and to copiaa oi the By-Laws of the Company or any article or sactlon there& ltds Power of AttOrnwy la e&pi3 and Sealed by facdmila vnder eMf by authority of the following raaofution adopted by the &wzutive and Rnawe Committeea of the Boards of Ditactofs of RalM%a nsurance Cemppnv, United Pacific lnlwrance Company and Reliance Netionai Indemnity Company by Unanimow Consent dated as of Febrwy 28, 1894 and by the ~?xewSva aM Piial :ommlttee of tha Board of Dkactors of Reliance Swaw Company by UnanimDua f&nsent dawd as of March 31, 1994. “Fteso+d that Eha signatures of such directors and offken and the seal of tha Company may be affixed to any such Power of Attomey or any certificates relating ffterato by faCalmile,and any such POwar of Attorney or csrtificate bearing such faceMile ~fgiwtures or fat&mile seal shall be valid and blnding upon the Company and any such Poww so exacyted and certified by facslmlfe signatures and facsimile seal shall be valid and bindlng upon the Company, in the future with respect to any bond or undertakir+g to which it is atmhed.” : ‘“‘TNESS WHEREOF, the Companies have caused these presents to be signed and thair corporate seais to be hereto affixed, this .k&y 19, itEmAlwE SLRETY COMPANY RELlANa WSURANCE COMPANY UNM’EE3 PAC@lC IlQU~C4 COMPANY RJiLMN(IIE NATIONAL XNDEhKhllTY &MPANY ZATE OF Washington XXJNTY OF King 1 1 se* In this, July 19, IS$6, before me, Janet Btankley, personally appeqred Mark W. Alswp, who acknowledged himself to bs tha Vice President of he Reliance Surety Company, and the Vice Prlsident of Re#ance insurancs3 Company, Unitad Pacific Insurance Company, and Reliance National Idemnity Company and that as such, being authorized to do be name of the corporation by himself as its duly authorized o foregoing ins-ant for the purpose therein contained by signing p witness whereof, I hereunto set my hand and official seal. I : I Rebyn Leyng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE lNSURANCE C NY, and RELIANCE NATtONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power Attorney executed by said Compariies, which is still in full force and effect. -_ 111 WlyNESS WHEREOF, I have hereunto set my hand Assistant Secretary -. -. GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS REFERENCES Prior’ to preparation of the following .Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section l-2 of the SSPWC and of the Special Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section l-2 of the Special Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Special Provisions. CAUTIONS 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 performance of more than 50 percent of the work by other than the Contractor’s own organization will be rejected as non- responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complete the Work. All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lessor the percentage of the bid item installed by the Subcontractor or Owner 0peratorlLesso.r being listed in the line of the form must be entered under the column “010 of Item by Sub” or “O/O of Item by O+O” as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport for materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as the case may be, installing them. The value of material incorporated in any Subcontracted or Owner Operator/Lessor installed bid item that is supplied by the Contractor shall not be included as any part of the portion of the work that the Contractor is required to perform with its own organization. The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid Item No.” column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of each type so duplicated. Contract No. 3104 Page 35 of 249 Pages -- Bidder may, at its option, combine bid items on a single row in the char-t on the disclosure forms. If using this option the Bidder must indicate the bid item numbers to which the information in the row pertains. This option may not be used where the subcontractor or Owner Operator/Lessors constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. -. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or instal! less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment that are proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. t pg I ma/98 Contract No. 3164 Page 36 of 249 Pages 8 8 m I 8 8 8 8 8 t 8 8 8 8 8 8 I b 8 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: &T. c. . 3 p~ 11 DXO~U c--y TNL Complete Address:==1 )3~,~~ti )ki&h\hLt’/II Street 9-)L City State Zip Telephone Number plus Area’Code: &4 - scpz~ w!3 California State Contractors License No. & Classification: zm FL C5b Carlsbad Business License No.: OWNER OPERATOR/LESSOR BID ITEMS Bid Item I Amount of Item I Amount of Item by Overhead & Profit un ScI 1 hrrbntrs&nd r?nn+rse+nr Ammmi I.W. ““““W.... I”.“” “V.... “I.“. n,..““... a cp $ mux% $ L.90S.500’ $ 49\331- 1 StbOh130’ s .s item on bid proposal pages 7-28. Page 1 of /4 -- pages of this form Contract No. 3184 PaQe 37 of 249 Paoes 8 J 1 II -. 8 8 8 8 8 [ t 8 8 1 8 I 1 8 1 4 I .Y- 1 b 1 1 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perfomr any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: ccwxY bnr% L; Ltb Complete Address: \ ?..%QZ hcb~kPH LT LPhbl- Street ’ City State Telephone Number plus Area.Code: bR - %.D 1 - 5s 1 Q California State Contractors License No. & Classification: 383m I Carlsbad Business License No.: bE3lz-- OWNER OPERATOR/LESSOR BID ITEMS &danation: Column 1 - Bid Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractots own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page 2 of /4 -- pages of this form C-mtnct Na. 3 1 Ad e-m” 97 -‘ *An ma--- I 1 I 0 . . 1 0 I I 8 1 t I 1 1 1 I ! 1 1 I ,- I ,b 1 DESIGNATION OF SUBCONTliACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. 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 the list in accordance with applicable provisions of the specifications and section 4700 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontract0 Complete Address: %)T s zR876fip ‘;aQ.~u 5 Street ~zlzl city State ZiP Telephone Number plus Area Code: 19 Lq n sm- 1 1 11 California State Contractors License No. & Classification: sbs 623 Carlsbad Business License No.: AhI t Bid OWNER OPERATOR/LESSOR BID ITEMS Amount of Item Amount of Item by Overhead 8 Profit I IS IS I Fxolana OQ Column :‘. Sid Item No. from the bid proposal pages 7-28 Column 2 - The dollar amount of the item to b; performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page 3 of ./h pages of this form -- Contract No. 3184 Paae 37 of 249 Paaes I I I 1 a. 8 I I I I ! t t B 1 I I ! 1 1 I ,- 4 I b II DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each infonation field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The 8idder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor. -sMdIT>A%-~~s +3iIilwffi IbWW Complete Address: & 1’% %tiY\ %k&&%- PA Street City State Telephone Number plus Area ‘Code: %ti?- & S %I hlb I California State Contractors License No. 8 Classification: 273716 / hJ Carkbad Business License No.: 7 OWNER OPERATOR/LESSOR BID ITEMS CH- -Gebssl~ Ia 1-G t Bid I I II Colt.!mn D anat q I*fSid item No. from the bid proposal pages 7-28 Column 2 - The dollar amount of the item to bi performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar.amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page 4 of’ /4 -- pages of this form Cnntract No. 3 184 Dunn 77 n# TAO Dwvas 1 I I 1 . . 1 I I 1 8 3 t I 8 1 1 ! 1 ! I I 1 1 I- I b 1 I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this fan for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This 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. 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 fisted subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The 6idder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: < Complete Address: JC%7 _ \@J+lINbXZh% . City Street State Telephone Number plus Area ‘Code: so l k% ’ CQ 321 California State Contractors License No. 8 Classification:%~ 15 I Carlsbad Business License No.: Akti P _ OWNER OPERATOR/LESSOR BID ITEMS Amount of Item I Amount of Item by I Overhead & Profit I Coidmn D anati fl 1 fS:d item No. from the bid proposal pages 7-28 Column 2 - The dollar amount of the item to b6 performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractots own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page as- of -/@ pages of.this form -- Cnntraet NC 31 RA *--^ 97 -‘maA “-- .C ,- Tlx? 3iddcr lil!JST amriW=+ each ir,forma?ion Md on ihis form fcr sach subcontractor tha: It I* “1%. ;3rqy$ss 3 use. Ad5ticnai :ooi?s of this form r?ay be a%xhsd tf ,raquired IQ axo:nzodate thy Cc-.trac:cr’s decision to ~2% 4mo~e ti?an one scbccntractor. ??is form must be submitted as a parI sf ?he Bidder’s sealed bid. Failtire to provide complete and correct information may result in rejectIon of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listsd subcon?ractors in preparing this ?5d for trte Work and that the listed subcontractors will be used to perform the portions of :he Work as designated in the list in accordance with applicabie provisions of the spe,zific&ons ar:d seciizn 4: 00 et seq. of the Public Contracts Code “Sublet%ng and Subcontraciing Fair Practices As:.‘” T9w Bidder further certifies that no additional subcontrztfr ~49 be ailcwed to perform sly poriion of tlx Work and that no changes in the subcontracton i&e.:! work will be ma@ except ~;pon the prior awoval of the Agency. Full Comcany Name of Snbcontrac,:os: . -kw~f slzv flwk?=- &z&y- Corx,?lste Address: --.-- City State Telephone Number plus A~ja Code: California St&e Contractors L&erase No. 1 Ciassmtion: Carlsbad Business License No.: OWNER OPERATOR/LESSOR BID ITEMS Column 1 - B’id Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page of I+Z pages of this form 6 Contract No. 3184 Page 37 of 249 Pages The 3$&r MUST wmpiute each information field on this form for each sut-.xmtcac.tor i&z: + pwx.;>s ?o use. Additional copies of this form may be attached if required to ;;ixmrnrno~:!~~~~ :‘:-:: Ccr;m:t~~r’s decision to lose more than one subcon~rxZor. This form most tx s~$r-Wzd 6s a Z.L~Y t’f the !3?~2er’s seaied brd. Failure ?o provide complete and correct informarion n;ai resuit II-I r$jectic;7 af the bid as non-responsive. The RMer certifies that it has used the sub-bid of the following listed subcoHractors in prewar -q :- this L& “or the Vt’ork and Piat the listed subcontractors will be used to perform the ~o;tions r<T :” ? Wow :.j designated in the list in accordance with applicabie provisions of the spec&-atiow I-- ? se($c:-. 2: Nl et seq. of the Public Contracts Code “Subletting and Subcontracmg Fair Pw: -+s AC!.” “’ :‘:e Bidder furfher certifies ?hat no additional subcontractor will be allowed to qetiom .: c f pmtic.* sf the Work and that no changes in the subcontractors &ted work will be r;;ade except L: ;,n the gx;r approval of the Agency. Fu!! Ccrs,y?any Name of Subcontractor: 4=9e&e& l-.i---I .-. -. Com$&,!e Address: /n/Y 5 &?d? &+ 9Wf3 City State Zip Telephone Number plus Area Code: (27) =WXY California State Contractors License No. 8 Classification: l7hc-574 Catlsbad Business License No.: 4573e Amount of item Amount of Item by Overhead & Profit Mracted Contract01 , “/rr_ $ ta I I ,( % a Ii &%a Subcoi % : I Amount IS /fqz Ii e!e- 8 I5 -237e exalanatioq: Column 1 - Bid item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Paw - 7 of -Ye pages of this form Contm3No.3184 Page 37 of 249 Pages ai .ai 9 1 - * .$ i,. $ J ;,ji “9 B :p * :2 0 I The t:ti5tier MUST corr,p!e:e path infcrx?&on field on this form for eac5 subzz!~:rx::or tr.ai ~’ pr.&::,c~ to use. Adaitionai coztes of this form may be at:ac?,ed if rectiired t:, aI ‘cc .‘?rlojat% :r :: Cor:!,i’a?cr s decision to use more than one subcontrsctor. This form must ke s~&r~?:tte2 as a F 2~ ;,‘; the &~&r’s sealed bid. Fai!ure to provide sompiete and correct information may reshi! !n rejecuon cf the bid as non-responsive. The E!:?c!er certifies that it has used the sub-bid of the following listed subcontractors in prepwr.; this bx~ for the Work and that the listed subcontractors wilt be used to perform the ;joriio~s of :::a Work ::s designated in the list in accordance with app!icable provisions of the sqec!ficationc 3~ ! seciiGr, A400 et seq. Of the Public COntraCtS Code “Subletiing and SuSco;&actir;g Far Pra$c : Act.” Tr>e Bidder further certifies tfrat no additional sukontractor will 3e a!!owe~ to perform i,’ ” pTPY of the Work and that no changes in tha subcontractors listed work v:iil be r:;ade except U~LC the c.-,Y~ approval of the Agency. Fdi C.:.. :-pany Name of Subcor:?racior: Ye-E b-m&qz _.. * Cor~k~ Address. .zgf&I//ww h45 &-Q%&49@2rep~ %-qF City State/ Zip Telephone Number plus Area Code: (?W) 7~76r QQ . California State Contractors License No. & Classification: 4zww A Carlsbad Business License No.: -- OWNER OPERATOR/LESSOR BID ITEMS Amount of Item Amount of Item by Overhead 4% Profit ExQ ana 0 . Coi:mn ?-kid Item No. from the bid proposal pages 7-28 Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page K of /@pages of this form -- prq i /oaf98 Contract No. 31 a4 Page 37 of 249 Pages The P:ddcr MUST complete each information f!eld on this form for _ each +gbC-.qtqjCtor !!-a+ * propozs to use. Additionai co$es of this form may be attached if recsired k a&‘mmoda:~ :I- .: ConW~st;c;;r’s decision to use more than one subcontractor. This form mc;sl be sL;omrited as a 25’ ,-; the Bis&r’s sealed bid. Failure to provide complete and correct information may resuir in rejectiori :f the bid as non-responsive. The Elder certifies that it has used the sub-bid of the following listed subcontractors in preoar.2; this Si:: f,or the Work and that the listed subcontractors will be used to perform ihe portions oi z-2 Worx 12s designated in the list in accordance with applicable provisions of the specifications i-.- SCf?C::::-- ~100 et seq. of the Public Contracts Code “Sublettjng and Subcontracting Fair ?ra:::+-. Act.“ T:;e Bidder further certifies that no additional subcontractor will be aliowed to perform 3. ): porti,-? sf the Work and that no changes in the subcontractors listed work will be made except LC:.:T the @or approval of the Agency. Full L7r1~~pany Name of Subcontractor: Conxxie Address: a A+m / cwstreet G-Y City State Zip Telephone Number plus Area Code: (z&g -22Q California State Contractors License No. 81 Classification: Carfsbad Business License No.: ~7?5- OWNER OPERATOR/LESSOR BID ITEMS Amount of ftem Amount of Item b Overhead 8 Profit Exnlanatlon: Column 1 - Bid item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page q of & pages of this form i mat98 Contract No. 3184 Page 37 of 249 Pages Th? ‘- .“e: MUST comple < I ,!e each kformation field on this form frr each cu!xcni-actsr +‘-:z.: .: prw: .+c$ XI use. A&?itionai copes of this iorm may be a:!ached if reqi;ired to acsc~~c:.:r; .P,.? c~pit:~+-’ :.i’s decision to tise more thafl one subcontractor. This fc.mT! mUst !2C; s:J~fT;:k.~ a:: 2 ZS? C.’ the 3:,::6er’s sealed bid. Eaiiure to provide complete and correct information may remit tn rejcc.;:cn <i the bia as non-responsive. Th, c ._ 0 g?;. :‘w ceMies that it has used the sub-bid of the following listed subcontrackrs in oreoarir; th!s :ic ie:r the Work and tnat the listed subcontractors will be used to perform the rxx?isx zo,i :i*+ Wz-5 2% &zsignaied In ?he list in accordance wjth applicable provisions of the spec$!catic’la :i’ :’ sA$. c;;;: ‘., ~100 et seq. of the Public Ccntracts Code “Subktting and Subco?tracth-:g Fair P:zK?::?~ A;:: ’ , IS -*e Bidder further certifies that no additional subcontractor will be akwecl to o&or~” &I; 1.’ pc?::: ” 3 the Work and that no changes in tke subcontractors listed work wh be made except I.KC~ the pl .\ -:‘:+K approvai of the Agency. Ft;ii C :: -+>pany Name of Subcontractor: z &!&d 6 _I__-_l_-.-_. .--.. -,. - Cm .z::sle Address: City state zip Telephone Number plus Area Code: @rc) w Catifornia State Contractors License No. 8 Classification: ee 4 Caristad Business License No.: // % w-0 OWNER OPERATOR/LESSOR BID ITEMS Column 1 - Bid Item No. from the bid proposal, pages 7-28. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 7-28. Page fs of & pages of this form 1 ml98 Contract No. 3184 Page 37 of 249 Pages - - - TABLE OF CONTENTS item Paae NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 BID SECURITY FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 -. -. -- -- GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR’S Bib” AND “DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 DESIGNATION OF SUBCONTRACTOR 8, AMOUNT OF SUBCONTRACTOR’S BID . . . . . . . . . . 37 DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 BIDDER’ S STATEMENT OF RE-DEBARMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIlTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 CONTRACT PUBLIC WORKS.. ............................................................................................... 46 LABOR AND MATERIALS BOND ............................................................................................ 53 FAITHFUL PERFORMANCE/WARRANTY BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 55 REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 57 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 58 SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 61 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS.............. 95 -- - SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 183 Contract No. 3184 Page 2 of 249 Pages - R /I- -r - -. -. -- CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California 92008-1989, until 4:00 P.M. on the 31” day of July, 1998, at which time they will be opened and read, for performing the work as follows: Construction of Cannon Road West Reach 1 including grading, a bridge, infrastructure and surface improvements. CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction 1997 Edition and the 1998 suoolements, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of th.is contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. 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 jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made. on a proposal form furnished by the Purchasing Department. 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 substituted 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 $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed, properly executed and notarized are: 4$ 1/08/98 Contract No. 3184 Page 3 of 249 Pages -. - -. -. -- -- 1. Contractor’s Proposal 2. Bidder’s Bond ’ 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractors Bid 5. Designation of Owner Operator/Lessors 8 Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder’s Statement of Technical Ability and Experience 8. Certificate of Insurance 9. Bidder’s Statement Re Debarment 10. Bidder’s Disclosure of Discipline Record 11. Purchasing Department Representation and Certification 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 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: BASE BID: Schedule 1: Schedule 2: TOTAL BASE BID: Additive Alternative A: Additive Alternative B: $777 thousand $3.4 million $4.177 million $1.3 million $639 thousand Additive Alternative C: $1.3 million TOTAL BASE BID AND ADDITIVE ALTERNATIVES A-C: $7.4 MILLION No bid shall. be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: Class “A” in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of $150 per set. If plans and specifications are to be mailed, the cost for postage should be added. 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 drawings 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 addition to, or modification of or interpretation of any provision in the contract documents will be given orally nor may any bidder rely on oral directions. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. g 1 /Ml98 Contract No. 3184 Page 4 of 249 Pages The general prevailing rate of wages for each craft or type of worker needed to execute the Contract 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. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held on July 16, 1998 at 1O:OO a.m. Meeting will be held at the City of Carlsbad Community Development building located at 2075 Las Palmas Drive, Carlsbad, California. -. 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. 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. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%) respectively, of the Contract price will be required for work on this project. 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 Special Provisions 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 contain 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 commissioner. 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 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit the statements. Contract No. 3184 Page 5 of 249 Pages - Insurance is to be placed with insurers that have (1) a rating in the most recent Bests Key ‘Rating Guide of at least A-:V, and (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 and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Bests rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers’ compensation insurance. L 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 Cky may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 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 Resolution No adopted on the 9th day of June ,I9 98 . 98-170 , Aletha L. Rautenkranz, City Clerk C pg l/08/98 Contract No. 3184 Page 6 of 249 Pages CITY OF CARLSBAD - CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 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, Special Provisions 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. 3184 in accordance with the Plans, Specifications, Special Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: . c- ,SCHEDULE 1: BASE BID STREET IMPROVEMENTS Item !!A& Descriotion l-l Mobilization and preparatory work for bid Schedules l-2 (not-to-exceed $300,000) at Dollars (Lump Sum) l-2 Class “A” field office for agency personnel at Dollars per Month l-3 Construction schedule (CPM) (not-to-exceed $36,000) at Dollars (Lump Sum) l-4 Furnish and install project sign at Dollars Each Approximate Quantity Unit and 1 LS Unit Price pJ&l N/A 12 MO 1 LS, N/A 43 1 I08198 Contract No. 3184 I. 1 EA Page 7 of 249 Pages Approximate Quantity and Unit - Item No. l-5 l-6 l-7 1-8 l-9 l-10 l-11 l-12 l-13 - Descriotion Environmental fencing at Dollars per Linear Foot Clearing and grubbing per Section 3-3 SSPWC at THIRTY THOUSAND DOLLARS Dollars (Lump Sum) Removal of trash and debris per Section 3-3 SSPWC at FIVE THOUSAND DOLLARS Unclassified excavation at . Dollars (Lump Sum) Unconsolidated material removal and recompaction per Section 3-3 SSPWC at SEVENTY THOUSAND DOLLARS Slides and slip outs per Section 3-3 SSPWC at TWENTY THOUSAND DOLLARS Gravel bags at Dollars Each Silt fence at Dollars per Linear Foot Remove and dispose riser and pipe and plug RCP (approximate Station 63+15) at Dollars (Lump Sum) 2.353 LF Unit Price TJtJj N/A N/A 1 LS N/A N/A $30,000 N/A N/A $5,000 N/A N/A N/A 300 EA 1,425 LF 43 1108198 Contract No. 3184 r $70,000 $20,000 1 LS N/A Page 8 of 249 Pages Approximate Quantity and Unit Unit Price 1 LS N/A Item No. l-14 Descriotion Four inch (4”) conduits for PacBell crossings at Dollars (Lump Sum) l-15 Conduit, wire, pull boxes, and electrical service for street lights at 1 LS N/A Dollars (Lump Sum) l-16 Street lights, 22,000 lumen, 200 watt HPSV per SDRSD E-l (Mod) and E-2 at 4 EA Dollars Each 1 LS l-17 Bridge lighting on Macario Canyon Bridge, 22,000 lumen, 200 watt HPSV, per Caltrans Dwg. E S-6B at Dollars (Lump Sum) l-18 l-19 Adjust access hole and cleanout at 3 EA Dollars Each Adjust water meter and meter box to grade at 2 EA Dollars Each l-20 l-21 l-22 Aggregate base at 3,475 TN Dollars per Ton Asphalt concrete pavement at 1,235 TN Dollars per Ton AC dike per SDRSD G-5, Type “A” at 117 LF Dollars per Linear Foot vq 1 I08198 Contract No. 31$4 , Page 9 of 249 Pages . Approximate Quantity and Unit 1 LS Unit Price N/A Item Na Descriotion l-23 Record of Survey at l-24 1-25 l-26 l-27 l-28 l-29 l-30 l-31 Dollars (Lump Sum) Street monument per M-10 at Dollars Each Drainage ditch per SDRSD D-75 Type D at Dollars per Linear Foot Median curb per SDRSD G-6 Type B-l (Mod) 8-inch at Dollars per Linear Foot Curb and gutter per SDRSD G-2 Type B at Dollars per Linear Foot 8-inch to 6-inch curb transitions at Dollars per Linear Foot Sidewalk per SDRSD G-7 at Dollars per Square Foot Concrete driveway her G-l 4A 7 X-inch thick at Dollars per Square Foot Median stamped concrete 4-inch on Cannon Road at Dollars per Square Foot 1 EA 90 LF 930 LF 1,050 LF 72 LF 5,250 SF 501 SF 5,685 SF 4a l/08/98 Contract No. ii84 ’ Page 10 of 249 Pages Item No. DescriDtion Approximate Quantity and Unit Unit Price .Total l-32 Metal beam guard railing per SDRSD M-31 through M-38 at 750 LF Dollars per Linear Foot 1-33 Chain link fence and gates, 4-foot high per SDRSD M-6 at 95 LF Dollars per Linear Foot l-34 Crash cushion per Caltrans Standard Plan A-81 at 2 EA Dollars Each l-35 Access control gate at 2EA Dollars Each 1-36 3” schedule 80 PVC and Type 5 pull boxes at the future signalized intersections at Faraday Avenue at 1 LS N/A Dollars per Lump Sum l-37 Final signing and striping at 1 LS N/A Dollars (Lump Sum) l-38 Furnish and install temporary traffic control, signing and striping pavement markings, temporary markers at I LS N/A Dollars (Lump Sum) l-39 Site preparation of all landscaped and hydroseed areas (includes finish grading, weeding, and weed abatement soil amendments) at 1 LS N/A - Dollars (Lump Sum) ta l/08/98 I Contract No. 3184 Page 11 of 249 Pages Approximate Item No. Descriotion l-40 Bark mulch for median planters at Quantity and Unit Unit Price ‘Total 1 LS N/A Dollars (Lump Sum) I-41 5-gallon median shrubs at 34 EA Dollars Each l-42 Median tree: 24-inch box at 1 EA Dollars Each l-43 Hydroseed Mix #3, erosion’control matting and temporary irrigation of temporary slope area outside of right-of-way at 1 LS N/A e. -. l-44 Dollars (Lump Sum) Hydroseed Mix #1 , erosion matting and temporary irrigation for permanent slopes outside of the right-of-way at 1 LS N/A Dollars (Lump Sum) i - -. .- l-45 Hydroseed Mix #2 and temporary irrigation of parkway area between right-of-way and roadway improvements at 1 LS N/A Dollars (Lump Sum) l-46 Permanent median irrigation system, including service and capacity fee at 1 LS N/A Dollars (Lump Sum) l-47 Median irrigation sleeves at 1 LS N/A Dollars (Lump Sum) 43 l/08/98 Contract No. 3184 - ‘, Page .12 of 248 Pages / . Item No. Descriotion Approximate Quantity and Unit l-48 Maintenance and plant establishment 4M0 period at Unit p&g m Dollars per Month Total amount of bid for Schedule 1, Street Improvements (Item Nos. l-48) in words: Total amount of bid for Schedule 1, Street Improvements (Item Nos. l-48) in numbers: $ 43 1108198 Contract No. 3184 Pap3 13 of 249 Pages Item No. 2-l 2-2 2-3 2-4 .c 2-5 2-6 1.511 LF 64 EA SCHEDULE 2 BASE BID: MACARIO CANYON BRIDGE BRIDGE CONSTRUCTION DescriDtion Structure excavation and backfill (bridge) at Approximate Quantity and Unit 1 LS Unit Price N/A Dollars (Lump Sum Furnish steel piling (HP 12 x 74) at Dollars per Linear Foot Drive steel piling (HP 12 x 74) at Dollars Each Furnish steel piling (HP 14 x 117) at 15,370 LF Dollars per Linear Foot Drive steel piling (HP 14 x 117) at 148 EA Dollars Each Bridge complete, including but not limited to structural concrete (bridge), including bridge footing, structural concrete, approach slabs, reinforcing steel, pre-stressing cast-in-place concrete, joint seal assembly, tubular handrailing, concrete barriers (types 25 and 26) miscellaneous metal, slope paving at 1 LS N/A Dollars (Lump Sum) Total amount of bid for Schedule 2, Macario Canyon Bridge (Item Nos. 2-1 through 2-8) in words: Total amount of bid for Schedule 2, Macario Canyon Bridge (Item Nos. 2-l through 2-6) in numbers: $ 43 1108198 Contract No. 3184 Page 14 of 249 Pages Item No. A-l A-2 A-3 A-4 A-5 A-6 A-7 A-8 SCHEDULE A - ADDITIVE ALTERNATIVE STREET IMPROVEMENTS (STA. 37+43 TO STA. 50+00) Approximate Descriotion Mobilization and preparatory work for bid Schedule A (not-to-exceed $30,500) at Dollars (Lump Sum) Subgrade preparation at Dollars per Square Foot Conduit, wire, pull boxes and electrical service for street lights at Dollars (Lump Sum) Street lights, 22,000 lumen, 200 Watt HPSV per SDRSD E-l (Mod) and E-2 at Dollars Each Valve cover to grade at Dollars Each Aggregate base at Dollars per Ton Asphalt concrete pavement at Dollars per Ton Cold plane existing asphalt concrete, viable depth at Dollars per Square Foot Quantity Unit and Unit Price 1 LS N/A 90,500 SF 1 LS 4EA 3 EA 8,500 TN 2,900 TN 2,580 SF 43 1108198 Contract No. 3184 Page J 5 of 249 Pages Item No. Descrbtion A-9 g-Inch Type “A” AC dike per SDRSD G-5 at Dollars per Linear Foot Approximate Quantity and Unit 120 LF Unit pr&g Total A-10 2-inch thick AC sidewalk at 565 SF Dollars per Square Foot A-11 Street monument M-10 at 1 EA Dollars Each A-12 8-inch Type “Bl” median curb per 2,300 LF SDRSD G6 at Dollars per Linear Foot A-13 Curb and gutter per SDRSD G-2 at 2,401 LF Dollars per Linear Foot A-14 PCC Sidewalk per SDRSD G-7 at Dollars per Square Foot A-15 Concrete driveway per G-l 4A 7 %-inch thick at 12.000 SF 170 SF Dollars per Square Foot A-16 4” median stamped concrete at 12,707 SF Cannon Road at Dollars per Square Foot A-17 Pedestrian ramp per SDRSD G-27 1 EA Type “B” at Dollars Each - 43 1108198 Contrxt No. 3184 ’ Page 16 of 249 Pages Approximate Quantity and Unit Unit Price m Item No. A-18 Description Remove plug and connect to existing sewer at 1 EA Dollars Each A-19 8-inch PVC sewer main (SDR 35) at 1,240 LF Dollars per Linear Foot - 100 LF A-20 14” sewer casing (allowance) at Dollars per Linear Foot A-21 Sewer plug at 2 EA Dollars Each A-22 Sewer access hole per CMWD S-l at 5 EA Dollars Each A-23 Sewer video inspection at 1,240 LF Dollars per Lineai Foot 24-inch welded steel reclaimed water main at 1,232 LF A-24 Dollars per Linear Foot A-25 1 g-inch welded steel water at 1,242 LF Dollars per Linear Foot A-26 12-inch PVC reclaimed (CL1 50) at 50 LF Dollars per Linear Foot 8-inch PVC water main (CL1 50) at 25 LF A-27 Dollars per Linear Foot Pagv 17 of 249 Pages 43 l/08/96 Contract No. 31’84 ’ ’ Approximate Quantity and Unit Unit p&g -j-&J Item No. A-28 Descrbtion 24-inch butterfly valve per CMWD Standard Dwg. W-17 at 1 EA ’ Dollars Each A-29 16-inch butterfly valve per CMWD Standard Dwg. W-17 at 2 EA Dollars Each A-30 12-inch gate valve per W-l 6 at 1 EA Dollars Each A-31 8-inch gate valve per W-l 6 at 1EA Dollars Each - A-32 Remove existing 20-inch blind flange 1EA connect to existing water at Dollars Each A-33 Remove existing 12-inch tee at 1EA Dollars Each A-34 Remove existing 12-inch PVC at 48 LF - Dollars per Linear Foot A-35 2-inch air vacuum valve per CMWD Standard Dwg. No. W-7 at 2 EA Dollars Each A-36 2-inch manual air release per CMWD Standard Dwg. No. W-6 at 1 EA Dollars Each <p 1 I08198 Contract No. $184 ’ ’ Page 18 of 249 Pages - - Item No. A-37 A-38 A-39 A-40 A-41 A-42 A-43 A-44 A-45 4” perforated PVC subdrain -at Descriotion 2-inch reclaimed water irrigation service per CMWD Standard Dwg. No. W-4 at Dollars per Linear Foot Handle underground spoils per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) 15’4” x 10’ structural steel arch under- crossing and installation at Dollars per Linear Foot Undercrossing excavation at Dollars per Cubic Yard Undercrossing structural backfill at Dollars per Cubic Yard 12” PVC private drain at Dollars per Linear Foot 18” x 18” private catch basin at Dollars Each Timber bulkheads at Dollars Each Dollars per Linear Foot 43 i/08/98 Approximate Quantity and Unit 53 LF 1 LS 184 LF Unit Price J-J&g N/A 10,000 8,910 CY 8,070 CY 884 LF 2EA 2 EA 184 LF Contract No. 3’184 Page 19 of 249 Pages Approximate Quantity and Unit 184 LF 140 LF 1 LS 1 LS 1 LS - - Item b&L A-46 A-47 A-48 A-49 A-50 A-51 A-52 A-53 A-54 Descriotion 1 CF 3/:’ rock drain at Dollars per Linear Foot TVICATV conduit at Dollars per Linear Foot Erosion control device removals per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) 3” Sch. 80 PVC & Type 5 pull boxes at future signalized intersection at Dollars (Lump Sum) Signing and striping at Dollars (Lump Sum) Site preparation of all landscaped and hydroseed areas (includes finish grading, weeding, and weed abatement soil amendments) at Dollars (Lump Sum) Bark mulch for median planters at Dollars (Lump Sum) Median tree 24” box at Dollars Each Hydroseed Mix #3 at Dollars (Lump Sum) Unit Price N/A 10,000 1 LS 1 LS 9 EA 1 LS Page 20 of 2.49 Pages pg 1 I08198 Contract No. 31’84 ’ * Approximate Item No. - - A-56 A-57 - A-58 .A A-59 A-60 A-61 A-62 A-63 - t -. Description Hydroseed Mix #2 at Dollars (Lump Sum) Hydroseed Mix #l at Dollars (Lump Sum) Permanent median irrigation system, including service and capacity fee at Dollars (Lump Sum) 4” PVC median underdrain at Dollars per Linear Foot 5-gallon median shrub at Dollars Each 4” pet-f. PVC median underdrain at Dollars per Linear Foot Maintenance and plant establishment period at Dollars per Month Record of survey at Dollars (Lump Sum) Plug weep holes in existing curb inlet at Dollars Each .Quantity Unit and 1 LS Unit Price Total 1LS 1 LS 802 LF , 216 EA 340 LF 4M0 1 LS N/A 2EA Total amount of bid for Schedule A, Additive Alternative, Street Improvements, Sta. 37+50 to Sta. 50+00 (Item Nos. A-l to A-63) in words: Total amount of bid for Schedule A, Additive Alternative, Street Improvements, Sta. 37+50 to Sta. 50+00 (Item Nos. A-l to A-63) in numbers: $ c$ l/08/98 Contract No. !3184 Page 21 of. 249 Pages Item No. B-l Descriotion Mobilization and preparatory work for bid Schedule B at (not-to-exceed $25,000) at Dollars (Lump Sum) B-2 Unclassified excavation per Section 3-3 SSPWC at TEN THOUSAND DOLLARS Dollars (Lump Sum) B-3 Subgrade preparation at Dollars per Square Foot B-4 Conduit, wire, pull boxes and electrical service for street lights at Dollars (Lump Sum) B-5 Street lights, 22,000 lumen, 200 Watt HPSV per SDRSD E-l (Mod) and E-2 at Dollars Each B-6 Valve cover to grade at Dollars Each B-7 Adjust manhole to grade at Dollars Each B-8 Aggregate base at Dollars per Ton B-9 Asphalt concrete pavement at SCHEDULE B - ADDITIVE ALTERNATIVE STREET IMPROVEMENTS (STA. 50+00 TO STA. 63+00) Approximate Quantity and Unit Unit Price ,Q&l 1 LS 1 LS N/A $10,000 93,300 SF 1 LS 4 EA 1 EA 3 EA 7,525 TN Dollars per Ton 43 1 I08198 Contract No. 3A.84 ’ * . 2.715 TN Page 22 of 249 Pages - Item No. B-l 0 B-11 .- B-12 - B-l 3 B-14 B-15 B’-16 B-17 B-l 8 Descriotion Street monument M-10 at Dollars Each 8-inch Type “Bl” median curb per SDRSD G-6 at Dollars per Linear Foot Curb and gutter per SDRSD G-2 at Dollars per Linear Foot PCC sidewalk per SDRSD G-7 at Dollars per Square Foot Concrete driveway per G-14A 7 X-inch thick at Dollars per Square Foot 4” Median Stamped Concrete on Cannon Road at Dollars per Square Foot Access control gate at Dollars Each Metal beam guard railing per SDRSD M-31 through M-38 at Dollars per Linear Foot Chain link fence and gates,‘4-foot high per SDRSD M-6 at Dollars per Linear Foot Approximate Quantity and Unit 2 EA 2,600 LF 2,600 LF 13,000 SF 340 SF 16,394 SF 1EA 1,295 LF 900 LF pt- 1108198 : - Contract No.‘3184 Unit priJg Page 23 of 249 Pages Item No. B-19 B-20 B-21 - B-22 B-23 B-24 B-25 B-26 B-27 Descriotion 3” Sch 80 PVC and Type 5 pull boxes at the future signalized intersection at resort entrance at Dollars (Lump Sum) Final signing and striping at Dollars (Lump Sum) M9 barricade at Dollars per Linear Foot Site preparation for all landscaped and hydroseeded areas (includes finish grading, weeding and weed abatement soil amendments) at Dollars (Lump Sum) Bark mulch for median planters at Dollars (Lump Sum) 5-gallon median shrubs at Dollars Each Median tree - 24” box at Dollars Each Hydroseed Mix ##3 at Dollars (Lump Sum) Hydroseed Mix #2 at Dollars (Lump Sum) Approximate Quantity and Unit 1 LS 1 LS 100 LF 1 LS Unit Price Total 1 LS 442 EA 13 EA 1 LS 1 LS Page 24 of ,249 Pages . prg 1108198 Contract No. 3184’ . , -*. . 1 i Item No. B-28 B-29 - B-30 *c Approximate Quantity Unit DescriDtion and Unit Price &&! Hydroseed Mix #1 at 1LS Dollars (Lump Sum) Permanent median irrigation system 1 LS including service and capacity fee at Dollars (Lump Sum) Maintenance and plant establishment 4M0 period at Dollars per Month Plug weep holes in existing curb inlets at 6EA Dollars Each - Total amount of bid for Schedule B, Additive Alternative, Street improvements, Sta. 50+00 to Sta. 63+00 (item Nos. B-l to B-31) in words: Total amount of bid for Schedule B, Additive Alternative B, Street improvements, Sta. 50+00 to Sta. 63+00 (item Nos. B-l to B-31) in numbers: S - 43 l/08/98 Contract No. 3184 * ’ 1 , Page 25 of. 249 Pages Item No. C-l c-2 c-3 c c-4 -c- c-5 ,-- C-6 c-7 c C-8 r, ’ SCHEDULE C - ADDITIVE ALTERNATIVE MACARIO CANYON BRIDGE EAST ABUTMENT (STA. 58+50 TO STA. 72+62.05) Descriotion Mobilization and preparatory work for bid Schedule C (not-to-exceed $25,000) at Approximate Quantity Unit and 1 LS Unit Price Dollars (Lump Sum) Develop haul roads at Dollars (Lump Sum) Construction water at Dollars (Lump Sum) Remedial grading at Dollars per Cubic Yard * Imported borrow material (from Lot 5) at 1 LS 1LS , 11,200 CY 50,000 CY Dollars per Cubic Yard Imported borrow material (from Lot 18) 25,000 CY Dollars per Cubic Yard Rock slope protection as shown on bridge grading plan sheet 7 including fabric, bedding, armor rock and filter fabric at 1 LS N/A Dollars (Lump Sum) Drainage ditch Type “D” 075 Dollars per Linear Foot 750 LF C$ l/08/98 Contract No. 3184' '. ' Page 26 of.249 Pages . . I . A II , Item No. c-9 c-10 C-l 1 c-12 c-13 c-14 c-15 C-16 Descriotion Prefabricated vertical drain system (contractor state product here: 1 at Dollars per Linear Foot Geotechnical envelope for compacted aggregate base of working pads at bridge (includes removal and disposal) at Dollars per Square Yard Aggregate base %” rock for working pad at Dollars per Ton Install City furnished piezometers, conductor wires, and monitoring instrumentation for wick drain systems at Dollars (Lump Sum) “T” stakes for wick drain system at Dollars Each Deep settlement plates for wick drain system at Dollars Each Shallow settlement plates for wick drain system at Dollars Each Auguring for prefab. vertical drains for wick drain system at Dollars per Linear Foot Approximate Quantity and Unit 275,000 LF 14,150 SY . 16,100 TN 1 LS 14EA 2EA 5EA 51,500 LF N/A 43 l/08/98 Contract No. 3184 ‘- Page 27 of 249 Pages C-18 Gravel bags at Dollars Each c-19 Silt fence at Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s) . $+yf+c;. 7 h /h as ave 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. - 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 ntractor within the Stat alifornia, validly licensed under , classification which expires on , and that this statement is true and correct and has the legal effect of an affidavit. pg 1 I08198 Contract No. 3184 Page 28 of 249 Pages 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 called “Escrow Agent.” hereinafter For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor 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 CANNON ROAD WEST REACH 1, CONTRACT NO. 3184, in the amount of dated (hereinafter referred to as the “Contract”). Alternatively, on written request of the contractor, the City shall make payments 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 Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $109,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the t and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the, parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred’by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. t$ 1 I08198 Contract No. 3184 Page 58 of 249 Pages _-- 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 Contractor. _- - 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 Ciiy 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 complete 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 pursuant to sections (1) to (8) inclusive, of this agreement and the City and Contractor shall hold Escrow ‘Agent harmless from Escrow Agent’s release, c&version and disbursement of the securities 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 Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address 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. 1108198 Contract No. 3184 Page 59 of 249 Pages 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: Title Name Signature Address Title Name Signature Address Title Name Signature Address Contract NO. 3164 Page 60 of 249 Pages - - - SPECIAL PROVISIONS FOR CANNON ROAD WEST REACH 1 CONTRACT NO. 3184 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS l-l TERMS Add the following section: l-l .I Reference to Drawings. Where words “shown , ” “indicated”, “detailed”, “noted”, “scheduled”, -or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: l-l .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 understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. Add the following section: l-l.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 approval, acceptance, or similar import of the Engineer is intended. Add the following section: l-l .4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing 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. Q i/08/98 Contract No. 3i a4 Page 61 of 249 Pages 1-2 DEFINITIONS. Modify as follows: The following words, ‘or groups of words, shall be .exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. , City Manager - the City Manager of the Civ of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. ’ Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the priginal Contract Price bid. 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. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Cantractor. 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 .of the Standard Specifications and these Special Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. pg 1 /oat98 Contract No. 31 a4 Page 62 of 249 Pages - - - - - - SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: 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 to 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 City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Department of Treasury Circular 570,“. Modify paragraphs three and four to read: 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 the’ amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. 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. 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 payment bond shall be released, six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: 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 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 commissioner. 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.frnancial 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. <a it08198 Contract NO. 3164 Page 63 of 249 Pages 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the St&tdard ‘I Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this Contract. Where applicable, the specifications for the work also include the following standards publications: A. B. C. D. E. F. G. H. I. J. Standards for design and construction of public works improvements in the City of Carlsbad. Carlsbad Rules and Regulations for Construction of Reclaimed Water Mains - Carlsbad Municipal Water District. Carlsbad Standard Sewer System Design Criteria and Standard Drawings and Specifications - Carlsbad .Municipal Water District. Carlsbad Rules and. Regulations for Construction of Public Potable Water Mains - Carlsbad Municipal Water District. Cannon Road Specification for Dry Utilities - Electric -, Gas - Telephone by Utility Design Consultant. San Diego Area Regional Standard Drawings designated SDRSD. Caltrans Standard Specifications 1995 (hereinafter referred to as State Standard Specifications). Caltrans Traffic Manual 1996. Caltrans Bridge Design Specifications (1983 AAShTO with revisions by Caltrans). LRFD Design Specifications, 1” Edition, 1994. The construction plans consist of Drawing No. 333:2G (Sheets 1-8, 21-26, 36-37, 41-42, 43, 45, 51-54, 76-89, 90, 92-99, 105-l 10, 119-125), Dwg. No. 296-6 (Sheet 9), Dwg. 333-2P (Sheets 10, 11,21, 22), Dwg. 33-2V (Sheets 12, 13), Dwg. 333-2GA (Sheets 4, 5, 6) CMWD Proj. Nos. 88-602 and 92-406 (Sheets 3,4). 2-5.2 Precedence of Contract Documents, add the following: Where State specifications, are used to modify the SSPWC or added to the SSPWC by any of the contract documents the State specifications shall have precedence only to the materials and construction materials referred to in the State specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 of the SSPWC shall prevail over the.State specifications in all other matters. 263.3 Submittals, add the following: 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: ?:a i/08/98 Contract No. 3164 Page 64 of 249 Pages - - “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: Add the following: 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 tis a record set and shall be delivered to the Engineer upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 29.1 Permanent Survey Markers, substitute the following: The Contractor shall not 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 Contractor 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 surveyor 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 §Q 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 Survey Service, substitute the following: . The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. - Add the following section: 2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to - the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8’/*” by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the surveyor, the party chief, field crew ta 1106/96 Contract No. 3164 Page 65 of 249 Pages members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with -the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the surveyor and file it in conformance with QQ 8700 - 8805 of the State of California Business and Professions Code’ when the surveyor performs any surveying that such map is required under Q§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes,. leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used; the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submkted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than 15.2 m (50’), as measured along the project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch points and street crown lines where no median exists. Large slopes shall have line point set to aid in constructionof the slope. Rough sub-grade stakes for roadway section shall be set at edge of pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing subbase or aggregate base for the roadway section. The stakes shall be set at edge of pavement and top of curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be at 7.6 m (25’) intervals at edge of pavement and top of curbs and crown line where no median exists. Intermediate stakes between edge of pavement and top of curb shall be set at 4.6 m (15’) intervals by the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at 7.6 m (25’) intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Intermediate stakes between edge of pavement and top of curb shall be set at 4.6 m (15’) intervals. Stoma drain staking shall be done at 7.6 m (25’) intervals. Catch basins shall be staked at centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 7.6 m (25’) intervals, center line of driveways, and l/4, l/2, 3/4 delta on returns. Fills to finish grade at 7.6 m (25’) intervals by the paving pass width shall be painted on the pavement prior to placing each lift of asphalt on variable thickness pavement overlays requiring leveling courses. Intersections showing specific finished asphalt grids shall be painted per the grid. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Surveyor shall mark the removal limits and limits of work line shown on the plans. The markings shall consist of continuous painted lines on asphalt and concrete surfaces and red flagged or painted laths spaced on centers no more than 7.6 m (25’) on unimproved areas. The markings shall be completed by surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monuments shall be laid out, their disk stamped, and a Record of Survey satisfactory to the Engineer filed with the County in accordance with the Professional Land Surveyors Act. Water and sewer line stakes shall be set at 7.6 m (25’) intervals with offsets referencing the top and centerline of pipe on main line and laterals. For all pipeline work the pipe and each access hole, pipe material change, lateral connection, fitting, appurtenance, or hydrant location with elevations shall be staked and provided with grade stakes designating the offset of the reference point, station, elevation of reference point, cut (or fill) and feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserved that are shown-on the plans shall be staked and flagged at 7.6 m (25’) intervals prior to the start of any other 1108198 Contract No. 3164 Page 66 of 249 Pages .- activities within the limits of the work. Where utility vaults, poles or other facilities are being installed .- as parts of or as adjuncts to the project, the Contactor shall place stakes defining the horizontal and vertical location of curb and gutter to facilitate the location of said utility vaults, poles or other “.- facilities by the party(ies) constructing them. When no curb and gutter is being installed as a part of the project the location of adjacent facilities being constructed as a part of the Contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility - vaults, poles or other facilities thatare being installed as parts of, or as adjunct(s) to, the project. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of corner records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 240.1 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. Add the following section: 240.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, 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 Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business 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 relating 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. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. Ic 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in ,-- excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra - Work. 1 I08198 Contract No. 3184 Page 67 of 249 Pages 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: 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 & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any, The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (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. (W Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 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 subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made.until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5). and add the following: 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 happening 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 .wntract 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 particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes 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 conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-l 2655. vg l/08/98 Contract No. 3184 Page 68 of 249 Pages “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 understands and agrees that this potential claim, unless resolved, must be restated as a claim in response 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 subsequently 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. Add the following: 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. Delete second sentence of paragraph one and add the following: 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. Senior Inspector 3. Principal Inspector 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 request 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 resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. e- pg 1 IO8198 Contract No. 3184 Page 69 of 249 Pages All claims by the 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)(l) 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)(l) “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, (8) 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 othennrise expressly provided for or the 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 specifications 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, 4 991. . 20104.2. For any claim subject to this artide, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be tiled 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)(l) 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)(l) 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 1.5 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 pq l/08/98 Contract No. 3184 Page 70 of 249 Pages - 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 (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. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject 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 nonbinding 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 requirement 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 15day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lO) of Title 3 of Part 3 of the Code of Civil Procedure, 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 appointed 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 different 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 undisputed 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. C q i/08/98 Contract No. 3184 Page 71 of 249 Pages SECTION 4 - CONTROL OF MATERIALS 4-l MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: 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 regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary 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-l .4 Test of lhterials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. add the following: Except as specified in these Special 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 requirements indicated in the Standard Specifications and the Special 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 improper 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. 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 necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: 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, appearance, 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. SECTION 5 -- UTILITIES 5-1, LOCATION. Add the following: The Agency and affected utility companies have, by a search of known records, 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 utilities indicated on the Plans is not guaranteed. Contract No. 3184 Page 72 of 249 Pages - - 5-4 RELOCATION. Add the following: 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 request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: Gas, electric, television, telephone, sewer, water and. reclaimed water will install facilities within the project. Contractor shall coordinate with the appropriate agency for the installation of the utilities. Contractor shall protect all existing facilities during all phases of this contract and any addendums. - SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK c- 6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-l and substitute th,e following: The Contractor shall begin work within ten (10) calendar days after receipt of the “Notice to Proceed”. Progress schedules will be required for this contract and shall conform to the provisions in Section 6-1.1.1 “Baseline Construction Schedule Submittal”. Order of work shall conform to the baseline schedule. -. Add the following section: 6-l .I 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 management 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 preconstruction meeting. - Add the following section: 6-l .I .I Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-l .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. Add the following section: 64.2 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 required to represent the complete performance of all project work. 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 sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Schedule shall also include time for other agencies to install or relocate their facilities. pfs i loa/ Contract No. 3184 Page 73 of 249 Pages Add the following section: 6-1.2.1 TimeiScaled 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. Add the following section: 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. Add the following section: 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. Add the following section: 6-l .2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible “Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a 89 mm (3.5”) data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 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 2075 Las Palmas Drive, 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. Add the following section: 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 activities, including submittals, interfaces between utility companies and other agencies, project milestones 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 accurately 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 beginn’ing and end points. Add the following section: 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. pg i /oaf98 Contract No. 3184 Page 74 of 249 Pages - Add the following section: 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. Add the following section: 6-1.2.6 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. Cd Add the following section: 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 timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-l. The Engineer may choose to accept the Contractor’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 duration 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. Add the following section: 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineers determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these special provisions shall be a condition precedent 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 Engineer. 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 special provisions 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 - Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-l 210.1 through 6-1.2.10.3. Add the following section: 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-l .8.1. Add the following section: 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-l .8.1. <i 1 lQai9a Contract No. 3184 Page 75 of 249 Pages Add the following section: 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and’ changes of the comments prior to receipt of payment per section 6-l .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. Add the following section: 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. Add the following section: . 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during 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. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity undenvay at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3’1,“) high density diskette, labelled with the project nam,e and number, the Contractors 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. Add the following section: 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. .- Add the following section: 6-l .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. Add the following section: 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. +i! 1108198 Contract No. 3184 Page 78 of 249 Pages -. Add the following section: 6-I. 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-l .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 resubmittal 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 returning a monthly updated construction schedule marked “Not Accepted”. Add the following section: 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. Add the following section: 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 section 6-1.8.2. _- Add the following section: ‘6-I .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. - Add the following section: 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. Add the following section: 6-1.6 interim Revisions. Should the actual or projected progress of the work become substantially 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 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 subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. pg 1 ma/98 Contract No. 3184 Page 77 of 249 Pages Add the following section: 6-l. 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 Schedule 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 Revisions and 6-l. 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. Add the following section: 6-l .8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of Thirty Six Thousand Dollars ($36,000). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing. all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these special provisions and as directed by the Engineer. .The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these special provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-l .8.3. Add the following section: 6-1.8.1 initial Payment. Thirty percent’(30%) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project Add the following section: 6-I .8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of five percent (5%) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked “Accepted” by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. Add the following section: 6-I .8.3 Concluding Payment. A Fihai payment of ten percent (10%) for the Construction ‘Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. C$ 1108198 Contract No. 3184 Page 78 of 249 Pages 6-2 PROSECUTION OF WORK - - Add the following section: 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 and in accordance with the accepted baseline construction schedule. The work includes construction of bridge abutment fills and installation of vertical drains at the Macario Canyon Bridge on Cannon Road, the construction of the Macario Canyon Bridge on Cannon Road, and the construction of LEG0 Drive to future Faraday Avenue. Rough grading and most of the storm drain for Cannon Road between Stations 37+43 and 64+48 has been completed for this project, reference Dwg. No. 333-2GA, available at the City of Carlsbad Public Works-Engineering Department. 6-2.2 Access to Project. Access to the area west of the future Faraday Avenue is from the Cannon Road exit off l-5, Access to the area east of the future Faraday Avenue is from the existing driveway on the west side of El Camino Real, just south of the Agua Hedionda Bridge. Any other access must be approved in writing by the Engineer. 6-2.2.3 Weekend Work. In the event that the Contractor must perform work to complete work to meet Resource Agency restrictions .on weekends, permission for such work must be obtained per Section 6-7.2 of these standard specifications. Add the following section: 6-2.2.4 Additive Alternatives A, B, C. There is a possibility that Additive Alternatives A, B, and/or C may be constructed by a private developer on a schedule that preceeds the City’s. If a private developer constructs Additive Alternative A and/or B, the street improvements for Cannon Road to Station 50+00 or 63+00, respectively, the Contractor is aware that other projects are going on. If a private developer constructs Additive Alternative C, construction of the base bid will require scheduling considering the 2-stage construction/settlement of the easterly Macario Canyon Bridge abutment. Add the following section: 6-2.2.5 Constraints imposed for Construction by Resource Agencies. The construction of the Macario Canyon bridge abutments and improvements occur in an area that serves as breeding habitat for Federally listed endangered species. No night work, pile driving, or construction activities that generate more than 60 dBA within 300 feet of riparian habitat/wetlands is allowed during the breeding season of the least Bell’s vireo from March 1 through September 1. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representative”, SSPWC. 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. pfs lloal9a Contract No. 3184 Page 79 of 249 Pages 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Repoit. Modify as follows: The Contractor shall provide yritten 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 classification 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 reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within two hundred sixty five (265) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: 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. Due to constraints imposed on the project by Resource Agency permits, work hours may be extended to 1O:OQ p.m. on Monday through Friday with written approval of the Engineer describing permitted work. 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 Contractor is beneficial to the best interests of the Agency. No work involving pile driving shall be performed by the Contractor between March 1 and September 1 and after 5:00 p.m. on permitted days. No vegetation removal shall occur within unnamed stream in .Macario Canyon from March .I to September 1. No equipment shall be operated in a ponded or flovriing area. When work in a flowing stream is unavoidable, entire stream flow must be temporarily diverted around work area by a barrier culvert or new channel. Access to the work site shall be via .existing roads and access ramps. Construction activities within or adjacent to wetland/riparian habitat shall be performed from September 16 through. March 15. Environmental fencing shall be placed or removed only between September 16 to March 14. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in Section 7-5.2. 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 prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer will require after hours and weekend work on an interim basis to accomplish construction of the bridge prior to March I, 1999. p3 1108198 Contract No. 3184 Page 80 of 249 Pages .- 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed 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 permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’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. Delete the first sentence of the third paragraph and substitute the following two sentences: 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. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Five Hundred Dollars ($1,500). Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thousand Five Hundred Dollars ($1,500) 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 damages. +- SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that _ have a rating in Best’s Key Rating Guide of at least A-:V and 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. 74 WORKERS’ COMPENSATION INSURANCE. Add the following: 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. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways 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 compensation will be allowed therefor. <I 1 lO0/98 Contract No. 3184 Page 81 of 249 Pages Add the following section: 7-5.1 Resource Agency Permits. Resource agency permits for the Work are included in Appendix ‘A’ of these special provisions. Resource agency permits pertaining to this project include: 1) California Coastal Commission permit number 6-97-010 and 6-97-011, dated 10/13/97 and 2/05/98, respectively. 2) California Department of Fish and Game permit number 5-044-97. 3) California Water Quality Control Board waiver. 4) United States Army Corps of Engineers permit number 97-20130-TCD. 5) United States Fish and Wildlife Service Biological Opinion 1-6-97-F-51 and 97-20131-TCD. 7-5.2 Relations with California Department of Fish and Game. A portion of this project is located, within the jurisdiction of the California Department of Fish and Game. An agreement regarding a stream or lake has been entered into by the Agency and the Department of Fish and Game. The Contractor shall fully inform himself of the requirements of this agreement, as well as all rules, regulations, and conditions that may govern his operations in said area and shall conduct his operations accordingly. It is unlawful for any person to substantially divert or obstruct the natural flow or substantially change the bed, channel, or bank of any stream, river;or lake without first notifying the Department of Fish and Game, unless the project or activity ,is noticed and constructed in accordance with all conditions imposed under Fish and Game Code Section 1601. Attention is directed to Sections 7-13 “Laws to be Observed,” 7-8.6 “Water Pollution Control”,” and 7-3, “Liability Insurance,“.of the SSPWC. Any modifications to the agreement between the Agency and Fish and Game which are proposed by the Contractor-shall be submitted in writing to the Engineer for transmittal to the Department of Fish and Game for their consideration. When the Contractor is noiified by the Engineer that a modification to the agreement is under consideration, no work will be allowed which is inconsistent with the proposed modification until the Departments take action on the proposed modifications. Compensation for delay will be determined in accordance with Section 6-6 “Delays and Extensions of Time,” of the SSPWC. The provisions of this section shall be made a part of every subcontract executed pursuant to this contract. Any modifications to any agreement between the Agency and Fish and Game will be fully binding on the Contractor, and the provisions of this section shall be made a part of ‘every subcontract executed pursuant to this contract. 7-5.3 Relations with U.S. Fish and Wildlife Service (USF&WS) and U.S. Army Corps of Engineers (ACOE). Contractor shall inform its employees and subcontractors of the sensitivity of the habitat areas, the presence of protected species therein, and the content of the Army Corps of Engineers permit. Additionally, Contractor shall comply with the following: a. No construction activities shall be performed within 300 feet of riparian are& from March 15 to September 15. Any construction activities at a distance greater than 300 feet from riparian areas during the period from March 15 to September 15 that create noise levels greater than 60 db, measured at 50 feet from riparian areas, shall not be permitted. 43 l/08/98 Cqntract No. 3184 Page 82 of 249 Pages b. C. d. e. f. No night time lighting shall be used as part of construction or operations within 500 feet from least Bell’s vireo and Southwestern Willow Flycatcher Habitat. Environmental fence shall be constructed in the locations shown on the plans prior to the start of any other construction activity and shall not be removed until all other construction activities are completed. Environmental fence shall not be constructed or removed during the period of March 15 to Septembver 15. Silt (drift) fence shown on the plans in the same location as the environmental fence shall be constructed prior to the start of any other construction. All remaining silt fence shall be constructed within ten (10) days of the completion of mass grading. Silt fence shall be removed within twelve ‘( 12) months of the completion of construction. Silt fence shall be constructed and removed during the period March 15 to September 15. Contractor shall permit no activities outside the environmental fence line or limits of work. Any habitat destroyed outside the environmental fence or limits of work due to the action or inaction of the Contractor shall be replaced immediately by the Contractor at the Contractor’s expense. Existing paved and dirt roads shall be utilized as construction haul roads. Existing dirt roads shall not be widened if native vegetation is impacted. Notify USF&WS Law Enforcement (619) 557-5063 and Jeff Manning of the USF&WS Carlsbad office (760) 431-9440 when any dead, injured, or sick endangered species are found. Injured animals shall be transported to a qualified veterinarian. 9. The time limit for completing authorized activity ends April 20, 2001. h. Discovery of any previous unknown historic or archaeological remains while accomplishing the activity authorized by permits must be reported immediately to the USACOE. The City shall provide an archaeological and paleontological monitor during construction activities. The archaeological and paleontological monitor shall be present at the preconstruction meeting. Any modifications to the agreement between the Agency and USFWS or ACOE which are proposed by the Contractor shall be submitted in writing to the engineer for transmittal to the respective Agency for their consideration. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 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 extension 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. SDG&E: Contractor is cautioned that there is an existing gas crossing 56+70 Cannon Road (see Sheet 16, Dwg. No. 333-2G). PACBELL: Contractor will trench, furnish, and install four 4-inch PVC, Schedule 80, conduit sleeve crossings of Cannon Road at the future intersections with Point Parkway, Faraday Avenue, per e-- Sheets 4, 6, and 9, Dwg. No. 333-2G. Note that this is a joint trench shared with Daniels - Cablevision. C$ 1108198 Contract No. 3184 Page 83 of 249 Pages DANIELS CABLEVISION: Daniels Cablevision will furnish and install underground CATV in the= PacBell joint trench, following installation of the PacBell conduits. Contractor will backfill an- recompact the joint trench upon completion of joint trench installation. CARLSBAD MUNICIPAL WATER DISTRICT (CMWD): Contractor will furnish and install newl- water, reclaimed water and sewer pipelines along Cannon Road from Station 36+46 to Poinl Parkway, per plans and CMWD standards, see Section 2-5.1. Add the following section: 7-7.2 Cooperation. The Contractor shall coordinate and cooperate with all property owners and their representatives during the fill import from stockpiles located on Carlsbad Ranch, Lot 5 and Lot 18 (LEGOLAND Carlsbad). 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. ’ Add the following: 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 Contractor 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 discretion, 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 therefor. 7-8.5 Temporary Light, Power and Water. Add the following: 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 therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. LEGOLAND Carlsbad: The construction entrance for LEGOLAND Carlsbad is currently and will continue to be from the end of Cannon Road just east of the intersection with LEG0 Drive. Add the following section: 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. .Exceptions permitted only with approval of Engineer. Add the following section: 7-9.1 Haul Routes. The Contractor shall use designated haul routes. 7-9.2 Stockpik. The Contractor shall only borrow material for fill from designated stockpiles. The Work shall be performed in a professional manner. When Work complete, Contractor shall leave site in a condition that it will drain to established desiltation basin as required by Engineer. pq l/08/98 Contract No. 3184 Page 84 of 249 Pages - - - _.- 7-9.3 Carlsbad Ranch Trail. The Contractor shall protect in place or replace in-kind planting, irrigation, hardscape, and any other improvements that are part of the Carlsbad Ranch trail. Irrigation to plantings outside of the 30’ wide allowed access to LEGOLAND Carlsbad stockpile during Work must be continued. When a portion of irrigation system or other line must be removed, the remaining lines shall be capped. Reasonable notification of property owners is required. 7-9.4 LEGLAND Carlsbad. The Contractor shall protect any portion of LEGOLAND Carlsbad perimeter fence that is not to be removed to perform Work. Contractor shall replace perimeter fence that is removed in-kind after completion of Work. A locking gate shall be placed in-lieu of LEGOLAND Carlsbad perimeter fence and locked when no Work is occurring. A copy of the key shall be provided to Engineer and property owner. Contractor shall avoid damaging LEGOLAND Carlsbad improvements. The Contractor shall repair or replace in-kind all existing improvements damaged as a result of Work. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Special 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, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control 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 marking 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 CALTRANS Specification No. 8010-QlD-30. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall .be stationary mounted signs. Stationary signs that warn of non-existant conditions shall be removed from the travelled way and from the view of motorists in the travelled way or shielded from the view of the travelling 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 travelled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs. shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, pg l/08/98 Contract No. 3184 Page 85 of 249 Pages except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (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 equipment and along the edge of the pavement at 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A.minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. I Stationary mounted signs used for traffic control during construction of the Work shall be installed on break-away sign posts as shown on SDRS Drawing M-45 or on wood posts in the same manner shown on Caltrans Standard Plans RS 1. RS 2, RS 3 and RS 4 for installation of roadside signs, except as follows: a. b. Back braces and blocks for sign panefs will not be required. The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m. C. Construction area sign posts may be installed on aboveground temporary platForrn sign supports as approved by the Engineer, or the signs may be, installed on existing lighting standards or other supports as approved by the Engineer. d. When construction sign areas are installed on existing lighting standards, holes shall not be made in the standards to support the sign. e. The post embedment shall be 0.8-m if post holes are backfilled around the posts, with 500-C-2500 concrete. f. When break-away sign posts (SDRS M-45) are used, one post shall be provided for each 0.48 square meters of sign area. For wood posts, size and number of posts shall be as shown on Caltrans Standard Plan RS 2. Lumber for wood posts shall be as for sight posts. Sign panels for stationary mounted signs shall conform to the requirements of Section 206-7, “Reflective Sheeting Aluminum Signs”, and the following: a. All rectangular sheet aluminum signs over 1375 mm measured along the horizontal axis, and all diamond-shaped sheet aluminum signs 1500 mm and larger shall be framed unless otherwise specified. b. Frames shall be constructed in accordance with “Framing Details for Sheet Aluminum Signs,” Sheets 1 through 4 and Table 1 on Sheet 5, as published by Caltrans. C. Sign panel fastening hardware shall be commercial quality. I pii 1108198 Contract No. 3184 Page 86 of 249 Pages - - - Each portable sign shall consist of a base, standard, or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in 206- 78, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Signs,” The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3m. All parts of the sign standard or framework shall be finished with two (2) applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. If portable signs are displaced or overturned from any cause during the progress of the work, the Contractor shall immediately replace the signs in their original locations. 7-10.3.2 Maintaining Traffic. Attention is directed to Sections 7-10 SSPWC “Public Convenience and Safety.” Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in Caltrans “Standard Specifications”, except the sleeves shall be seven inches long. The Contractor’s personnel shall not work closer than six feet, nor operate equipment within two feet from any traffic lane occupied by traffic. For equipment, the two 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 or for the work of installing, maintaining and removing traffic control deivces. As a condition of such waiver, the Engineer 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. Personal vehicles of the Contractor’s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within six feet 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 equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign ,shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Special Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are’ closed for only the duration of work periods,‘all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. <$ 1108198 Contract No. 3184 Page 87 of 249 Pages Add the following section: 7-10.3.4 Traffk Control for Permanent and Temporary Traffic Striping. During traffic strip- operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Special Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic= striping operations using an alternative plan until. the Contractor has submitted its plan to the Engineer and has received the Engineer’s written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance.with the minimum standards specified in Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment. of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be. removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the, project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, vg 1108198 Contract No. 3184 Page 88 of 249 Pages supplements, and/or new designs to TCP. The Engineer may approve any such modifications, _- supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such - modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-l 0.3.7 Temporary Traffic Control Procedures. 4. - 5. 6. - 7. 8. 9. 10. 11. 12. Work hours to be restricted to 8:30 a.m. to 3:30 p.m., unless approved otherwise. Pedestrian controls will be provided as shown on the plan. Pedestrians will be protected from entering excavation areas by physical barriers designed, installed, and maintained to the satisfaction of the Engineer. Temporary “NO PARKING/TWO AWAY signs will be posted 72 hours prior to commencing work. Contractor will call the Carlsbad Police Dispatch at 931-2197 to validate posting. Access will be maintained to all driveways unless other arrangements are made. Trenches must be backfilled or plated during non-working hours unless K-rail barriers are provided. K-rail is approved only when specifically shown on the approved traffic control plan. Plates shall have cleats and cold mix feathered at the edges, per Section 306-1.1.7.3 of these special provisions. Striping will be replaced by the Contractor within 25 hours if removed or damaged. Flaggers shall be equipped with a white hard hat, an orange vest, and a C28 “SLOW/STOP” paddle. All traffic control devices must be maintained 24 hours a day, 7 days per week, by the Contractor. All traffic shall be in accordance with Caltrans Manual of Traffic Control for Construction and Maintenance Zones. Traffic control plan submittals are required for each phase of the work in the detail, format, and quality illustrated on this sheet for all Contractor operations not done within the provided traffic control plans. When not a raised median, median must be paved with no less than 3” of asphalt concrete over 6” of Class II aggregate base. 43 1108198 Contract No. 3184 Page 89 of 249 Pages 13. All traffic control devices shall be removed from view when not in use. 14. The Engineer has the authority to initiate field changes to any traffic control plans including work area limits, for any reason, the cost of which shall be included in the price bid for the. temporary traffic control. 15. For hours of darkness, Type II barricades shall have steady burn lights. Add the following section: 7-l 0.3.8 Temporary Signing. 1. 2. 3. 4. 5. 6. 7. 8. 9. Flashing arrow signs shall be Type 1, silent type, in populated areas. Flashing arrow signs shall be used on all streets that have an ADT of 5000 or more at the direction of the Engineer. Additional advance flaggers shall be required when traffic queues develop; 1 Construction area traffic control devices shall meet the provisions of Section 12 of the most recent edition of the State standard specifications. All cones used for night lane closures shall be fitted with 13-inch minimum ieflectorized sleeves. Cones shall be a minimum of 18 inches in height.. Not less than one person shall be assigned to full-time maintenance of traffic control devices on all night lane closures. All warning signs for night lane closures shall be illuminated or reflectorized. All advance warning sign installation shall be equipped with flags for daytime closures. Flashing beacons shall be placed at all locations indicated during night lane closures. All required signs that are to be left in place over a weekend or holiday shall be post-mounted. Additional advance flaggers shall be required when traffic queues develop. Flagger stations for work at night shall be illuminated as noted in Section 504.6 of the State Manual of Traffic Controls. Add the following section: 7-10.3.9 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install; maintain, replace and remove all ,traffic control as incidehtals to the work with which they are associated and no other compensation will be allowed therefor. Add the following section: 7-10.4.4 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 law& 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 cons!ruction as protruding nails, hoists, well holes, and falling materials. 3”j a 1 mai98 Contract No. 3184 Page 90 of 249 Pages 7-13 LAWS TO BE OBSERVED. Add the following: 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. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL -- 8-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a “Class A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. 8-2.1 Class “A” Field Office. Add the following: Additionally the “Class A” Field Office shall have a minimum 200 square feet and be provided with: two (2) additional standard 1.5 m (5’) double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model FO-5400T with separate phone line, or equal, telephone answering machine, and one (1) additional plan rack shall be provided. The copier, facsimile machine, answering machine and plan rack will become the property of the City at end of project. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings shall be new and are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. Four inch thick by ten feet wide, #3 crushed rock shall be placed along the full length of the front of the office. The field office shall be burglar resistant and have a burglar alarm with 24-hour answering service. The field office shall have a 600mm by 900 mm (24” by 36”) sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. - w CITY OF CARLSBAD ENGINEERING INSPECTION 8-8 BASIS OF PAYMENT. Add the following: Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as .- - may .be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including; but not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field ofice be removed from the project. ,- FQ 1 to8198 Contract No. 3184 Page 91 of 249 Pages SECTION 9 -- MEASUREMENT & PAYMENT 9-l MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-l .4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 partial and Final Payment. Delete the second paragraph and substitute the following: 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 the Standard Specifications (SSPWC). 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. 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 Engineer 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 payment 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. Delete the third paragraph and substitute the following: The Agency shall retain 10 percent of such estimated value of the work done and 10 percent of the value of materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of the contract by the Contractor, except that at any time after 50 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Agency may reduce the total amount being retained from. payment pursuant to the above requirements to 5 percent of the total estimated value of said work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of such work and materials. .ln addition, on any partial payment made after 95 percent of the work has been completed, the Agency may reduce the amount withheld from payment pursuant to the requirements of this Section to such lesser amounts as the Engineer determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event will said amount be reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. Such reduction will only be made upon the written request of the Contractor and shall be approved in writing by the surety on the Performance Bond and by the surety on the Payment Bond. The approval of the surety shall be submitted to the Engineer; the signature of the person executing the approval for.the i loa/ Contract No. 3184 Page 92 of 249 Pages surety shall be properly acknowledged and the power of attorney authorizing the person executing - the approval to give such consent must either accompany the document or be on file with the Agency. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding 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 adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 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 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. Add the following: Except for those final payment items disputed in ,the written statement required in subsection 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 subsection 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 Conditions, 3-5 Disputed Work,‘ 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, 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 contentions 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 subsection 3-5, Disputed Work, for those claims remaining in dispute. 43 1 loai9a Contract No. 3184 Page 93 of 249 Pages Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobiliration and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid. therefor in the bid schedule. The Contract lump-sum price paid for mobilization, and includes full .compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for’ doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections-of these specifications. The. Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 1 to8198 Contract No. 3184 - Page 94 of 249 Pages .- SUPPLEMENTAL PROVISIONS TO SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS c SECTION 200 - ROCK MATERIALS 200-l ROCK PRODUCTS 200-1.6.1 General. Add the following: Full payment price for each riprap dissipator (D-40) shall include all labor, tools, equipment, and materials required, and no additional payment shall be made therefore. 200-2 UNTREATED BASE MATERIAL 200-2.1 General. Add the following: Untreated Base Materials shall consist of Crushed Miscellaneous Base (CMB) pursuant to subsection 200-2.4, SSPWC, or Class II Base pursuant to subsection 2002.7 or recycled Class II Base pursuant to subsection 200-2.8 of these Special Provisions. Add the following subsection: 200-2.7 Class II Base. Class II Base shall consist of aggregate rock materials free from asphalt concrete, portland cement concrete, organic matter and other non-rock substances and conforming to the requirements set forth in subsection 26-1.02A of the CalTrans Standard Specifications ,- Add the following subsection: 200-2.8 Recycled Class II Base. Recycled Class II Base shall consist of broken and crushed asphalt concrete or portland cement concrete and may contain crushed aggregate base or other 7s .- rock. The material shall be free of any detrimental quantity of deleterious material as defined in subsection 200-l .l of the SSPWC. Gradation and Quality requirements shall be as set forth i,n subsection 200-2.7 above except that the Sand Equivalent shall be 35 minimum. SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS .- 201-l PORTLAND CEMENT CONCRETE 201-1.1.2 Coiwrete Specified by Class, Add the following: Where Section 201-l .1.2 SSPWC, “Concrete Specified by Class” specifies cement content in pounds per cubic yard, the total weight of - Portland Cement and mineral admixture per cubic yard shall not exceed the specified maximum cement content. The concrete shall conform to one of the following:The concrete containing “Type IP (MS) Modified” cement shall conform to the provisions in Section 201-1.2 SSPWC, “Materials” and 201-l .2.1 SSPWC, “Portland Cement,” except that the mineral admixture used in the manufacture of “Type IP (MS) Modified” cement shall have a calcium oxide content not exceeding two percent (2%) and an alkali content not exceeding four percent (4%). The amount of cement shall be sufficient to satisfy the specified minimum cement content. P G mat98 Contract No. 3184 Page 95 of 249 Pages When the calcium oxide content in a mineral admixture does not exceed two percent (2%) the portland cement in the concrete shall conform to the provisions in Section 201-l .2.1 SSPWC, “Portland Cement,” with an amount not less than eighty-five percent (85%) of the amount required to satisfy the specified minimum cement content. The concrete shall also contain the mineral admixture in an amount not less than fifteen. percent (15%). by weight; of the .amount of cement required to satisfy the specified minimum cement content. The mineral admixture shall conform to the requirements in ASTM Designation: C 618, Class N or F, except that the alkali content shall not exceed four percent (4%). When the calcium oxide content in a mineral admixture is between two percent (2%) and ten percent (lo%), the portland cement in the concrete shall conform to the provisions in Section 201- 1.2.1 SSPWC, “Portland Cement,” with an amount not less than eighty-five percent (85%) of ttie amount required to satisfy the specified minimum cement content. The concrete shall also contain the mineral admixture in an amount not less than thirty percent (30%), by weight, of the amount of cement required to satisfy the specified minimum cement content. The mineral admixture shall conform to the requirements in ASTM Designation: C 616, Class N or F, except that the alkali content shall not exceed four percent (4%). The portland cement in the concrete shall conform to the provisions in Section 201-1.2.1 SSPWC, “Portland Cement,” with an amount required to satisfy the specified minimum cement content. The concrete shall also contain a mineral admixture in an amount not less than ten percent (lo%), by weight, ‘of the amount of cement required to satisfy the specified minimum cement content. The mineral admixture shall conform to these provisions for silica fume. TABLE 201-l .1.2(A) (‘I PORTLAND CEMENT’CbNCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (2) (560-C-3250) (‘) Trench Backfill Slurry 115-E-3 200 (8”) (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 100 (4”) (560-C-3250) Traffic Signal Foundations 350-C-27 100 (4”) (590-C-3750) Concreted-Rock Erosion Protection 310-c-17 per Table 300-l 1.3.1 Except as noted herein. I (520-C-2500P) 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-l .1.2(A) SSPWC. (2) As per Table 201-l .1.2(A)SSPWC. (3) Portions of Table 201-l .1.2(A) of the Standard Specifications for Public Works Construction - not shown herein as changed are not affected by this table. (4) Portions of Table 201-l. 1.2(A) not shown herein as changed are not affected by this portion of the Special Provisions. Contract No. 3184 Page 96 of 249 Pages - - - - - ,- - 201-l .1.3 Concrete Specified by Compressive Strength. Add the following: All concrete shall be considered as designated by compressive strength. The minimum 28-day compressive strength required for such concrete shall be 3,250 pounds per square inch except for the portions of the structures where higher strengths are indicated on the plans. For concrete with required strengths less than 3,500 pounds per square inch, certified test data or trial batch reports for the pre- qualification of the concrete will not be required. 201-l .2.4 Chemical Admixtures. (b) Water-Reducing, Set-Retarding Admixtures. Add the following: When a water-reducing admixture or a water-reducing and retarding admixture is used, the cement content specified or ordered may be reduced by a maximum of five percent (5%) by weight except that the resultant cement content shall be not less than 470 pounds per cubic yard. 201-l .2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Replace with the last two sentences with the following: The air content shall not deviate from the percentage specified or permitted by more than l-1/2 percentage points. The air content of freshly mixed concrete will be determined California Test Method No. 504. Add the following subsection: 201-l .2.6 Mineral Admixtures. 201-l i2.6.1 General. Mineral admixture will be required in the manufacture of concrete containing aggregate that is ,determined to be “deleterious” or “potentially deleterious because aggregates are not free from deleterious coatings, clay balls, roots, bark, sticks, rags, and other extraneous materials. The calcium oxide content of mineral admixtures shall not exceed ten percent (10%). 201-1.5 Transporting Batched Materials and Mixed Concrete. Add the following: Each load of ready-mixed concrete delivered at the job site shall be accompanied by a ticket showing the mix identification number, non-repeating load number, date and time at which the materials were batched, the total amount of water (gallons) added to the load and for transit-mixed concrete, the reading of the revolution counter at the time the truck mixer is charged with cement. This ticket shall also show the actual scale weights (pounds) for the ingredients batched or the calculated portland cement concrete volume (cubic yards). Theoretical or target batch weights shall not be used as a substitute for actual scale weights. When showing a calculated Portland Cement concrete volume on the delivery ticket, the Contractor shall maintain and have available a record of the following information for each batched load: 1. Mix identification number; specific to the Contract. 2. Load number; shall match the.load number on the delivery ticket. 3. Date and time the load was batched. 4. Actual batch weight (pounds) for each ingredient. 5. Any water (gallons) added at the plant, in addition to the water proportioned for the batch. When requested, the Contractor .shall submit the recorded information for calculated Portland Cement concrete volumes to the Engineer. The information shall be provided in printed form, or if acceptable to the Engineer, data may be submitted on a 3.5-inch diskette. If a diskette is submitted, the data shall be in a tab-delimited text format or data interchange format (DIF), readable in both the MS-DOS and MACINTOSH systems. Contract No. 3j 84 Page 97 of 249 Pages 201-2 REINFORCEMENT FOR CONCRETE > Add the following subsection: 201-2.1.1 Epoxy-Coated ‘Bar Reinforcement. Bar reinforcement to be epoxy-coated shall conform to the ASTM Designation and grade required or permitted by Section 201-2 SSPWC, “Steel Reinforcement for Concrete” for the location or type of structure involved. The coated reinforcement shall conform to the provisions of ASTM Designation: D 3963, except that the thickness of coating shall be 7 mils plus or minus 2 mils. The coating shall have a light pastel color. When any portion ,of a reinforcing bar requires epoxy coating, the entire bar shall be coated. Prior to coating, the Contractor shall furnish to the Engineer a representative 4-ounce sample from each batch of epoxy coating material to be used. Each sample shall be packaged in an airtight container identified with the manufacturer’s name and batch number. After coating, two 30-inch long samples of coated reinforcing steel from each size and from each load shipped to the job site shall be furnished to the Engineer. These samples shall be representative of the material furnished. These. samples, as well as any additional random samples taken by the Engineer, may be tested for specification compliance. Such additional sampling, and all tests performed by the Engineer, may be performed at any location deemed appropriate by the Engineer. Failure of any sample to meet the requirements of the specifications will be cause for rejection. If any bar tested for coating thickness or for adhesion of coating fails to meet the requirements for coated bars in Section 7 of ASTM Designation: D 3963, two (2) retests on random samples of the bars represented by the failed test shall be conducted for each failed test. If the results of both retests meet the specified requirements, the coated bars represented by the samples may be certified as meeting the test requirements. ? In fabricating, handling, shipping, and placing of epoxy-coated reinforcing bars, adequate care shall be taken to avoid damage to the coating. Handling and shipping equipment shall have padded contact areas. All bundling bands shall be padded or suitable banding shall be used to prevent damage to the. coating. All bundles of coated bars shall be lifted with a strongback or multiple support system to prevent bar-to-bar abrasion from sags in the bundles. Bars or bundles shall not be dropped or dragged. All damage to the coating caused by handling and fabrication prior to shipment to ‘the job site shall be repaired as required by ASTM Designation: D 3963. Damage to the coating occurring during shipment or installation, or both, need not be repaired where the damaged areas are l/4 inch x l/4 inch or smaller and the sum of all damaged areas in each one foot length of bar does not exceed two percent (2%) of the bar surface area. All bars with total damage greater than two percent (2%) of the bar surface area will be rejected and shall be removed. On bars with a total damaged coating area not exceeding two percent (2%) of the bar surface area, all damaged areas larger than l/4 inch square and all damage in sections of bar with more than two percent (2%) coating damage in a one foot length shall be repaired with patching material. The bar surface area covered by patching material shall not exceed five percent (5%) of the total surface area of the bar. pq 1108198 Contract No. 3184 Page 98 of 249 Pages - - Patching material shall be compatible with the coating material, not harmfully reactive with the .- concrete, and shall be feasible for repairs by the coating applicator or bar fabricator or in the field. The patching material shall be pre-qualified as required for the coating material and shall be either - identified on the container as meeting the requirements of Annex Al of ASTM Designation: D 3963 or shall be accompanied by a Certificate of Compliance certifying that the material meets the requirements of said Annex Al. Patching of damaged areas shall be performed in accordance with - the patching material manufacturer’s recommendations. Within areas where epoxy-coated reinforcement is required, tie wire and bar chairs or other metallic - devices used to secure or support the reinforcement shall be plastic or epoxy-coated to prevent corrosion of the devices or damage to the coated reinforcement. - -- - 201-2.2.1 Reinforcing Steel. Add the foHowing: Reinforcing bars shall be low alloy steel deformed bars conforming to the specifications of ASTM Designation: A 706, except that deformed or plain billet steel bars conforming to ASTM Designation: A 615, Grade 40 or 60 may be used as reinforcement in the following: 1. Slope and channel paving. 2. Minor structures. 3. Sign and signal foundations (pile and spread footing types). 4. Roadside rest facilities.- 5. Concrete barrier Type 50 series and temporary railing. Deformations specified in ASTM Designation: A 706 will not be required on bars used as spiral or hoop reinforcement in structures and concrete piles. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS Add the following subsection: 201-3.10 Neoprene. - Neoprene shall be manufactured from a vulcanized elastomeric compound containing neoprene as the sole elastomeric and shall conform to Table 201-3.10(A): TABLE 201-3.10(A) Test Tensile strength, psi Elongation at break, percent Compression set, 22 hrs. at 158OF., percent (Method B) Tear strength, pounds per inch (Die C) Hardness (Type A) Ozone resistance 20% strain, 100 hrs at IOOO *F (except 100 ti0 parts per lOO,OOO,OOO) Brittleness temperature Flame resistance ASTM Designation Requirements D 412 2,000 Min. D 41 2,300 Min. D 395 30 Max. D 624 150 Min. D 2240 55 f 5 D 1149 No cracks D 471 -4OOF Must not Propogate flame. Oil Swell, ASTM Oil #3, 70 hrs at 212OF., Volume change, percent 80 Max. Water absorption, immersed 7 days at 158OF., Change in weight, percent 15 Max. Fe 1108198 Contract No. 3184 Page 99 of 249 Pages After accelerated aging in accordance with ASTM Designation: D 573 for 70 hours at 212” F. the elastomer shall not show deterioration changes in excess of Table 201-3.1 O(B): TABLE 201-3.10(B) Tensile strength, percent -15 Elongation at break, percent -40 Hardness, points +I0 Waterstops shall be furnished full length for each straight portion of the joint, without field splices. Manufacturer’s shop splices shall be fully vulcanized. Field splices for neoprene waterstops shall be either vulcanjzed; mechanical, using stainless steel parts; or made with a splicing union of the same stock as the waterstop, at the option of the Contrador. All finished splices shall have a full size tensile strength of 100 pounds per inch of width. Sheet neoprene shall conform to the requirements of these special provisions. The sheet neoprene shall be accurately fabricated to fit the joint seal assembly. Neoprene strip shall conform to the requirement for neoprene. ‘Grease shall be commercial quality identified as multi-purpose, automotive and industrial, NLGI No. 2, water resistant. Sheet metal shall be commercial quality galvanized sheet steel. The sheet metal shall be smooth and free of kinks, bends, or burrs, SECTION 203 l BITUMINOUS MATERlAk 203-6 ASPHALT CONCRETE 6.1 General. Add the following: Asphalt concrete shall be class C2-AR 4000 for surface course, and BAR 4000 for base course. 263-6.6.1, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete “and from the Engineer’s field laboratory”. Last paragraph, add after D 2172: “method A or B.” 203-6.7 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of two (2) hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. ?a 1108198 Contract No. 3184 Page 100 of 249 Pages SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES .- 204-1 LUMBER AND PLYWOOD TABLE 204-l .2(A) add the following: - USES Headers for bituminous pavement up to 2” x 4” GRADES Construction grade Redwodd or treated construction grade Douglas Fir Headers for bituminous pavement larger than 2” x 4” Number 1 grade Redwood, or treated number 1 grade Douglas Fir SECTION 205 - PILES 205-2.1 General. Modify as follows: First paragraph, first sentence add “and unfilled pipe piles” after steel piles. Add the following: Steel shells shall conform to the reqirirements for unfilled pipe piles specified in Section 205-3.3.1 SSPWC, “Metal Cased Cast In Place Concrete Piles”. - - Add the following subsection: 205-2.3 Structural Shape Piles. Structural shape piles shall be of the rolled section shown on the plans or of the section specified in the special provisions and shall be structural steel conforming to the specifications of ASTM Designation: A 36, or at the option of the Contractor, structural steel conforming to the specifications of ASTM Designation: A 572. Structural shape piles shall not be lap spliced welded. Partial welds may be restored to full penetration welds in the field in conformance with AWS Dl .I. - Abutment 1 and pier 2 piles shall be of the section shown on the plans “Cannon Road. Bridge over Macario Canyon” and shall be structural steel conforming to the SSPWC. Piles at Piers 3, 4, 5 and Abutment 6 shall be structural steel, conforming to ASTM Designation: A 690. 205-3.3.1 Metal Cased Cast-in-Place Concrete Piles. Add the following: Unfilled pipe piles shall be steel pipe piles with the diameter and wall thickness of the piles shown on the plans unless otherwise specified in the special provisions. Unfilled pipe piles that are less than 14 inches in diameter shall conform to the specifications, of ASTM Designation: A 252, Grade 2 or 3. - Unfilled pipe piles that are 14 inches and greater in diameter shall conform to the. specifications of ASTM Designation: A 252, Grade 3. At the option of the Contractor, steel pipe manufactured for other industrial uses with physical properties at least equivalent to A 252, Grade 3, may be used as long as the actual yield strength of the steel pipe piles, as shown on the mill certification, does not exceed 65 ksi, and the steel pipe is readily weldable. Additional manufacturing requirements for the diameter of steel pipe piling may be required to meet the steel pile splice welding requirements. Unfilled pipe piles shall not be lap sliced welded. Unfilled pipe piles shall be full penetration welded. Aprtial welds may be restored to full penetration welds in the filed in conformance with AWS Dl .I. 1108198 Contract No. 3184 Page 101 of 249 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS 206-3 GRAY IRON CASTINGS 206-3.1 General. Add the following: All gray iron castings for valves and flanges shall .meet the requirements of ASTM A 126. Add the following subsection:. 206-3.7 BUlTERFLY VALVES 206-3.7.1 General. Butterly- valves for water working pressures up to 200. psi shall conform to ANSUAWWA C504 - Rubber Seated Butterfly Valves, subject to the following requirements. Valves shall be of the size and class indicated. Flanged valves shall have ,ANSi 125-lb. Flanges. Shaft seals shall be designed for use with standard split-V type packing, or acceptable seal. The interior passage of butterfly valves shall not have any obstructions .or stops. The seats shall be positively clamped or bonded into the disc or body of the valve, but cartridge-type seats, which rely on high coefficient or friction for retention, shall not be acceptable. 206-3.7.2 Manufacturers. The product of or products equal to the following manufacturers are acceptable. American Darling Kennedy Valve Mueller Company . Henry Pratt Company Rodney Hunt Company (24-inch and larger) M+H Add the following subsection: 206-3.8 GATES VALVES 206=3.8.1 General. All buried valves’shail be of the inside screw type. Valves shall be capable of being repacked under line pressure. Valves 14-inch and larger installed in vertical pipes with their stems horizontal shall be fitted with bronze slides, tracks, rollers, and scrapers to assist the travel of .the gate assembly. Quick opening valves shall have quick opening levers and cams in lieu of handwheel operators. Resilient-seated gate valves conforming to ANSI/AW\hiA C509 may be provided in lieu of metal-seated double disc or solid gate valves. Resilient-seated gate valves shall have cast iron or ductile iron bodies with flanged, bell or mechanical joint ends, rubber-coated vast iron or ductile iron disc, flanged bonnet, bronze stem, O-ring seals, and operators with handwheel or square nut, unless otherwise shown. All valves shall have a minimum pressure rating of 200 psi, unless othennrise specified or shown. <j l/08/98 Contract No. 3184 Page 102 of 249 Pages .- 206-3.8.2 Manufacturers. The product of, or products equal to, the following manufacturers are acceptable: A.~ American Flow Control (Darling) Series 2500 6. American Flow Control (Darling) Series 500 C. Clow Valve Company D. Kennedy Valve E. Mueller Company (Grinnell Corporation) F. Stockham Valves and Fittings .A - +- Add the following subsection: 206-3.9.1 General. Air and vacuum valves shall be capable of venting large quantities of air while pipelines are being filled, and allowing air to re-enter while pipelines are being drained. They shall be of the size shown, with flanged or screwed ends to match piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of material insuring water tightness with a minimum of maintenance. Valves shall be designed for minimum 150-psi water-working pressure, unless othennrise shown. 206-3.9.2 Manufacturers. The product of, or products equal to, the following manufacturers are accepable: A. B. 2-inch AFCO 145 C Valmatic 202 Add the following subsection: 206-7 REFLECTIVE SHEETING ALUMINUM SIGNS - 206-7.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of.California, Department of Transportation, Division of Procurement Services, Of5ce of Material Operations, 1906 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. P-- 206-7.2 Sign Identification. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Sign identification shall be as per,“SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, except that the notation shall be “PROPERTY OF THE CITY OF CARLSBAD.” - 206-7.3 Drawings. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Standard signs shall be as per the most recently approved “APPROVED SIGN SPECIFICATION SHEETS” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this Contract, whichever is most recent. 43 1108198 Contract No. 3184 Page 103 of 249 Pages 206-7.4 Reflective Sheeting. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: All warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Signs listed below shall be fabricated with Type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 through, and including, R53C; R62A through,‘and including, R62D; R74 through, and including, R96C; and R99 through, and including, R105A. 206-7.5. Substrate. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, _ warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following subsection: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS 206-8.1 General. This section pertains to 10 gage and 12 gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A 446, Grade A. Galvanizing shall conform to ASTM A525, Designation G90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 7116 inch holes on 1 inch centers. 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +O.Oll, -0.005 inch. Convexity and concavity measured in the center of the flat side shatl not exceed a tolerance of +O.OlO inch applied to the specific size determinsd at the corner. Straightness tolerance variation shall not exceed l/16 inch in 3 feet. Tolerance for corner radius is 5/32 inch, plus or minus l/64 inch. Weld flash on corneriwelded square tubing shall permit 9/64 inch radius gage to be placed in the comer. Using 10 gage (0.135) or 12 gage (0.105) square tube, consecutive size tubes shall telescope freely for 10 feet. Tolerance on hole size is plus or minus l/64 inch on a size. Tolerance on hole spacing is plus or minus l/18 inch in 20 feet. In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). -- ’ Nominal Outside Dlmenslon, Inches 1x1 l-114 x l-114 l-l/Z x l-112 l-3/4 x l-3/4 2x2 2-3/l 6 x 2-3/l 6 2-l/4 x 2-l/4 2-l/2 x 2-112 .-. -. v-w Outside Tc Sides at Co l lerance for All ‘ners, in Inches ‘:EZ 1.006 1.008 1.008 ‘.OlO .OlO .OlO .- v l/08/98 Contract No. 3184 Page 104 of 249 Pages - - I Nominal Outside Dimension, Inches TX1 l-1/4 x l-l/4 l-1/2 x l-l/2 I-314 x l-314 2x2 2-3116 x 2-3116 2-l/4 x 2-l/4 2-l/2 x 2-l/2 2x3 TABLE 206-8.2(B) Squareness of Sides and Twist I I Twist I Permissible Square.ness In 3 Feet, Inch** 0.006 0.050 0.007 0.050 Ez 0:012 0.050 0.062 0.062 0.014 0.062 0.014 0.062 0.015 0.075 0.018 0.075 *Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. **Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. c_ .- 206-8.3 Fasteners. Fasteners used to assemble’cold-rolled steel perforated tubing shall be steel “pull-through” electrogalvanized rivets with 3/8 inch-diameter shank, 7/8 inch-diameter head, and a grip range of from 0.200 inch to 0.356 inch. The fasteners shall conform to ASTM’B633, Type III SCI. Add the following subsection: 206-9 MISCELLANEOUS BRIDGE METAL r- . rC 206-9.1 General. Self-tapping screws shall be hex-head, stainless steel or monel metal, installed in holes drilled to fit the self-tapping screws. All metal parts of anchorage devices shall be fabricated from stainless steel conforming to the requirements of ASTM Designation: A 276, Type 304 or 316. Cast-in-place inserts shall be ferrule loop or cast iron type. All metal parts of anchorage devices shall be fabricated from steel, except iron castings for cast-in- place inserts shall be malleable iron or ductile iron. All metal parts of anchorage devices,’ except mechanical.expansion anchors and iron castings for cast-in-place inserts, shall be hot-dip or mechanically galvanized. Mechanical expansion anchors may be hot-dip or mechanically galvanized, made from stainless steel, or coated with electrodeposited zinc conforming to the requirements of ASTM Designation: l3 633. Iron castings shall be mechanically galvanized. Scale weights will not be required when miscellaneous iron and steel, miscellaneous bridge metal, miscellaneous metal (restrainer), or pumping plant metal work are designated as final pay items in the Engineer’s Estimate. pq 1108198 Contract No. 3184 Page 105 of 249 Pages An approved thread locking system, consisting of a cleaner, primer and anaerobic adhesive, shall be applied where shown on the plans. Lubricants and foreign materials shall be removed from the threaded areas of both parts using the cleaner and small wire brush. The primer shall be applied to cover the threaded areas of both parts. The anaerobic adhesive shall be applied to fill the male threads in the area of the final position of the nut. The nut shall be installed at the location or to the torque shown on the plans, and an additional fillet of anaerobic adhesive shall be applied completely around the exposed junctions of the nut and male part. Full compensation for furnishing and applying the thread locking system will considered as included in the contract price paid for the item of work requiring the system and no separate payment will be made therefore. 206-9.2 Cast-in-Place Concrete Pipe Supports. Cast-in-place concrete pipe supports shall conform to the details shown on the plans, the provisions of Sections 303, “Concrete Structures,” and Sections 206, “Miscellaneous Metal,” of the SSPWC, and these special provisions. Add the following subsection: 206-l 0 BRASS CASTINGS 20640.1 Corporation Stops 206-10.1 .l General. Unless otherwise shown, corporation stops shall be made of solid brass for key operation, with screwed ends with corporation thread or iron pipe thread, as required. 206-10.1.2 Manufacturers. The product of, or products equal to, the following manufacturers are acceptable: A. :: Ford Meter Box Company James Jones Company Mueller Company SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.5 - Joints. Add the following: When watertight joints are indicated on the Plans they shall be of the rubber-gasketed type. 207-9 IRON PIPE AND FllTlNGS 207-9.1 General. Add the following: Exposed potable and reclaimed water lines shall be ductile iron pipe. 207-10 STEEL PIPE 20740.1 General. Add the following: All steel potable water lines and reclaimed water lines shall be fabricated steel pipe. 207-10.2.2 Design Criteria. Add the following: Minimum wall thickness shall be 10 gage (0.135”). Minimum wall thickness of 24-inch steel pipe shall be 8 gage (.164”). PT# 1 JO8198 Contract No. 3164 Page 106 of 249 Pages 207-10.2.5 Joints ,- C-. (a) General, Add the following: Joints shall be field-welded lap joints. 207-10.4.1 General. Add the following: All steel potable water and reclaimed water lines shall be cement-mortar lined and coated. 207-17 PVC PLASTIC PIPE -.. I Add the following subsection: 207-17.1 .I PVC Plastic Pipes Enclosed. For drainage piping 8 inches in diameter or less, which is: (1) enclosed in a box girder cell and exposed for a length not greater than 20 feet, or (2) encased in concrete, the Contractor shall have the option of substituting polyvinyl chloride (PVC) plastic pipe with the same diameter and minimum bend radius as shown on the plans, for welded steel pipe. The PVC plastic pipe shall be Schedule 40 conforming to the requirements of ASTM Designation D1785. No change in the quantities to be paid will be made because of the use of PVC pipe as a substitute by the Contractor. - .I 207-17.1.1 PVC Sewer Pipe. The 21-inch PVC sewer’pipe shall meet the requirements of AWWA C905. The pipe size shall be 21-inch cast-iron-pipe-size (CIPS) with a DR of 25. The C900 PVC sewer pipe shall meet the requirements of AWWA C900. The pipe size shall be a-inch or 12-inch cast-iron-pipe-size (CIPS) with ,a DR of 25. The SDR 35 PVC sewer pipe shall conform to ASTM 03034. All pipes should be supplied in 20-foot lay-lengths. 207017.2 Cell Classification. Add the following:. The PVC material shall meet the requirements of ASTM 01784 with a cell classification of 124548. ,- 207-17.3.2 Elastomeric Gasket Joints. Add the following: The gasket material shall meet the requirements of ASTM F477. Add the following subsection: 207-25 UNDERGROUND UTILITY MARKING TAPE c. 207-25.1 Detectable Underground Utility Marking Tape. Detectable Underground Utility Marking Tape shall have a minimum 5.0 mil (0.005 inch) overall thickness, with no less than a 35 gauge (0.00035 inch) aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable underground utility marking tape shall conform to the properties listed in Tables 207-25.1 (A) and 207-25(B). pg. 1 to8198 Contract No. 3184 Page 107 of 249 Pages TABLE 207-25.1(A) Property Method Value Thickness ASTM D2103 5.0 mils Tensile strength ASTM D882 25 pounds/inch (5,500 PSI) Elongation ASTM D882-88 ~50 percent at break Printability ASTM D2578 ~50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message rpt Manufacturing specifications Every 20 inches Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H,O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1(B) TABLE 207-25.1~8) - Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. 1 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 831.8, paragraph 192.321 (e). & National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines APR RP 1109. 0. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment PBS 41501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 181.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. pq 1108198 Contract No. 3184 Page 108 of 249 Pages SECTION 209 - ELECTRICAL COMPONENTS - - 209-3 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS. as follows, shall replace SECTION 2090 “ELECTRICAL COMPONENTS” and SECTION 307 - ‘STREET LIGHTING AND TRAFFIC SIGNALS” of the SSPWC in all matters pertaining to the materials and methods of construction. Measurement, payment, and warranty for all elements of street lighting and traffic signals shall be per Section 307-8 of the SSPWC and these special provisions. - 209-3.1 General 209-3.1 .I Description. Electrical work shall consist of all work as shown on the plans, and as specified in these specifications and the special provisions. The locations of signats, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the Contract. - 209-3.1.2 Definitions. The following definitions pertain only to Section 209-3, “Signals, Lighting and Electrical Systems.” Actuation.- The operation of any type of detector. Channel.- A discrete information path. Controller Assembly.- The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabinet. c_ Controller Unit.- That part of the controller assembly which performs the basic timing and logic functions. Detector.- A device for indicating the passage or presence of vehicles or pedestrians. Electrolier.- The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher.- A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector.- A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Lighting Standard.- The pole and mast arm which support the luminaire. Luminaire.- The assembly which houses the light source and controls the light emitted from the light source. - Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through the earth’s magnetic field. Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic disturbance caused by the passage or presence of a vehicle. 43 1 I08198 Contract No. 3184 Page 109 of 249 Pages Major Street.- The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. .Minor Street.- The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button type, capable of being operated by hand. Plans. - For this section plans shall include all documents listed in Section 2.5 SSPWC, Plans and Specifications, et seq. as well as the STANDARD PLANS, 1995 edition as promulgated by the State of California, Department of Transportation. Pressure-Sensitive Vehicle Detector.- A detector capable of being actuated by the pressure of a vehicle passing over its surface. - Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordance with a pre-determined cycle length. -. Signal Face.- That part of a signal head provided for controlling traffic in a single direction and consisting of one or more signal sections. Signal Head.- An assembly containing one or more signal faces. Signal Indication.- The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housing, lens, reflector, lamp receptacle and lamp. Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase.- The right-of-way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. 209-3.1.3 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these specifications, and the special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 1108198 Contract No. 3184 Page 110 of 249 Pages 209-3.1.4 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within fifteen (15) days following approval of the Contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, “Shop Drawings and Submittals.” The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3 SSPWC, “Shop Drawings and Submittals”, for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish five (5) sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each’ signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection terminals and phasing as shown on the Plans. - All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall, show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams.” 209-3.1.5 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. / - 209-3.1.6 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. Where an existing system or temporary system is being modified, work not shown on the plans or specified in the special provisions and which is necessary to keep all or any part of the system in effective operation will be paid for in the respective bid item. -- -- .- The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor’s operations, the Contractor shall, at the Contractor’s expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector handhole or termination pull box, is damaged by the Contractor’s operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces pfs 1 I08198 Contract No. 3184 Page 111 of 249 Pages at the Contractor’s expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any monies due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. These provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities as provided in Sections 4-1 .l SSPWC, “General” and 4-1.2 SSPWC, “Protection of Work and Materials.” - -. During traffic signal system shutdown the Contractor shall place “STOP AHEAD” and “STOP” signs to direct vehicle and pedestrian traffic through the intersection. Temporary “STOP AHEAD” and ‘STOP” signs shall be removed when the system is turned on. “STOP AHEAD” and “STOP” signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3 SSPWC, “Street Closures, Detours, Barricades.” Minimum size of “STOP” signs shall be 750 mm. One “STOP AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two lane approaches, two “STOP” signs shall be placed. Location of the signs shall be as directed by the Engineer. - 209-3.1.7 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-3.2.13 SSWPC, “Testing,” unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. In vehicular undercrossings, soffit lights shall be placed in operation as soon as practicable after falsework has been removed from the structure. Lighting for pedestrian structures shall be placed in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures placed in operation before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as provided in Section 3-3 SSWPC, “Extra Work.” The initial turn-on shall be made between 9:00 a.m. and 2:00 p.m., Tuesday through Thursday unless specified otherwise in the special provisions. Prior to turn-on, all equipment as shown on the Plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal faces shall be directed to provide maximum visibility. Functional tests shall start on any working day except Friday, or the day preceding a legal holiday. ?a$ mama Contract No. 3184 Page 112 of 249 Pages 209-3.1.8 Safety Precautions, Attention is directed to Section 7-l 0.4.1, SSPWC “Safety Orders.” Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a - safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and “Men at Work” signs posted at switch boxes before any work is done. 209-3.2 MATERIALS AND INSTALLATION - 209-3.2.1 Excavating and BackfillIng. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or ObStNCtiOn to vehicular and pedestrian traffic nor interfere with surface drainage. Unless othentvise permitted in writing by the Engineer, all surplus excavated material shall be removed and disposed of, within 48 hours, outside the highway right of way in accordance with the provisions in Sections 7-8.1, SSPWC “Cleanup and Dust Control”, 300-l .3 SSPWC, “Removal and Disposal of Materials” and 300-2.6 SSPWC, “Surplus Material”, depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions in Section 306-l .3 SSPWC, “Backfill and Densification.” Excavations after Backfilling shall be kept well filled and maintained in a smooth and well-drained condition untit permanent repairs are made. All excavations shall be filled, -- and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any .I other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise by the Engineer. 209-3.2.2 Removing and Replacing Improvements. In addition to the requirements of Sections 7-9 SSPWC, “Protection and Restoration of Existing Improvements” and 306-l .5 SSPWC, “Trench Resurfacing” Improvements such as sidewalks, curbs, gutters, Portland Cement concrete and asphalt concrete paverhent, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind of material as found on the Work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland Cement concrete sidewalks and driveways and in pavements shall be cut-to a minimum depth of 50 mm (2”) with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-3.2.3 Foundations. Portland Cement materials and construction methods shall conform to Section 201 SSPWC, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 303 SSPWC, “Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest on firm ground. .- Contract No. 3184 Page 113 of 249 Pages Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top 50 mm (2”) which shall be placed after the post, standard or pedestal is in proper position. After each post, standard, or pedestal on structures, and each standard shown on the Plans to have mortar pads, is in proper position, mortar shall be placed under the base plate as shown on the Plans. The exposed portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of Portland Cement and three (3) parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for three (3) days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 205-3.3 SSPWC, “Cast-in-Place Concrete Piles,” except that material resulting from drilling holes shall be disposed of as provided in Section 209-3.2.1 SSPWC, “Excavating and Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance. - -. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. - Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with Sl supplementary requirements. At the option of the Contractor, non-headed anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with Sl supplementary requirements. When non-headed anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Signal Facilities.” The upper threaded portion of all anchor bolts shall be provided with two (2) nuts and two (2) washers each. Anchor bars or studs shall be provided with three (3) nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars. or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2 SSPWC, “Ordinary Surface Finish,” shall be applied to exposed surfaces of concrete. F?# mai Contract No. 3184 Page 114 of 249 Pages Unless otherwise specified or shown on the Plans, foundations not to be reused shall be removed. _- When a foundation is shown on the Plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1 .O m below surface of sidewalk or I- unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the Plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. _^ -- Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least seven (7) days, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1 .O m square, 100 mm thick or of the size shown on the Plans, whichever is the larger, raised pad of Portland Cement concrete shalt be placed in front of each controller cabinet. 209-3.2.4 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish shall .be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS Dl .l, “Structural Welding Code,” and to the requirements in this section. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the Plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. e.. -_ All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the Plans, attached with stai.nless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3mm or thicker galvanized steel; or 1OOmm standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post- top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designation: A 53. - - Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m and longer, shall conform to the details shown on the Plans, the requirements of Sections 206 SSPWC, “Miscellaneous Metal Items,” for Materials and Section 304 SSPWC, “Metals Fabrication and Construction,” for construction methods except as otherwise noted, and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 MPa. Certified test reports which verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as-received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor’s method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength., The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. 2) When a single-ply 8mm thick pole is specified, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than two (2) pieces of sheet steel. Where two pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. Contract NO. 3184 Page 115 of 249 Pages 3) 4) - 5) 6) 7) 8) 9) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3mm nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed comers of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm measured at the midpoint of a 9m or 1 lm standard and not to exceed 20 mm measured at the midpoint of a 5m through 6m standard. Variation shall not exceed 25 mm at a point 4.5 m above the base plate for Type 35 and Type 36 standards. All galvanized nuts, used on assemblies with a specified pre-load or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. Standards with an outside diameter of 300 mm or less shall be round. Standards with an outside diameter greater than 300 mm shall be round or multisided. Multisided standards shall have a minimum of ten sides which shall be convex and shall have a minimum bend radius of 100 mm. Mast arms for standards, shall be fabricated from material as specified for standards and shall.conform to the dimensions shown on the Plans. The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 7040. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Founder’s Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer’s office. These certifications and films shall be available for inspection upon request. High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 21 O-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” Contract No. 3184 Page 118 of 249 Pages -- 10) - -... 11) 12) -. 13) -. 14) 15) -. 16) - - 17) , Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI Designation: 1018, and be galvanized as specified in Section 210-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt. High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be galvanized as specified in Section 210-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. The galvanized facing surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the facing surfaces. Handholes in the base of standards shall conform to the details shown on the Plans. All handholes shall be provided with covers. Changes in configuration of mast arms will be permitted, provided the mounting height and stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall - be bent to the approximate configuration shown on the plans. A smooth curving arm is required. Pedestrian push button posts shall be constructed of 65mm standard pipe conforming to the dimensions shown on the plans. Guard posts shall be constructed of 1OOmm galvanized standard pipe 1.7 m long. Posts shall be set 900 mm in a block of Portland Cement concrete, as shown on the Plans, and the pipe shall be filled with Portland Cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53. Slip bases shall be assembled and tightened when the pole is on the ground prior to erection. The threads of the heavy hex nuts- for the slip base bolts shall be coated with an additional lubricant which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N.m,‘plus or minus, of Table 209-3.2.4(A): TABLE 209-3.2.4(A) Standard Type Torque (Newton-meters) 1 S-SB 200 N.m 30 200 N.m 31 275 N.m 36-20A 225 N.m Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 21 O-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” ?a i/oat98 Contract No. 3184 Page t 17 of 249 Pages When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2 SSPWC, “Changes Initiated By The Agency.” Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency- furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 21 O-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” 209-3.2.5 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles.’ Conduit shall be of the sizes shown on the plans and as specified in this section. In addition, the Contractor may, 2s an option at the Contractor’s expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-3.2.5.1 Material. Conduit and conduit fittings shall be UL or ETL listed and shall be Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. Bonding bushings to be, installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. 209-3.2.5.2 Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit: 1) From an electrolier to the adjacent pull box shall be Size 41. 2) From a pedestrian push button post to the adjacent pull box shall be Size 27. 3) From a signal standard to the adjacent pull box shall be Size 53. 4) From a controller cabinet to the adjacent pull box shall be Size 78. 5) For detector runs shall be Size 41. 6) Not otherwise specified shall be Size 41. 209-3.2.5.3 Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-3.1.3 SSPWC, “Regulations and Code.” Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with two (2) applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used. pg 1108t98 Contract No. 3184 Page 118 of 249 Pages The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pennies” to protect the raceway against dirt and concrete until wiring is started. When caps or “pennies” are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings Conduit bends, except factory bends, shall have a radius of not less than six (6) times ‘the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N. At least 0.6m of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm below grade in Portland Cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm from face of foundation. Unless “Trenching In Pavement Method” is specifically allowed or required in the special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6m clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When “Trenching in Pavement Method” is specifically allowed or required in the special provisions, installation of conduit under pavement shall conform to the following: 1) Conduit shall be placed under existing pavement in a trench approximately 50 mm wider than the outside diameter of the conduit to be installed. 2) Trench shall not exceed 150 mm in width. 3) Trench depth shall not exceed 300 mm or conduit metric trade size plus 250 mm, whichever is greater, except that at pull boxes the trench may be hand dug to required depth. 4) The top of the installed conduit shall be a minimum of 230 mm below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75mm with a rock cutting excavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the removal area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. pg 1108198 Contract No. 3184 Page 119 of 249 Pages 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the tope 30 mm of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 3025.4 SSPWC, “Tack Coat.” Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm, by the end of each work period. The top 30 mm shall be placed within three (3) calendar days after trenching. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an ari= may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit - shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-l SSPWC, “Structural Steel, Rivets, Bolts, Pins and Anchor Bolts, for materials and Section 304-l SSPWC, Structural Steel for Construction Methods.” Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 MPa in tension on the net section of the bolt or threaded rod. 2) Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of Portland Cement per cubic meter and commercial quality welded wire fabric. The cradles shall be moist cured for not less than three (3) days. 3) Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2 SSPWC, ‘Standard Set Epoxy Adhesive for Pavement Markers,” or Section 214-6.2.1 SSPWC, “Rapid Set Epoxy Adhesive for Pavement Markers” or conforming to State of California Specification 8040-21M-08, Type I when cure temperatures are above 15(C or to State of California Specification 8040-21 M-08, Type I when cure temperatures are below 15(C. 4) Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. 5) Where conduits pass through the abutment concrete, the conduits shall be wrapped with two (2) layers of asphalt-felt building paper, securely taped or wired in place. VQ 1108198 Contract No. 3184 Page 120 of 249 Pages 6) The space around conduits through bridge abutment walls shall be filled with Portland Cement mortar conforming to the provisions in Section 201-5 SSPWC, “Cement Mortar,” except that the proportion of cement to sand shall be 1 to 3. 7) When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. *.- -- --. . ..- LC -_ -. -. + 8) Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to wails on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m, and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-l SSPWC, “Structural Steel, Rivets, Bolts, Pins and Anchor Bolts, for materials and 304-l SSPWC, “Structural Steel for Construction Methods.” Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-3.2.9 SSPWC, “Bonding and Grounding.” Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a “Y” at least 75 mm high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 209-3.2.5.4 Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38mm movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and two silicon bronze or zinc-plated iron hubs. Each fitting shall permit a minimum of 19 mm expansion and contraction and a minimum of 19 mm lateral deflection, Details of expansion-deflection fittings for joints of movement rating of more than 38 mm shall be as shown on the plans and specified in the special provisions. 209-3.2.6 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified; The Contractor may, as an option, at the Contractor’s expense, use pull boxes of a larger standard size than that shown or specified. 209-3.2.6.1 Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced ,Portland Cement concrete (PCC) or of non-PCC material.- Non-PCC material shall be fire resistant and shall not bum at a rate greater than 8 mm per minute per 2.5 mm of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm. Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N for a No. 31/2 pull box and shall be 450 N for a No. 5 or No. 6 pull box. When a vertical force of 6500 N is applied, through a 13mm steel plate, to a non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm. The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a pg 1108198 Contract No. 3184 Page 121 of 249 Pages non-metallic pull box, the box shall be provided with recesses for a hanger. Pull boxes and covers for installation in structures shall be of the sizes and details shown on the plans. Each No. 7 ceiling pull box located near a flush soffit fixture and to be used to house the ballast for the fixture shall be provided with mounting brackets for the ballast and any required capacitors. Covers, except covers for ceiling pull boxes, shall be secured with 9mm bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel hold-down bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than eight percent (8%). All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6 SSPWC, “Galvanizing for Traffic Signal Facilities.” 209-3.2.6.2 Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm and 75 mm high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: 4 Cast iron strips, at least 6 mm thick, with the letters raised a minimufi of 1.5 mm. Strips shall be fastened to covers with 6mm flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. b) Sheet steel strips at least 0.7mm with the letters raised a minimum of 1.5 mm above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6mm stainless steel rivets, or with 6mm roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening+ cl Bead welding the letters on the covers. The letters shall be raised at least 2 mm. 209-3.2.6.3 Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m, shall be spaced at not over 60m intervals. The Contractor may, at the Contractor’s expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans and shall be grouted prior to the installation of conductors. The grout shall be between 13 mm and 25 mm thick and shall be sloped toward the drain hole. A layer of roofing paper shall be placed between the grout and the crushed rock sump. A 25mm drain hole shall be provided in the center of the pull box through the grout and the roofing paper. Where the sump of an existing pull box is disturbed by the Contractor’s operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 209-3.2.7 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Section 4-1.5 SSPWC, “Certification,” shall be submitted by the manufacturer with each type of cable to be used on the project. pr# l/08/98 Contract No. 3184 Page 122 of 249 Pages 209-3.2.7.1 Conductor Identification. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer’s name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent wlored stripe as detailed in Table 209- 3.2.7.1(A) unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm. VQ 1 I08198 Contract No. 3184 Page 123 of 249 Pages - - Circuit Signal Phase or CONDUCTOR TABLE I Identification Insulation Colors stripe Band Symbols Vehicle Signals (Note 4) Function Base (Note 1) (Note 6) Size 2,6 ................................... Red, Yellow, Brown Black 2,6.. ................... 14 4,8 ................................... Red, Yellow, Brown Orange 4,8.. ................... 14 1,5.. ................................. Red, Yellow, Brown None 1,s.. ................... 14 3.7 .................................. .Red, Yellow, Brown Purple 3,7.. ................... 14 2p,6p ............................... Red, Brown Black 2p.6~. ................ 14 Pedestrian Signals 4p,8p.. ............................. Red, Brown . Orange 4Q,8p ................. 14 (Note 4) lp,5p.. ............................. Red, Brown None lQ,SQ ................. 14 Pedestrian Push 3p,7p ............................... Red, Brown Purple 3Q,7Q .................. 14 2~,6~ ............................... Blue Black P-2,P-6 ............. 14 Buttons 4p,8p.. ............................. Blue (Note 4) lp,5p.. ............................. Blue 3p.7~. .............................. Blue Traffic Signal Ungrounded between Black Controller Cabinet Service ............................ Red Switch 8 Cabinet.. ............ Highway Lighting Ungrounded-Line 1 ......... Black Pull Box to Ungrounded-Line 2 Red ......... Luminaire (Note 9) Grounded White ......................... Multiple Highway Ungrounded-Line 1 ......... Black Lighting Ungrounded-Line 2 ......... Red Lighting Ungrounded to Photoelectric Unit (PEU) .Black Control Switching leg from PEU unit or SM transformer.. ..Re d Multiple Service Ungrounded-Line 1 Black (Signals) .......................... Red (Note 10) Ungrounded-Line 2 (Lighting) Sign Lighting Ungrounded-Line 1 ......... Black (Note 8) Ungrounded-Line 2 ......... Red Flashing Beacons Ungrounded between (Note 7) Flasher and Beacons.. . ..Re d or Yellow Pedestrian Push Buttons .White Signals 8 Multiple LightirQVhite Grounded 8 Flashing Beacons 8 Sign White Common Lighting White ............................ Lighting Control.. White .............. Multiple Service.. .............. Common.. White ......................... Flash Orange ................................ Interconnect Dial 2 Orange ................................ Dial 3 Orange ................................ Offset Orange ............................... Railroad Pre-Emption .. Black Spares.. ....................... Black Orange PA,P-8 ............. 14 None P-l,P-5 ............. 14 Purple P-3,P-7 ............. 14 None CON-l ., ........... 6 None CON-2.. ............. 6 None No band required 14 None No band required 14 None No band required 14 ................... None ML1 10 ................. None Mu.. 10 None Cl ..................... 14 None C2 ..................... 14 None No band required 6 None Except per Note 5 8 None SL-1 .................. 10 None SL-2 .................. 10 F-Location No. None (See Note 3). .. 14 Black No band required 14 None No band required 10 None No band required 12 None C-3.. .................. 14 None No band required 14 None I.. ....................... 14 None I-F ..................... 14 None I-02.. ................. 14 None I-D3.1.. ............... 14 None I-O.. ................... 14 None R.. ..................... 14 None No band required 14 PQ 1 I08198 Contract No. 3184 Page 124 of 249 Pages Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a Phase (2+3) conductor is striped as for Phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. “S” if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.LD. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm with indicated color. - 209-3.2.7.2 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-V operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or,Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1 .O mm for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to. 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-3.2.7.3 Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5OOOV operation and shall be insulated with 3.7mm minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-3.2.7.4 Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: 1) The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600- V and 75’C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturers name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-3.2.7, “Conductors,” and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3mm for conductor sizes No. 14 and No. 12, and 0.4mm for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm at any point. Contract No. 3184 Page 125 of 249 Pages -. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three (3) NO. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm and a minimum thickness at any point of 0.9mm. The nominal outside diameter of the cable shall not exceed 10 mm. The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3-conductor cable shall be used for pedestrian push buttons and a spare. Five Conductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1 .l mm and shall have a minimum thickness at any point of 0.9mm. The nominal outside diameter of the cable shall not exceed 13 mm. The color code of the conductors shall be red, yellow, brown, black, and white. Nine-Conductor Cable (SCSC). The 9-conductor cable shall consist of eight (8) No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm and shall have a minimum thickness at any point of 1.2 mm. The nominal outside diameter of the cable shall not exceed 17 mm. The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as shown in Table 209-3.2.7.4(A): Insulation Colors Red yellow brown red/black stripe TABLE 209-3.2.7.4(A) Stripe yellow/blackstripe brown/black stripe Black white/black stripe Twelve-Conductor Cable (12CSC). The 1Zconductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm and shall have a minimum thickness at any point of 1.2 mm. The nominal outside diameter of the cable shall not exceed 17 mm. The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as shown in Table 209-3.2.7.4(B), unless otherwise approved by the Engineer: TABLE 209-3.2.7.4(B) pfs 1 ma/98 Contract No. 3184 Page 126 of 249 Pages r The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm and shall have a minimum thickness at any point of 1.6 mm. The nominal outside diameter of the cable shall not exceed 23 mm. The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as follows: 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box “Cl” or X2”,. The cable identified “Cl” shall be used for signal Phases 1; 2, 3 and 4. The cable identified “C2” shall be used for signal Phases 5,6,7 and 8. - Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected as shown in Table 209-3.2.7(C). -. TABLE 209-3.2.7(C) Contract No. 3184 Page 127 of 249 Pages 209-3.2.7.5 Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33mm, minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- V and 6O”C, and shall have a nominal wall thickness of 1 .Omm, minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer’s name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter of slack shall be provided at each splice and 2 m at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm. The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm of overlap of the cable jacket. - 209-3.2.8 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles: Wiring shall be done in conformance with the regulations and code listed in Section 209-3.1.3 SSPWC, “Regulations and Code,” and the following additional requirements: 209-3.2.8.1 Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, three (3) spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown othewise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-3.2.8.2 Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-3.2.5.3, “Installation” of these special provisions; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3m of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter of slack at each pull box. At least one meter of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. pt$ 1108198 Contract No. 3184 Page 128 of 249 Pages Conductor identification shall be provided under the following conditions: ’ 1) Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-3.2.7, ‘Conductors,” of these special provisions or when identification stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETERED-COUNT STATION,” or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall ,be by mechanical methods. 209-3.2.8.3 Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shaltbe applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-3.2.8.4 Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: 1) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in pull boxes. 3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m apart, splices will be permitted in pull boxes at 120m, or greater, intervats. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. ‘3) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-3.2.8.5 Splice insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. prp 1 Id8198 Contract No. 3184 Page 129 of 249 Pages Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation nd taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the Plans. . Low-voltage.tape shall be UL or ETL listed and shall be the following types: 1) Self-fusing, oil and flame-resistant, synthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15mm minimum thickness. - Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5kV circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2mm thickness of electrical grade polyvinyl chloride and a 3mm thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter. When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat- shrink tubing shall, after contraction, overlap the conductor insulation at leas+38 mm. Heat-shrink tubing shall conform to the requirements of UL Standard 4680 and ANSI Cl 19.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the following requirements of Table 209-3.2.8.5(A): TABLE 209-3.2.8.5(A) Property Shrinkage Ratio: Dielectric Strength Resistivity: Requirement 33 percent, maximum, of supplied diameter when heated to 125OC and allowed to cool to 25OC. 140 kV per 10 mm, minimum. 1013n mm. minimum. Tensile Strength: 14 Mpa, minimum. 1 Operating Temperature: -4OOC to 90°C (135OC Emergency). Water Absorotion: 0.5 oercent. maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor’s option, use either of the following splice insulation methods: 1) “Method B” as shown on the plans. A minimum of two thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer’s recommendations. 2) Heat-shrink tubing as provided above. vc$ l/08/98 Contract No. 3184 Page 130 of 249 Pages 209-3.2.8.6 Fused Splice Connectors, In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-V and 480-V circuits, -each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8mm below the top of a plastic boss which surrounds the head. - The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with. the splice connector manufacturer’s recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with “Non-Time-Delay” feature, and shall be 1 O-mm x 38-mm. - 209-3.2.7 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems, The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5mm or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5mm or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. t-3 llQ8198 Contract No. 3184 Page 131 of 249 Pages At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm in diameter, or of copper clad steel rod not less than 15 mm in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. - 209-3.2.6 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41. Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter. enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its work well in advance of the completion of the project. Each service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded service entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism shall ‘be enclosed and shall be trip-free from the operating handle on overload. Circuit breakers’shall be trip-indicating, shall have frame size plainly marked and shall have trip rating clearly indicated on the operating handle. Overload tripping of breakers shall not be influenced by an ambient temperature range of from 18°C to 50°C. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 10 000 A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm hole for a padlock. The padlock will be furnished by others. Service equipment enclosures, except Types II and Ill, shall be galvanized or, at the option of the Contractor, the enclosures may be provided with a factory applied rust resistant prime coat and finish coat, in lieu of galvanizing. Types II and Ill service equipment enclosures shall be fabricated from galvanized sheet steel or fabricated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures shall conform to the requirements of Section 209-3.3.4.1, “Cabinet Construction” of these special provisions. Steel enclosures shall be painted in accordance with the provisions in Section 209-3.2.15, “Painting” of these special provisions. All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. pg 1108198 Contract No. 3184 Page132 of249 Pages Except for falsework lighting and power for the Contractor’s operations, upon written request by the Contractor, the Engineer will arrange with the serving utility to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than fifteen (15) days before service connections are required. Except for falsework lighting and power for the Contractor’s operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor. 209-3.2.9 Wood Poles. Wood poles for sewice or temporary installations shall be ANSI Class 5, or larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall be no more than 100 mm. Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m. The lengths of poles shall be 7.6 m for service poles and 10.7 m for other poles, unless otherwise specified. - After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in l5yers approximately 100 mm thick. Each layer shall be moistened and thoroughly compacted. . Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires shall be mounted to provide a mounting height of 9.1 m. Mast arms for traffic signals and flashing beacons shall provide a minimum vertical clearance of 5.2 m from bottom of equipment to the pavement. Wood poles, not to be painted, shall be pressure treated after fabrication with creosote, pentachlorophenol (oil borne) or copper naphthenate as provided in Section 204-2 SSPWC, “Treatment With Preservatives.” Wood poles, when specified in the special provisions to be painted, shall be pressure treated after fabrication with ammoniacal copper arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2 SSPWC, “Treatment With Preservatives.” The minimum retention for water borne preservatives shall be that specified for posts. 209-3.2.10 Sign Disconnects. Each sign illumination installation shall be provided with a disconnect circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be installed in the secondary circuit. Where the sign lighting is served through a multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circuit breakers shall meet the requirements for circuit breakers in Section 209-3.2.8, “Service” of these special provisions. Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and shall be provided with dead front panel and a hasp with a 1 lmm diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 209-3.2.11 Testing. Attention is directed to Section 4-1.4 SSPWC, “Test of Materials.” Testing shall conform to the following: Contract No. 3184 Page 133 of 249 Pages 209-3.2.11 .l Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer, Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal Control Equipment Specifications,” issued by the State of California, Department of Transportation, and to all addenda thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within five (5) working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Contractor at the Contractor’s expense. The Contractor shall allow thirty (30) days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow thirty (30) days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. - All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover th8cost of that testing will be made from any moneys due or which may become due the Contractor under the Contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractors responsibility to deliver the equipment to the site of the Work or, at the Contractor’s request and the Agency’s convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of One Hundred Dollars ($100.00) or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the Contract. 209-3.2.11.2 Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-3.2.11.2.1 Continuity. Each circuit shall be tested for continuity. 2099.2.11.2.2 Ground. Each circuit shall be tested for grounds. 2099.2.11.2.3 Insulation Resistance. An insulation resistance test at 500 V DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10 MEGOHMS on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 MEGOHMS. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-3.2.11.3 Functlonal Testing. Attention is directed to Section 209-3.1.7, “Scheduling of Work,” of these special provisions regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than five (5) days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the five (5) days of continuous, satisfactory operation is obtained. vg 1 I08198 Contract No. 3184 Page 134 of 249 Pages Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of, existing circuits modified under the contract, except electrical energy, shall be at the Contractor’s expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. - 209-3.2.12 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Control Facilities” of these special provisions except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least two applications of approved-unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, “Repair of Damaged Zinc Coating” of these special provisions. Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Control Facilities” of these special provisions. Not less than 250 mm of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Control Facilities” of these special provisions. After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 209-3.2.13 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310 SSPWC, ‘Painting,” with the following additions and modifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisions in Section 210 SSPWC, “Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 310 SSPWC, “Painting,” paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast cleaning will not be required. Contract No. 3184 Page 135 of 249 Pages If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy-duty detergent powder per liter. After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power- driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized sutiaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 210-l .5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted unless specified in the special provisions or shown on the Plans. - New galvanized metal surfaces to be painted in the field shatl be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. _ - After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and III steel service equipment enclosures shall be painted with a polymeric or an enamel coating system conforming to Color No. 14672 (light green) of Federal Standard 5958. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Eagle Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 1OOmm x 200mm x 0.6mm test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5 SSPWC, “Certification,” certifying that the coating system furnished complies in all respects with these requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with two (2) applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be. acceptable. . Contract No. 3164 Page 136 of 249 Pages Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with two (2) applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CalTrans Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this section, except for ga’lvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets are required to be painted under this section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, “Galvanizing for Traffic Control Facilities,” of these special provisions, for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent stru_cture. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. 209-3.3 CONTROL ASSEMBLIES 209-3.3.1 Controller Assembly. A controller assembly shall consist of a complete mechanism for controlling the operation of traffic signals or other systems, including the controller unit and all necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shall terminate in spade type or ring type terminals. 209-3.3.2 Type 90 Controller Assembly. Each Type 90 controller assembly shall consist of a complete traffic signal controller assembly which conforms to the requirements in the NEMA TS Standards for Traffic Control Systems. The provisions of Section 209-3.3.3, “Model 170 and Model 2070 Controller Assemblies,” 209-3.3.4, “Controller Cabinets,” 209-3.3.5, “Cabinet Accessories,” and 209.3.3.6, “Components,” of these special provisions shall not apply to Type 90 controller assemblies. 209-3.3.3 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired cabinet and all auxiliary equipment required to control the system as shown on the plans, and as specified in the special provisions. Model 17012070 controller assemblies shall conform to the requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Signal Control Equipment Specifications” (TSCES), issued by the State of California, Department of Transportation, and to all addenda thereto current at the time of project advertising. VQ l/08/98 Contract No. 3184 Page 137 of 249 Pages Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall be Type 1 as shown in the TSCES. The provisions of Section 209-3.3.4, “Controller Cabinets, “209- 3.3.5, “Cabinet Accessories,” and 209-3.3.6, “Components,” of these special provisions shall not apply to Model 170/2070 controller assemblies. 209-3.3.4 Controller Cabinets. Unless otherwise specified, controller cabinets for other than Type 90 and Model 170/2070 controllers shall conform to the following: 209-3.3.4.1 Cabinet Construction. The cabinet shall be a rainproof cabinet with dimensions as shown on the plans. The cabinet top shall be crowned 13 mm or slanted to the rear to prevent standing water. The cabinet and doors shall be fabricated of either 1.8mm minimum thickness cold rolled steel, 1.8mm minimum thickness stainless steel or 3mm minimum thickness aluminum. All exterior seams for cold rolled steel and aluminum cabinets and doors shall be continuously welded. All overlapping exterior seams for stainless steel cabinets and doors shall meet the requirements for Type 4 enclosures in the NEMA Enclosure Standards. All exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8mm, minimum. Cabinets fabricated from cold rolled steel shall be finished with a polymeric or an enamel coating system conforming to Color No. 14672 of Federal Standard 5958. AlI- coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) 2) 3) 4) 5) Coating Hardness- The finish shall have a pencil lead hardness of HB minimum using an Eagle Turquoise pencil. Salt Spray Resistance- The undercutting of the film of the coating system shall not exceed 3 mm average, from lines scored diagonally and deep enough to expose the base metal, after 336 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. The cabinet shall suffer no coating loss when subjected to the following: Two test specimens, lOOmm, of the same material and coating as the cabinet supplied, shall be furnished for the tests. Two 230mm diagonal scratches exposing bare metal will be made on a specimen. It will be soaked in demineralized water for 192 hours. A 25mm wide strip -of masking tape shall be tightly affixed to this surface and removed with one quick motion; evidence of blistering, softening, or peeling of the paint or coating from the base metal shall be cause for rejection. Testing will be in accordance with California Test 645, except that conformance to the 180 Degree Bend Test will not be required. Metal preparation shall be the 3-step iron phosphate conversion coating bonderizing technique. The inside walls, doors and ceiling of the housing shall be .finished the same as the outside finish. Cabinets fabricated from stainless steel shall conform to the following: 1) Annealed or quarter hard stainless steel sheet shall be used and shall comply with the requirements of ASTM Designation: A 666 for Type 304, Grades A or B, stainless steel sheet. rfs l/08/98 Contract No. 3184 Page 138 of 249 Pages 2) 3) 4) 5) 6) a) b) --. cl d) Welding on stainless steel cabinets shall be by the gas tungsten arc welding (GTAW) process using bare stainless steel welding electrodes. Electrodes shall conform to the requirements of the American Welding Society (AWS) A5.9 for ER308 chromium-nickel bare arc welding electrodes. Procedures, welders and welding operators for welding on stainless steel shall conform to the requirements and practices recommended in AWS C5.5. The exposed, exterior surfaces of stainless steel cabinets shall be ground or brushed to a 0.6m to 1.3m finish using iron-free abrasives or stainless steel brushes. The stainless steel cabinet, after grinding or brushing, shall not show any rust discoloration when subjected to the following: 48 hours of exposure in a salt spray cabinet in accordance with ASTM Designation: B 117; Twenty-four hours of exposure in a tap water spray cabinet with the water temperature between 38°C and 45°C. Any cabinet which shows any rust diswloration anywhere on its surface after the test will be rejected. Stainless steel cabinets that have been rejected because of surface discoloration may be cleaned, passivated and resubmitted for testing. Cabinets fabricated from aluminum sheet shall conform to the requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet and the following: Welding on aluminum cabinets shall be done by the gas metal arc welding (GMAW) process using bare aluminum welding electrodes. Electrodes shall conform to the requirements of the American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare welding electrodes. 2) Procedures, welders and welding operators for welding on aluminum shall be qualified in accordance with the requirements of AWS 83.0, “Welding Procedure and Performance Qualification,” and to the practices recommended in AWS C5.6. 3) The surfaces of each aluminum cabinet shall be finished to conform to, the requirements of Military Specification MIL-A-8625C “Anodic Coatings for Aluminum and Aluminum Alloys” for a Type II, Class I coating, except that the anodic coating shall have a minimum thickness of 0.02mm and a minimum coating weight of O.O4mg/mm2. The anodic coating shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 minutes at 97°C. Prior to applying the anodic coating, the cabinets shall be cleaned and etched as follows: a) Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diversey 909, or equivalent, 45-60 grams per liter, 71°C for 5 minutes. b) Etch in a solution of 11 g of sodium fluoride, plus 30-45 g of sodium hydroxide per liter of distilled water at 6065°C for 5 minutes. c) Rinse in cold water. pg l/08/98 Contract No. 3184 Page 139 of 249 Pages d) Desmut in a 50 percent by volume nitric acid solution at room temperature for 2 minutes. e) Rinse in cold water. The cabinet shall have a single front door equipped with a lock. The door width shall not exceed 1‘120 mm. When the door is closed and latched, the door shall be locked. The handle shall have provision for padlocking in the closed position. The handle shall have a minimum length of 175 mm and shall be provided with a 15mm, minimum, steel shank. The handle shall be fabricated of cast aluminum or of zinc-plated or cadmium-plated steel. The cabinet door frame shall be designed so that the latching mechanism will hold tension on and form a firm seal between door gasketing and door frame. - Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock shall have rectangular, spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainless steel machine screws approximately 50 mm apart. Keys shall be removable in the locked and unlocked positions, and 2 keys furnished with each cabinet. The front position of the lock shall extend 39 mm beyond the outside surface of the door. The latching mechanism shall be a 3-point cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-plated or cadmium-plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 6 mm x 20 mm, minimum. The nylon rollers shall have a minimum diameter of 20 mm and shall be equipped with ball bearings. All cadmium plating shall meet the requirements of Military Specification MIL-QQQ16b. All zinc plating shall meet the requirements of Military Specification MIL-QQ-325b. The door’s hinging shall be three-bolt butt hinges. Each hinge shall have a fixed pin. Doors larger than 560 mm in width or 0.56m2 in area shall be provided with catches to hold the door open at both 90 degrees and 180 degrees, plus or minus 10 degrees. The catches shall be 9mm diameter, minimum, plated steel rods. The catches shall be capable of holding the door open at 90 degrees in a 90 km/h wind at an angle perpendicular to the plane of the door. The police panel shall be mounted on the door as shown on the plans, and equipped with a lock keyed for a master police key. Two keys shall be furnished with each cabinet for the police lock. Each police key shall have a shaft at least 45 mm in length. Police panels shall not be furnished for controller assemblies that do not control traffic signals. Door hinges, pins, and bolts shall be made of stainless steel. Hinges on aluminum cabinets may be aluminum with a stainless steel hinge pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not be accessible when door is closed. Gasketing shall be provided on all door openings and shall be dust tight. Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing shall be covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternative designs. shall be submitted for review and approval prior to the fabrication of the cabinets. Substantial metal shelves or brackets shall be provided to support .controller unit and auxiliary equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabinet. Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliable seal, composed of caulking compound or mastic, shall be placed between each controller cabinet and the concrete foundation to prevent water, dust and dirt from entering the cabinet. vt- i to8190 Contract No. 3184 Page 140 of 249 Pages 209-3.3.4.2 Cabinet Ventilation. Each controller cabinet shall be provided with 8 screened, raintight vent holes, 12 mm in diameter or larger, in the lower side or bottom of the cabinet, or at the option of the Contractor, louvered vents with a permanent metal mesh or 4ply woven polypropylene air filter held firmly in place, which will permit the fan to pass the volume of air specified, may be substituted. Each controller cabinet shall be equipped with an electric fan with ball or roller bearings and a capacity of at least 2.83 m3/min. The fan shall be thermostatically controlled and shall be manually adjustable to turn on between 32°C and 65°C with a differential of not more than 6°C between automatic turn on and turn off. The cabinet fan circuit shall be fused at 125 percent of the ampacity of the fan motor installed. The fan and cabinet vent holes shall be located with respect to each other so as to direct the bulk of the air flow over the controller unit or through the ventilating holes of the controller unit where those ho!es exist. 209-3.3.4.3 Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, or larger, with a minimum of 19 strands. Conductors shall conform to Military Specification MIL-W- 168788, Type B or better. The insulation shall have a minimum thickness of 0.25mm and shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chlo?ide, polyhalocarbon or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 and larger may be UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of individual conductors. Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall be rated at 300 V and shall be rated for use at 105°C. Cables shall be provided with strain relief. Wiring within controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubing or raceway. All conductors used in controller cabinet wiring shall conform to the following color-code requirements: 1) The grounded conductor of a circuit shall be identified by a continuous white or natural gray color. 2) The equipment grounding conductor shall be identified by a continuous green color or by a continuous green color with one or more yellow stripes. 3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 above. Conductors used in cabinet wiring shall terminate with properly sized captive or spring spade type terminals or shall be soldered to a through-panel solder lug on the rear side of the terminal block. All crimp-style connectors shall be applied with a proper tool which prevents opening of the handles until the crimp is completed. An equipment grounding conductor bus shall be provided in each controller cabinet. The bus shall be grounded to the cabinet and shall be connected to the metal conduit system or other approved ground with a No. 8, or larger, grounding conductor. With all the cabinet equipment in place and connected, the resistance between the grounded conductor terminal bus and the equipment grounding conductor bus shall be 50 M(, minimum, when measured with an applied voltage of 150 V DC. If DC- is to be grounded, it shall be connected to equipment ground only. ?3 l/08/98 Contract No. 3184 Page 141 of249 Pages Two or more terminal blocks shall be orovided for field connections., Field terminals shall be installed within 560 mm of the face of tie cabinet and shall be oriented for screwdriver operation from the door opening. All terminals shall be a minimum of 125 mm above the foundation. No more than three (3) conductors shall be brought to any one terminal. Two flat metal jumpers, straight or -U shaped, may also be placed under a terminal screw. At least two (2) full threads of all terminal screws shall be fully engaged when the screw is tightened. No live parts shall extend beyond the barrier. Attention is directed to Section 209-3.1.4, “Equipment List and Drawings,” regarding wiring diagrams. 209-3.3.5 Cabinet Accessories. The following accessories shall be furnished with each cabinet assembly for other than Type 90 and Model 170/2070 controllers: 209-3.3.5.1 Labels. A permanent printed, engraved or silk-screened label shall be provided for the following equipment and for all other removable items of equipment: 1) Receptacles for relays and switching devices. 2) Switches, fuses and circuit breakers. Labels shall conform to the designations on the cabinet tiiring diagram. Labels for all shelf-mounted equipment shall be on the face of the shelf below the item. Labels for wall-mou?ited equipment shall be below the item. 209-3.3.5.2 Convenience Receptacle. A convenience receptacle shall be mounted in a readily. accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-prong, NEMA Type 5-15R grounding type outlet and shall meet the requirements of UL Standard 943. 209-3.3.5.3 Lighting Fixture. Each cabinet shall be provided with a fluorescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15T8, cool white lamp operated from a nomal power factor UL or ETL listed ballast. The “On-Off switch for the lighting fixture shall be either of the following: 1) 2) A toggle switch mounted on the inside door panel. A door-actuated switch that turns the light on when the door is open, and off when the door is closed. 209-3.3.5.4 Surge Arrestor. The surge arrestor shall reduce the effects of power line voltage transients and shall have ratings as follows: 1) Recurrent peak voltage 2) 184 V Energy rating, maximum 3) 20 J Power dissipation, average 4) 0.85-W Peak current for pulses less than 7 l~s 5) 1250 A Standby current shall be one milliampere or less for 60 Hz sinusoidal input. 209-3.3.5.5 Terminal Blocks. Alt terminal blocks shall be rated 600 V, minimum, AC and shall be provided with nickel, silver, or cadmium plated brass binder head screw terminals. Heavy duty terminal blocks shall be rated at 20 A and shall be provided with twelve (12) poles with No. 10 x 8 mm nickel plated brass binder head screws and nickel plated brass inserts. Each pole position shall be provided with two (2) terminal positions. The terminal blocks shall be the barrier type, with shorting bars in each of the twelve (12) positions, and shall be provided with integral type marking strips. Light duty terminal blocks shall be rated at 5 A and shall be provided with twelve (12) poles with No. 6 x 3mm binder head screws. Each pole position shall be provided with one terminal position. <i 1 lW98 Contract No. 3184 Page 142 of 249 Pages 209-3.3.6 Components. Components used in the construction of control equipment for other than Type 90 and Model 170/2070 con trollers shall conform to the following: 209-3.3.6.1 Toggle Switches. Toggle switches shall have poles as required and shall be rated at two hundred percent (200%) of circuit current for circuits of 10 A or less and one hundred twenty- five percent (125%) of circuit current for circuits over 10 A. Circuit breakers used as toggle switches shall be UL or ETL listed for switching operation. 209-3.3.6.2 Cartridge Fuses. Cartridge fuses shall be installed in panel mounted fuse holders. Fuse type and rating shall be as recommended by the fuse manufacturer for the type of load being protected. 209-3.3.6.3 Circuit Breakers. Circuit breakers shall be as specifted for circuit breakers in Section 209-3.2.10, “Service,” except that the breakers shall have a minimum interrupting capacity of 5000 A, rms. 209-3.3.6.4 Connectors. Connectors used for interconnecting variouc portions of circuits together shall be designed and constructed for the application involved. Connectors shall be designed to provide positive connection of all circuits, and easy insertion and removal of mating contacts. Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors, or devices plugging into connectors, shall be provided with positive means to prevent any individual circuit from being broken due to vibration, pull on connecting cable or similar disruptive force. 209-3.4 TRAFFIC SIGNAL FACES AND FllTlNGS 209-3.4.1 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-008B, “Vehicle Traffic Control Signal Heads.” Plastic signal sections shall meet the requirements of California Test 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face will be considered structural failure. Vehicle signal faces, except arrow and “X” faces, shall meet the requirements of California Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. The number and type of sections shall be as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain three (3) sections arranged vertically; red-top, yellow-center, green-bottom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material. 209-3.4.1 .l Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8-inch) traffic signal assemblies shall meet the requirements of Section 209-3.4.1.1.1, for incandescent illumination for yellow or green signals or Section 209-4.1.1.2, for light emitting diode illumination of red signals of these special provisions. 209-3.4.1 .l .l Optical Units - incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacle, and a clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wiring, and light distribution shall conform to the provisions in ITE Publication: ST-008B. Each lens shall be of best quality glass, true to color and free of imperfections. pg 1 /cl8198 Contract No. 3184 Page 143 of 249 Page‘s All reflectors shall conform to the provisions in ITE Publication: ST-0086 except that reflectors shall be made of silvered glass or of specular aluminum with an anodic coating. Reflector ring holder shall be made of cast aluminum. A single piece formed metal reflector/ring holder may be used. Top openings of signal faces shall be sealed with neoprene gaskets. 209-3.4.1.1.2 Optical Units - Light Emitting Diode. Each optical unit for red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to the following: 1. 2. 3: 4. 5. c 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. A single piece formed metal reflector/ring holder may be used. Top openings of signal faces shall be sealed with neoprene gaskets. The LED signal assembly lens may be tinted with an appropriate color to reduce sun phantom affect and enhance on/off contrast. If the lens material is tinted, the tinting should be uniform across the face of the lens. Glass or polycarbonate lenses shall be used. LED signal module shall be a sealed unit with two conductors for connecting to power, a printed circuit board, power supply, a red lens and gasket, and shall be weather proof after installation and connection. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 of the State of California Department of Transportation “Transportation Electrical Equipment Specifications”. The LED signal module shall have prominent and permanent directional marking(s), that is, an “UP arrow”, the word ‘UP” or ‘TOP,” for correct indexing and orientation within a signal housing for units with refracted lens or arrow indications. The manufacturer’s name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this project shall be from the same manufacturer, and each size shall be the same model. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standard. The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum time period of five years without exhibiting evidence of deterioration. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. LED traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. Installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector. The LED signal module shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The power supply for the LED signal module shall be packaged as ,an integral part of the LED signal module. The assembly and manufacturing process for the LED signal assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. pf$ 1 tO8t98 Contract No. 3184 Page 144 of 249 Pages 19. 20. 21. 22. 23. 24. 25. - 26. - 27. 28. 29. 30. 31. Materials used for the LEDs, lens and the rest of the signal assembly construction must conform to ASTM specifications for the materials and must meet the requirements of tests listed in this section and in the VTCSH Standard. In addition, all materials shall be capable of withstanding exposure of the temperature range specified in this section without deterioration. If masking materials are used to form the shape of an arrow within an LED signal module, they shall be capable of withstanding all environmental requirements, Enclosures containing the power electronic components of the signal module shall be made of flame retardant materials that will self-contain internal sparks and flames, as well as dripping materials. The minimum luminous intensity values and light output distribution shall be as shown in Section 11.04 and Table 1 of the VTCSH standard. The chromaticity of LED signal modules shall conform to the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard. An LED traffic signal module must meet the minimum intensity requirements while operating within the temperature ‘range specified in this section. An LED traffic signal module shall not exhibit more than a nominal -1.5% change in luminous intensity per a +l°C change in ambient temperature. Each LED signal module component and sub-assembly shall be traceable to original suppliers production date codes to ensure a reliable product (warranty purposes) and customer identification in the event of a recall situation due to the occurrence of an electronic component reliability problem. LED signal modules shall be tested for temperature cycling and certified test results supplied per MIL-STD-883, Test Method 1010. The temperature range shall be from -34OC (-29OF) to +74OC (+165OF), 20 cycles, with a fifteen (15)-minute transfer time between temperature extremes, and a 30-minute dwell at each temperature extreme. Signal assemblies under test shall be non-operating. Failure of any signal assembly to function normally or any cracking of the assembly (including the lens) after temperature cycling shall be cause for rejection. LED signal assemblies”shall be tested for mechanical vibration and certified test results supplied per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three 4-minute cycles along each X, Y, and 2 axis at 2112 minimum, 2 Hz to 120 Hz. The loosening of internal components or other internal damage shall be cause for rejection. LED signal modules shall be tested for moisture resistance and certified test results supplied per MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environment of 71°C (+160°F) at a relative humidity of ninety-five percent (95%) for a period of 168 hours. Signal modules under test shall be non-operating. Any evidence of internal moisture after testing shall be cause for rejection. LED signal modules shall be tested for mechanical impact and certified test results supplied per MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjected to five blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chipping, or crazing of the lens or entire signal assembly shall be cause for rejection. LED signal assemblies shall be tested for resistance to electrostatic discharge and certified test results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test shall be subjected to five discharges of 1,000 volts, 500 (, 300 pF to electrical leads. Any damage to internal electrical components and/or LED light sources is cause for rejection. ‘3 l/O8198 Contract No. 3184 Page 145 of 249 Pages 209-3.4.1.2 Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1) 2) 3) 4) 5) 6) -~ -. 7) 8) 9) Maximum height of a signal section shall be 260-mm for each ZOO-mm section and 375-mm for each 300-mm section. The housing of each signal section shall be provided with a one-piece, hinged, square- shaped door designed to permit access to the section for relamping without the use of tools, The door shall be secured by a method that will hold the door closed during the loading tests specified in this section. The lens shall be mounted in the door in a watertight manner. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 stainless steel. All interior screws and fittings shall be stainless steel or steel with a corrosion resistant plating or coating. An opening shall be provided in the top and bottom of each signal section to receive 40-mm pipe. The 200-mm and 300-mm signal sections of an individual manufacturer shall be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. All gaskets, including those for the door, lens, reflector and lampholder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing that is operated continuously for 336 hours. 209-3.4.1.2.1 Plastic Signal Sections. Housings shall be either molded in one piece or shall be fabricated from two (2) or more pieces joined into a single piece. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard 5956. Each section in a face shall be joined to the adjacent section by one of the following methods: 1) A minimum of three (3) machine screws for 200mm sections and four (4) machine screws for 300mm sections, installed through holes near the front and rear of the housings. Machine screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washer. 2) Two machine screws (each with a nut, flat washer and lock washer) installed through holes near the front of the housings, plus a fastening through the 40mm pipe openings. The fastening shall consist of two large flat washers to distribute the load around the pipe opening and three carriage bolts, each with a nut and lock washer. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm. Q 1 tow90 Contract No. 3184 Page 146 of 249 Pages The supporting section of each signal face supported solely at the top or .bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each plate shall be not less than 2.7 mm thick and shall have a hole concentric with the 40mm pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. -. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between two sections, a spacer or spacers shall be placed between the two sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with the front holes in the section housings. In addition to the fastening through the large openings in the housings, the two sections shall be joined with at least two (2) machine screws through holes near the front of the housings and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers shall be made of the same material as the signal h&sings. Reinforcing plates and machine screws shall be as specified above. Reinforcing plates will not be required where the housing is provided with reinforcing webs connecting the rear of the housing with the top, bottom and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each hole shall be surrounded by a 3mm minimum width boss to permit contact between signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic or metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates. A serrated nylon washer shall be inserted between each plastic signal section and a metal mounting assembly. Each washer shall be not less than 4 mm nor more than 6 mm thick. Serrations shall match those on the signal section and the mounting assembly. 209-3.4.1.2 Electrical Components. Lamp receptacles and wiring shall conform to ITE Publication: ST-008B. The threaded portion of the lamp receptacle shall be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of the receptacle, with black insulation or with insulation color-coded. These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The tenninal block shall have sufficient screw shall be permanently identified or conductors shall be color coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 6OOV, appliance wiring material (AWM), with 0.75mm thickness insulation rated 105°C or with insulation that conforms to Military Specification MIL-W-16878 D, Type B, with v.inyl nylon jacket rated 115% The manufacturers name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in -Section 4-1.5 SSPWC, “Certification,” shall be submitted by the manufacturer with each shipment of traffic signal faces. PQ 1108198 Contract No. 3184 Page 147 of 249 Pages 209-3.4.1.3 Visors. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-OOBB. Visors are classified, on the basis of lens enclosure, as full circle, tunnel (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the full circle type. The visor shall be a minimum of 240 mm in length for nominal 300mm round lenses and 180 mm in length for nominal ZOO-mm round lenses, with a downward tilt between 3 degrees and 7 degrees. Metal visors shall be made from 1.2-mm, minimum thickness, aluminum alloy sheets. Plastic visors shall conform to the following: Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3) Visors shall be of black homogeneous colored material with a lusterless finish. - -. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 605 for plastic visors or 666 for metal visors is applied to the side of the visor for 24 hours. _ 209-3.4.2 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal visors. The outside cylinder shall be constructed of 0.75mm nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4mm nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on the Plans. 209-3.4.3 Backplates. Where shown on the plans, backplates shall be furnished and installed on signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic backplates shall be either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shall be secured to the plastic signal face in a manner that will prevent its removal or permanent deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel or steel with a zinc or black oxide finish. Where a metal backplate consists of two (2) or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel or steel with a zinc or black oxide finish. i108/9a Contract No. 3184 Page 140 of 249 Pages 209-3.4.4 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 209-3.4.1, “Vehicle Signal Faces,” 209-3.4.3, “Backplates,” and 209.3.4.6, “Signal Mounting Assemblies,” of these special provisions. Each programmed visibility signal section shall provide a nominal 300mm diameter circular or arrow indication. Color and arrow configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each signal section shall be provided with an adjustable connection that permits incremental tilting from 0 to 10 degrees above or below the horizontal while maintaining a common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without tools. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility of each programmed visibility signal face shall be capable of adjustment or programming within the face. When programmed, each signal face’s indication shall be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be permissible. Prior to programming, each signal section with a yellow indication shall provide a minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100.cd at 15 degrees horizontal from the axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to achieve the following luminous intensities: a-minimum of 2500 cd on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the intensities of the red indication and the green indication shall be at least 19 and 38 percent, respectively, of the yellow indication. Each signal face or each signal section shall include integral means for regulating its luminous intensity between limits in proportion to the individual background luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix, and shall reduce to 15 i2 percent of maximum intensity at less than 10 lx. The dimming device shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of 4O’C to 74°C. The Contractor shall program the head as recommended by the manu facturer and as directed by the Engineer. 209-3.4.5 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of the Institute of Transportation Engineers Standards: “Pedestrian Traffic Control Signal Indications” and the “Manual on Uniform Traffic Control Devices.” The height of each symbol shall be not less than 250 mm and the width of each symbol shall be not less than 165 mm. The luminance of the UPRAISED HAND symbol shall be 3750 cd/mZ, minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/mZ, minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than thirty percent (30%) when viewed with the visor and front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 Im. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm width, 483 mm height and 292 mm depth. AU new pedestrian signal faces installed at any one intersection shall be the same make and type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the Plans. ?Q 1 IO0198 Contract No. 3184 Page 149 of 249 Pages 209-3.4.5.1 Types. Pedestrian signal faces shall be Type A unless otherwise specified and shall conform to the following: 209-3.4.5.1 .l Type A. Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message plate shall be one piece and shall be made of 3mm minimum thickness, ultraviolet stabilized polycarbonate plastic or 4.7mm tempered glass. The symbols shall be applied to the inside smooth surface of the message plate. Each reflector assembly shall consist of a double reflector or 2-single reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-008B, “Vehicle Traffic Control Signal Heads.” Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuum- deposited aluminum reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the wattage normally furnished with the signal. In addition, the UL non- mectianical loading temperature of the material shall exceed, by at least 10°C the maximum temperature in the signal section with the lamp “ON” and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 7466. Each completed reflector shall, when operated with the appropriate lamp and lens, provide the message brightness specified. - L 209-3.4.5.2 Front Screen. The following type of front screen shall be provided on each Type A signal: A 38mm deep eggcrate or Z-crate type screen of 0.8mm nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of 1.0 mm minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be held in place by the use of stainless steel screws. The visor described in Section 209-3.4.1.4, “Visors,” is not required with this type screen. The front screen shall not fracture, separate at the welds, or compress more than 3 mm when a 75 mm diameter, 1.8kg steel ball is dropped onto the screen from a height of 1.2 m above the screen. The screen will be lying in a horizontal position and supported on its edges for this test. The message plate will be removed from the pedestrian signal housing, when the pedestrian housing is used to support the front screen during the test, so there will be no back support for the screen. The screen and frame shall be fabricated from flat black plastic. Alternate methods of screening may be substituted for the above screens provided that the results are at least equal to those obtained with the above specified screens as determined by the Engineer. 209-3.4.5.3 Housing. Pedestrian signal housings shall conform to the provisions in Section 209- 3.4.1.2, “Signal Sections.” 209-3.4.5.4 Visors. The visor shall be of a material similar to the housing. The top of the visor shall extend a minimum length of 150 mm at the top and 125 mm at the bottom when measured from the front surface of the line. The front shall be normal to the top. 209-3.4.5.5 Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-3.2.13, ‘Painting.” 209-3.4.5.6 Control. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies. 209-3.4.5.7 Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 209-3.4.1.2, “Electrical Components” of these special provisions. All field wiring shall connect to this terminal block. vg 1108198 Contract No. 3184 Page 150 of 249 Pages ‘.. 209-3.4.6 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40mm standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall be cast bronze or hot-dip galvanized ductile iron. .Post top slip-fitters and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, any exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with two (2) applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210 SSPWC, “Paint and Protective Coatings.” Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of twelve (12) poles, each with two (2) screw type terminals. Each terminal shall be designed to accommodate at least five (5) No. 14 conductors. A wver shall be provided on the compartment to give ready access to the terminal block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280 mm, except where required to provide proper signal face alignment or permit programming of programmed visibility signal faces or when athewise directed by the Engineer. Each mounting assembly shall be orientedto provide maximum horizontal clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level, symmetrically arranged and securely assembled. Construction shall be such as to permit all conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which might damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115mm outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium-plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at increments of not more than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, including the complete controller assembly, is in place and ready for operation at that intersection, except that the signal faces may be mounted if they are not directed toward traffic or if they are covered. 209-3.4.7 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 209-3.4.1, “Vehicle Signal Faces,” of these special provisions, with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 2099.4.7.1 Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 209-3.4.3, ‘Backplates” of these special provisions. 209-3.4.7.2 Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-3.4.1.4, “Visors” of these special provisions. 209-3.4.7.3 Flashing Beacon Control Assembly. Each flashing beacon control assembly shall consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical components necessary to provide proper operation of the beacons, all housed in a single enclosure. . VQ 1108i98 Contract No. 3184 Page 151 of 249 Pages 209-3.4.7.3.1 Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat. 209-3.4.7.3.2 Circuit Breakers and Switches. A ,15-A circuit breaker shall be installed to control each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single-pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplate reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelectric control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 209-3.4.7.3.3 Flasher. The flasher shall meet the requirements of Section 8, “Solid-State Flashers,” of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-3.4.7.3.4 Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.3.4.3, ‘Cabinet Wiring.” -. 2099.4.7.3.5 Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-3.4.7.3.6 Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from 18°C to 71°C. Each relay shall operate in the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250 000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A or less and shall be designed for continuous duty on 120 V AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-3.5 DETECTORS 209-3.5.1 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 V to 135 V at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from 18°C to 71°C. Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component, Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth v:q 1108198 Contract No. 3184 Page 152 of 249 Pages base epoxy resin board, 1.5mm minimum thickness, organic solder masking and gold plated contacts. Intercomponent wiring shall be copper track with a minimum mass of 600 g/m2. Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-3.2.8, “Wiring.” 209-3.5.1 .l Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-3.5.1 .l.l General. The term “inductive loop detector” applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-3.5.1 .1.2 Sensor Unit Construction. Card” type sensor units shall conform to the requirements in “Traffic Signal Control Equipment Specifications,” issued by the State of California, Department of Transportation, and to all addenda thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. - 209-3.5.1 .1.3 Construction Materials. Conductor ‘for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: 1) Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1 .O mm. 2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105’C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm and a minimum wall thickness of 0.71mm. The conductors shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be two (2) No. 16 (19 x 29) stranded tinned copper. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: 1) Type B lead-in cable shall be insulated with 0.5mm of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8mm. An amorphous interior moisture penetration barrier of nonhydroswpic polyethylene or polypropylene fillers shall be provided. 2) Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. p)s 1 I08198 Contract No. 3184 Page 153 of 249 Pages 209-3.5.1 .1.4 Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of three (3) turns of conductor as specified in Section 209-3.5.1 .1.3, “Construction Materials” of these special provisions. Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or l&es occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, Cleanup and Dust Control After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm of the pavement surface. The sealant shall be at least 25 mm thick above the top. conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to one of the following: - 1) Elastomeric Sealant.- Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use in both asphalt concrete and Portland Cement Concrete. The cured sealant shall have the performance characteristics shown in Table 209- 3.5.1-l .4(A). TABLE 209-3.5.1 .1.4(A) 1 Measuring Standard 1 I I Property (ASTM Designation) Results Conditions Hardness (indentation) ASTM D 2240 Rex. 65-85 25OC @ 50% Type A, Model 1700 relative humidity Tensile Strength ASTM D 412 Die C, 3.45 Mpa, minimum pulled at 508 mm per minute Elongation ASTM D 412 Die C, 400%, minimum pulled at 508 mm per minute Flex at - 40°C 0.6-mm Free Film No cracks over 13-mm Bend (1 80°) Mandrel Weathering Resistance ASTM D 822 Slight chalking Cured 7 days at Salt-Spray Resistance Dielectric Constant Weatherometer 350 h 25OC @ 50% ASTM B 117 28 days 3.45 Mpa, minimum 5% NaCI, Die C, at 38OC tensile; 400% pulled at 508 mm minimum Elongation per minute ASTM D 150 Less than 25% over a temperature change range of 30°C to 50% a Asphaltic Emulsion Sealant.- Asphaltic emulsion sealant shall conform to the State of California Specification 8040-4lA-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer’s recommendations and shall not be placed when the air temperature is less than 7°C. 3) Hot-Melt Rubberized Asphalt Sealant.- Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C to 205°C. Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as shown in Table 209-3.5.1.1.4(B). 1 I08198 Contract No. 3184 Page 154 of 249 Pages TABLE 2099.5.1 .1.4(B) - The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C. Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C. Hot-melt sealant shall be packaged in containers clearly marked “Detector Loop Sealant” and specifying the batch ahd lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a.pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-3.2.8, “Wiring” of these special provisions. If asphalt wncrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the Plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the Plans, except the sealant shall fill the slot flush to the surface. 209-3.5.2 Pedestrian Push Button Assemblies. Where shown on the Plans, pedestrian push button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard No. 5958, and shall be wlored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single-pole, double-throw, switching unit, with screw type terminals, rated 15 A at 125 V AC, and shall have the following characteristics: ??a 1 I08198 Contract No. 3184 Page 155 of 249 Pages 1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame to permit recessed mounting in push button housing. 2) Switch shall have an operating force of 2.5 to 3.6 N and a minimum release force of one newton. 3) Pretravel shall be 0.4mm maximum. 4) Overtravel shall be 6 mm minimum. 5) Differential travel shall be 0.01 to 0.05mm. 6) Actuator shall have a minimum diameter of 50 mm. Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit the curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. _. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be energized and continue so until the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm and a length of approximately 22 mm. On the Type A or Type B push button assembly, the sign shall attach to and be securely supported by the framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using two (2) straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be stainless steel with a chromium content of at least seventeen percent (17%) and a nickel content of at least eight percent (8%). 209-3.6 LIGHTING 209-3.6.1 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be the enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminaire shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painted shall withstand a lOOO-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance and finish to the metal in the housing. Each housing. shall be provided with a slipfitter capable of mounting on a 50mm pipe tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping brackets of the slipfitter shall not bottom out on the housing bosses when adjusted within pg 1108198 Contract No. 3184 Page 158 of 249 Pages the &5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5mm when the four 1Omm diameter cap screws used for mounting are tightened to 13 Nem. All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in (G = Acceleration of Gravity): 1) a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading (same as 1.5 G peak) with the internal ballast removed, for a minimum of two (2) million cycles without failure of any luminaire parts. 2) a horizontal plane perpendicular to the direction of. the mast arm at a minimum peak acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the internal ballast installed, for a minimum of two (2) million cycles without failure of any luminaire parts. 3) a vertical plane at a minimum peak acceleration level of 1.0 G peak-to-peak sinusoidal loading (same as 0.5 G peak) with the internal ballast installed, for a minimum of two (2) million cycles without failure of any luminaire parts. - Each mast arm mounted luminaire may be furnished without a photoelectric unit receptacle. If a photoelectric unit receptacle is included, a raintight shorting cap shall be installed. If the luminaire housing is provided with a hole for the receptacle, the hole shall be closed, covered and sealed, with weatherproof material, in a permanent manner. The surface of each reflector shall be specular and shall be protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a minimum of light is reflected through the arc tube of the lamp. Each refractor or lens shall be mounted in a frame that is hinged to the housing and secured with a spring-loaded latch. Each refractor shall be made of glass or polycarbonate plastic. Each lens shall be made of heat and impact resistant glass. The optical system, consisting of the reflector, refractor or lens, lamp socket and lamp, shall be in a sealed chamber. Sealing shall be provided by a gasket between the reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or a filtering gasket. Each lamp socket shall be a porcelain enclosed mogul-multiple type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to permit pre-setting a variety of specified light distribution patterns. The socket shall be rated for 1500 W and 600 V, and shall be rated for a 4-kV pulse. When the components are mounted on a down-opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. Field wires connected to the luminaire shall terminate on a barrier type terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly identified. The minimum light distribution for each luminaire shall be as shown on the isolux diagrams on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as shown in Table 209-3.6.1(A). PY# l/08/98 Contract No. 3184 Page 157 of 249 Pages Lamp ANSI Code No. s55 S66 s50 S67 s51 TABLE 209-3.6.1 (A) Lamp Wattage 150 200 250 310 400 Maximum Brightness (cd/m?) 140 140 175 210 0 Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the 90 degree and 270 degree lateral angle line, the maximum brightness shall not exceed the above specified brightness when the meter is located at a horizontal distance of 37 m and a vertical distance of 2.3 m between the luminaire and the meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be made from both the go-degree line and the 270 degree line and averaged. The lamp used for each test shall be operated at the wattage necessary to produce a light output as shown in Table 209-3.6.1(B). - TABLE 209-3.6.1 (B) Lumens 16 000 I Lamp Wattage 150 22 000 200 27 000 250 37 000 310 209-3.6.1 .l High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type, characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperature down to 30°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from 20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of twelve (12) hours on and twevle (12) hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. Ballasts shall be tested in accordance with the requirements of ANSI C82.6-1980, “Methods of Measurement of High-Intensity-Discharge Lamp Ballasts.” Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. A Certificate of Compliance conforming to the provisions in Section 4-l .5, Certification shall be submitted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in every respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer. pc$ i loa/ Contract No. 3184 Page 158 of 249 Pages The input voltage for ballasts shall be as shown on the plans or as ,specified in the special provisions. Each integral ballast shall consist of separate components, each of which shall’ be capable of being easily replaced. A starting aid which is encapsulated will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating components shall- be mounted so as to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. Ballasts to be located remote from the luminaire shall be the submersible type and shall conform to the requirements in Section 209-3.6.9.3, “Submersible Type Transformers” of these special provisions. All components, including starting aid, shall be enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm from the case. Steel housings shill be galvanized or painted. Ballast housings shall be clearly labeled to indicate lamp type, lamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated-input voltage of the ballast, but also at the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. 209-3.6.1 .l .l Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations: 1) The power factor shall be not less than ninety percent (900/,) when the ballast is operated at nominal line voltage with a nominally rated reference lamp. 2) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than twenty-five percent (25%) for A5 percent input voltage variation. 3) For nominal input voltage and lamp voltage, the ballast design center shall not vary more than seven and one-half percent (7.5%) from rated lamp watts. 4) The lamp current crest factor shall not exceed I.8 for input voltage variation of &5 percent at any lamp voltage from initial through life. 209-3.6.1.2 High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of High- Intensity-Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “Methods of Measurement of High Pressure Sodium Lamp Characteristics.” High-pressure sodium lamps shall have a minimum average rated life of 24 000 hours. vt$ i 108198 Contract No. 3184 Page 159 of 249 Pages 209-3.6.2 Mission Bell Luminaires. The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to ’ manufacturer’s specifications and these special provisions. The Contractor’s responsibility shall include, but is not limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control, and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (plumberizer). The 50 mm (2 inch) aluminum nipples used between the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum conforming to ASTM designation 6061-T6 or 6063-Tl and shall be bored through along their central axis with a 25 mm (1 inch) diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall be clear anodized in accordance with. Aluminum Association designation AA-M12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1 .O mil). Mission Bell Luminaires shall conform to the requirements of Section 209- 3.6.1 of these special provisions, except as noted in this Section (209-3.6.2) and shall be Sierra Lighting catalog number MB-200-HHPS-240-DBZ, General Electric catalog number BELL20S3AGMN3DB or approved equal. All Mission Bell Luminaires from any source shall be modified as specified herein. The Contractor shall submit shop drawings for the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5.3, “Shop Drawings.” -. 209-3.6.3 Sign Lighting Fixtures- Mercury. Each mercury sign lighting fixture shall be designed for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall be of an enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist of a housing with door, a reflector, refractor or a flat lens, a lamp, a socket assembly, a ballast and a fuse block, and shall conform to the following: 1) Housing. - The housing shall have a door designed to hold a refractor or flat lens. Housings and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to the requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting is not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be of material which will not corrode in normal use. The housing shall be provided with holes to permit condensed water to drain. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive latch bolts or other latching device. The door shall be provided with means to allow the door to be locked in the open position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h striking the door from either side. The juncture of the door and the housing shall be gasketed to provide a raintight and dust tight joint. The thickness of the gasket shall be 6 mm, minimum. The maximum height of the fixture shall be 300 mm above the top of the mounting rails, When the fixture is mounted on the mounting channels without a mounting plate, four (4) holes of 11 mm diameter shall be provided. The distance between the front and back holes shall be 165 mm. 2) Reflector. - The reflector shall be one piece and shall be made from specularly finished aluminum protected with an electrochemically applied anodized finish or a chemically applied siliate film.. The reflector shall be designed so that water deposited on it due to condensation will drain away. The reflector shall be secured to the housing with a minimum of two (2) screws and shall be removable without removing any fixture parts. No reflectors shall be attached to the outside of the housing. 3) Refractor. - Refractors shall be made from borosilicate heat resistant glass. When a flat lens is used, the lens shall be made from heat resistant glass. The refractor shall be so designed or shielded that no fixture luminance is visible when the fixture is approached directly from the rear and the viewing level is the bottom of the fixture. When a shield is used it shall be an integral part of the door casting. V?# i 108198 Contract No. 3164 Page 160 of 249 Pages 4) Lamp. ,- Each fixture shall be furnished with a 175W mercury lamp conforming to ANSI C78.386-1989, Code: H39KC-175/DX. Lamps shall have a minimum average rated life of 16,000 hours. 5) Lamp Socket. - The lamp socket shall be a porcelain enclosed mogul type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket shall be rated for 1500 W and 600 V. ‘3 Ballast. - The ballast for each mercury sign fixture shall be designed for the characteristics and wattage of the lamp and it shall provide the proper starting voltage and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperatures down to 25°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from 20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be tested in accordance with the requirement of ANSI Standard C82.6-1980, “Methods of Measurement of High-Intensity-Discharge Lamp Ballasts.” A Certificate of Compliance conforming to the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacturer with each lot of sign lighting fixtures. The certificate shall state that the ballasts meet, in every respect, the above requirements and the lamp ballast specifications of the lamp manufacturer. Ballasts consisting of separate components shall conform to the following: 1) 2) 3) 4) 5) Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals, NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating components shall be mounted so as to use the portion of the sign lighting fixture upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors shall be metal cased and hermetically sealed. Ballasts for mercury sign lighting fixtures shall be normal power factor reactor type or autotransformer regulator type (CWA-constant wattage autotransformer). Reactor Type Ballasts.- Each reactor type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: 4 The power factor shall be not less than fifty percent (50%). b) The lamp wattage shall not vary by more than a 210 percent for a i5 percent input voltage variation. cl The lamp current crest factor shall not exceed 1.5 at rated input voltage. d) Ballast losses shall not exceed 25 W. Contract No. 3164 Page 161 of 249 Pages 6) Autotransformer Regulator Ballasts. - Each autotransformer regulator type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than ninety percent (90%). b) The lamp wattage shall not vary by more than a &7 percent for a *lo percent input voltage variation. cl The lamp current crest factor shall not exceed 1.7 at rated input voltage. d) Ballast losses shall not exceed 40 W. 7) Fuse Block. - Each fixture shall be provided with a barrier type fuse block for terminating field connections. The block shall be secured to the housing and shall be accessible without removal of any fixture parts. The block shall be mounted to leave a minimum of 13 mm air space from the sidewalls of the housing. The block shall be designed for easy removal of fuses with fuse puller, shall be rated at 600 V and shall have box terminals. Fuses shall be 1Omm diameter, 38mm long ferrule type and shall be UL or ETL listed. For 120V input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neutral and the ballasts. 8) Wire Guard. - When shown on the plans, each sign lighting fixture shall be provided with a wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5mm (minimum) diameter steel wire and shall be either hotdip galvanized or provided with an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condition SC4 with a clear chromate dip treatment. Guard elements shall be spaced so as to prevent rocks in excess of 40 mm in diameter from passing through. When the fixture is located so that the light center of the lamp is 1.4 m in front of, 300 mm below, and centered on a 3m high by 6m wide sign panel, the ratio of the maximum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points measured. In addition, the illuminance gradient shall not exceed 2 to 1. llluminance gradient is defined as the ratio of the minimum illuminance on any 300mm square of panel to that on any adjacent 300mm square of panel. The minimum horizontal lux requirements shall conform to the “Isolux Diagrams” shown on the Plans. Each fixture shall be furnished with a mounting assembly that will permit the fixture to be mounted on the continuous slot channels shown on the Plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel plate or steel plate that has been galvanized and finished with a polymeric coating system. 209-3.6.4 Sign Lighting Fixtures- Incandescent. Each sign lighting fixture for an incandescent lamp shall be of the type shown on the plans or as specified in the special provisions. Sign lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hood with side outlet tapped for conduit and a symmetrical 250mm steel reflector. Fixture shall be rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture shall have a medium base socket. 43 I toai9a Contract No. 31 a4 Page 162 of 249 Pages 209-3.6.5 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the details shown on the plans. The general design of signs shall be as shown on the plans. Minor details of construction shown are typical and may be modified subject to approval by the Engineer. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 113 km/h wind loads as set forth in the AASHTO publication, ‘Standard Specifications for Structural Supports of Highway Signs, Lum.inaires and Traffic Signals,” and amendments thereto. The sign panels shall not deform or warp under a 113 km/h wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5 SSPWC, “Certification,” shall be submitted by the manufacturer with each lot of internally illuminated street name signs. The certificate shall state that the internally illuminated street name signs meets the wind load requirements as described above. All material used in fabrication shall be new. If not covered herein, both the material and workmanship shall be of the best quality consistent with the intended purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwise specifted herein or shown otherwise on the plans. Signs shall be Type A or Type B. - - 1) Housing. - The top and bottom shall be formed or extruded aluminum and shall be attached to formed or cast aluminum end fittings. The design shall provide continuous sealing between top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resist torsional twist and warp.’ Provisions shall be_ made for ease of maintenance of all components. The opening or removal of one panel shall permit access to the interior of the sign and allow for replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. On Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be slide-mounted into the housing. 2) Reflectors. - At the option of the Contractor, reflectors may be used to provide the required sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. 3) Sign Panels.- The sign panels shall be slide-mounted or rigid mounted in a frame, with white legend, symbols, arrows, and border on each face, as shown on the plans. The background shall be green. The entire surface of the sign panel shall be evenly illuminated. The average of brightness readings for the letters shall be 500 cd/m2, minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than forty percent (40%) from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than twenty percent (20%) from the average brightness reading of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resistant plastic of one of the following types: a) Glass fiber reinforced acrylated resin, W Polycarbonate resin. c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal the front surface of the panel and filter out ultraviolet radiation. Paint shall be acrylic plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair the serviceability or detract from the general appearance and color matching of the sign. VQ i 108198 Contract No. 31 a4 Page 163 of 249 Pages r> The white or green color shall not fade or darken when the sign is exposed to an accelerated test of ultraviolet light which is equivalent to two (2) years of outdoor exposure. The green color of the sign, when not illuminated, shall conform to Color No. 14109 of Federal Standard 5958. 9) The sign panels shall not crack or shatter when a 25.4mm diameter, steel ball with a mass of 67 grams is dropped from a height of 2.6 m above the sign panel to any point of the sign panel. The panels shall be lying in a horizontal position and supported within their frame for this test. 4) Gaskets. - On Type A signs, gaskets shall be installed between the sign panel frame and the fixture housing to prevent the entrance of water between the frame and the fixture housing. Gaskets shall be uniform and even textured and shall be the closed cell, sponge neoprene type, designed for use at temperatures between 20°C and +7O”C. Gaskets shall be neatly applied to thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive which will not allow the gaskets to slip at temperatures between 20°C and +7o”C. - -. 5) Ballasts. - Ballasts shall be of the high power factor type and shall be capable of starting the lamps at 20°C and above. Ballasts for Type A signs shall be rated at 200 mA. Ballasts for Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110 to 125 V, 60 Hz circuits, and shall conform to .the requirements of ANSI, Standard: C 82.1 and ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6) Lamp holders. - Lamp holders shall be listed by UL or ETL for outdoor use, shall be provided with silver coated contacts and waterproofed entrance leads for use with a rapid- start fluorescent lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Each lamp holder shall be provided with a heat-resistant, circular cross section, partially recessed neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and dirt or other injurious elements. One lamp holder for each lamp shall be of the spring-loaded type. The distance between the face of the lamp holders for each lamp shall provide a compression of at least 2.5 mm on the spring-type lamp holder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for lamp holders shall not be part of the current carrying circuit. Lamp holders shall match lamp requirements and shall not increase cathode filament circuit resistance by more than 0.1 O-Q. 7) Lamps. - Lamps shall be of the types shown on the plans and shall meet the requirements of ANSI Standard: C 78. 8) Terminal Blocks. -All wiring connections in the fixture shall be terminated on molded, phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterproof marking strips. All current carrying parts of the terminal block shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. PQ i 108198 Contract No. 3184 Page 164 of 249 Pages ‘9) 10) 11) 12) - 13) y 15) 16j Fuses. - Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current and voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. Weep Holes. - Screened weep holes shall be provided at strategic locations in all members subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage from the fixture. Fasteners. - All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 or 304) or aluminum Type 6060-T6. Mounting Assemblies. -The top of the fixture housing shall have two (2) free-swinging mounting brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of 6 mm. At least 4.6m clearance shall be provided between the bottom of the fixture and the roadway. Message. - The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200mm upper case and 1SOmm lower case, Series E. Mass. - The total mass of the complete sign assembly, including lamps, ballasts, mounting brackets and appurtenances shall not exceed 30 kg. Conductors. - All fixture conductors shall be UL or ETL listed appliance wiring material (AWM) stranded copper wire with 0.7mm, minimum, thermoplastic insulation, rated at 1000 V and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color coding of the ballast leads. The size of conductors from the sign disconnect to the fuse block shall be as shown on the plans. All conductors within the fixture shall be secured with easily removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 300 mm apart. Stranded copper conductors connected to screw type terminals shall terminate in approved crimp type ring connectors. Splices will not be permitted within the fixture unless approved in writing by the Engineer. Equipment List and Drawings. - Within fifteen (15) days following approval of Contract, the Contractor shall submit three (3) sets of shop drawings and a list of equipment and materials it proposes to install, as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall show the message for each sign and shall include the size of letters, symbols or arrows, as shown on the plans or as furnished by the Engineer. The list of equipment shall include the name of the manufacturer of all materials and sufficient detail to identify the materials. If requested, the Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used in the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluation of conformance to the specified requirements. 209-3.6.6 Photoelectric Controls. Photoelectric controls, as specified in the special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEINEMA twist lock. pt$ 1108198 Contract No. 3164 Page 165 of 249 Pages 209-3.6.6.1 Types. The type of photoelectric controls shall be as follows: receptacle integral with the luminaire. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II, Type III, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be furnished with an indicating nameplate reading “Auto-Test” and shall be connected in parallel with the load contacts of the photoelectric unit. Test switch shall not have an “OFF position. Photoelectric units for Types- I, II and III photoelectric controls, shall be pole-top mounted unless otherwise specified. 209-3.6.6.2 Equipment Details. Equipment details shall conform to the following: -. -. 209-3.6.6.2.1 Photoelectric Unit. The photoelectric unit shall provide an output in response to changing light levels, Components of the unit shall not require periodic replacement. Units shall have a “turn-on” between 10 and 50 lux and a “turn-off at between 1.5 and 5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 1OOmm minimum inside diameter pole-top mounting adaptor containing a terminal block and with cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed at the locations shown on the plans and oriented as directed by the Engineer. For switching 480 V, 60 Hz circuits, a 100 VA, minimum, 480/12OV transformer shall be installed in the contactor enclosure to provide 120 V for the photoelectric control unit. Where more than one photoelectric unit. is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the total controlled load, may be used. Photoelectric units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: 1) The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as specified. 2) The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3) The operating temperature range shall be from 29°C to 65°C. 4) The power consumption shall be less than 10 W. 5) The unit shall be housed in a weatherproof enclosure. 6) The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug mounting. 7) Units shall be provided with a “fail-on” feature. g 1 I08198 Contract No. 3164 Page 166 of 249 Pages 209-3.6.6.2.2 Contactor. The contactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature type contactor shall be either fine silver, silver alloy, or superior alternative material. The contactor shall have a minimum rating of 30 A, per contact, inductive load. 209-3.6.6.2.3 Contactor and Test Switch Housing. The enclosure for Type I and Type III photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied rust resistant prime coat and finish coat. Two applications of paint to match the color of the standard shall be applied as specified in Section 209-3.2.15, “Painting.” The enclosure may be hot- dip galvanized in lieu of painting. A minimum of 65 mm shall be provided between contactor terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the same standard as the photoelectric unit at a height of approximately 1.8 m above the base. 209-3.6.6.2.4 Wiring. Conductors between the photoelectric unit and an external contactor shall be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the Plans. - 299-3.6.6.2.5 Terminal Blocks. Terminal blocks shall be rated at 25 A, 6QQ V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-3.6.7 Transformers. Multiple to multiple and series to multiple transformers shall be of the single-phase, dry type designed for operation on a 60 Hz supply. 209-3.6.7.1 Electrical Requirements. Transformer ratings shall be 120/480 V, 2401480 V or 4801120 V for multiple to multiple units and 6.6 A/120 V or 6.6 A/480 V for series to multiple units or other ratings as shown on the plans. Secondary 480V windings shall be center tapped. Volt- ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed ninety-five percent (95%) for multiple to multiple units and eighty percent (80%) for series to multiple units. Secondary voltage regulation and tolerance shall be 23 percent from half load to full load for multiple to multiple units and plus ten percent (10%) (maximum) at no load to &3 percent, at full load for series to multiple units. Transformers shall have a decal showing a connection diagram. The diagram shall show either color coding or tagging of wires with primary (Hl, H2) or secondary (Xl, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. 209-3.6.7.2 Physical Requirements. External leads for multiple to multiple and series to multiple secondary connections shall be Type USE, No. 10, rated 600 V AC. Primary conductors for series to multiple transformers shall be rated for use on 5OOOV AC circuits. Transformer leads shall extend a minimum of 300 mm from the case. Transformer insulation shall be NEMA 185°C or better. Series to multiple transformers shall withstand the application of 12 000 V AC from core to primary coil and from coil to coil for a one minute period. Series to multiple transformer secondaries and multiple to multiple transformers shall withstand the application of 2200 V AC from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non-submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and shall be provided with a handle and a hanger. pq 1108198 Contract No. 3184 Page 167 of 249 Pages 209-3.6.7.3 Submersible Type Transformers, Submersible type transformers shall be securely encased in a rugged corrosion resistant, watertight case and shall withstand a five (5)-day test submerged in 600 mm of salt water (2 percent salt by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450 N static pull without loosening or leaking. 209-3.7 REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-3.7.1 Removing Electrical Equipment. Attention is directed to Section 7-3, “Protection and Restoration of Existing Improvements.” Existing electrical equipment shown on the plans or specified in the special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the highway right of way in accordance with the provisions in 300-l) “Clearing and Grubbing,” except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires,. signal heads, and signal mounting assemblies shall be removed from standards and mast arms. -. Attention is directed to the provisions in Section 7-9, “Protection and Restoration Existing Improvements” and 300-l .2, “Preservation of Property” of SSPWC. The Contractor will be required to repair or replace, at the Contractors expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor’s operations. Attention is directed to the provisions in Section 209-3.2.3, “Foundations,” regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and, detector frames shall be filled with material equivalent to the surrounding material. 209-3.7.2 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be paid for as extra work as provided in Section 3-3 SSPWC, “Extra Work.” 209-3.6 PAYMENT 209-3.6.1 Payment. The Contract lump sum price paid for signal, ramp metering, flashing beacon, lighting, sign illumination, or attendant work shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof. Full compensation for all materials and labor, which are necessary to temporarily maintain the system or complete the installation of the various systems, shall be considered as included in the prices paid for the systems, or units thereof, and no additional compensation will be allowed therefore. pg 1 I08198 Contract No. 3164 Page 166 of 249 Pages SECTION 210 l PAINT AND PROTECTIVE COATINGS 21 O-1 PAINT 21 O-l .6.3 Rapid Dry White, Yellow, or Black Traffic Line Paint. Replace with the following: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid-dry water-borne conforming to CalTrans Specification No. 8010-91D-30. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CalTrans Specification No. 8010-21 C-19. Glass beads to be applied to the surface of the raid-dry water-borne paint and the molten thermoplastic material shall conform to the requirements of CalTrans Specification No. 8010-21C-22 (Type II). CalTrans Specifications for water-borne paint, thermoplastic materials and glass beads may be obtained from the CalTrans Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 21 O-3 GALVANIZING Add the following subsection: - - 2jO-3.6 Galvanizing for Traffic Signal Facilities. The requirements of thissection shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2,mm thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in the special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation 2600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter. Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc, When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless othennrise specified, galvanizing shall be performed after fabrication, Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. TQ 1108198 Contract No. 3184 Page 169 of 249 Pages , When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 21 O-l, “Paint” of these special provisions. Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two (2) applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, “Repair of Damaged Zinc Coating” of these special provisions. Aerosol cans shall not be used. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-l LANDSCAPE MATERIALS 212-l .2.3 Commercial Fertilizer. Add the following: Pre-plant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phosphoric acid and potash required by Tables 212-l .2.5.1 (A) through 212-l -2-5-3(A). 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for Type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir, or cedar, or redwood shavings or rice hulls, Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to’the properties shown in Table 212-1.2.4(B): TABLE 212-l .2.4(B) Property Minimum Maximum Dry Weight Nitrogen (1) (1) Dry Weight Passing 1” Sieve 100% 100% Dry Weight Passing #I4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Dry Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% Salinity (1) :19(p Iron (Dilute acid soluble on dry weight basis) 0.08% a- Ash (dry weight basis) 0% 6.0% PH 6.0 7.0 Wetability (1) (1) As Required by Table 212-1.2-4(a) SSPWC For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by laboratory analytical analysis from an approved laboratory certifying compliance to the requirements herein. Said submittal shall be in accordance with Section 2-5.3.3 of the SSPWC. pg 1108198 Contract No. 3184 Page 170 of 249 Pages 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hyroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Disturbed areas, (permanent slopes, parkway areas and temporary slopes, as determined by the Engineer) shall be mulched, fertilized and seeded using Method 6. Mulch shall be manufactured from virgin-wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspensionand when blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:l (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture “CPA 4000”, “AZTAC”, “Ecology Control” M-Binder, or approved equal. Add the following subsection: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mixes shown in the tables for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212-l .2.5.1 (A). - TABLE 212-l .2.5.1 (A) . Component Application Rate Virgin Wood Cellulose Fiber Mulch 2000 pounds per acre Binder (1) 150 pounds per acre Fertilizer (16-20-o) Ammonium Phosphate Sulfate, Plus 15% Soil Sulfur 300 pounds per acre Wetting Agent Per Mfg. Recommendation Green Colorant Per Mfg. Recommendation (1) Required to be incorporated only when applied between the months of November through February) Add the following subsection: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer’s specifications and instructions. Postemergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved equal. Pre-emergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following subsection: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaS04 H20) product 94.3 percent. Ninety percent (90%) shall pass a 50 mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form .wntaining not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that ninety-eight percent (98%) is retained on a 10 mesh screen. 212-l .3 Seed. Add the following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume. Seed types shall be as specified on the plans and planting legends, and shall be applied at the rates indicated. <$ 1108198 Contract No. 3184 Page 171 of 249 Pages F All brand-name, patented seed must be received by Contractor in original manufacturer’s bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. Add the following subsection: 212-l .3.1 Seed for Permanent Slopes (Disturbed Areas). Hydroseeding Mix #l for Permanent Slope Areas shall consist of no less than the seed varieties shown in Table 212-l .3.1 (A). TABLE 212-l .3.1(A) Seed Variety Artemisia Californica Eriogonum Fasciculatum Eriophylum Confertifolium Heteromeles Arbutifolia Lotus Scoparius Mimulus Puniceus Rhus Laurina Salivia Mellifera Lasthenia Chrysostoma Stipia Pulchra Add the following subsection: Application Rate 6 pounds per acre 25 pounds per acre 25 pounds per acre 4 pounds per acre 6 pounds per acre 2 pounds per acre 4 pounds per acre (1) 1 pound per acre - 1 pound per acre 6 pounds per acre 212-1.3.2 Seed for Parkway Areas (Disturbed Areas). Hydroseeding Mix #2 for the parkway area shall consist of no less than the seed varieties shown in Table 212-1.3.2(A). TABLE 212-l .3.2(A) I Seed Varietv Eschsholtia California Gazania, Yellow Clumping Variety Lotus Corniculatus Aoolication Rate 5 pounds per acre 10 pounds per acre 25 oounds oer acre Add the following subsection: 212-1.3.3 Seed for Temporary Slope (Disturbed Areas). Hydroseeding Mix##3 for the temporary slope area shall consist of not less than the seed varieties shown in Table 212-l .3.3(A). TABLE 212-l .3.3(A) Seed Varietv Rose Clover Festuca Megalura, Zorro Fescue Eschscholzia Californica Achilles Millefolia Alyssum (Carpet of Snow) Dimornhaleca Application Rate 20 pounds per acre (1) 20 pounds per acre 3 pounds per acre 4 pounds per acre 3 pounds per acre 2 pounds per acre (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. VQ 1 mi98 Contract No. 3184 Page 172 of 249 Pages 212-l .4.1 General. Add the following: Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in “A Checklist of Woody Ornamental Plants in California, Oregon and Washington” published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. Plants shall be in accordance with the California State Department of Agriculture Regulations for Nursery Inspection, Rules, and Grading. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well proportioned plants are, the intent of this specification. Plants which are even moderately “overgrown”, or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as specified in the special conditions or drawings. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor’s expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the _cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least sixty (60) days before the planting operation has commenced. 1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2 inch) diameter turned lodgepole pine, pointed on one end. Tree ties shall be Wonder Tree, Lawson Landscape Products, or approved equal. Add the following subsection: 212-l .6 Erosion Control Matting. Erosion control matting shall be made of 100 percent-biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 pound/square yard) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 pounds/l,000 square yards) having an approximate mesh interval of 50mm x 50mm (2 inch by 2 inch) on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50mm (2 inches) apart. Erosion control matting shall be “North American Green, DS150”, “BonTerra S2”, or approved equal. Add the following subsection: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25mm x 150mm (1 inch by 6 inch), U shaped 11 gauge mild steel staples. Add the following subsection: 212-1.8 Root Barriers. Root barriers shall be no less than lm (39 inches) in width. Root barriers shall be “Biobarrier”, as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone (615) 847-7000, no substitutes will be accepted. pg 1108198 Contract No. 3184 Page 173 of 249 Pages 212-2 IRRIGATION SYSTEM MATERIALS 2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape identifying it as reclaimed water, per Section 207-21 of these specifications. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. Stenciled pipe is required in addition to underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50mm (2-inch) and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. All pipe shall have stenciling appearing on both sides of the pipe with the marking “Reclaimed Water” in 16mm (5/8-inch) letters repeated every 300mm (12-inches). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Add the following subsection: 2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 pounds 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM 843-91. Brass pipe fittings and connections shall be Standard 125 - pound class 85 percent red brass fittings and connections. - -. 2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked “RCV”, “BV” or “QC”, “PB” respectively. All valve box covers shall be of purple PVC color. Remote control valve boxes shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Add the following subsection: 2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass-reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13mm(lL?“) to 50mm(2-inch) shall be pressure rated at 4140 kPa (600 PSI WOG) and 1030 kPa (150 PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-35B, Type II, Class A, Style 3, End Connection A or C. Add the following subsection: 2.2.9 Pressure Regulator Valve. fitting. Pressure regulator valve shall be bronze body with screw 2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti-drain valves shall be field adjustable against drain out from 1.5m to 12m (5 to 40 feet) of head. All sprinkler heads that are without valves in the heads are to have an anti-drain valve feature and shall have an excess flow feature, which will automatically stop the f!ow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. Add the following subsection: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two (2) control valve keys. 2. Two (2) wrenches for removing each different type of sprinkler head. ‘3 1108198 Contract No. 3184 Page 174 of 249 Pages 3. Two (2) quick-coupler keys, The keys and hose ells shall be of the same manufacturer as the coupling valve. 4. Five (5) keys for opening and locking each automatic controller and enclosure. 212-3 ELECTRICAL MATERIALS 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the 1996 National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be No. 14 solid, single conductor, copper wire, 0.015mm (6Omil) insulation, 0.015mm (60mil) neoprene jacket, style UF (Direct Burial),.or equal, color code wires to each valve. Common wire shall be white No. 12 solid, single conductor wire, 0.015mm (60mil) insulation, 0.015mm (60mil) neoprene jacket, style UF (Direct Burial) or equal. 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19mm (5/8-inch) diameter by 3m (10 foot) long copper-clad grounding rod and a 50 ohm resistance lightning arrestor. _ Add the following subsection: 3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equipment shall incorporate the following elements: a) One 100 amp, 120/240 volt, single-phase load center, as approved by the Engineer. b) One 100 amp rated commercial meter socket suitable for the San Diego Gas and Electric company meter, with provision for test block bypass having a UL listing and EUSERC approval. c) One 15 amp circuit breaker for each irrigation controller energized by the service. d) One 20 amp circuit breaker for the duplex receptacle. e) The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1993 edition of the National Electrical Code. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14 gage, or heavier, 304 stainless steel. f) Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14 gage, or heavier 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. g) The cabinet shall be HYDROSAFE Model No. H59, Strong Box, or approved equal. h) The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240 volt electrical service section from the irrigation controller section. i) No wood components shall be used in the enclosure. j) Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. pg 1108198 Contract No. 3184 Page 175 of 249 Pages k) The cabinet shall be provided with cross flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. I) The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. m) The cabinet shall have a duplex 15 amp, 120 volt receptacle with ,ground fault interrupter protection mounted on the interior service side. n) Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250. . o) Anchor bolts to secure the service equipment to the concrete pad shall be 1Omm (3/8-inch) diameter by 150mm (6-inch) long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to Section 304-l-7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete slab between 65mm and 100 mm (2 W-inch and 4-inch). SECTION 213 - ENGINEERING FABRICS - _ 213-2 GEOTEXTILES 213-2.1 General. Add the following: Filter fabric for subgrade drain shall conform to the requirements of filter fabric (rock slope protection) in “Slope Protection” in these special provisions. Filter fabric for subgrade drain will be measured and paid for as filter fabric and/or as rock slope protection. Woven filament cloth will be measured and paid for as furnish woven filament cloth and install woven filament cloth and shall conform to the requirements in “Woven Filament Cloth” in these special provisions. Permeable material for use in backfilling trenches, under, around, and over underdrains, shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances with a Durability Index of not less than 40. The Contract price paid per cubic yard for permeable material shall include full compensation for furnishing all labor, material tools, equipment, and incidentals and for doing all the work involved in furnishing and placing permeable material, complete in place, as shown on the plans, as specified in the SSPWC and these special provisions and as directed by the Engineer. The percentage composition by weight of permeable material in place shall be conform to the gradings in Table 213-2.1 (A). vtj 1108198 Contract No. 3184 Page 176 of 249 Pages Sieve Sizes 2” l-1/2” 314” l/2” 318” No. 4 No. 8 No. 200 TABLE 213-2.1(A) Percenta! ! Passing Type A Type B --- 100 s-m 95-100 100 50’100 95-100 m-w 70-l 00 15-55 o-55 O-25 O-10 o-5 o-3 o-3 213-2.2 Physical Properties. Add the following: .Geotextile types shall be used for the applications listed in Table 213-2.2(A). TABLE 213-2.2(A) Application of Geotextile Separation of Soil & Street Structural Section Separation of Soil & Subsurface Aggregate Drain Reinforcement of Steel Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage the the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below X Ton Rock Slope Protection Fabric for Rock Sizes Including & Above % Ton Plant Protection Covering Erosion Control Fence with 14 Ga - 6” x 6” Wire & 10’ Post Spacing Erosion Control Fence with 6’ Post Spacing & No Wire Fencing Type Designation 9ows 180N 2oows 270WS 270WS N/A N/A 180N 250N 90N 9ows 2oows If the Contractor elects to use the “Weep Hole and Geowmposite Drain” alternative where permitted on the plans, the Geocomposite Drain shall conform to the details shown on the plans and the following: Geocomposite Drain shall consist of a manufactured core not less than 0.25-inch thick nor more than 2 inches thick with one or both sides covered with a layer of filter fabric that will provide a drainage void. The drain shall produce a flow rate, through the drainage void, of at least 2.0 gallons per minute per foot width at a hydraulic gradient of 1 .O and a minimum externally applied pressure of 3,500 pounds per square-foot. A Certificate of Compliance conforming to the provisions in Section 213-1.3 “Sampling and Test Compliance” of SSPWC shall be furnished for the Geocomposite Drain certifying that the drain produces the required flow rate and complies with these special provisions. The Certificate of Compliance shall be accompanied by a flow capability graph for the Geowmposite Drain showing flow rates for externally applied pressures and hydraulic gradients. The flow capability graph shall be stamped with the verification of an independent testing laboratory. Filter fabric for the Geocomposite Drain shall conform to the provisions for fabric for underdrains in Section 213 “Engineering Fabrics,” of the SSPWC. FE-$ l/08/98 Contract No. 3184 Page 177 of 249 Pages -. The manufactured core shall be either a preformed grid of embossed plastic, a mat of random shapes of plastic fibers, a drainage net consisting of a uniform pattern of polymeric strands forming two (2) sets of continuous flow channels, or a system of plastic pillars and interconnections forming a semi-rigid mat. The core material and filter fabric shall be capable of maintaining the drainage void for the entire height of Geocomposite Drain. Filter fabric shall be integrally bonded to the side of the core material with the drainage void. Core material manufactured from impermeable plastic sheeting having non-connecting corrugations shall be placed with the corrugations approximately perpendicular to the drainage collection system. The Geocomposite Drain shall be installed with the drainage void and the filter fabric facing the embankment. The fabric facing the embankment side shall overlap a minimum of three (3) inches at all joints and wrap around the exterior edges a minimum of three (3) inches beyond the exterior edge. If additional fabric is needed to provide overlap at joints and wrap-around at edges, the added fabric shall overlap the fabric on the Geowmposite Drain at least six (6) inches and be attached thereto. Should the fabric on the Geocomposite Drain be tom or punctured, the. damaged section shall be replaced completely or repaired by placing a piece of fabric that is large enough to cover the damaged area and provide a six (6)-inch overlap. Plastic pipe shall conform to the provisions for pipe for edge drains and edge drain outlets in Section 207-17 “PVC Plastic Pipe” of the SSPWC. Treated permeable base to be placed around slotted plastic pipe at the bottom of the Geocomposite Drain shall be cement treated permeable base, per Section 301-3. Grading of the aggregate shall conform to the l-inch x No. 4 primary aggregate nominal size course grading per Table 213.2.1 (C). The treated permeable base shall be enclosed with a high density polyethylene sheet or PVC geomembrane, not less than 10 mils thick, which is bonded with a suitable adhesive to the concrete and Geocomposite Drain. Surfaces to receive the polyethylene sheet shall be cleaned before applying the adhesive. The treated permeable base shall be compacted with a vibrating shoe type compactor. TABLE 213.2.1 (C) Percent Passing Primary Aggregate Nominal Sizes l-1/2” x 3 14” l”xNo.4 Sieve Sizes Operating Range Contract Compliance 2 -w s- l-112” 100 100 1 I, 88-100 86-100 314” 52& 15 52 f 22 318” 15 f 15 52i22 No. 4 O-16 O-18 No. 8 O-6 o-7 PQ I ioat Contract No. 3184 Page 178 of 249 Pages Add the following subsection: 213-3 BEARING PADS 213-3.1 Plain and Fabric Reinforced Elastomeric. Pads X-inch or less in thickness shall be either laminated or all elastomer. Pads over X-inch in thickness shall be laminated. Stacking of individually laminated pads to attain thicknesses over.‘/-inch, or cold bonding of individual laminated pads will not be permitted. Laminated pads shall consist of alternate layers of elastomer and fabric reinforcement bonded together. The top and bottom layers of reinforcement shall be uniformly covered with a maximum of l/8-inch of elastomer. Laminated pads shall have reinforcement every M-inch through the entire thickness. Fabric reinforcement shall be single ply at top and bottom surfaces of the pad and double ply within the pad. The reinforcement shall be parallel to the top and bottom surfaces of the pad. Variations in the location of the reinforcement in excess of l/&inch from its theoretical location shall be cause for rejection. The total out to out thickness of a pad shall not be less than the thickness shown on the plans nor more than %-inch greater than that thickness. Pads of all elastomer or with fabric reinforcement may be cut from large sheets. Cutting shall be performed in such a manner as to avoid heating of the material and to produce a smooth edge with no tears or other jagged areas and to cause as little damage to the material as possible. The peel strength test will be performed after immersing the sample in water for a minimum of ten (10) days, The bond between elastomer and fabric shall be such that when a sample is tested for separation, it shall have a minimum peel strength of 30 pounds per inch when tested in accordance with California Test 663. Fabric reinforcement shall be woven from 100 percent glass fibers of “E” type yarn with continuous fibers. The minimum thread count in either direction shall be 25 threads per inch. The fabric shall have either a crowfoot or an 8 Harness Satin weave. Each ply of fabric shall have a breaking strength of not less than 800 pounds per inch of width in each thread direction when 3-inch by 36-inch samples are tested on split drum grips. The bond between double plies shall have a minimum peel strength of 20 pounds per inch. The sole polymer in the elastomeric compound shall be neoprene and shall be not less than 60 percent by volume of the total compound. The elastomer, as determined from test specimens, shall conform to Table 213-3.1 (A). TABLE 213-3.1 (A) Test Tensile strength, psi Elongation at break, percent Compression set, 22 hrs. at 158OF, percent (Method B) Tear strength, pounds per inch (Die C) Hardness (Type A) Ozone resistance 20% strain, 100 hrs. at 100° f 2OF (except 100 f 20 parts per 100,000,000) ASTM Designation Requirements D 412 2,000 Min. D 412 350 Min. D 395 25 Max. D624 180 Min. 02240 55 f 5 D1149 No cracks Low temperature stifness, Young’s Modulus at -3OOF psi 0797 5,000 Mx. Low temperature brittleness, at -4OOF D2137 Pass After accelerated aging in accordance with ASTM Designation: D 573 for 70 hours at 212OF the elastometer shall not show deterioration changes in excess of the following: Tensile strength, percent -15 Elongation at break, percent (but not less than 300% total -40 elongation of the material) Hardness, points +lO pq 1108198 Contract No. 3184 Page 179 of 249 Pages A Certificate of Compliance conforming to the provisions in Section 4-1, “Materials and Workmanship,” shall be furnished to the Engineer certifying that the elastomer, and fabric (if used), in the elastomeric bearing pads to be furnished conforms to all of the above requirements. The Certificate of Compliance shall be supported by a certified copy of the results of tests performed by the manufacturer upon samples of the elastomer and fabric to be used in the pads. A fabric sample not less than 36-inches by 4%inches will be taken by the Engineer for testing from each new lot of fabric used in manufacturing bearing pads. A sample pad not less than eight-inches by 12-inches in size will be taken by the Engineer for testing from each lot of pads or batch of elastomer to be furnished, whichever results in the greater number of samples. The samples will be selected at random at the point of manufacture or, at the option of the Contractor, at the job site. Samples taken at the job site shall consist of complete pads as detailed on the plans, and the Contractor shall furnish additional complete pads to replace those taken for testing. Pads shall be available for sampling at least four (4) weeks in advance of intended use. All sample pads for testing shall be furnished by the Contractor at his expense. One sample bearing shall be furnished to the Engineer from each lot of bearings to be furnished for the contract. Samples shall be available at least three (3) weeks in advance of intended use. The sample bearing shall be one of the bearings listed in Table 213-3.1 (B). _ TABLE 213-3.1 (B) Bearing Pad Thickness as Shown on the Plans 2 inches or less Greater than 2 Inches Sample Bearing Smallest complete bearing shown on the plans. l 2.25 f 0.125 inch thick sample not less than 8 inches by 12 inches in plan and cut by the manufacturer from the center of one of the thickest complete bearings. l The sample bearing plus remnant parts of the complete bearing shall be furnished to the Engineer. Specimens tested in accordance with California Test 663 for 10,000 cycles at 800 pounds per square inch and l/2 t (t = total thickness of elastomer) translation, shall show no indication of deterioration of elastomer or bond between elastomer and fabric reinforcement laminations. The testing speed will not exceed 4 %inches per minute. Test specimens for tensile strength, elongation, tear strength, peel strength, and ozone resistance will be taken from production run pads by the Engineer, and will be prepared for testing by cut ting and grinding. 213-3.2 Steel Reinforced Elastomeric Bearings. Steel reinforced elastomeric bearings shall conform to the provisions for steel-laminated elastomeric bearings in ASTM Designation: D 4014 and the following: pg 1108198 Contract No. 3184 Page 180 of 249 Pages The bearings shall consist of alternating steel laminates and internal elastomer laminates with top and bottom elastomer covers, Steel laminates shall have a nominal thickness of 0.075inch (14 gage). Internal elastomer laminates shall have a thickness of X-inch, and top and bottom elastomer covers shall each have a thickness of S/*-inch. The combined thickness of internal elastomer laminates and top and bottom elastomer covers shall be equal to the bearing pad thickness shown on the plans. The elastomer cover to the steel laminates at the sides of the bearing shall be l/8-inch. If guide pins or other devices are used.to control the side cover over the steel laminates, any exposed portions of the steel laminates shall be sealed by vulcanized patching. The length, width, or diameter of the bearings shall be as shown on the Plans. The total thickness of the bearings shall be equal to the thickness of elastomer laminates and covers plus the thickness of the steel laminates. The shear modulus of the elastomer shall be 1 IO psi. The elastomer shall be Type CR, Grade 3. The ozone test concentration (partial pressure) shall be 100 millipascals (mPa) formerly referred to as 100 parts per hundred million. A Certificate of Compliance conforming to the provisions in Section 4-1, “Materials and Workmanship,” shall be furnished to the Engineer certifying that the. bearigs to be furnished c&form to all of the above requirements. The Certificate of Compliance shall be supported by a certified copy of the results of tests performed by the manufacturer on the bearings. One sample bearing will be taken by the Engineer from each lot of bearings. If possible, the sample will be taken from the bearing used for the elastomeric materials tests in Section 9.2 of ASTM Designation: D 4014. Otherwise, the sample will be a complete bearing, selected at random, from the bearings to be furnished for the contract. Samples shall be available three weeks in advance of intended use. A test specimen taken from the sample furnished to the Engineer will be tested in accordance with California Test 663 for 10,000 cycles at the design load and l/2 t (t = total thickness of elastomer) translation. The testing speed shall not exceed 41/2 inches per minute. Specimens tested shall show no indication of deterioration of elastomer or loss of bond between the elastomer and steel laminates. 213-3.3 Sliding Bearings. Sliding bearings consisting of elastomeric bearing pads lubricated with grease and covered with sheet metal shall conform to the following requirements: Grease shall conform to the requirements of Military Specification: MIL-S-8660. A uniform film of grease shall be applied to the upper surface of the pads prior to placing the sheet metal. Sheet metal shall be commercial quality galvanized sheet steel. The sheet metal shall be smooth and free of kinks, bends, or burrs. Construction methods and procedures shall prevent grout or concrete seepage into the sliding bearing assembly. PQ 1108198 Contract No. 3184 Page 181 of 249 Pages Add the following subsection: 2134 EROSION CONTROL SPECIALTIES 2134.1 Silt Fence. Silt fence shall be Type 200 WS, with no wire fencing, posts spacing at six feet, or with wire fencing with posts spacing at ten feet. 21342 Gravel Bags. Gravel bags for the use of temporary erosion control shall be burlap with 3%-inch crushed rock filed and securely tied closed. T?# l/08/98 Contract No. 3184 Page 182 of 249 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-l CLEARING AND GRUBBING 300-l .l General. Add the following: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes plant growth or other objectionable materials with the surface soil, the Contractor shall remove the contaminated soil from the site at its cost. All costs, if any, - -. associated with removing the soil mixed with plant growth or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. Trash and other debris that is buried and not visible from ground surface prior to commencement of clearing and grubbing operations shall be removed and disposed of as directed by the Engineer Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guardrail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing abandoned underground pipes and conduits, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work, whether or not such items are called out on the plans or in the specifications for removal. Add the following to the fourth paragraph: Concrete structures, traffic signal facilities, utility poles, tree stumps and all other objects protruding above original ground surface or exposed during surface clearing and grubbing operations shall be removed in their entirety unless otherwise approved by the Engineer. Add the following subsection: 300-l .l .l Bridge Removil. This work shall consist of removing portions of an existing bridge. The extent of the removal is shown on ,the Plans. When portions of bridge are to be removed, the removal operations shall be conducted so that there will be the least interference to public traffic using the structure involved. At least ten (10) days before beginning bridge removal over or adjacent to public traffic or railroad property, the Contractor shall submit to the Engineer details of the removal operations showing the methods and sequence of removal and equipment to be used. Flame cutting and saw cutting may be used for removing, widening, or modifying bridges provided the Contractor complies with all protection, safety and damage requirements. Explosives shall not be used for bridge removal. 43 1108198 Contract No. 3184 Page 183 of 249 Pages When portions of a bridge are to be removed, the removal operations shall be performed without damage to any portion of the structure that is to remain in place. In such cases, tools with a manufacturer’s rated striking energy in excess of 1,200 foot-pounds per blow, a freely falling mass or a falling mass attached to a cable, rope or chain shall not be used for breaking or removing concrete which is attached to or supported by the bridge. Existing reinforcement that is to be incorporated in new work shall be protected from damage and shall be thoroughly cleaned of all adhering material before being embedded in new concrete. Freely falling mass or a falling mass attached to a cable, rope or chain shall not be used above any area open to the public. Such falling masses shall not be used above any area open to the public. Such falling masses shall not be used within 30 feet horizontally of any area open to the public unless adequate protective shields are in place. Protective shields shall be of sufficient size and strength to prevent any debris or equipment from endangering the public. The shields shall be designed and proportioned as required by the size of equipment and method of operations employed, but in no case shall such shields have a strength less than that provided by good, sound two-inch thick Douglas fir planking supported on posts at five-foot centers. - Before beginning concrete removal operations involving the removal of a portion of a monolithic concrete element, a saw cut approximately one inch deep shall be made a true line along the liinits of removal on all faces of the element which will be visible in the completed work. Materials that are not to be salvaged and stockpiled shall become the property of the Contractor and shall be removed and disposed of away from the site and Outside of the Highway Right-of-Way. 300-l .3.1 General. Add the following: Removed facilities that are not to be salvaged or reused in the Work shall become the property of the Contractor and shall be disposed of in a legal manner after Contractor has obtained permits from all affected agencies. 300-l .4 Payment. Add the following: Payment for removal and disposal of trash and other debris which is not visible on the ground surface prior to start of clearing and grubbing operations shall be paid, when approved by the Engineer in advance, pursuant to the time and materials bid item included in the bid and subsection 3-3, Extra Work of the SSPWC and these special provisions. The lump sum price for bridge construction shall include the bridge removal (portion) including full compensation for furnishing all labor, materials, tools, equipment and incidentals, excavation and backfill, as shown on the plans, per these special provisions, and as directed by the Engineer, 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General. Add the following: Unclassified excavation shall include salvaging clean excavated material and filling all areas to the required grades and cross sections shown on the plans, placing and removing surcharges, drying or blending of wet materials, and removing excess material from the job site or placing it in a designated spoils site. Hauling of excavated material on or across public roads shall be done utilizing street legal vehicles pursuant to Section 565 of the California Vehicle Code or as approved by the Engineer. ?3 1108198 Contract No. 3184 Page 104 of 249 Pages 300-2.2 Unsuitable Material. 300-2.2.1 General, Modify as follows: Delete Paragraphs 2 and 3. 300-2.2.2 Wet Material. Modify as follows: Delete the second sentence and replace with the following: The Contractor shall process, blend, or remove and replace wet material resulting from any cause as part of unclassified excavation. Add the following subsection: 300-2.2.3 Unconsolidated Material. Unconsolidated materials such as alluvium, colluvium, or uncontrolled stockpiles may exist on site. These materials shall be excavated and recompacted in areas to receive fill or in areas upon which surface improvements are to be placed, Limites of removal shall be approved by the Engineer. Payment for removal and recompaction of unconsolidated material shall be made pursuant to subsection 3-3 Extra Work with Drier approval of the Engineer. - -. 300-2.4 Slides and Slipouts. Modify as follows: Delete the second and third paragraphs and add the following: The removal, disposal or recompaction of slide and slipout material as above specified, not resulting from overshooting as specified in Section 300-2.3 and not resulting from any act or failure to act on the part of the Contractor, will be paiafor pursuant to subsection 3-3 Extra Work with Q& approval of the Engineer. 300-2.5 Slopes. Add the following: The hinge points (i.e. top and bottom) of slopes shall be located within 0.25 feet of the locations shown on the plans. A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: Removal of excess material from the site shall be done in highway legal vehicles pursuant to Section 565 of the California Vehicle Code. 3009.6 Measurement. Modify as follows: Delete paragraph one and items 1 through 7 under paragraph one; add the following: The Contractor is responsible for doing its own prebid earthwork quantity estimates for unclassified excavation. Unclassified excavation consists of all cut and fill between existing ground surfaces and the lines and grades shown on the Plans including that for surcharges. 300-2.9 Payment. Modify as follows: Delete paragraphs 1 through 3 and add the following: Unclassified excavation shall be paid at the lump sum price bid and shall include all cut and fill defined in subsection 300-2.8 above, all sloping, rounding tops and ends of excavations, loading and disposing of surplus material, stockpiling and hauling it to its final location, drying, blending, or replacing wet material, and placing and removing surcharges. Unconsolidated material or slides and slipouts shall be paid as specified in subsections 300- 2.2.3 and 300-2.4 above. NO SEPARATE PAYMENT WILL BE MADE FOR UNCLASSIFIED FILL. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: When bridge footings are to be constructed in an embankment, the embankment shall be constructed to the finish elevations shown on the Grading Plan before excavating for the footing, or when foundation piling is shown on the plans, before driving the piles or excavating for the piles. pq l/08/98 Contract No. 3184 Page 185 of 249 Pages 300-3.3 Foundation Material Treatment. Modify as follows: Replace paragraphs one and two with the following: The methods to be used to control and remove water at excavations shall be at the option of the Contractor and may include, but are not limited to, well point systems, pumping sumps, cofferdams, or concrete seal courses. If the Contractor elects to use a concrete seal course at such locations, the provisions of Section 303-I .2 “Subgrade For Concrete Structures” shall not apply to pile footings. The successful performance of such seals, if used, shall be solely the responsibility of the Contractor. If material under footings is such that it would mix into the concrete during footing placement or would not support the weight of the fluid concrete, the Contractor shall, at his expense, replace the material with suitable material, install soffit forms or otherwise provide a suitable platform on which to cast the footing. 300-3.5.1. Requirements. Modify as follows: Replace the third and fourth paragraph with the following: Compaction equipment or methods which may cause displacement or damage to structures, as determined by the Engineer, shall not be used. Backfill at the inside of bridge wingwalls and abutments shall be placed before curbs or sidewalks are constructed over the backfill and before railings on the wingwalls are constructed. - Unless otherwise shown on the Plans or specified in the standard specifications or these special provisions, structure backfill shall be placed in accordance with Section 300-4.5 ‘Placing Materials for Fills” of SSPWC, and shall be compacted to a relative compaction of not less than ninety-five percent (95%) within the top three feet, except that structure backfill (bridge) shall be compacted to not less than ninety-five percent (95%) relative compaction for the full height of structure backfill (bridge) limits as shown on the Plans. Structure backfill placed at bridge piers in waterways and water channels, not beneath any embankment, pavement or slope protection, need not be compacted, shall consist of soil which is free of organic matter, trash or other unsatisfactory material, and shall be placed to the level of the original ground or finished grade. At the locations and to the limits shown on the Plans, material ~below the bottom of bridge footings shall be removed and replaced with crushed aggregate base material, per Section 200.2.2 “Crushed Aggregate Base” of the SSPWC, in accordance with the placing and compacting requirements for structure backfill. The relative compaction shall be not less than ninety-five percent (95%). Payments for removal of the material will be included in the lump sum Contract price for structure excavation and backfill. 300-3.6 Payment. Replace with the following: The lump sum price bid for structure excavation and backfill shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating for and backfilling structures completely including previous backfill, as shown on the Plans, and as specified in the standard specifications and these special provisions. Full compensation for controlling and removing water from excavations and for furnishing and installing or constructing all wfferdams and all other facilities necessary to the operations and their subsequent removal, if required by the Engineer, shall be considered as included in the lump sum price paid for structure excavation and backfill or the Contract price paid for the item of work requiring the excavation when the excavation is not paid for separately. +Q 1108198 Contract No. 3184 Page 188 of 249 Pages Payment for structure excavation, for bridge footings shall be included in the lump sum Contract price for structure excavation and backfill. Ground water or surface water is expected to be encountered at these locations, but seal course concrete is not shown or specified. Payment for structure excavation for bridge footings where ground or surface water is encountered shall be included in the lump sum Contract price for structure excavation and backfill. At the locations and to the limits shown on the Plans, material below the bottom of bridge footings shall be removed and replaced with crushed aggregate base material in accordance with the placing and compacting requirements for structure backfill. Payments for removal and disposal of the material will be included in the lump sum Contract price for structure excavation and backfill. 300-4 UNCLASSIFIED FILL 3004.5 Placing Materials for Fills. Add the following: Grading shall be performed such that the upper three feet of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an expansion index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building -bfficials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper three feet of fill placed in the roadway. Particles with dimensions greater than six inches shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 18 inches shall not be incorporated into the fill. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be removed from the site by the Contractor. Rock exceeding six inches in diameter shall not be placed in the upper three feet of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water. Add the following: All fill soil shall be placed at a moisture content no less than one (1) percent below optimum moisture per ASTM test D-1557. 3004.7 Compaction. Add the following: Fill soils placed within the top one-foot of the full width of roadway embankment subgrade shall be compacted to a minimum of ninety-five . percent (95%) relative compaction, except as follows: on all slope areas to receive planting, the top six inches shall be compacted to eight-five percent (85%) to allow for plant growth; and, the outer five feet measured horizontally from the embankment side slopes, the full width of embankment within 150 feet of bridge abutments shall be compacted to a relative compaction of not less than ninety-five percent (95%) within the top three feet. The 150-foot limit of ninety- five percent (95%) compaction will be measured horizontally from the bridge abutment and either parallel or concentric with the roadway centerline. P?# 1108198 Contract No. 3184 Page 187 of 249 Pages Surcharge material when required shall be placed in uniform layers and shall be compacted by routing the grading equipment over the full width of the embankment. Fojlowing removal of surcharge material above the grading plane, and before placing subsequent layers of subbase or base, the embankment below the grading plane shall conform to the relative compaction requirements in Section 30047, “Compaction,” of the SSPWC. Add the following subsection: 30047.1 Settlement Period. Where an embankment settlement period is provided for in these special provisions, the embankment shall remain in place for the required settlement period before excavating for the abutment, wingwall, or, retaining wall footings or driving the foundation piles at each location. Where an embankment settlement period is specified, the embankment shall be constructed at least to the grading plane and to the other limits shown on the Plans or specified in the special provisions, for a distance of at least 150 feet, measured parallel to the centerline of roadway from the bridge abutments, and for the entire length of the retaining walls and a width of not less than 30 feet from the face of wall. - Where a settlement period for a surcharge embankmentis shown on the Plans or provided for in the special provisions, the surcharge shall be constructed to the height and to the limits shown or specified. The surcharge shall remain in place until the end of the settlement period. The duration of the required settlement period at each location will be provided for in Table 300-4.7.1 (A). Where settlement periods are required, embankments and surcharge embankments shall not encroach upon traveled ways nor upon existing improvements that are subject to damage, and if necessary, the Contractor shall furnish and install bulkheads or whatever means may be necessary to retain the embankment material as provided in Section 300-l .2 of the SSPWC “Preservation of Property.” Settlement platforms shall be constructed if directed by the Engineer, and the cost of initial construction will be paid for as extra work. Settlement periods are required for the bridge approach embankments at the bridges listed in the following table. At the bridge bents listed in the following table, excavation for the footings, drilling holes for cast-in-place piles, or driving the foundation piles at each location shall not be done until the expiration of the settlement period for the embankment at the adjacent abutment of the same structure or an adjacent structure. Surcharge embankments shall be constructed above the grading plane and settlement periods for bridge approach embankments as listed in Table 30047.1 (A). pq 1108198 Contract No. 3184 Page 188 of 249 Pages TABLE 30047.1 (A) Bridge Name Macario Canyon Bridge East Embankment West Embankment Settlement Perioc Surcharge Vertical- Surcharge Vertical (Months) Height Drain Space Height Drain Space 7 5 I 5 0 N/A 11 5 6 0 N/A 5 I Bridge Name Agua Hedionda Bridge East Embankment West Embankment Settlement Perioc Surcharge Vertical (Months) Height Drain Space Surcharge _ DrV;tittce Height P 1 5 5 N/A N/A 1.5 5 6 N/A N/A 2 5 7 15 0 2.5 5 8 13 0 3 5 9 11 0 3.5 N/A N/A 10 0 6 10 0 5 0 9 5 0 N/A N/A 18 0 .o 0 0 NOTE (1): The duration of the required settlement period at each location will be determined by the Engineer. The estimated duration of the settlement periods is listed in the tables of settlement data. The Engineer may order an increase or decrease in any estimated settlement period. Such increase or decrease in any settlement period will result in an increase or decrease in the number of working days allowed for the completjon of the Work if the settlement period involved is considered to be the current controlling operation. The current controlling operation or operations is to be construed to include any feature of the work (e.g., an operation or activity, or a settlement or curing period) considered at the time by the Engineer, which, if delayed or prolonged, will delay the time of completion, of the Contract. Neither the Contractor nor the Agency will be entitled to any compensation other than an adjustment of Contract time due to increases or decreases in the settlement periods. 43 1108198 Contract No. 3184 Page 189 of 249 Pages Where settlement periods are required, embankments and surcharge embankments shall not encroach upon traveled ways nor upon existing improvements. If necessary, the Contractor shall furnish and install bulkheads or whatever means may be necessary to retain the embankment material. 30048 Slopes. Add the following: Compaction feathering of fill over the tops of slopes will not be permitted. The face of fill slopes shall be compacted with a sheep foot roller at vertical intervals no greater than two feet or shall be over-built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 30049 Measurement and Payment. Replace with the following: Unclassified fill shall be included in the lump sum payment for unclassified excavation and no separate payment will be made. - Full compensation for constructing embankments; preparing subgrade at the grading plane, doing necessary plowing, scarifying or benching; constructing all dikes; placing and compacting approved material where unsuitable and unstable embankment foundation material has been removed; filling and compacting holes, pits and other depressions; backfilling excavations resulting from the removal of structures and other facilities; placing selected material where required; placing topsoil excavated from within the project limits on slopes;placing selected material and topsoil in stockpiles; all as shown on the Plans, and as specified in these specifications and the special provisions, and as directed by the Engineer, shall be considered as included in the lump sum Contract price paid for unclassified excavation, and no additional compensation will be allowed for such work. 300-5 BORROW EXCAVATION 300-5.2 Imported Borrow. Modify as follows: Delete “and establishing cross section elevations and measurements of the ground surface” from the second Paragraph. 300-5.4 Measurement and Payment. Replace with the following: The Contract unit price per cubic yard for imported borrow shall include full compensation for performing all required grading (including slope grading), shaping, compaction, hauling, stockpiling, watering, erosion control, and permits. The City of Carlsbad shall not become a party to agreements which Contractor may make in this regard with third parties. The Contractor shall complete all reprocessing of unsuitable material and unclassified excavation prior to commencing imported borrow operations. The Contractor shall give the Agency a minimum of three (3) working days advance notice of the date when the required work is complete so that the manual or aerial survey of the remaining area to be filled with imported borrow can be scheduled. Any subsequent delay in completing said work by the Contractor will require re-noticing of the Agency by the Contractor and restart of the three (3) working day period. The Contractor shall not be entitled to any additional compensation or extensions of time for the time the Agency requires to perform the survey or aerial photography or for any time the Contractor delays completing the reprocessing of unsuitable material or performing all unclassified excavation, and any related delay in scheduling the survey ar aerial photography. If the survey or aerial photography is delayed due to inclement weather the Contractor will be entitled to a .corresponding time extension but not entitled to any additional compensation due to the delay. rfs 1108l98 Contract No. 3184 Page 190 of 249 Pages - The payment for imported borrow shall be based on the volume of compacted import borrow placed between 1) the elevations of the ground after processing of unsuitable material and completion of all cuts and fills utilizing all onsite unclassified excavation, and 2) the design grades and cross sections shown on the Plans. The Agency will perform the pre-imported borrow survey and subsequent quantity calculation which will be the basis for total payment for this item. 300-8 GEOTEXTILES FOR DRAINAGE Add the following subsection: 300-8.2 Drainage Wicks. This work of the Contractor covered by these specifications consists of furnishing all necessary plant, labor, equipment, and materials and performing all operations necessary for location and installation of prefabricated vertical (PV) drains in accordance with the details shown on the Plans and with the requirements of these specifications. The PV drains are to be installed in the area beneath the eastern embankment for the Cannon Road Bridge over Macario Canyon, and in the area beneath both embankments of the Cannon Road Bridge over the Agua Hedionda Creek, as shown on Sheets 90 and 91 of the Plans. The drain area is generally located between Stations 68+60 and 71+55, and between Stations 121+00 and 124+50 (along the centeriine) and extend to near the edge of the working pad as shown on the Plans. Prefabricated Vertical (PV) Drain - A PV drain is a prefabricated material installed vertically into the soil which permits soil porewater to seep into the drain and be transmitted up the length of the drain. Workina Pad -- The working pad is the compacted fill pad placed over the prepared subgrade and aggregate base, which will be used as a construction surface for installation of PV drains. The Contractor shall state which PV drain product it. intends to install at the time the bid is submitted. If the Contractor fails to submit the type of PV drain with the bid, the bid may be rejected as incomplete. The Contractor shall submit to the Engineer the following information and samples at the preconstruction meeting. Submit to the Engineer manufacturer’s literature documenting the physical and mechanical properties of the drain (as a minimum, those properties required by the specifications) and a list of other similar projects where the same drain has been installed, including details on prior performance on these projects. Submit to the Engineer a sample of the unspliced PV drain to be used and two (2) samples of any proposed splices. The sample of unspliced drain shall be at least 2 feet long. Samples of spliced strip drain shall be long enough to include the splice plus 2 feet of unspliced drain on both sides of the splice. The Contractor shall indicate the proposed source of the materials prior to delivery to the site. Approval of the sample material by the Engineer shall be required prior to site delivery of the PV drain material. The Contractor shall submit to the Engineer the manufacturer’s certification for all drain material delivered to the project. The Contractor shall also provide a supplier’s purchase certificate to verify the type and physical characteristics of the drain to be used. P?# llO8l98 Contract No. 3184 Page 191 of 249 Pages Prefabricated vertical drain materials shall be labeled or tagged in such a manner that the information for sample identification and other quality control purposes 6an be read from the label. As a minimum, each roll shall be identified by the manufacturer as to lot or control numbers, individual roll number, date of manufacture, manufacture and product identification of the jacket and core. The sample shall be stamped or labeled by the manufacturer as being representative of the drain material having the specified trade name. At least thirty (30) days prior to the installation of the PV drain, the Contractor shall submit to the Engineer, for review and approval, details of the proposed equipment which shall, at a minimum, contain the following specific information: 1. Size, type, weight, maximum pushing force, and configuration of the installation rig; 2. Dimensions and length of mandrel; and 3. Details of drain anchorage. - -. At least thirty (30) days prior to the beginning of trial strip drain installation, the Contractor shall submit full details on the sequence and method proposed for PV drain installation to the Engineer for review and approval, which shall, at a minimum, contain the following information: 1. Detailed description of proposed installation procedures; 2. Proposed methods for overcoming obstructions and penetrating firm soil layers; and 3. Proposed methods for splicing drains. Approval of the equipment and materials by the Engineer will not relieve the Contractor of his responsibility to install PV drains in accordance with the plans and specifications. If, at any time, the Engineer considers that the method of installation or the type of material does not produce a satisfactory drain, the Contractor shall alter its method and/or equipment or material type as necessary to comply with the plans and specifications. No additional cost will be paid to the Contractor for altering method or equipment. Prior to installation, the Contractor shall familiarire itself with site conditions, construction plans, and the available geotechnical information. The Contractor will install the drains after the aggregate base and working pad have been constructed. The Contractor shall verify and stake the location of all existing utilities and other above and below ground obstructions prior to the start of install&ion of any vertical drains. High voltage overhead power lines are present over the northwest corner of the area. The Contractor shall review these conditions prior to the start of construction and prepare a plan for installation of drains in this area. The intent of the Plan is to have the drains installed to the design depth. The Contractor shall submit this Plan to the Engineer for review prior to the start of work in this area. Pre-fabricated vertical drains shall consist of a plastic core wrapped in a geotextile jacket, such as Mebradrain and Amerdrain. The drain shall be of newly manufactured materials. The jacket shall allow free passage of soil porewater to the core without loss of soil material or piping. The core shall provide continuous vertical drainage. V?# 1108198 Contract No. 3184 Page 192 of 249 Pages The jacket shall be a synthetic non-woven geotextile capable of resisting all bending, punching, and tensile forces imposed during installation and during the design life of the drain. The geotextile jacket shall be tight around the core and shall be securely seamed in a manner that will not introduce any new materials nor present an obstruction that will impede flow in the channels of the core. Jacket material shall not undergo cracking and peeling during installation of the drain. The jacket material shall conform to the following Table 300-8.2(A). TABLE 300-8.2(A) - Test Item Grab Tensile Strength Requirement Minimum Designation Value ASTM D4632 0.53 kN Elongation at Break 1 ASTM 04632 I SO% Trapezoid Tear Strength 1 ASTM 04533 1 0.22 kN Puncture Strength -rASTM D4833 ~ I~cl6kN Apparent Opening Size Permeability ASTM D4751 ASTM D4491 0.1 mm 0.01 cm/set - The core shall be a one hundred percent (100%) polypropylene continuous plastic material fabricated to promote drainage along the axis of the vertical drain. The core shall be sufficiently flexible to bend smoothly during installation and induced consolidation settlement up to four percent (4%) (estimated) without damage. The core shall be sufficiently rigid to maintain the required flow at a confining pressure of 80 psi. One single type of assembled drain shall be used on the project unless otherwise specified or approved by the Engineer. During shipment and storage, the drain shall be wrapped in heavy paper, burlap, or similar heavy-duty protective covering. The drain shall be protected from sunlight, mud, dirt, dust, debris, and other detrimental substances during shipping and onsite storage. All material which is damaged during shipment, unloading, storage, or handling and/or which does not meet the minimum requirements of the drain material shall be rejected by the Engineer. No payment of any kind shall be made for rejected material. The assembled drain shall be resistant against wet rot, mildew, bacterial action, insects, salts in solution in the groundwater, acids, alkalis, solvents, and any other significant ingredients in the site groundwater. The prefabricated vertical drain shall conform to Table 300-8.2(B): TABLE 300-8.2(B) I Test Item Requirement Designation Minimum Value Width 100 mm I Thickness I ASTM D1777 I 3mm I I Discharge Capacity I ASTM 04716 I 90 x lo” m’/sec at 350 kPa I vg 1 IO8198 Contract No. 3184 Page 193 of 249 Pages - PV drains shall be installed with approved equipment of a type which will cause a minimum of disturbance of the aggregate base and filter fabric or subsoil during the installation operation. The manufacturer’s requirements for the selected PV drain type shall be incorporated into these special provisions. Drains shall be installed using a mandrel or sleeve which shall be advanced using constant load, or constant rate of advancement methods. The Contractor’s equipment shall also be equipped with a vibratory hammer to facilitate installation through sand and gravel layers. Use of vibratory equipment will only be allowed upon approval of the Engineer in order to penetrate dense sand and gravel layers. The PV drain shall fit inside the mandrel. The mandrel or sleeve shall protect the drain material from tears, cuts, and abrasion during installation and shall be retracted after each drain is installed. To minimize disturbance of the subsoil, the mandrel or sleeve shall have a maximum cross-sectional area of ten square inches (in*). The mandrel or sleeve shall be sufficiently stiff to prevent wobble or deflection during installation. The mandrel or sleeve shall be provided with an anchor plate or similar arrangement at the bottom to prevent the soil from entering the bottom of the mandrel during the &tallation of the drain and to anchor the drain tip at the required depth at the time of mandrel withdrawal. The anchor shall hold the bottom of the PV drain in position so as to allow less than one foot of movement when retracting the mandrel. The dimensions of the anchor shall conform as closely as possible to the dimensions of the mandrel so as to minimize soil disturbance. The projected cross-sectional area of the mandrel and anchor combination shall not be greater than 12 square inches (in’). The tip of the anchor shall be shaped so that it can punch through the working pad, filter fabric, and aggregate base and filter fabric without the need for pre-auguring. Anchoring shall be performed in accordance with the manufacturer’s recommendations. Prior to installation of prefabricated drains within the designated areas, the Contractor shall demonstrate that his equipment, method, and materials produce a satisfactory drain installation in accordance with these specifications. For this purpose, the Contractor will be required to install up to ten trial drains at locations designated by the Engineer. The trial drains will be accepted as permanent drains if installation satisfies the requirements of this specification. Approval by the Engineer of the method and equipment used to install the trial drains shall not constitute, necessarily, acceptancelus of the method for the remainder of the project. If, at any time, the Engineer considers that the method of installation does not produce a drain which satisfies the project requirements, the Contractor shall alter his method and/or equipment as necessary to comply with these specifications at his cost. Prefabricated drains will be located, numbered, and staked out by the Contractor at the grid pattern shown on the Plans, or as directed by the Engineer, using a base line, benchmark, and starting location provided by the Engineer. The Contractor shall take all reasonable precautions to preserve the stakes. The locations of the drains shall not vary by more than six inches from the locations indicated on the drawings or as directed by the Engineer. Drains that are out of their proper location by more than six inches, or drains that are damaged during installation or 43 1108198 Contract No. 3184 Page 194 of 249 Pages subsequent construction, or drains that are improperly completed shall be rejected by the Engineer, and no compensation will be allowed for any materials furnished or for any work performed on such drains. PV drain locations near the edge of the working pad and the perimeter drain shall be adjusted so as to not damage the drain pipe. PV drain locations in this area that need to be moved more than two feet require the approval of the Engineer prior to installation. The drains shall be installed following placement of the aggregate base and working pad shown on the .Plans. The drains shall be installed to a depth of 80 feet, or to such a depth where the soil resists a reasonable effort at further penetration. Estimated depth to the base of alluvial soils is shown on the Plans. Such depth is subject to considerable uncertainty and shall be verified in the field based on the PV drain installation record or by other means recommended by the Engineer. The Engineer may vary the depths, spacing, or the number of drains to be installed and may revise the Plan limits for this work as necessary. The installation equipment shall be carefully checked for plumbness prior to advancing each drain. The mandrel shall not deviate more than l/4-inch per foot from the vertical, and the Contractor shall provide the Engineer with a suitable means of verifying the plumbness of the - mandrel. -. Prefabricated vertical drains shall be installed with a continuous push using static weight and vibration (if approved by the Engineer to penetrate sand and gravel layers). The mandrel penetration rate should be between l/2 and 2 feet per second. The installation shall be performed without damaging the drain during advancement or retraction of the mandrel. In no case will alternate raising or lowering ofthe mandrel during advancement be permitted. Raising of the mandrel will only be permitted after completion of a drain installation. Installation techniques requiring driving will not be permitted. Pre-auguring may be permitted only after receiving written approval from the Engineer. Use of jetting equipment attached to the mandrel may be permitted upon written approval of the Engineer. Jetting will not be permitted if excess water is created which would require special treatment (such as the use of a retention basin). It will be contingent upon the environmental regulations pertaining to discharge of excess water. The additional costs associated with jetting will be the responsibility of the Contractor. Pre-jetting will not be permitted. It may be necessary to use pre-auguring to clear obstructions and to facilitate the installation of the drains through the working platform or a stiffer natural deposit. The depth to which pre-auguring is used shall be subject to the approval of the Engineer. The method of advancement is subject to the approval of the Engineer; however, such approval shall not relieve the Contractor of his responsibility to advance the drains in accordance with these specifications. If pre-auguring is used, the augers shall have a minimum outside diameter equal to the largest horizontal dimension of the mandrel, shoe, or anchor, whichever is greatest. The maximum outside diameter of the auger shall be no more than three inches greater than the minimum outside diameter of the mandrel, shoe, or anchor, whichever is greatest. Where unidentified obstructions or firm soils are encountered below the working pad surface which cannot be penetrated by the drain installation equipment, the Contractor shall complete the drain from the elevation of refusal to the working surface and notify the Engineer. The Engineer may approve or direct the use of pre-auguring at this time. At the direction of the Engineer, the Contractor shall attempt to install a new drain within an 18-inch radius from. the obstructed drain. A maximum of two (2) attempts shall be made, as directed by the Engineer. If the drain still cannot be installed to the design tip elevation, the drain location shall be abandoned and the installation equipment shall be moved to the next plan location. The PQ * l/08/98 Contract No. 3184 Page 195 of 249 Pages Contractor may be required to take other action if refusal occurs at more than two (2) adjacent plan locations. The Contractor shall be paid for all obstructed drains at the Contract unit price per foot unless the drain is improperly completed. After installation, the Contractor shall cut each drain flush with the working pad surface. The drain material shall be cut neatly at its upper end. Splices or connections in the vertical drain material shall be done in a manner so as to ensure continuity and no diminishing of the flow characteristics of the wick material. Splices shall be constructed so that the core material on each side is in direct contact and has a minimum six- inch overlap. A maximum of one splice per drain installed will be permitted without specific permission from the Engineer. The Contractor shall supply to the Engineer, at the end of each working day, a summary of the PV drains installed that day. The summary shall include total number of drains, location, lengths (to the nearest one foot), and tip elevation of each PV drain installed. -. During installation, the Contractor shall provide the Engineer with suitable means of measuring the vertical length of prefabricated drain installed at a given drain location anddetermining the depth and tip elevation of each drain. 300-8.2.1 Measurement and Payment. Prefabricated vertical drains shall be measured to the nearest one foot. The length of strip drain to be paid for shall be the distance the installation mandrel tip penetrates below the working grade. Payment will not be made for drains which are not anchored to the required depth, except as noted under 300-8.2 above. PV drains placed in excess of the length designated on the Contract drawings shall not be paid for unless the additional length was authorized by the Engineer prior to or during the drain installation. Payment for PV drains shall be made at the contract unit price per linear foot. This price shall be full compensation for the cost of furnishing the full length of PV drain material, installing the PV drain, altering the equipment and methods of installation in order to produce the required end result in accordance with the Contract drawings and specifications. The Contract unit price shall also include the cost of furnishing all tools, materials, labor, equipment, and all other costs necessary to complete the required work. No payment shall be made for unacceptable drains. No direct payment shall be made for drains or for any delays or expenses incurred through changes necessitated by improper material or equipment. The costs of such shall be included in the unit price bid for this work. Payment for accepted trial drains shall be at the bid price per linear foot for the PV drains. Payment shall also include changes necessary to lower the mast or mandrel in the area of possible overhead power line obstruction. Payment for accepted trial drains will be at the bid price per linear foot for the production drains. Payment will not be made for installing unsatisfactory trial drains. Obstruction clearance by auguring shall be measured by the linear foot. The length of obstruction clearance to be paid for shall be the actual length augered to the penetrate the obstruction. The obstruction clearance depth is subject to verification by the Engineer. Obstruction clearance by means other than pre-auguring shall be subject to the prior approval of the Engineer. Obstruction clearance shall not be paid for unless the use of the necessary equipment is authorized by the Engineer prior to its use and the Engineer verifies the penetration length. Payment for obstruction clearance using auguring shall be made at the Contract unit price per linear foot. This price shall be full compensation for the cost of pre-auguring to clear obstructions and to satisfactorily install the drains, including the cost of . P?# 1108198 Contract No. 3184 Page 196 of 249 Pages disposal of any surplus pre-augured materials. The Contract unit price shall also include furnishing all tools, materials, labor, equipment, permits, if required, and all other costs necessary to complete the required work. If other methods of obstruction clearance are to be considered, they must be included in the initial bid with a Contract unit price. 300-9 GEOTEXTILES FOR EROSION CONTROL Modify to read: 300-9 GRADING AND GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL 300-9.1 .l Placement. Add the following: Prior to placing rock-slope protection fabric, the surfaces upon or against which rock-slope protection fabric is to be placed shall be free of loose or extraneous material and sharp objects that may damage the fabric during installation. Equipment or vehicles shall not be operated or driven directly on the rock-slope protection fabric. Rock-slope protection fabric damaged during placement shall be replaced or repaired, by the Contractor at its expense, as directed by the Engineer. - -. Rock-slope protection fabric shall be placed prior to placing rock-slope protection. Rock-slope protection fabric shall conform to the provisions in Section ,213 -“Geotextiles,” and shall be placed in accordance with the details shown on the Plans and as specified herein. Rock-slope protection fabric shall be handled and placed in accordance with the- manufacturer’s recommendations and as directed by the Engineer. Rock-slope protection fabric shall be placed and fitted loosely upon or against the surface to receive the fabric so that the fabric conforms to the surface without damage when the cover material is placed. Rock-slope protection fabrics shall be joined, at the option of the Contractor, either with overlapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacent borders of the fabric shall be overlapped not less than 24-inches. The fabric shall be placed such that the fabric being placed shall overlap the adjacent section of fabric in the direction the cover material is being placed. When the fabric is joined by stitched seams, the fabric shall be stitched with yarn of a contrasting color. The size and composition of the yam shall be as recommended by the fabric manufacturer. The number of stitches per inch of seam shall be 6:l. The strength of stitched seams shall be the same as specified for the fabric, except when stitched seams are oriented up and down a slope the strength shall be a minimum of 80 percent of that specified for the fabric. Fabric damaged beyond repair, as determined by the Engineer, shall be replaced. Repairing damaged fabric shall consist of placing new fabric over the damaged area. The minimum fabric overlap from the edge of the damaged area shall be three feet for overlap joints. If the new fabric joints at the damaged areas are joined by stitching, the stitched joints shall conform to the requirements specified herein. 300.9.1.2 Measurement and Payment. Replace with the following: Payment of rock-slope fabric shall be included in the lump sum bid for rock slope protection. Add the following subsection: 300-9.2 Erosion Control and Water Pollution Control. Erosion control and water pollution control shall conform to the requirements shown on the Plans, specified herein, and as elsewhere required by the Contract documents. Erosion control and water pollution control shall include, but not be limited to, the work specified herein, and shall include such additional measures, as may be directed by the Engineer, to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. vg 1 IO8198 Contract No. 3184 Page 197 of 249 Pages - -. The Contractor will provide the name and telephone number of a 24 hour emergency contact person, who will be available throughout the length of the project, to respond to emergency erosion control requirements. Equipment and workers for emergency work shall be made available at all times during the rainy season. All necessary materials shall be stockpiled on site at convenient locations to facilitate rapid construction of temporary devices when rain is eminent. Devices shown on Plans shall not be moved or modified without the approval of the Engineer. The Contractor shall restore all erosion control devices to working order to the satisfaction of the Engineer after each run-off producing rainfall. The Contractor shall install additional erosion control measures as may be required by the Engineer due to uncompleted grading operations or unforeseen circumstances which may arise. The Contractor shall be responsible and take necessary precautions to prevent public trespass onto areas where impounded waters create a hazardous condition. All erosion control measures provided per the approved grading plan shall be incorporated hereon. Graded areas around the project perimeter must drain away from the face of slope at the conclusion of each working day. All removable protective devices shown shall be in place at the end of each working day when the five (5) day rain probability forecast exceeds forty percent (40%). Silt and other debris shall be removed after each rainfall. All gravel bags shall be burlap type with 3%-inch minimum aggregate. , 300-9.2.1 Grading Controls. The Contractor shall protect all areas within fhe limits of work from erosion. Said protection shall include areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed. The Contractor shall provide temporary earth berms, gravel bags, silt fence, stabilized construction entrance and similar measures, coordinated with its construction procedures, as necessary, and as shown on the plans to control site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the Contract. The criteria used to determine the appropriate erosion control measures shall be the, “California Storm Water Best Management Handbook, Construction Activity”, March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the “California Storm Water Best Management Handbook, Construction Activity”, March 1993 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into temporary desilting basins. The Contractor shall provide protection by various measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall streams; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of various temporary erosion control measures. These measures shall include, but shall not be limited to: erosion control matting, and establishment of vigorous growth in hydroseeded areas. pq l/08/98 Contract No. 3184 Page 198 of 249 Pages 300-9.2.2 TemPoraw Erosion Control Planting and Irrigation. Temporary erosion control planting shall be Hydroseed Mix #1 with disturbed area- mulch, fertilizer and additives per Section 212, and will be applied and maintained per Section 308 of these special provisions. 300-9.2.3 Payment. Erosion control and water pollution control will be paid for at the contract unit price for; gravel bags, silt fence, stabilized construction entrance and hydroseed, and shall include all required labor and materials for a complete installation, and no additional compensation will be allowed therefore. Add the following subsection: 300-9.4. Silt Fence. Silt fence shall be installed by setting posts and excavating a 4” x4” trench up slope and along the line of posts, attached to post with 14 gauge wire ties, attaching the filter fabric to the wire fence and extending into the trench. 300-9.4.1 Payment. Silt fence shall be measured for payment by the linear foot of fabric placed, not including fabric overlines and splices. Supporting posts are included ‘in the unit of payment for silt fence. 300-l 1 STONEWORK FOR EROSION CONTROL. - 300-l 1.4 Measurement and Payment. Replace with the following: Rock slope protection will be paid for at the Contract lump sum price bid for rock slope protection, complete and in place including fabric, bedding rock, and sand in accordance with the details and requirements of the Plans and specifications. SECTION 301- TREATING SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301-l SUBGRADE PREPARATION 301-1.2 Preparation of Subgrade. Add the following: Subgrade preparation shall include all labor, materials, operations, and equipment to scarify, adjust moisture, compact or recompact the upper one foot of all subgrades (Structural Section and Typical Section) for the entire roadway to ninety-five percent (95%) maximum dry density (ASTM-l 557). SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.4 Tack Coat. Add the following: Tack coat will be required between the interface of existing pavement and new pavement and between the lifts of new pavement, when determined by the Engineer that the Contractor has failed to maintain or prepare the new asphalt receiving the subsequent wurse of asphalt in a sufficiently clean state. 302&S Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph, add: The spreading and finishing machine used to construct the asphalt concrete surface course shall be equipped with an automatic screed control for surface course paving. The automatic screed control shall be 30 feet minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. Add the following: The Contractor shall provide a backup paving machine and asphalt windrow pickup machine. p, 1108198 Contract No. 3184 Page 199 of 249 Pages 302-5.6 Rolling. Add the following: The surface course shall be two (2)-inches thick. Leveling courses will be required in a variable thickness pavement section. 302-5.6.1 General. Modify as follows: After the second paragraph, 2) add the following: Pinched-joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Add the following: Unless directed othemise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete overlay, leveling courses, and paving shall be at the unit price bid per ton for asphalt concrete pavement. Payment for asphalt concrete sidewalk shall be paid at the unit price bid per ton for two-inch thick A.C. sidewalk. Payment for A.C. dike shall be at the unit price bid for six-inch Type “A” A.C. dike. No additional payment shall be made for any tack coat. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-l CONCRETE STRUCTURES - Add the following subsection: 303-l .l .l Concrete Barrier - This work shall consist of constructing concrete barriers on bridges in accordance with the details shown on the Plans. Concrete barriers shall present a smooth, uniform appearance in their final position, conforming to the horizontal and vertical lines shown on the Plans or ordered by the Engineer, and shall be free of lumps, sags or other irregularities. The top and exposed faces of the barrier shall conform to the following requirements when tested with a ten-foot straightedge laid on the surfaces: When concrete barriers are to be constructed on recently completed bridges, the height of the barriers shall be adjusted to compensate for the camber and dead load deflection of the superstructure. The amount of adjustment will be determined by the Engineer and will be ordered before the concrete is placed. Such barriers shall be placed after falsework has been released and as long after superstructure construction as the progress of the work will permit, unless otherwise ordered by the Engineer. For concrete barriers Type 50 (CalTrans Standard Plan A75A) series, the top shall not vary more than 0.02-foot from the edge of the straightedge and faces shall not vary more than 0.04- foot from the edge of the straightedge. For concrete barriers other than Type 50 series, both the top and the faces shall not vary more than 0.02-foot from the edge of the straightedge. When concrete barriers are to be constructed on exjsting pavement or existing structures, the height of the barriers shall be adjusted to compensate for irregularities in the existing grade. The amount of the adjustment will be determined ‘by the Engineer and will be ordered before the concrete is placed. When concrete barriers are to be constructed on existing structures, the existing structure shall be drilled and doweled before the concrete barriers are constructed. FQ l/O8198 Contract No. 3184 Page 200 of 249 Pages Materials. -- Concrete barriers (CalTrans Standard Plan A75A) shall be constructed of concrete conforming to the provisions in Section 201-l of the SSPWC, “Portland Cement Concrete.” Reinforcing bars shall conform to the provisions in Section 201-2 of the SSPWC “Steel Reinforcement for Concrete.” Polystyrene shown on the Plans at connections to structures and at transitions to bridge columns shall conform to the provisions in Section 201-3 of the SSPWC “Expansion Joint Filler and Joint Sealants.” The sheet metal, neoprene strip, and grease required at connections to structures shall conform to the following: Sheet metal shall be commercial quality galvanized sheet steel, smooth and free of kinks, bends or burrs. Joints in the sheet metal shall be butt joints sealed with plastic duct sealing tape. Neoprene strip shall conform to these special provisions. - Construction Methods. -- Concrete barriers shall be constructed by the “&t-in-place with fixed forms” method. Concrete barriers constructed by casting-in-place with fixed forms shall conform to the provisions in Section 303 of the SSPWC Concrete And Masonry Construction,” and the details shown on the Plans. Precast mortar blocks shall not be used to support the reinforcing steel on the traffic side of barriers. Finishing. -- The final surface finish of concrete barriers shall be Class 1 Surface Finish per Section 303-1.9.3 of the SSPWC. Alternative final surface finish methods proposed by the Contractor shall be submitted in writing and shall not be used unless approved by the Engineer. Curing. -- Exposed surfaces of concrete barriers shall be cured with the non-pigmented curing compound (6) as provided in Section 201-4 of the SSPWC “Concrete Curing Materials.” At the Contractor’s option, the formed surfaces of concrete barriers, which are on bridges or walls but which do not support sound walls, may be cured using the “Forms-In-Place Method,” except the forms shall be retained in place for a minimum period of 12 hours after the concrete has been placed. When curing Type 50 series concrete barrier, curing compound shall be applied by a mechanical sprayer capable of applying the curing compound to at least one entire side and the top of the concrete barrier in one application at a uniform rate of coverage. The spray shall be adequately protected against wind. 303-1.6.1 General. Add the following: Temporary bracing shall be provided, as necessary, to withstand all imposed loads during erection, construction, and removal of any falsework. The falsework drawings shall show provisions for such temporary bracing or methods to be used to conform to this requirement during each phase of erection and removal. Wind loads shall be included in the design of such bracing or methods. Camber strips shall be used where directed by the Engineer to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. The Contractor will furnish calculations substantiating the amount of camber to be used in constructing the falsework. vq 1108198 Contract No. 3184 Page 201 of 249 Pages Falsework supporting any span of a simple span bridge shall not be released before ten (10) days after the last concrete, excluding concrete above the bridge deck, has been placed. Unless otherwise permitted by the Engineer, falsework supporting any span of a continuous or rigid frame bridge shall not be released before ten (10) days after the last concrete, excluding concrete above the bridge deck, has been placed in that span and in the adjacent portions of each adjoining span for a length equal to at least half the length of the span where falsework is to be released. Unless otherwise specified, removing falsework supporting any span of structural members subject to bending, shall conform to the requirements for removing falsework supporting any span of a simple span bridge. 303-l .6.2 Falsework Design. Add the following: The time to be provided for the Engineer’s review of the working drawings for specific structures, or portions thereof, shall be as shown in Table 303-l .6.2(A). Structure or 1 Review Time (I& Agua Hedionda Creek El Camino Real Rd. over Agua Hedionda Creek Add the following after the first paragraph: TABLE 303-l .6.2(A) Camber strips shall be used to compensate for falsework deflection, vertical alignment and anticipated structure deflection. The Contractor shall determine the correct dimensions of camber strips and submit the proposed details as part of the falsework working drawings. The falsework drawings shall include details of the falsework removal operations showing methods and sequence of removal and equipment to be used. When footing type foundations are to be used, the Contractor shall determine the bearing value of the soil and shall show the values assumed in the design of the falsework on the falsework drawings. When pile type foundations are to be used, the falsework drawings shall show the maximum horizontal distance that the top of a falsework pile may be pulled in order to position it under its cap. The’ falsework plans shall also show the maximum allowed deviation of the top of the pile, in its final position, from a vertical line through the point of fixity of the pile. Anticipated total settlements of falsework and forms shall be shown on the falsework drawings. These should include falsework footing settlement and joint take-up. Anticipated settlements shall not exceed one inch. Falsework supporting deck slabs and overhangs on girder bridges shall be designed so that there will be no differential settlement between the girders and the deck forms during placement of deck concrete. q 1108198 Contract No. 3184 Page 202 of 249 Pages Falsework footings shall be designed to carry the load imposed upon them without exceeding the estimated soil bearing values and anticipated settlements. Foundations for individual steel towers where the maximum leg load exceeds 30 kips shall be designed and constructed to provide uniform settlement under all legs of each tower under all loading conditions. The support systems for form panels supporting concrete deck slabs and overhangs on girder bridges shall also be considered to be falsework and designed as such. Temporary bracing shall be provided, as necessary, to withstand all imposed loads during erection, construction and removal of any falsework whose height exceeds its clear distance to either the edge of any sidewalk or shoulder of any roadway which is open to the public, or to a point ten feet from the centerline of any railroad track. The falsework drawings shall show provisions for such temporary bracing or methods to be used to conform to this requirement during each phase of erection and removal. Wind loads shall be included in the design of such bracing or methods. The falsework design calculations shall show the stresses and deflections in-load supporting members. The design of falsework will not be approved unless based on the use of loads and conditions which are no less severe than those described “Design Loads,” of these special provisions and on the use of stresses and deflections which are no greater than those described in “Design Stresses, Loadings, and Deflections” of these special provisions. The Contractor is responsible for the proper evaluation of his falsework materials and design of the falsework to safely carry the actual loads imposed. Design Loads. - The design load for falsework shall consist of the sum of dead and live vertical loads, and an assumed horizontal load. The minimum total design load for any falsework shall be not less than 100 pounds per square foot for the combined live and dead load regardless of slab thickness. Dead loads shall include the weight of concrete, reinforcing steel, forms and falsework. The weight of concrete, reinforcing steel and forms shall be assumed to be not less than 160 pounds per cubic foot for normal concrete and not less than 130 pounds per cubic foot for lightweight concrete. Live loads shall consist of the actual weight of any equipment to be supported by falsework applied as concentrated loads at the points of contact and a uniform load of not less than 20 pounds per square foot applied over the area supported, plus 75 pounds per linear foot applied at the outside edge of deck overhangs. The assmed horizontal load to be resisted by the falsework bracing system shall be the sum of the actual horizontal loads due to equipment, construction sequence or other causes and an allowance for wind, but in no case shall the assu.med horizontal load to be resisted in any direction be less than two (2) percent of the total dead load. The false work shall be designed so that it will have sufficient rigidity to resist the assumed horizontal load without considering the weight of the concrete. F?# 1108i98 Contract No. 3184 Page 203 of 249 Pages The minimum horizontal load to be allowed for wind on each heavy-duty steel shoring or pipe column falsework having a vertical load carrying capacity exceeding 30 kips per leg shall be the sum of the products of the wind impact area, shape factor, and the applicable wind pressure value for each height zone. The wind impact area is the total projected area of all the elements in the tower face normal to the applied wind. The shape factor for heavy-duty shoring shall be taken as 2.2 and 1 .O for pipe column falsework. Wind pressure values shall be determined from Table 303-l .6.2(B). TABLE 303-l .6.2(B) Height Zone Shores Adjacent to (Feet above ground) Traffic 0 to 30 20 psf 30 to 50 25 psf 50 to 100 30 psf Over 100 35 DSf Wind Pressure Value at Other Locations 15 psf 20 psf ’ 25 psf 30 DSf The minimum horizontal load to be allowed for wind on all other types of falsework, including falsework supported on heavy-duty shoring or pipe column falsework, shall be the sum of the products of the wind impact area and the applicable wind pressure value for each height zone. The wind impact area is the gross projected area of the falsework and any unrestrained portion of the permanent structure, excluding the areas between falsework bents or towers where diagonal bracing is not used. Wind pressure values shall be determined from Table 303-l .6.2(C). TABLE 303-l .6.2(C) Height Zone (Feet above ground) 0 to 30 30 to 50 50 to 100 Over 100 Wind Pressure Value For Members Over and Bents Adjacent to Traffic Openings 2.0 Q psf 2.5 Q psf 3.0 Q psf 3.5 Q psf At other Locations 1.5 Q psf 2.0 Q psf 2.5 Q psf 3.0 Q psf The value of Q in the above tabulation shall be determined as follows: Q = 1 + 0.2W; but shall not be more than 10 In the preceding formula, W is the width of the falsework system, in feet, measured in the direction of the wind force being considered. The entire superstructure cross section, except railing, shall be considered to be placed at one time except as provided herein. Girder stems and connected bottom slabs, if placed more than five (5) days prior to the top slab, may be considered to be self supporting between falsework posts at the time the top slab is placed provided that the distance between falsework posts does not exceed four (4) times the depth of the portion of the girder placed in the first pour. pq 1108/98 Contract No. 3184 Page 204 of 249 Pages - ln addition to the minimum requirements specified, falsework for box girder structures with internal falsework bracing systems using flexible members capable of withstanding tensile forces only, shall be designed to include the vertical effects caused by the design horizontal load combined with the dead and live loads imposed by concrete placement for the girder stems and connected bottom slabs. If the concrete is to be pre-stressed, the falsework shall be designed to support any increased or readjusted loads caused by the pre-stressing forces. The maximum allowable design stresses and loadings listed are based on the use of undamaged, high-quality materials and such stresses and loadings shall be reduced by the Contractor if lesser quality materials are to be used. The maximum allowable stresses, loadings and deflections used in the design of the falsework shall be per Table 303-l .6.2(D). TABLE 303-l .6.2(D) TIMBER STRESS/LOADING TYPE STRESS/LOAD Nt%E Compression perpendicular to grain 450 psi Compression parellel to the grain 480,000 (L/d)2 Not to exceed 1,600 psi Flexural stress 1,800 psi Reduced to 1,500 psi for members with a depth of 8 inches or less Horizontal shear 140 psi Axial tension 1,200 psi Deflection due to weigth of concrete l/240 L Irrespective of compensation by . camber strios In the forgoing formulas, L is the unsupported length, d is the least dimension of a square or rectangle column, or the width of a square of equivalent cross-sectional area for round columns. The maximum modulus of elasticity (E) for timber shall be 1.6 x 10’ psi.. The maximum loading for timber piles shall be 45 tons. Timber connections shall be designed in accordance with the procedures, stresses and loads permitted in the Falsework Manual as published by the California Department of Transportation, Division of Structures, Office of Structure Construction. Steel. -- For identified grades of steel, design stresses, except stresses due to flexural compression, shall not exceed those specified in the Manual of Steel Construction as published by the AISC. When the grade of steel cannot be positively identified, design stresses, except stresses due to flexural compression, shall not exceed either those specified in said AISC Manual for ASTM Designation: A 36 steel or of Table 303-l .6.2(E). PY# 1108198 Contract No. 3184 Page 205 of 249 Pages TABLE 303-l .6.2(E) MAXIMUM DESIGN STRESSES FOR IDENTIFIED STEEL TYPE LIMIT. Tension, axial and flexural Comoression, axial 22,000 psi 16,000 - 0.38(Ur)psi L/r shall not exceed 1120 Shear or gross section of web of rolled shapes 14,500 psi Web crioolina for rolled ShaDes 27.000 osi For all grades of steel, design stresses and deflections shall not exceed the formula in Table 303-l .6.2(F). TABLE 303-l .6.2(F) - MAXIMUM DESIGN STRESSES FOR IDENTIFIED STEEL TYPE LIMIT Compression, flexural 12.000.000 DSi Ld/bt -. But not to exceed 22,000 psi for unidentified steel or steel conforming to ASTM Designation: A36 nor 0.6Fy for other identified steel Deflection due to the weight of concrete 1/24OL irrespective of the fact that the deflection may be compensated for by camber strips , In the foregoing formulas, L is the unsupported length; d is the least dimension of rectangular columns, or the width of a square of equivalent cross-sectional area for round columns, or the depth of beams; b is the width and t is the thickness of the compression flange; and r is the radius of gyration of the member. All dimensions are expressed in inches. Fy is the specified minimum yield stress, psi, for the grade of steel used. The modulus of elasticity (E) used for steel shall be 30 x 106 psi. Manufactured Assemblies. - The maximum loadings and deflections used on jacks, brackets, columns, joists and other manufactured devices shall not exceed the manufacturer’s recommendations except that the dead load deflection of such joists used at locations other than under deck slabs between girders shall not exceed l/240 of their spans. If requested by the Engineer, the Contractor shall furnish engineering data from the manufacturer verifying the manufacturer’s recommendations or shall perform tests as necessary to demonstrate the adequacy of any such device proposed for use. 303-l .7.1 General. Add the following: Whenever a portion of an assemblage of bar reinforcing steel that is not encased in concrete exceeds 20 feet in height, the Contractor shall submit to the Engineer for approval, in accordance with the provisions in Section 2-5.3 “Shop Drawings and Submittals” working drawings and design calculations for the temporary support system to be used. Said working drawings and design calculations shall be signed by an engineer who is registered as a Civil Engineer in the State of California. The temporary support system shall be designed to resist all expected loads and shall be adequate to prevent collapse or overturning of the assemblage. If the installation of forms or other work requires revisions to or temporary release of any portion of the temporary support system, the working drawings Pt.@ 1108198 Contract No. 3184 Page 206 of 249 Pages shall show the support system to be used during each phase of construction. The minimum horizontal wind load to be applied to the bar reinforcing steel assemblage, or to a combined assemblage of reinforcing steel and forms, shall be not less than 20 pounds per square foot of gross projected area of the assemblage. 303-l .7.2 Splicing. Add the following: Unless otherwise shown on the plans or approved by the Engineer, splices in adjacent reinforcing bars at any particular section shall be staggered. The minimum distance between staggered lap splices or mechanical lap splices shall be the length required for a lapped splice in the bar. The minimum distance between staggered butt splices shall be two feet. Completed butt splices shall develop a minimum tensile strength, based on the nominal bar area, of 63,000 psi for A 615 Grade 40 bars, and 80,000 psi for A 615 Grade 60 and A 706 bars. All butt welded splices in reinforcing bars shall be full penetration butt welds conforming to the requirements in AWS D1.4 and the requirements of these specifications. At the option of the Contractor, resistance butt welds may be used. Mechanical butt splices -shall be one of the following: the sleeve-filler metal tyEe, the sleeve- threaded type, the sleeve-swaged type, the sleeve-filler grout type, the sleeve-extruded type, or sleeve-lockshear bolt type, at the option ofthe Contractor. Add the following subsection: 303-1.7.2.1 Sleeve-Filler Grout Mechanical Butt Splices - The sleeve-filler grout type of mechanical butt splices shall consist of a steel-splice sleeve that fits closely over the reinforcing bars with a non-shrink grout filler in the annular space between the reinforcing bars and the sleeve and between the ends of the reinforcing bars. No vibration or movement of the reinforcing steel or sleeve at the splice shall be allowed while the splice is developing sufficient strength to support the reinforcing bars. The Contractor shall submit complete details of the bracing and clamping. system to eliminate all vibration or movement at the splice during setup of the filler in accordance with the provisions in Section 2-5.3 of the SSPWC “Shop Drawings And Submittals.” Add the following subsection: 303-1.7.2.2 Sleeve-Extruded Mechanical Butt Splices - The sleeve-extruded type of mechanical butt splices shall consist of a seamless steel sleeve applied over the ends of the reinforcing bars and extruded to the bars by means of a hydraulic tool. Add the following subsection: 303-l .7.2.3 SplIcingSleeve-Lockshear Bolt Mechanical Butt Splices - The sleeve- lockshear bolt type of mechanical butt splices shall consist of a seamless steel sleeve, two (2) serrated steel strips welded to the inside of the sleeve, center hole with centering pin, and bolts that are tightened until the bolt heads shear off and the bolt ends are embedded in the reinforcing bars. Procedures to be used in making splices in reinforcing bars and welders and operators employed to make splices in reinforcing bars shall be qualified by tests performed by the Contractor on sample splices of each size and type to be used, before making splices to be used in the work. Resistance butt welds shall be produced by a fabricator approved by the Engineer. prg 1108198 Contract No. 3184 Page 207 of 249 Pages Each operator qualification test for mechanical splices shall consist of two (2) sample splices. Each mechanical butt splice procedure test shall consist of two (2) sample splices. For sleeve- filler, sleeve-threaded and sleeve-lockshear bolt mechanical splices, all sample splices shall be made on the largest reinforcing bar size to be spliced by the procedure or operator being tested except that No. 14 bars may be substituted for No. 18 bars. For sleeve-swaged and sleeve- extruded mechanical splices, all sample splices shall be made on the largest reinforcing bar size of each deformation pattern to be spliced by the procedure or operator being tested. When joining new reinforcing bars to existing reinforcement, the qualification test sample bars shall be made with the deformation pattern of the new reinforcement to be joined. When mechanical butt splices or resistance butt welded splices are used, the Contractor shall furnish job control tests. A job control test shall consist of the fabrication, under conditions used to produce the splice, and the physical testing of three (3) sample splices for each lot of splices used in the work. One job control test shall be furnished for each lot of 150, or fraction thereof, mechanical butt splices or resistance butt welds of each combination of bar size and bar deformation pattern - used in the work. - -. For resistance butt welds and all types of mechanical butt splices, except’the threaded type, the Engineer will designate when samples for job control tests are to be fabricated and will determine the limits of the lot represented by each test. For resistance butt welds, two (2) sample splices shall have the flash ground off for the smallest and largest sizes of bars to be used. The welds will be visually inspected. Nondestructive testing will not be required for resistance butt welds or full penetration butt welds of No. 8 or smaller hoop and bar spiral reinforcement. Add the following subsection: 303-l .7.5 Dowels. Drilling and bonding dowels shall conform to the details shown on the plans, the SSPWC, and these special provisions. Dowels shall conform to the provisions in Section 201-2 of the SSPWC. If reinforcement is encountered during drilling, before specified depth is attained, the Engineer shall be notified. Unless the Engineer approves wring through the reinforcement, the hole will be rejected and a new hole, in which reinforcement is not encountered, shall be drilled adjacent to the rejected hole to the depth shown on the plans. The surface of any dowel coated with zinc or cadmium shall be coated with a colored lacquer before installation of the dowel. The lacquer shall be allowed to dry thoroughly before embedment of said dowels. The holes shall be drilled by methods that will not shatter or damage the concrete adjacent to the hole. The diameter of the drilled hole shall be X-inch larger than the nominal diameter of the dowels. The drilled holes shall be cleaned and dry at the time of placing the bonding material and the steel dowels. Bonding material and dowel shall completely fill the drilled hole. The surface temperature shall be 40” F. or above when the magnesium phosphate concrete is placed. 43 1108198 Contract No. 3184 Page 208 of 249 Pages After bonding, dowels shall remain undisturbed for a minimum of three (3) hours or until the magnesium phosphate concrete has reached strength sufficient to support the dowels. Dowels that are improperly bonded, as determined by the Engineer, shall be removed. The holes shall be cleaned or new holes shall be drilled and the dowels replaced and securely bonded to the concrete. Removing, re-drilling, and replacing improperly bonded dowels shall be performed the Contractor’s expense. 303-l .8.1 General. Add the following: Areas where concrete is to be placed shall be dewatered or have surface flows diverted until the concrete is full set, to prevent the alkaline catalyzing agents in the wet concrete from being leeched into adjacent waters. Any bar reinforcement that has an unbonded portion shall be galvanized in. accordance with the provisions in Section 21 O-3, “Galvanizing,” of the SSPWC. Structure approach slabs and sleeper slabs shall be cured for not less than five (5) days prior to opening to traffic, unless, at the option of the Contractor, the structure approach slabs and sleeper slabs are constructed using concrete with a non-chloride Type C chemical admixture conforming to these special provisions. The non-chloride Type C chemical admixture, approved by the Engineer, sha?i conform to the requirements of ASTM Designation: C 494 and Section 201-l .2.4 “Admixtures,” of the SSPWC. The concrete with non-chloride Type C chemical admixture shall be pre-qualified prior to placement in accordance with the provisions for pre-qualification of concrete specified by compressive strength in Section 201-i .1.3 “General,” of the SSPWC and the following: Immediately after fabrication of the five (5) test cylinders, the cylinders shall be stored in a temperature medium of 70” f 3” F until the cylinders are tested. The six (6)-hour average strength of the five (5) test cylinders shall not be less than 850 psi. No more than two (2) test cylinders shall have a strength of less than 800 psi. Building paper shall be commercial quality 30-pound felt. Polyvinyl chloride (PVC) conduit used to encase the abutment tie rod shall be of commercial quality. The top surface of approach slabs and sleeper slabs shall be finished in conformance with the provisions in Section 302-6.4.1 “Finishing” and Section 303&l .9 “Surface Finishes” of the SSPWC. Edges of slabs shall be edger finished. Approach slabs and sleeper slabs shall be cured with pigmented curing compound (1) in accordance with the provisions for curing structures in Section 201-4 “Concrete Curing Materials” of the SSPWC. Structure approach slabs and sleeper slabs constructed using concrete with a non-chloride Type C chemical admixture shall be cured for not ,less than six (6) hours prior to opening to traffic. The curing period shall be considered to begin at the start of discharge of the last truckload of concrete to be used in the slab. VQ l/08/98 Contract No. 3184 Page 209 of 249 Pages If the ambient temperature is below 65” F during the curing period for approach slabs and sleeper slabs using concrete with a non-chloride Type C chemical admixture, an insulating layer or blanket shall cover the surface. The insulation layer or blanket shall have an R-value rating given in Table 303-l .8.1(A). At the Contractor’s option, a heating tent may be used in lieu of or in combination with the insulating layer or blanket. TABLE 303-l .8.1(A) TEMPERATURE RANGE DURING CURING PERIOD 55” F. through 64” F. 45” F. through 54” F. 40” F. through 44” F. R-VALUE MINIMUM 1 2 3 - -. 303-1.8.8 Joints. Add the fallowing: Hardboard and expanded polystyrene shall conform to the provisions Section 201-3.3 of the SSPWC. Joints in the sheet metal shall be butt joints sealed with plastic duct sealing tape. The concrete surfaces on which the neoprene strips will be placed shall be floated to a level plane and finished with a steel trowel. The Contractor shall establish the layout of pipe supports within the limits shown on the plans. Water main support layout shall be subject to approval of the Engineer. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing the cast-in-place concrete pipe supports complete in place, including steel straps, anchor bolts and hardware, as shown on the Plans shall be considered as included in the various items of concrete work Contract and no additional compensation will be allowed therefore. Metal parts of the joint seal assembly shall be pre-assembled before installation to verify the geometry of the completed seal. The bridge deck surface shall conform to the provisions in Section 302-1.4.2.4 of the SSPWC, “Finishing Bridge Decks,” prior to placing and anchoring the joint seal assembly. The assembly shall be placed in a blocked out recess in the concrete deck surface. The depth and width of the recess shall permit the installation of the assembly anchorage components or anchorage bearing surface to the planned line and grade. The sheet neoprene shall be installed at such time and in such manner that it will not be damaged by construction operations. The joint shall be cleaned of all dirt, debris and other foreign material immediately prior to installation of the sheet neoprene. Joint seals shall conform to the provisions in Section 303-l .8.7 “Application of Sealed Joints” of the SSPWC. The sealant may be mixed by hand-held power-driven agitators and placed by hand methods. pt$ 1108198 Contract No. 3184 Page 210 of 249 Pages The pourable seal between the steel angle and concrete barrier shall conform to the requirements for seals in Section 303-l .8.7 “Application of Sealed Joints” of the SSPWC. The sealant may be mixed by hand-held power-driven agitators and placed by hand methods. Immediately prior to placing the seal, the joint shall be thoroughly cleaned, including abrasive blast cleaning of the concrete surfaces, so that all foreign material and concrete spillage are removed from all joint surfaces. Joint surfaces shall be dry at the.time the seal is placed. (Maximum Movement Ratlng, 4 Inches) - Joint seal assemblies shall conform to the details shown on the Plans, the provisions in Section 303-l “Concrete Structures,” of the SSPWC, and ‘these special provisions. All metal parts of the joint seal assembly shall conform to the requirements in Section 206 “Miscellaneous Metal Items” of the SSPWC. Bolts, nuts and washers shall conform to the requirements of ASTM Designation: A 325. Add the following subsection: - -. 303-1.8.6.1 Alternative Joint Seal Assembly - At the Contractor’s option, an alternative joint seal assembly may be furnished and installed provided: (1) that the quality of the alternative and its suitability for the intended application are at least equal to that of the joint seal assembly shown on the plans, (2) that acceptable working drawings and a Certificate of Compliance are furnished as specified herein and (3) that the alternative conforms to the following requirements: In the determination as to the quality and suitability of a joint seal assembly the factors to be considered will include: the ability of the assembly to resist the intrusion of foreign material and water throughout the full range of movement for the application, and the ability to function without distress to any component. Joint seal assemblies will not be considered for approval unless it can be proven that the assembly has had at least one year of satisfactory service under conditions similar to this application. The Contractor shall submit complete working drawings for each joint seal assembly to the Engineer. The working drawings shall show complete details of the joint seal assembly and anchorage components and the method of installation to be followed, including concrete blockout details and any additions or rearrangements of the reinforcing steel from that shown on the plans. For initial review, five (5) sets of drawings shall be submitted. After review six (6) sets shall be submitted to said Office for final approval and use during construction. The working drawings shall be supplemented with calculations for the particular joint seal assembly, as requested by the Engineer. Working drawings shall be either 11” x 17” or 22” x 34” in size and each drawing and calculation sheet shall include the design firm’s name, address, and phone number. Each sheet shall be numbered in the lower right hand corner and shall contain a blank space in the upper right hand corner for future contract sheet numbers. Calculations, when requested, and working drawings shall be stamped and signed by a registered Civil Engineer. The Contractor shall allow the Engineer four (4) weeks to review the drawings after a complete set has been received. PQ l/08/98 Contract No. 3184 Page 211 of 249 Pages Within three (3) weeks after final working drawing approval, one set of the corrected good quality prints on 60 pound (minimum) bond paper (22” x 34” in size) of all working drawings prepared by the Contractor for each joint seal assembly shall be furnished to the Engineer. Each shipment of joint seal materials shall be accompanied by a Certificate of Compliance as provided in these special provisions. The certificate shall state that the materials and fabrication involved comply in all respects to the specifications and data submitted in obtaining the approval. The elastomer portion of the joint seal assembly shall be neoprene conforming to the requirements in Table 1 of ASTM Designation: D 2628 and Table 303-1.8.6.1(A), except that no recovery tests or compression-deflection tests will be required. TABLE 303-l .8.6.1 (A) Property Requirement ASTM Test Method Hardness, Type A Durometer, points Compression set, 70 hours at 212” F., maximum, percent 55-70 40 D 2240 (Modified) D 395 Method B (Modified) All metal parts of an alternative joint seal assembly shall conform to the requirements above for the joint seal assembly shown on the Plans. At the Contractor’s option, metal parts may conform to the requirements of ASTM Designation: A 572. The assembly and its components shall be designed to support the AASHTO HS20-44 loading with one hundred percent (100%) impact. The tire contact area used to distribute the tire loads shall be 9.6-inches, measured normal to the longitudinal axis of the assembly, by 20-inches wide. The assembly shall provide a smooth riding joint without slapping of components or wheel tire rumble. The movement rating of the assembly shall be measured normal to the longitudinal axis of the assembly. The dimensions for positioning the assembly within the movement rating during installation shall be measured normal to the longitudinal axis, disregarding any skew of the deck expansion joint. The assembly shall have cast-in-place anchorage components forming a mechanical connection between the joint components and the concrete deck. The maximum depth and width of the recess shall be such that the primary reinforcement to provide the necessary strength of the structural members is outside the recess. The maximum depth of the recess at abutments shall be 12-inches. The maximum width of the recess on each side of the expansion joint shall be 12-inches. All reinforcement other than primary reinforcement shall continue through the recess construction joint into the recess and engage the anchorage components of the assembly. ??a 1108198 Contract No. 3184 Page 212 of 249 Pages Horizontal angle points and vertical corners at curbs in assemblies shall consist of either pre- molded sections or standard sections of the joint seal assembly that have been specially miter cut or bent to fit the structure. The elastomer portion of the assembly shall be installed in accordance with the manufacturer’s recommendations at such time and in such a manner that it will not be damaged by construction operations. The joint and blockout shall be cleaned of all dirt, debris and other foreign material immediately prior to the installation of the elastomer. Full compensation for any additional materials or work required because of the application of the optional cleaning and painting, or use of an alternative type joint seal assembly, shall be considered as included in the lump sum Contract price for bridge, and no additional compensation will be allowed therefore. Add the following subsection: 303-l .8.6.2 Waterstops. Waterstops embedded in concrete shall be furnished and installed in accordance with the details shown on the plans, the provisions in these specifications and the special provisions. - Waterstops shall conform to the cross section and to the minimum dimensions shown on the plans. Waterstops shall be manufactured either from neoprene or from polyvinyl chloride (PVC). Neoprene shall be manufactured from a vulcanized elastomeric compound containing neoprene as the sole elastomer and shall conform to the properties of Table 303-l .8.6.2(A). TABLE 303-l .8.8.2(A) Test Tensile strength, psi Elongation at break, percent Compression set, 22 hrs. at 158OF., percent (Method B) Tear strength, pounds per inch (Die C) Hardness (Type A) Ozone resistance 20% strain, 100 hrs. at 100” + 2°F (except 100 + 20 parts per 100,000,000 BRITTLENESS TEMPERATURE ASTM Designation Requirement D 412 2,000 Min. D 412 300 Min. D 395 30 Max. D 624 150 Min. 55 + 5 D 1149 NO CRACKS D 746 -40°F 1 Flame resistance Oil Swell, ASTM Oil #3, 70 hrs at 212OF., volume change, I C 542 1 Must not propagate flame D471 80 Max. percent Water absorption, immersed 7 days at 158OF., change in weiaht. oercent D 471 15 Max. FQ 1 I08198 Contract No. 3184 Page 213 of 249 Pages - -. After accelerated aging in accordance with ASTM Designation: D 573 for 70 hours at 212” F. the elastomer shall not show deterioration changes in excess of those shown in Table 303- 1.8.6.2(B). TABLE 303-l .8.6.2(B) Tensile strength, percent -15 Elongation at break, percent -40 Hardness. mints +10 Polyvinyl chloride waterstops shall be manufactured from polyvinyl chloride conforming to the Corps of Engineers Specification Number CRD-C 572 and shall conform to the ozone resistance as required for neoprene waterstops. A certificate shall be furnished with the test sample supplied stating that all of the performance requirements specified under Paragraph 6 of the said specification have been met. Waterstops shall be furnished full length for each straight portion of the joint, without field splices. Manufacturer’s shop splices shall be fully vulcanized. The two No. 3 reinforcing bars provided to support the waterstops shown on tf?e plans shall be securely held in position by the use of spacers, supporting wires, or other approved devices as provided in Section 303-l .7 of the SSPWC and Plans. The said two No. 3 reinforcing bars shall be considered, for payment purposes, as a part of the waterstop. If, after placing concrete, waterstops are materially out of position or shape, the surrounding concrete shall be removed, the waterstop reset, and the concrete replaced, all at the Contractor’s expense. Field splices for neoprene waterstops shall be either vulcanized; mechanical, using stainless steel parts; or made with a splicing union of the same stock as the waterstop, at the option of the Contractor. All finished splices shall have a full size tensile strength of 100 pounds per inch of width. Field splices for polyvinyl chloride waterstops shall be performed by heat sealing the adjacent surfaces in accordance with the manufacturer’s recommendations. A thermostatically controlled electric source of heat shall be used to make all splices. The heat shall be sufficient to melt but not char the plastic. Waterstops when being installed shall be cut and spliced at changes in direction as may be necessary to avoid buckling or distortion of the web or flange. Add the following subsection: 303-l .8.6.3 Strip Waterstops. Strip waterstops, consisting of neoprene sheets bonded to surfaces of structures, shall be furnished and installed in accordance with the details shown on the Plans, the provisions in these specifications and the special provisions. The neoprene sheet shall be fabricated from neoprene conforming to the requirements for “Neoprene” in Section 201-3.8 of the SSPWC, except that protective board will not be required. The neoprene sheet shall be smooth,.free from pin holes or surface blemishes, and shall show no evidence of delamination. The surfaces of the neoprene sheet on which adhesive is to be used shall be cloth finish, or shall be buffed, and shall be dry and free of powder, dust, oil, wax, or other deleterious material when adhesive is applied. vg 1108198 Contract No. 3184 Page 214 of 249 Pages The adhesive used in bonding neoprene to surfaces of the structures or in bonding neoprene shall conform to Federal Specification MMM-A-121. Protective board shall be %-inch thick wood or fiber board. Boards shall be not less than four feet in length and the width shown on the Plans. Joints between neoprene sheets shall be made as follows: Laps shall be not less than 12-inches in length. A coating of adhesive shall be applied to both faces of the sheets to be joined at the rate recommended by the manufacturer. The adhesive shall be allowed to remain undisturbed until it develops an aggressive tack without transferring to a dry finger touch. The sheets in the joint shall then be brought into contact and rolled in both directions to obtain a tight bond between the sheets. Surfaces to receive strip waterstops shall be abrasive blast cleaned to remove all dirt, dust, loose concrete, curing compound, and other deleterious materials. Surfaces shall be allowed to air dry for not less than 24 hours before applying adhesive. - Adhesive shall applied to both the surface of the structure and the surface of the sheet at the rate recommended by the manufacturer, and shall be allowed to remain undisturbed until it develops an aggressive tack. The neoprene sheet shall then be applied to the surface of the structure and rolled in both directions to obtain a tight bond between the sheet and the surface of the structure. After installation, the strip waterstops shall be completely and tightly covered with one layer of protective board. Protective board shall be attached with spots or strips of a commercial quality adhesive of sufficient strength to hold the protective board in place until backfill has been completed. The Contractor shall be responsible for protecting the strip waterstops during backfill operations or any other operation which’ may damage the strip waterstops. The Contractor, at his expense, shall repair or replace any unacceptable or damaged strip waterstop. Full compensation for furnishing and installing steel plates and for forming blockouts for joint seal assemblies shall be considered as included in the lump contract price paid bridge, and no separate payment will be made therefore. Add the following subsection: 303-l .8.10 Slope Paving. -- Slopes under the bridge ends where shown on the plans shall be paved in accordance with the provisions in Section 303-1.8, “Placing Concrete,” of the SSPWC and these special provisions. This work shall consist of constructing slope paving under the ends of bridges an in other locations. At the option of the Contractor, slope paving shall be constructed of either Shotcrete or Portland Cement concrete. All surfaces upon which slope paving is to be constructed, shall be evenly graded such that no point on the graded surface shall be above the designated slope plane. The slope areas shall be thoroughly compacted, with moisture sufficient too allow a firm foundation and to prevent absorption of water from the concrete or mortar, but shall not contain free surface water. Portland Cement shall conform to the provisions in Section 201-1, “Portland Cement Concrete,” of the SSPWC, and Shotcrete shall conform to the provisions in Section 303-2.1.3, “Shotcrete” of the SSPWC. F?# 1108198 Contract No. 3184 Page 215 of 249 Pages Shotcrete slope paving shall be constructed and finished in conformance with the provisions in Section 303-2.1.3, “Shotcrete” and Section 303-2.9 “Finish” of the SSPWC. After the Shotcrete has been placed as nearly as practicable to the required depth, the surface will be checked with a straight edge, and any low spots or depressions shall be brought up to proper grade by placing additional mortar. The finish of the Shotcrete slope paving shall be uniform without humps or hollows of more than X-inch in ten feet. Reinforcement shall conform to the provisions in Section 201-2, “Steel Reinforcement for Concrete” of the SSPWC and these special provisions. Timber spacers shall be construction heart redwood or better. Timber spaces shall be furnished and installed as shown on the plans. The timber spacers shall be securely held in place by anchor bars consisting of commercial quality bar reinforcing steel. Concrete curbs shall be constructed in conformance with the provisions in Section 305-5 of the SSPWC, “Concrete Curbs, Walks, Gutters, and Driveways” and shall be constructed prior to constructing slope paving. -. SJope paving shall be cured by the membrane curing compound method Type-l-D as provided in Section 201-4.1 of the SSPWC. Curbs, drain inlets, downdrains, and underdrains used in connection with slope paving will be paid for as specified in these special provisions. The location ,of construction joints shall be subject to the approval of the Engineer. Placement of slope paving shall be scheduled so that the work, including placement, finishing and application of curing, is completed in any section bounded by permissible construction joints on the same day that the work is started in that section. Areas of slope paving shown on the plans to have a grooved finish shall be scored by dragging a finishing tool over the struck-off surface or by any other means which will result in a surface conforming to the details shown on the Plans. The construction of the slope paving shall be scheduled so that the work, including placing, finishing, and application of curing compound, is completed in any section bordered by timber spacers on the same day that the work is started in that section. There shall be no construction joints between timber spacers. 303-l .9.1 General. Modify as follows: Delete “and bridge decks” from second sentence. Add the following subsection: 303-l .9.5 Finishing Bridge Decks. The completed roadway surfaces of structures, approach slabs and adjoining approach pavement, and the top surfaces of concrete decks which are to be covered with another material, shall be constructed true to the required grade and cross section and to the smoothness, surface texture and surface crack requirements specified herein. The grade established by the deck elevation control points will include all camber allowances. The locations of such elevation control points will not be closer together than approximately eight feet longitudinally and 24 feet transversely to the centerline of bridge. vq 1108198 Contract No. 3 184 Page 218 of 249 Pages Prior to the start of concrete placement for any section of deck, the Contractor shall set to grade all rails and headers which will be used to support or control the finishing equipment, shall check all such rails and headers as necessary to satisfy himself that they conform to the smoothness requirements specified herein for the completed deck, and shall move the finishing equipment over the entire length of the section to be placed in order to check the steel and bulkhead clearances. The smoothness of completed roadway surfaces of structures, approach slabs and the adjacent 50 feet of approach pavement will be tested by the Engineer with a bridge profilograph in accordance with California Test 547 and the requirements herein. Two (2) profiles will be obtained in each lane approximately three feet from the lane lines and one profile will be obtained in each shoulder approximately three feet from the curb or rail face. Such surfaces shall have a profile trace showing no high points in excess of 0.25-inch and the portions of such surfaces within the traveled way shall have a profile count of five (5) or less in any lOO-foot section. All such traces shall be made in a direction parallel to traffic. In addition, such roadway surfaces shall not vary more than 0.02-foot from the lower edge of a 12-foot long straightedge placed transversely to traffic. It shall be the Contractor’s responsibility to coordinate profilograph testing operations. The Contractor shall request testing at least seven (7) days prior to need, and shall insure that the entire area to be tested has been cleaned and cleared of all obstructions. When seal coats are to be placed on concrete surfaces, smoothness testing and any required grinding shall be completed before the seal coat is applied. The smoothness of concrete surfaces of decks or approach slabs which are to be covered with one inch or more of another material will be tested with a straightedge. Such surfaces shall not vary more than 0.03 feet from the lower edge of a 12-foot long straightedge placed in any direction. Surfaces which fail to conform to the above smoothness tolerances shall be ground until the above tolerances are met. Grinding shall not reduce the concrete cover on reinforcing steel to less than 1% inches. Portions of decks which cannot be corrected satisfactorily by grinding shall be removed and replaced. The surface texture of completed roadway surfaces of structures and approach slabs, except as otherwise provided, shall be uniform and shall have a coefficient of friction of not less than 0.35 at the time the surfaces are opened to public traffic or prior to placing seal coat, whichever occurs first. The coefficient of friction will be measured by California Test 342. Portions of completed concrete surfaces that are found to have a coefficient of friction less than 0.35 shall be ground to produce a coefficient of friction of not less than 0.35, or grooved parallel to the centerline. When surfaces are ground or grooved as specified herein, the work shall be performed in accordance with the requirements of these special provisions, except that residue from grinding or grooving operations shall be disposed of outside the highway right-of-way in accordance with Section 302-5.2.3 of the SSPWC “Removal and Disposal of Material.” Bridge decks which are to be covered with membrane deck seals shall not be textured and shall be finished to a smooth surface, free of mortar ridges and other projections, before curing compound is applied. The coefficient of friction requirements will not apply to such decks. ,fs 1108198 Contract No. 3184 Page 217 of 249 Pages Deck surfaces under the curbs, railings, barriers and sidewalks shall be struck off to the same plane as the roadway and left undisturbed when future widening is shown on the Plans. The surface crack intensity of concrete bridge decks is indicated by the number and size of shrinkage cracks in the top surface of the concrete. The Contractor shall use the proper combination of low shrink materials, low temperature concrete, low penetration concrete, reverberation or refloating finishing techniques, fog sprays during finishing, or other procedures as necessary to eliminate or minimize the development of such cracks. The Contractor shall remove all equipment and materials from the deck and clean the surface as necessary for the Engineer to measure the crack intensity. Surface crack intensity will be determined after completion of concrete cure and prior to pre-stressing or release of falsework. In any 500 square-foot portion of deck, should the intensity of cracking be such that there are more than 50 linear feet of cracks whose width at any location exceeds 0.020-inch, all such cracks in that portion shall be filled with pressure injected epoxy. Cracks to be filled shall be cleaned and filled by pressure injection methods so that all portions of the crack which are wider than 0.005~inch are completely filled with epoxy. - -. This work shall consist of grooving and/or grinding the surface of asphalt concrete or Portland Cement concrete pavement and bridge decks as shown on the Plans and as specified in these specifications and the special provisions. Grooved areas shall begin and end at lines normal to the pavement centerline and shall be centered within the lane width. If new concrete pavement is grooved, the grooving in any lane shall cover the full lane width. Grooving blades shall be 0.095~inch wide +0.005-inch and shall be spaced %-inch centers. The grooves on bridge decks shall be cut not less than l/&inch or more than %-inch deep. The grooves on bridge decks shall be cut not less than M-inch or more than 3/16-inch or more than l/8-inch deep. At the beginning of each work shift, all grooving machines shall be equipped with a full complement of grooving blades that are capable of cutting grooves of the specified width, depth and spacing. If during the course of work a single grooving blade on any individual grooving machine becomes incapable of cutting a groove, work will be permitted to continue for the remainder of the work shift, and the Contractor will not be required to otherwise cut the groove omitted because of the failed blade. Should two (2) or more grooving blades on any individual grooving machine become incapable of cutting grooves the Contractor shall either: 1. Discontinue work with the affected grooving machine within 50 feet of the location where more than one blade became incapable, in which event the Contractor will not be required to otherwise cut the grooves omitted because of the failed blades; or, 2. Continue work with the affected grooving machine for the remainder of the work shift omitted because a single blade was incapable, by the affected grooving machine within the work shift. The omitted groves shall be cut before any of the grooving work performed during the time the grooves were omitted will be accepted. vg 1 I08198 Contract No. 3184 Page 218 of 249 Pages The actual grooved area of any selected 2’ x 100’ longitudinal area of pavement specified to be grooved shall be not less than ninety-five percent (95) of the selected area. Grooves which are omitted as permitted for blades which become incapable will be measured as being actually grooved. No area will be measured until omitted grooves, which are required to be cut before the area is accepted, have been cut. Except as provided for omitted grooves shall be due only to irregularities in the pavement surface and for no other reason. Residue from grooving operations shall be picked up by means of a vacuum attachment to the grooving machine and shall not be allowed to flow across the pavement nor be left on the surface of the pavement. The noise level created by the combined grooving operation shall not exceed 86 dBA at a distance of 50 feet at right angles to the direction of travel. Except on structures, grinding shall be performed with abrasive grinding equipment utilizing diamond cutting blades on the entire area of pavement in locations designated above ground. Grinding shall be performed so that the pavement surface on both sides of all transverse joints and cracks has essentially the same depth of texture and does not vary from a true plane enough to permit a 0.006-foot thick shim 0.25foot wide to pass under a three-foot straightedge is laid on the pavement parallel to centerline with its midpoint at the joint or crack. After grinding has been completed, the pavement shall conform to the straightedge and profile requirements specified in Section 302-6.4.1A, “Finishing Bridge Decks,” except that pavement on tangent alignment and on horizontal cuwes of any radius shall have a profile index of 12- inches per mile or less. Ground areas on structures and approach shall conform to the requirements for smoothness and concrete cover reinforcing steel specified in Section 302-6.4.1A, “Finishing Bridge Decks.” Ground surfaces shall not be smooth or polished and, except as otherwise specified in said Section 302-6.4.1A, shall have a coefficient of fraction of not less than 0.30 as determined by California Test 342. Residue from grinding operations shall be picked up by means of a vacuum attached to the grinding machine and shall not be allowed to flow across the pavement nor be left on the surface of the pavement. The noise level created by the combined grinding operation shall not exceed 86 dBA at a distance of 50 feet at right angles to the direction of travel. In lieu of grinding existing Portland Cement concrete pavement, the Contractor may remove any section of said existing pavement and replace with new Portland Cement concrete pavement of the same nominal thickness as the removed pavement. Such pavement shall be removed and replaced for the full width between longitudinal joints or edges of pavement and the full length between transverse joints. Removing and replacing portions of slabs will not be permitted. Replacement concrete paving shall conform to the provisions in Section 201-1, “Portland Cement Concrete,” replacement pavement may be placed by methods and equipment conforming to the requirements for placing concrete in widths less than a traffic lane, as specified in Section 303-l .9, “Surface Finishes.” Finishing may be performed by hand float method. prg 1108198 Contract No. 3184 Page 219 of 249 Pages - If grinding of replacement pavement is necessary to conform to the requirements of this section, no additional compensation for such grinding will be allowed. When pigment compound is used for the required curing on replacement concrete, the compound may be stirred by manual means during application. Application may be made by hand-held spraying equipment and nozzles may be unshielded. The Contractor’s attention is directed to Section 7-9, “Protection and Restoration of Existing Improvements,” Concrete removal and replacement operations shall be performed in such a manner that adjacent concrete pavement and subgrade are not disturbed. In the event material underlying removed concrete pavement is disturbed, it shall be recompacted at the Contractor’s expense to a relative compaction of not less than ninety-five percent (95%). Payment for concrete pavement removed and replaced in-lieu of grinding will not be made. Add the following subsection 303-l .9.6 Surface Finish for Concrete Spillway. Surface finish for concrete spillway shall be provided to prevent the use of roller blades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer. Add the following subsection: 303-1.9.7 Finish for Bearing Devices. When elastomeric bearing pads, preformed fabric pads, or asbestos sheet packing are shown on the Plans, the concrete surfaces on which pads or packing are to be placed shall be wood float finished to a level plane which shall not vary more than l/l&inch from a straightedge placed in any direction across the area. Said area shall extend at least one inch beyond the limits of said pads or packing. The finished plane shall not vary more than 118 inch from the elevation shown on the plans. 303-l .ll Payment. Modify as follows: Delete paragraphs 2 through 6 and add the following: The lump sum price bid for Bridge shall be full compensation for all labor, materials, equipment, and incidentals to construct each bridge including approach slabs and slope paving, complete. This includes but is not limited to forms, falsework, reinforcing steel and dowels, portland cement concrete and finishes, various joints, deck profiling and other work required in the Contract documents. 303-Z AIR-PLACED CONCRETE 303-2.11 Measurement and Payment. Add the following: Payment for concrete brow ditch at the contract unit price per lineal foot shall include all labor, tools, equipment and materials required to grade, construct and finish the brow ditch per plans and specifications. 303-3 PRESTRESSED CONCRETE CONSTRUCTION Add the following subsection: 303-3.1.1 Working Drawings. The Contractor shall submit to the Engineer for approval in accordance with the provisions in Section 2-5.3 “Shop Drawings” of the SSPWC, working drawings of the pre-stressing system proposed for use. For initial review, four (4) sets shall be submitted. After review, six (6) sets shall be submitted to the Engineer for final approval and for use during construction. Working drawings shall be submitted a minimum of thirty (30) days in advance of the start of the effected work to allow three (3) weeks for review by the Engineer and subsequent corrections by the Contractor of the drawings, if required, without delaying the work. V?Q i mat98 Contract No. 3184 Page 220 of 249 Pages The Contractor shall be responsible for the design of pre-stressing anchorages adequate for the pre-stressing system intended for use, including the design and detailing of additional reinforcement if required to resist bursting or splitting stresses in both the local and general zones. Calculations for bursting or splitting stresses shall accompany the working drawings. The pre-stressing system, including anchorages, proposed for use on this project shall be of a type approved for use by the Agency in advance of this Contract. 303-3.6 Pre-stressing. Add the following: The maximum temporary tensile stress (jacking stress) in pre-stressing steel shall not exceed seventy-five percent (75%) of the specified minimum ultimate tensile strength of the pre-stressing steel. Pre-tensioned pre-stressing steel shall be anchored at stresses that will result in the ultimate retention of working forces at not less than those shown on the Plans, but in no case shall the stress at anchorages after seating exceed seventy percent (70%) for normal relaxation strand, or seventy-five percent (75%) for low relaxation strand, of the specified minimum ultimate tensile strength of the pre-stressing steel. Each jack used to stress tendons shall be equipped for determining the ja@ing stress, with either: (1) two pressure gages or (2) one pressure gage and a load cell, at the option of the Contractor. The jack body shall be permanently marked with the ram area. The pressure gages shall be fully functional and have accurately reading dials at least six inches in diameter. Each jack with gages shall be calibrated as a unit with the cylinder extension in the approximate position that it will be at final jacking force. The load cell, if used, shall be calibrated and shall be provided with an indicator by means of which the pre-stressing force in the tendon may be determined. The range of the load cell shall be such that the lower ten percent (10%) of the manufacturer’s rated capacity will not be used in determining the jacking stress. The jacking equipment calibration procedure shall be as follows: Each jack used to stress tendons permanently anchored at twenty-five percent (25%) or more of the specified minimum ultimate tensile strength of the pre-stressing steel shall be calibrated at the Transportation Laboratory within one year prior to use and after each repair, unless otherwise directed. The Contractor shall be responsible for: 1. Scheduling of calibration of the jacking equipment; 2. Calibrating the gages mechanically with a dead weight tester or other approved means prior to calibration of the jacking equipment by the Transportation Laboratory, 3. Providing sufficient labor, equipment, and material to install and support the jacking equipment and calibration equipment at the Transportation Laboratory and to remove the equipment after the calibration is complete, and; 4. Plotting the calibration results. Each jack used to stress tendons permanently anchored at less than twenty-five percent (25%) of the specified minimum ultimate tensile strength of the pre-stressing steel, shall be calibrated by a private laboratory approved by the Transportation Laboratory within six (6) months prior to use and after each repair, unless othewise directed. Contract No. 3184 Page 221 of 249 Pages Full compensation for furnishing and placing additional concrete and deformed bar reinforcing steel required by the particular system used, ducts, anchoring devices, distribution plates or assemblies and incidental parts, for furnishing samples, for testing, for calibration of jacking equipment done by a private laboratory, and for pressure grouting ducts shall be considered as included in the Contract lump sum price paid bridge, and no additional compensation will be allowed therefor. 303-3.10 Measurement and Payment. Replace with the following: Payment for pre- stressed concrete, except pilings, will be included in the lump sum price paid for bridge, and no additional compensation will be allowed therefore. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS 303-5.5.2 Curb. Add the following: Curb face to be stamped with insignia “RW” to indicate the irrigation sleeve locations. - 3034.9 Measurement and Payment. Add the following: Curb and gutter, and curb transitions, shall be considered as continuing across’ driveways and access ramps when constructed adjacent thereto but will not be paid for across the length of loal depressions, except that which occurs in gutter transitions at each side of an inlet. Payment for curb and gutter, curb transitions, and median curbs, shall include all grading, form work, labor, tools, equipment and materials, and no additional payment shall be made therefore. Payment for P.C.C. sidewalk and concrete driveway shall include all grading, form work, labor, tools, equipment and materials, and no additional payment shall be made therefore. Payment for pedestrian ramps shall include all grading, form work, labor, tools, equipment and materials, and no additional payment shall be made therefore. 303-6 STAMPED CONCRETE 303-6.1 General. Add the following: Concrete shall be a minimum of 560-C-3250 with 6” x 6” 10 gauge wire mesh throughout. Prior to installation, a 10’ x 10’ square sample shall be poured at the job site. This sample shall be approved by the City prior to installation of median concrete. Color and pattern of median concrete shall be as specified under “Arterial Streetscape Themes” per Appendix C.l Landscape Manual and as approved by the Engineer. The median layout shall conform with the details shown on the Plans, and shall be spaced as shown on the Plans. 303-6.3.1 Method A (Dry Shake). Add the following: Color of the median stamped concrete on El Camino Real will match the existing median condition adjacent to the proposed construction at Station 438+00 on El Camino Real, as approved by the Engineer. Color of the median stamped concrete on Cannon Road will be of natural concrete with a charcoal colored brick band around each planter, to match the existing median condition at Station 35+50 Cannon Road, as approved by the Engineer. Contract No. 3184 Page 222 of 249 Pages 303-6.4 Pattern. Add the following: The pattern of the median stamped concrete on El Camino Real will match the existing median condition adjacent to the proposed construction at Station 438+00 on El Camino Real, as approved by the Engineer. The pattern of the median stamped concrete on Cannon Road will be of exposed aggregate with a brick band around each planter, to match the existing median condition at Station 35+50 Cannon Road, as approved by the Engineer. Add the following subsection: 303-6.6 Payment. Payment for stamped concrete shall be made on the basis of the Contract unit price bid per square foot and shall include full compensation for furnishing all labor, materials, including sand bed, tools, equipment, and installing complete and in place, and no further compensation will be allowed; except payment for stamped concrete on bridges shall be considered as included in the Contract lump sum bid price paid for bridge, and no additional compensation will be allowed therefore. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304.1 -STRUCTURAL STEEL -. 304-l .l General. Add the following: Miscellaneous bridge metal shalTconform to the provisions for miscellaneous bridge metal in Section 206, “Miscellaneous Metal Items,” of the SSPWC and these special provisions. 304-l .12 Measurement and Payment. Add the following: Full compensation for furnishing, installing, and painting structural steel for miscellaneous bridge metal shall be considered as included in the lump sum Contract price paid and no separate payment will be made therefore. 304-2 METAL RAILINGS 304-2.1 General. Add the following: Tubular handrailing shall conform to the provisions in Section 304-2 of the SSPWC “Metal Railings. Painting of metal railings shall conform to Section 310 of the SSPWC “Painting.” 304-2.1.4 Measurement and Payment. Add the following: Construction for new and/or relocation of existing metal railings where shown on the Contract plans shall be paid for as included in the lump sum Contract price for bridge and shall include all labor and materials required to remove and reconstruct existing metal railing. 304-2.2 Installation. Add the following: Where the guard rail is in front of and adjacent to the sidewalk, the bolts on the back of the posts will be countersunk to be flush with the surface of the post. 304-3 CHAIN LINK FENCE 30403.2 Fence Construction. Add the following: Fence shall match height of the existing chain link fence on the south edge of the Agua Hedionda Creek, and shall conform to San Diego Regional Drawing M-6 and M-20. Corner posts with braces shall be placed in conformance with Section 304-3.2 of the SSPWC, “Fence Construction,” at the junctions of reconstructed fences and existing cross fences and the two (2) fences properly fastened thereto. Contract No. 3184 Page 223 of 249 Pages Gates to be reused shall be installed in reconstructed fences to the provisions of Section 304- 3.3 of the SSPWC at the locations designated by the Engineer. Clearing required for reconstructed fences shall conform to the provisions in Section 300-l. 1 of the SSPWC, “Clearing.” Removing and reconstructing fence shall be performed in a manner that will prevent the escape of livestock. 304-3.3 Installation of Gates. Add the following: Gates shall be double-swing type and shall accommodate a 15-foot-wide access road. Contractor shall install extension post and three strands of barbed wire on top of gates and shall conform to San Diego Regional Drawing M-5 and M-20. 304-3.4 Measurement and Payment. Add the following: The Contract unit price per lineal foot for chain link fence and gates shall include all labor, tools, equipment, and materials. . SECTION 305 - PILE DRIVING AND TIMBER CONSTRUCTION 305.1 -PILE DRIVING - - 305-l .l General. Add the following: Attention is directed to the provisions of Section 7-10 “Public Convenience And Safety,” of the SSPWC. Before performing any pile handling or pile installation operation at any location that is closer than the length of the pile being handled or installed to the edge of any traveled way open to public use, the Contractor shall submit to the Engineer a detail plan of the measures that will be employed to provide for the safety of traffic and the public. The Contractor shall be responsible for furnishing piling of sufficient length to obtain the penetration and bearing value specified. Add the following subsection: 305-l .l.l Additional Foundation Investigation. At the Contractor’s option, the Contractor may conduct additional foundation investigation, including installing and axial load testing additional non production indicator piling. The Engineer shall approve locations of additional foundation testing. The Contractor shall notify the Engineer at least five (5) working days prior to beginning additional foundation investigation. No extension of time will be made for additional foundation investigation, installation and testing of indicator piling, cutting off piling and restoring the foundation investigation and indicator pile sites, and review of request by the Engineer. Additional foundation investigation shall be completed prior to requesting revised specified pile tip elevations or modification to the installation methods specified herein. Revisions to specified tip elevations and modifications to the specified installation methods will conform to the provisions of Section 3-1 “Changes Requested By The Contractor” of the SSPWC. Modification to the specified installation methods and specified pile tip elevation will not be considered at locations where lateral load demands control design pile tip elevations or when the plans indicate that specified pile tip elevation shall not be revised. The nominal resistance of the pile, as shown on the plans, is the design capacity required to resist the factored axial demands. pr# 1/08/98 Contract No. 3184 Page 224 of 249 Pages Indicator compression pile load testing shall conform to ASTM Designation: D 1143. The acceptance criteria for compression pile load testing is as follows: 1. The pile shall sustain the first compression test load applied which is equal to the nominal compression resistance, as shown on the plans, with no more than 0.5 inch total vertical movement at the top of the pile that is measured relative to the top of the pile prior to the start of compression load testing. Indicator piling shall be removed to at least one foot below ground line or three feet below finished grade, whichever is lower, and the remaining holes shall be backfilled with earth or other suitable material approved by the Engineer. When load test piles and anchor piles are shown on the Plans or specified for a structure, the loading tests using those piles shall be completed before the remaining piles for that structure or specified control location are drilled, cast, cut to length, or driven. Load test piles shall be installed with the same type of equipment that is to be used for installation of foundation piles. -. Load test piles which are shown on the plans or specified in the special provisi& shall conform to the requirements for piling as specified in these specifications and, unless otherwise shown, shall be so located that they may be cut off and become a part of the completed structure. Load test piles (used for the purpose of determining lengths of the pokes required) which are not to be incorporated in the completed structure shall be removed to at least one foot below ground line or three feet below finished grade, whichever is lower, and the remaining holes shall be backfilled with earth or other suitable material approved by the Engineer. Load test anchorages in piles used as anchor piles shall conform to the following requirements: 1. High strength threaded steel rods shall conform to the provisions for bars in Section 303-3.3 of the SSPWC, “Prestressing Steel,” except Type II bars shall be used. 2. High strength steel plates shall conform to the specifications of ASTM Designation: A 108, Grade 1040. 3. Anchor nuts shall conform to the provisions in the third paragraph in Section 303-3.4 of the SSPWC, “Anchorages and Distribution.” The Contractor, at the Contractor’s expense, may use additional cement or Type III cement in the concrete for the load test and anchor piles. Testing of load test piles shown on the plans and specified in the special provisions will be performed by the Contractor, and approved by the Engineer. The loading tests will be made when the concrete in the load test and anchor piles has developed a compressive strength of at least 2,000 pounds per square inch. Add the following subsection: . 305-l .1.2 Pile Coating. The upper 20 feet of steel piles at Piers 3,4 and 5, and the upper 45 feet of steel piles at Abutment 6, of the Macario Canyon Bridge, shall be coated with coal-tar protective coating. The protective coating materials shall conform to either the Steel Structures Painting Council Paint Specification No. 16, Coal-Tar Epoxy-Polymide Black Paint. Contract No. 3184 Page 225 of 249 Pages The protective coating shall be applied only on dry surfaces and during periods of favorable weather. Application will not be permitted when freshly coated surfaces may be damaged by rain or condensation. Freshly coated surfaces shall be defined as surfaces coated with protective coating that have not yet been allowed to dry or cure for the length of time recommended by the manufacturer’s specifications for the given coating. The coal-tar coating shall be applied in accordance with the manufacturers recommendations and the requirements in these special provisions. The coating shall be applied in not less than two (2) applications to a minimum total dry film thickness of 16 mils. Deficiencies in dry film thickness shall be corrected by applying additional applications of the material. Alternate applications shall be made distinguishable from preceding applications by the addition or subtraction of four pounds of aluminum powder for each 55 gallons of paint. A maximum drying time of 24 hours shall be allowed between applications . Piles shall not be handled or moved between applications. A minimum drying time of 72 hours shall be allowed after the final application before handling. The finished coating shall be tightly adhering and impervious to moisture penetration. - -. Coated piling shall be protected from damage. Bare metal slings or chokers or other procedures which damage the coating excessively shall not be used on coated piling. Coatings that are damaged by the elements or by the Contractor’s operations shall be repaired at the Contractor‘s expense. Precautions in the handling and the application shall be in accordance with all applicable occupational safety and health standards, rules, regulations and orders established by the State of California. 305-l .2 Driving Equipment. Modify as follows: Replace the first sentence with the following: Driven piles shall be installed with impact hammers that are approved by the Engineer. Impact hammers shall be steam, air, diesel hammers, or drop hammers. Impact hammers shall have sufficient energy to drive the piles at a penetration rate of not less than l/8 inch per blow at the specified penetration and specified bearing value. Replace the last sentence of the first paragraph with the following: Vibratory hammers will not be approved for installation of driven piles. Jetting or drilling to obtain the specified penetration in conformance with the provisions in Section 305-1.2, “Driving Equipment,” of the SSPWC shall not be used for driven type piles. 305-1.3.1 Driven Piles Replace with the following: Piles, to be driven through embankment constructed by the Contractor, shall be driven in holes drilled or spudded through the embankment when the depth of the new embankment at the pile location is in excess of five feet. The hole shall have a diameter of not less than the greatest dimension of the pile cross section plus six inches. After driving the pile, the space around the pile shall be filled to ground surface with dry sand or pea gravel. Pre-drilled holes will be made at locations and to the corresponding bottom of hole elevations listed in Table 305-l .3.1.2(A): vrg i loa/ Contract No. 3184 Page 226 of 249 Pages TABLE 305-l .3.1.2(A) 5”” 305-l .5 Bearing Value. Modify as follows: Replace the first sentence with the following Except for piles to be load tested, driven piles shall be driven to a bearing value of not less than the design loading shown on the Plans unless otherwise specified in the special provisions or permitted in writing by the Engineer. -- 305-l .8.1 General. Add the following: Structural shape steel piling, which are approved and substituted for the steel piling shown on the Plans, will be measured and paid for as furnish piling and drive pile quantities originally shown on the Plans. Full compensation for furnishing and placing the steel pile anchors, splicing steel piles, or any other expense resulting from said substitution shall be considered as included in the contract price paid per pile for furnish piling and contract unit price paid for drive pile and no additional compensation will be atlowed therefore. - 305-l .8.2 Payment for Furnishing Piles. Add the following: Full compensation for pile coating required by Section 305-l .1.2 “Pile Coating” of these specifications, furnishing and placing additional reinforcement, load test anchorages, and for cutting off piles as specified shall be considered as included in the Contract price paid per pile for furnish piling of the type or class shown in the Engineer’s Estimate or for cast-in drilled hole concrete piling, whichever is involved, and no additional compensation will be allowed. 305-1.8.3 Payment for Driving Piles. Add the following: Full compensation for driving piles shall include all materials and labor and shall include excavation, backfill, and removal, and removal and replacement of existing Agua Hedionda Channel rip-rap, necessary for driving piles, (which shall be considered as included in the Contract price paid per each pile for-drive piles) and no additional compensation will be allowed therefore. Measurement and payment for the various types and classes of piles shall conform to the provisions in Sections 305-l .8, “Payment,” of the SSPWC and these special provisions, Load test piles and adjacent anchor piles that become a part of the completed structure, or are shown on the plans, or are specified, will be paid for at the contract prices for the type or class of piling. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-l OPEN TRENCH OPERATIONS Add the following: 3064.1 Trench Excavation. Where pipelines are to be installed in embankments or structure fills, the fills shall be constructed to an elevation at least one-foot above the top of the pipe before the trench is excavated. P?# 1108198 Contract No. 3184 Page 227 of 249 Pages Add the following: 306-1.1.3 Maximum and Minimum Width of Trench. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the Contractor, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 24 inches for mechanical compaction methods. The maximum width at the top of the pipe shall be equal to the outside diameter of the pipe plus 36 inches for pipe diameters 18 inches and larger and to the outside diameter of the pipe plus 24 inches for pipe diameters less than 18 inches, or as shown on the Drawings. Add the following subsection: 306-1.1.7 Steel Plate Bridging. With a Non-Skid Surface. This section covers the use of steel plate bridging. No steel plate bridging or trench plate shall be used that does not meet the requirements of this subsection. 306-l .1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: - 1. Traffic volume and composition. 2. Duration and size of the proposed excavation. 3. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ADT + EML + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPFED + SLOPE X 1001 X LANES 1000 5 DAYS = total number of 24 hour periods that the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = WEATHER = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24 hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 50 feet up and downstream of the position of the proposed steel plate bridging. LANES = +g 1 ioal9a the number of lanes where plates will be used. Contract No. 3184 Page 228 of 249 Pages When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in-lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer’s approval, the use of steel plate bridging at each approved location shall not exceed four (4) consecutive working days in any given week. 306-l .1.7.2 Additional Requirements. When the Engineer determines that shoring will be a part of the Contractor’s work, the Contractor shall install shoring conforming to Section 7-10.4.1 of the SSPWC. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of Section 2-5.3 “Shop Drawings and Submittals.” The Contractor shall backfill and resurface excavations in accordance with Section 306-l .5. 306-l .1.7.3 installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unpbstructed traffic flow. In such cases, the following conditions shall apply: Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. Steel plates used for bridging must extend a minimum of 300 mm (12-inches) beyond the edges of the trench. Steel plate bridging shall be installed to operate with minimum noise. The trench shall be adequately shored, per Section 7-10.4.1, to support the bridging and traffic loads. Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if plate installation by Method (2) is used. Bridging shall be secured against displacement by using adjustable cleats, shims, or other devices. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2). Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of 2 dowels pre-drilled into the corners of the plate and drilled 50 mm (2”) into the pavement. Subsequent plates are butted to -each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5 percent with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry, or an equivalent slurry satisfactory to the Engineer. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. P?# i 108198 Contract NO. 3184 Page 229 of 249 Pages The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-l. 1.7.4(A): TABLE 306-l .1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10n) 13 mm (‘I,“) 0.45 m (23”) 19 mm (3/,n) 0.6 m (31”) 22 mm (‘/,“) 0.9 m (41”) 25 mm (1”) 1.2 m (63”) 32 mm (1 %“I - NOTE: For spans greater than four (4) feet, a structural design shall bK prepared by a Registered Civil Engineer and submitted to the Engineer’s review and approved in accordance with Section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CalTrans Bridge Design Specifications Manual. The Contractor shall maintain on the steel plate a non-skid surface having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CalTrans District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. 306-l .1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the facility being installed in the excavation being bridged. No separate payment for steel plate bridging will be made. No extension to Contract time will be allowed for or because of the use of steel plate bridging. 306-1.2.1 Bedding. Add the following: Bedding shall be provided in trenches for PVC sewer pipe. For other pipelines, bedding may be omitted if the following conditions exist: A. The pipe bears on firm undisturbed native soil, which contains only particles that will pass a one-inch sieve. B. The trench excavation is not through rock or stones. pfs 1 /oa/9a Contract No. 3164 Page 230 of 249 Pages Where bedding is required, after compacting the bedding, the Contractor shall perform a final trim using a stringline for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. Excavation for pipe bells and welding shall be made as required. Jetting of the pipe bedding shall not be permitted. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. Add the following: Gasket-type joints for reinforced concrete pipe (watertight joints) shall be provided where indicated on Plans. Add the following subsection: 306-l .2.13 installation of Plastic Pipe and Fittings. Add the following: Plastic pipe (median drain) shall conform to the provisions in Section 207-1.7, “PVC Plastic Pipe” of the SSPWC. 306-l .3.4 Compaction Requirements. Replace with the following: Trench backfill shall be densified to a minimum of ninety percent (90%) relative compaction except that in the top 12- inches of the street right-of-way, compaction shall be ninety-five percent (95%). $06-1.5 Trench Resurfacing. Add the following: Payment for trench resurfacing shall be taken to be included within the related item of work, and no separate payment will be made therefore. 306-l .5.1 Temporary Resurfacing. Modify as follows: Delete the fourth Paragraph and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in-lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within seven (7) days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The Contract price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-l .5.2 Permanent Resurfacing. Add the following: Except as provided in Section 306- 1.5.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench installation. Add the following: Payment for joint trench for PacBell and CAlV which shall include all labor, material and equipment required for trenching, conduit installation, pull boxes, junction structures, connections, trench backfill compaction and finished surface work, shall be made on the basis of Contract unit price for joint utility trench for PacBell crossings and no other payments will be made. The Contractor will furnish and install X inch nylon pull ropes in all conduit. The Contract price paid per linear foot for plastic pipe (median drain) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and placing plastic pipe (median drain), complete in place, as shown on the Plans, as specified in the SSPWC and these special provisions. Compensation for supplying and placing pipe bedding shall be included in the unit price per linear foot of pipe. PY# i lo8198 Contract No. 3184 Page 231 of 249 Pages 306-l .6.1 Payment. Payment for trench and wnduit for street lights and from SDG&E point of connection to secondary transformers shall be included in the lump sum price bid for conduit, wire, pull boxes and electrical service for street lights and shall include all labor, material and equipment required for trenching, conduit installation, pull boxes, junction structures, connections, trench backfill compaction and finished surface work, and no additional payment shall be made therefore. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES Add the following: Unless otherwise noted on Plans, all existing abandoned pipelines and conduits of any type or use and pipelines and conduits of any type or use that are abandoned during the course of the work are to be removed and replaced with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump sum bid for clearing and grubbing, and no additional payment will be made. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION 307-3.1 General. Replace with the following: Section 209, “Electrical Components” herein, shall replace Section 307-3, “Street Lighting” of the SSPWC in all matters pertaining to the specifications for methods of construction for all elements of street lighting and traffic signals. Add the following subsection: 307-3.5 Bridge Lighting. All work involved in furnishing and installing bridge lighting, complete, including lighting standards, luminaries, conduits, conductors pull boxes, expansion fittings, post anchorages, and electric service for street lighting on the Macario Canyon Bridge shall conform to the provisions in Section 307, “Signals Lighting and Electrical Systems, ” of the SSPWC and Section 209 of these Special Provisions. 307-3.6 Payment. Payment for street lights, at the Contract unit price for each shall include all labor, materials, tools, and equipment to furnish and install conduit, wire, pull boxes and electric service for a functioning street light system, the location and type of lights of which are shown on the Plans. The Contract lump sum price paid for Bridge Lighting shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing Type 21 street lights, conduit and pull boxes on Macario Canyon Bridge, complete in place, as shown on the Plans, as specified in the’state Standard Specifications and these Special provisions, and as directed by the Engineer. 307-4 TRAFFIC SIGNAL CONSTRUCTION 3074.1 General. Replace with the following: Section 209 “Electrical Components” herein, shall replace Section 307-4, “Traffic Signal Construction” of the SSPWC in all matters pertaining to the specifications methods of construction for all elements of street lighting and traffic signals. pq 1108198 Contract No. 3184 Page 232 of 249 Pages SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION -- 308-2 EARTHWORK AND TOPSOIL REPLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures. Add the following: The Contractor shall cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying the finish grade. After cultivation the planting areas shall be raked to a smooth friable and plantable surface. Remove all rock and debris over J/* inches in diameter. All planting areas, except slopes steeper that 3-l/2:1, shall be cultivated to a depth of 200mm (12 inch). The planting areas that are slopes steeper than 3-l/2:1 shall be cultivated to a depth of 150mm (6 inch). After cultivation, the soil amendments shown in Table 308-2.3.2(A) shall be thoroughly blended 150mm (6 inch) deep in all planted areas. Backfill for planting pits shall conform to the requirements of Section 3084.5 of the SSPWC. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Table 308-2.3.2(B) from each median planter, at least one test per 150m (500 feet) from each parkway and for each hectare (2.5 acres) of hydroseeded area and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Table 308-2.3.2(B) using such materials and methods as necessary. If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property IisteJ in Table 308- 2.3.2(B) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting or application of hydroseed slurry. Prior to the start of any planting or application of hydroseed slurry the surface and root area shall be thoroughly moistened. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by any planting or seeding. The Contractor shall obtain the Engineer’s planting or hydroseeding. the Engineer prior to approval before any TABLE 308-2.3.2(A) Soil Amendmenti Metric ApplicationRate Agricultural Gypsum 500 q per square meter Iron Sulfate 500 g per square meter Calcium Carbonate Lime 500 g per square meter Organic Soil Amendment 500 g per square meter Approx. U.S. Appi. Rate 100 Ibs. per 1,000 square feet 10 Ibs. per 1,000 square feet 100 Ibs. per 1,000 square feet 5 cy per 1,000 square feet TABLE 308-2.3.2(B) Soil Property Repeatability Range Acceptable Range Test Method of Test PH 6.5 to 7.3 Saturated Past pH’ + 0.1 pH Dissolved Salts ~4.0 1 Saturation Past Solulble salts + 7 oercent Adjustments (plus or minus) may be necessary. Contractor shall obtain a minimum of one soil test for ten (10) median planters, for every 500 feet of parkway and each large permanent slope and submit results to Engineer for interpretations and recommendations. Soil testing laboratory shall be approved by Engineer prior to testing. 308-2.4 Finish Grading. Add the following: The finish grade in hydroseed slope areas shall have moderately rough texture to provide a suitable surface for adherence of the hydroseed mix. t’, i/08/98 Contract No. 3184 Page 233 of 249 Pages 308-4 PLANTING 30841 General. Add the following: Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice, as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than seventy-five percent (75%) of field capacity. The determination of adequate soil moisture for planting shall be the sole judgment of the Engineer, and his/her decision shall be final. The Contractor shall obtain approval of planting pits before planting operations shall begin. If the soil moisture level is found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after the removal of the containers. Containers shall not be cut or removed prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is one hundred percent (100%) healthy and thriving prior to, and throughout, the landscape maintenance period. - 368-4.2 Protection and Storage. Add the following: The Contractor’s on& plant storage area shall be approved by the Engineer prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 30843 Layout and Plant Location. Replace with the following: Planting areas shall be staked by the Contractor for approval by Engineer prior to planting. 30845 Tree and Shrub Planting. Add the following: planting holes with a thoroughly blended mixture of clean of Table 308-2.3.2(A) and the amendments listed in amendment per soils test. TABLE 30845(A) Amend each cubic yard of backfill for loamy soil meeting the requirements Table 30845(A). Adjust backfill Planting tablet requirements are not cumulative and apply to the size of container indicated. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19mm(j/4 inch) shall be painted with an approved tree wound paint. Contract No. 3184 Page 234 of 249 Pages Add the following subsection: 30845.1 Root Barriers. Root barriers shall conform to section 212-1.8, Root Barriers. Root barriers shall be installed continuously at the edges of all median planter areas. The top of the root barrier shall be 25mm (1 inch) below the finish grade of the planted area. The bottom of the root barrier shall be installed 520mm (20’1, inches) below the finish grade of the planted area. Install as indicated on the plans, eliminating any breaks in the barrier by providing at least 150mm (6 inches) of overlap at splices or damaged areas. 3084.6 Plant Staking and Guying. Add the following: All boxed trees shall be installed per the details shown on the Plans. 308-4.8.2(b) Method B. Add the following: Slurry preparation shall take place at the job site. Slurry additives shall arrive at the site sealed and properly identified by the manufacturer. All specified additives shall be at the rates specified and shall be thoroughly mixed. Seed shall be added to the slurry after the fiber mulch has been thoroughly incorporated. Engineer shall observe and approve all slurry components as they are added into the mixing tank. Seed shatl remain in the mixing tank for a period not greater than sixty (60) minutes. Spray all areas with a uniform, visible coat using the green color of the mulch_as a guide. The slurry shall be applied in a sweeping motion, in an arched stream so as to fall like rain allowing the mulch fibers to built on each other until a good coat is achieved and the material is spread at the required rate per acre. The applicator shall use care not to drag spray hoses over container planted material and shall attempt to spray from the edges of the planting areas wherever possible. Any slurry mixture which has not been applied to the planting areas within four (4) hours after mixing will be rejected and removed from the project at the Contractor’s expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at the Contractor’s expense to the satisfaction of the Engineer. The Contractor shall assure that the site is properly prepared. The Contractor shall repair all tire ruts created by the equipment. Areas needing grading repair prior to hydroseeding shall be blended and floated to match surrounding grades. Where less than seed coverage/germination has occurred, these areas shall be reseeded, every ten (10) days until filled in to the satisfaction of the Engineer. Add the following subsection: 3084.8.3.1 Weed Eradication. Water all irrigated areas to be hydroseeded for three (3) weeks prior to hydroseeding to allow for germination of the weed seeds. Then spray all weeds with a post emergent herbicide. Wait two (2) weeks, then eradicate the weeds prior to the application of the hydroseed mixes. Areas shall be inspected and deemed to be in an acceptable condition by the Engineer prior to hydroseeding. Add the following subsection: 3084.10 EROSION CONTROL MA-l-l-ING INSTALLATION 308410.1 General. Before installation of erosion control matting all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting shall be completed. v4-q 1108198 Contract No. 3184 Page 235 of 249 Pages 308410.2 Coordination with Hydroseeding. Add the following: Erosion control matting shall be installed immediately after the first application of hydroseed materials. In all cases the erosion control matting shall be placed within three (3) days of the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the three (3) day period after application or before the installation of the erosion control matting, the installation of the erosion control matting shall be considered as late and the Contractor shall disc the hydroseed materials into the top 1OOmm (4 inch) of the underlying soil, condition the soil for hydroseeding, and apply hydroseeding materials at the rates and of the type specified. No additional payment will be made for second or subsequent hydroseed applications resulting from late installation of erosion control matting. 308410.3 Installation. Erosion control matting shall be installed using the following techniques: Begin at the top of the slope by placing the erosion control matting into a 150mm(6 inch) wide by 150mm (6 inch) deep trench with the end of the matting laid flat in the bottom of the trench and anchoring the end of the erosion control matting with erosion control mat staples spaced no more than 300mm (12 inches) on centers placed at the intersection of the bottom and the downhill vertical face of the trench. -~ Roll the erosion control matting down the slope. -. Staple the erosion control matting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3 feet) on centers. Erosion control mat so stapled shall be spaced such that no less than 1 j/l staples per square meter (1% staples per square yard) are provided to anchor the erosion control matting. Start the adjacent erosion control mat as in Item 1 of this section, overlapping the previously placed mat by no less than 50mm (2 inches). Staple placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. 308-S IRRIGATION SYSTEM INSTALLATION 3084.1 General. Add the following: Where appropriate, irrigation water shall be applied as often and in sufficient amounts, as conditions may require, to germinate and establish the seed and keep the container plants healthy and growing. Locate lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, in writing from the Engineer, as to the exact length of time of each shut-off. The entire irrigation system shall be under full automatic operation for a period of seven days prior to any planting. The work shall be accepted in writing when the entire scope of work has been completed satisfactory to the Engineer. No allowance for deviation from the original plans and specifications will be made, unless previously approved by the Engineer. vq 1108198 Contract No. 3184 Page 236 of 249 Pages . . 308-5.2.1 General. Add the following: All pressure main line piping from the irrigation system shall be installed to maintain 3.1 m (10 feet) minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping in a P.R. 200 PSI, SDR 21 “Alertline” PVC sleeve which extends a minimum of 3.1 m (10 feet) on either side of the potable water piping and provide a minimum vertical clearance of 300mm (12 inches). Conventional (white) PVC pipe Schedule 40 and 80 may be used for sleeving material if it is taped with 75mm (3 inch) wide purple warning tape which reads “Caution Reclaimed Water”. All sleeves shall be installed per the trenching detail on the Plans. For trenching through areas where topsoil has been spread, deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13mm (% inch) in diameter or larger, debris, and litter, prior to use as backfill where so indicated on detail. Repair any leaks and replace all defective pipe or fittings until lines meet test requirements, Do not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The trenches shall not be backfilled until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. -- 308-5.2.3 Plastic Pipeline. Add the following: Pipe and fittings shall be stored under cover until used, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of fifteen (15) minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. Center load pipe with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using solvent recommended by pipe manufacturer only. Add the following subsection: 308-5.2.6 Installation of Brass Pipe. Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. Cut no piping with metallic wheel cutter of any description. Ream and remove rough edges or burrs so that smooth and unobstructed flow is obtained. Place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. Add the following: Install each control valve in a separate valve box with a minimum of 300mm (12 inch) separation between valves and 1500mm (6 inches) from any fixed object or structure. Install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Backflow preventer assembly shall be installed in accordance with manufacturer’s specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 308-5.4.4 Sprinkler Head Adjustment. Add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways, and other structures. pfs 1108198 Contract No. 3184 Page 237 of 249 Pages 308-5.5 Remote Control System Installation. Add the following: Provide one control wire and one wmmon groun wire to service each valve in system. Control wire splices shall be allowed only on runs of more than 300 feet. Splices shall be performed as follows: Strip off minimum of 21/2 inches of insulation from each wire. . Connecting and splicing at the valves shall be made using Dura Seal crimp splices as manufactured by Raychem Corporation, or approved equal. Contractor shall refer to Raychem installation procedures using Ultratorch 3 heating tool. No other splices will be allowed without prior written approval by the Engineer. 308-5.6.3 Sprinkler Coverage Test. Add the following: This test shall be accomplished before any ground cover is planted. -- 308-6 MAINTENANCE AND PLANT ESTABLISHMENT Replace with the following: For all planting areas, the maintenance period shall be minimum 120 days after completion of installation, or until final acceptance of the project. The Contractor shall provide complete landscape maintenance of all planting areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, repair of irrigation systems, and control of diseases and pests. All planted areas, except hydroseed areas, shall be treated with a Parks Department approved granular preemergent herbicide, according to manufacturer’s specifications, at the beginning of the maintenance period and if the product specifies, additional scheduled treatments on a regular schedule, as required through the maintenance period. At the direction of the Engineer, the Contractor shall control weeds, disease, and pest infestations in the planting areas. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During establishment period, the Contractor shall furnish sufficient men and equipment on a daily or weekly basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within thirty (30) days following completion of construction in such areas, unless otherwise approved. Repair shall consist of bringing the damaged area back to final grade: replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. Contractor is required to take all precautionary measures to protect the native vegetation in all areas outside the limits of grading. Individual trees which are to remain should be protected with the placement of an approved barrier at the drip-line of the tree. Protective barriers to be plastic mesh on redwood stakes 900mm (36 inches) high. Groups of trees or shrubs which are to remain should be protected with approved barriers firmly anchored to the ground at an adequate distance to protect the planting. No material should be stockpiled; no equipment parked, repaired, or refueled; and no oil, gasoline, paint, or other contaminants dumped or stored within 7.6m (25 feet) of the drip-line of trees and shrubs which are to remain. Any fuels, or contaminates leaked, spilled or dumped shall be reported to the Engineer immediately. 43 1 IQ8198 Contract No. 3184 Page 238 of 249 Pages Contractor shall submit a maintenance schedule to the Engineer for approval, specifying activities for the maintenance period and shall be responsible to provide temporary irrigation for all hydroseeded areas for a minimum of one hundred (120) days to ensure adequate plant establishment. Towards the end of the maintenance period, the Contractor shall gradually reduce the amount of irrigation to allow plant adaptation to non-irrigated conditions. The Engineer shall inspect all hydroseeded areas for adequate plant establishment at the end of the maintenance period. Upon the approval of the Engineer, the temporary irrigation system shall be shut off and removed, at that time. Prior to the acceptance of the hydroseeded areas by the Engineer, a certification report must be submitted by a registered Engineer, stating that the hydroseeding was done according to the project specification and that its growth is adequately established, i.e., eighty percent (80%) coverage, to prevent erosion. Contractor shall call for a final inspection two weeks before the end of the thirty (30) day and one hundred (120) day maintenance period. Failure to pass inspection will result in an extension of the maintenance period, at the Contractor’s expense, for such period as the Engineer deems necessary. -. - 308-7 GUARANTEE. Add following: All plant material, including ground covers, shall be guaranteed to live and grow for a period of thirty (30) days from the last day of the maintenance period or final acceptance of the Contract work, whichever is later. Any material found to be dead, missing, or in poor condition during the maintenance period shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within fifteen (15) days of written notification. Replacements shall be to the same specifications required for the original plantings. Submit written vegetation, planting, and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be replaced or replaced at not cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The guarantee form shall be retyped on the Contractors letterhead and contain the following verbiage: “Guarantee For Vegetation, Planting and Irrigation System for Cannon Road West System”: We hereby guarantee that the vegetation, planting, and irrigation system we have furnished and installed for Cannon Road West is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in Section 308-7 of the Standard Specifications and Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. ptj 1108198 Contract No. 3184 Page 239 of 249 Pages Project (Project Name) Location (Legal Description of Project Property) Signed Address Telephone Signature Date Title - -. Add the following subsection: 308-7.1 Record Drawings. Record drawings shall be prepared by the contractor and shall show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. All conceptual or major design changes, including any changes that may be affected by the requirements of these SSPWC, shall be approved before implementing the changes in the construction contract. Failure to receive prior approval may result in rejection of the work. Record accurately, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and non- pressure line. Upon completion of each increment of work, transfer all such information and dimensions to the prints. Record changes and dimensions in a legible and professional manner. Dimension from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). Post information on record drawings day to day as the work is installed. All dimensions noted on drawings shall be 30mm (l/8 inch) in size. Upon completion of each increment of work, all required information and dimensions shall be transferred to the record drawings. Facilities and items to be located and verified on the record drawings. Show dimensional location and depth of the following: 1. Point of connection, for water and electrical services 2. Routing of irrigation pressure mainlines 3. Backflow preventors 4. Ball, gate, and checkvalves 5. Irrigation control valves 6. Quick coupler valves 7. Routing of service wires 8. Routing of control wires 9. Electrical service equipment 10. Electrical junction boxes 11. Irrigation controllers 12. Sleeves for future connections 13. Other equipment of a similar nature (as directed by the Engineer) Maintain record drawings on the site at all times, These drawings are subject to inspection at any time. Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. Upon completion of installation and prior to start of the maintenance period, contractor shall submit two complete ‘red- lined” record drawings to Engineer for approval. Upon Engineers approval, the Contractor shall coordinate with the Landscape Architect of Record for transfer of the “as-built” information to the City original mylars. All changes shall be in waterproof ink (no ballpoint pen). Contract No. 3184 Page 240 of 249 Pages Add the following subsection: 308-7.2 Controller Chart. Record drawings shall be approved by the Engineer before charts are prepared. Provide one controller chart of the maximum size controller door will allow, for each controller supplied, showing the area covered by that automatic controller. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is ,not legible when the drawing is reduced, enlarge it to a size that will be readable when reduced. Chart shall be photocopied, with a pastel transparent color used to show area of coverage for each station. When completed and approved, hermetically seal the chart between two pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection of the irrigation system. Add the following subsection: 308-7.3 Operation and Maintenance Manuals. Prepare and deliver to the Engineer, within 10 calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. Describe the material installed in sufficient details to permit qualified operating personnel to understand, operate, and maintain all equipment. Include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: - 1. 2. 3. 4. 5. Index sheet stating Contractor’s address and telephone number. Duration of Guarantee period. List of equipment, with names and addresses of manufacturer’s local representative. Complete operating and maintenance instructions on all major equipment. In addition to the maintenance manuals, provide the maintenance personnel with instructions for major equipment, and show written evidence to the Engineer at the conclusion of the work that this service has been rendered. Add the following subsection: 308-7.4 Checklist. Complete the following checklist at the end of the project, using the format shown: 1. Plumbing permits (if none required, so note) 2. Materials approval 3. Pressure mainline test (by whom, and date) 4. Record drawings completed (received by, and date) 5. Controller chart completed (received by, and date) 6. Materials furnished (received by, and date) 7. Operation and maintenance manuals furnished (received by, and date) 8. System and equipment operation instructions (received by, and date) 9. Manufacturer warranties (received by, and date) 10. Written guarantee by Contractor (received by, and date) Forward signed and dated checklist to the Engineer before final acceptance of project. 308-8 PAYMENT. Add the following: The lump sum or unit prices set forth in the Contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, maintenance period irrigation water, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting and irrigation work described or specified in the Contract documents, including soil preparation, soils testing and recommended soil amendments, seed and hydroseed slurry, tree stakes, bark mulch, erosion control matting, plant materials, temporary irrigation and permanent irrigation, including reduced-pressure back- flow preventer, ball valves, electric control valves, quick couplers, control wires, pull boxes, ?Q 1108198 Contract No. 3184 Page 241 of 249 Pages valve boxes, all piping and sleeves, electrical conduits, irrigation heads, ‘bubblers, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), installation of controller enclosure, concrete pads, and all appurtenances to the aforementioned items, as well as one hundred (120) days maintenance and project guarantees. After completion of the project, the Engineer will retain Twelve Thousand Dollars ($12,000.00) of the total Contract amount, and will disperse to the Contractor on a monthly basis of Three Thousand Dollars ($3,000.00) per month. The Engineer reserves the right to stop payment until all punch list submitted to the Contractor every month are completed. Add the following subsection: 308-9 RECLAIMED WATER FOR IRRIGATION 308-9.1 General. All work shall done in accordance with the Carlsbad Municipal Water District (CMWD) Reclamation Rules and Regulations for Construction of Reclaimed Water Mains dated 1993. - All public facilities such as comfort stations, drinking fountains, etc. shall be protected from spray by reclaimed water. - -. No ponding, run-off or overspray is permitted. Hose bibs are strictly prohibited On site cross-connections between reclaimed water lines and potable water lines is strictly prohibited. No substitution of pipe materials will be allowed without prior approval of CMWD. All on site pipes shall have warning tape per CMWD Rules and Regulations. The irrigation systems shall run between the hours of 10:00 P.M. and 6:00 A.M. the following morning (spot irrigation could be done at a different time) with qualified supervision personnel on site. Provide a minimum of at least 18 inches of cover over all wiring and piping. Private lots shall be protected from contact from reclaimed water, whether by wind blown spray or by direct application, through irrigation or other approved use. Lack of protection, whether by design, construction practice or system operation, is strictly prohibited. Contractor shall adjust heads to prevent overspraying on all sidewalks, street and private lots. Quick coupling valves shall have a special couple key per CMWD Rules and Regulations. Meters shall be sized by the CMWD. All irrigation pipe shall be stenciled, wlor coded (purple) and laid with warning tape per the CMWD Rules and Regulations. All Potable water and reclaimed water piping shall be installed with the stenciling oriented toward the top of the trench. Contract No. 3184 Page 242 of 249 Pages When a potable water line and reclaimed water line cross, the reclaimed line shall be installed with a protective sleeve. The sleeve shall extend 10 feet from each side, from the center line of the potable line, for a total of 20 feet. A ten foot horizontal separation between potable water and reclaimed water mains must be maintained at all times. The potable line must be installed above the reclaimed line. A minimum of 12 inches of vertical separation between utilities must be maintained at all times. Contractor shall conduct a cross-connection test and coverage test as directed by the San Diego County Department of Health Services prior to any use of reclaimed water. Quick coupling valves used in reclaimed water systems shall conform to the following: 1. Quick coupling valves shall be 1 inch nominal size, #7645, with brass construction and normal working pressure of 150 psi, or Rainbird #44NP. 2. In order to prevent unauthorized use, the valve shall be operated only with a special coupler key with an Acme thread for opening and closing the valve. _ -. 3. The cover shall be permanently attached to the quick coupling valve. It shall be purple rubber or vinyl. 4. Locking covers m required. An annual cross connection inspection will be done by either CMWD or San Diego County Department of Health Services. Copies of inspection report will be fonnlarded to the non-inspecting party. Contractor shall show the location of reclaimed water signs “Do Not Drink” on the plans. An on site user/supervisor shall be designated in writing. This individual shall be familiar with plumbing systems within the property, with the basic concepts of backflow/cross-connection protection, and the specific requirements of a reclaimed water system. Copies of the designation, with contact phone numbers, shall be provided to the San Diego County Department of Health Services and CMWD. Items 8, 19, and 23 above shall be required just prior to the actual use of reclaimed water. Item No. 22, the signage plan, shall be a part of the improvement plan, but the actual signs and tags will be installed just prior to actual use of reclaimed water. 308-9.2 Signage for Reclaimed Water for Irrigation. The following guidelines for the use of reclaimed water are to be permanently posted inside the door of each controller where they are easily visible. Place on 8 1/2”Xll” sized sign, color purple background with black lettering. Guidelines for Reclaimed Water Use. Irrigate between the hours of 10:00 P.M. and 6:00 A.M. only. Watering outside this timeframe must be done manually with qualified supervisory personnel on site. No system shall at any time be left unattended during the use outside the normal schedule. 43 l/08/98 Contract No. 3184 Page 243 of 249 Pages Irrigate in a manner that will minimize run off, pooling and ponding. The application rate shall not exceed the infiltration rate of the soil. Timers must be adjusted so as to be compatible with the lowest soil infiltration rate present. This procedure may be facilitated by the efficient scheduling of the automatic control clocks (i.e. employing the repeat function to break up the total irrigation time into cycles that will promote maximum soul absorption). Adjust spray heads to eliminate overspray into areas not under the control of the customer. For example, pool decks, private patios and lots, and streets and sidewalks. Monitor and maintain the system to minimize equipment and materials failure. Broken sprinkler heads, leaks, unreliable valves, etc. should be repaired as soon as they become apparent. Educate all maintenance personnel on a continuous basis of the presence of reclaimed water. Personnel must be informed that reclaimed water is meant for irrigation purposes only and is not approved for drinking purposes, hand, tool, washing, etc. Given the high turnover rate of employees in the landscaping industry it is important this information be disseminated on an almost daily basis. It is you the landscape contractor who is responsible for educating each and every one of your employees. dbtain prior approval of all proposed changes and modifications to any private-on site facilities. Such changes must be submitted to and approved by the District Engineering Office and designed in accordance with District standards. All reclaimed water sprinkler control valves shall be tagged with identification tags. Tags shall be weatherproof plastic, 3”X4”, purple in wlor with the words “WARNING RECLAIMED WATER - DO NOT DRINK” imprinted on one side, and ‘AVIS0 - AGUA IMPURA - NO TOMAR” on the other side. Imprinting shall be permanent and black in color. Use tags as manufactured by T. Christy Enterprises or approved equal. One tag shall be attached to each valve as follows: 1. Attach to valve stem directly or with plastic tie-wrap, 91 2. Attach to solenoid wire directly or with plastic tie-wrap, a 3. Attach to valve cover with existing valve wver bolt. All Sprinkler heads shall be identified as reclaimed water sprinkler heads. Each Automatic controller and its associated equipment shall be identified with a sign bearing the words ‘RECLAIMED WATER USED FOR IRRIGATION” in English and Spanish, with black letters 1” high on purple background. The sign shall be placed so that it can be readily seen by any operations personnel utilizing the equipment. 308-9.3 Inspection Procedures. The following inspection procedures are provided for information to the Contractor to facilitate smooth construction, maintenance and turnover of the facilities. pa l/08/98 Contract No. 3104 Page 244 of 249 Pages District Construction inspection shall include: 1. 2. 3. 4. 5. 6. 7. Location of pipe lines. Trench depth. Required separation (horizontally and vertically). Pipe identification and points of connections. Location and identification of sprinkler heads. Warning signs at the site and on the trucks hauling reclaimed water (if reclaimed water is used for construction). An approval letter regarding the inspection of the project shall be obtained from the District, and be forwarded to the County Health Department prior to final inspection approval. District final inspection shall include: 1. Coverage test, after completion of the sprinkler system to determine the adequacy of coverage on the approved use area and protection of areas not approved for receiving reclaimed water. - -. 2-. Warning signs and labels. - 3. Quick coupling valves. 4. All aspects of the irrigation conditions including windblown spray, runoff, and ponding. 5. Required protection of all residential areas. 6. Required protection of wells, streams, reservoirs, etc. 7. Cross connection. Annual inspection shall include a complete inspection which should cover part a. and part b. of the above District final inspection. SECTION 309 - MONUMENTS . . 309-l DESCRIPTION Modify as follows: After the word ‘plans”, add the following: in accordance with the Regional Standard Drawings. 309-2 MATERIALS Modify as follows: Delete the second paragraph, and replaced with the following: Monument markers shall be as approved by the Agency and furnished by the Contractor. 3094 PAYMENT. Add the following: The unit price paid for M-10 survey monuments shall include full compensation for all work involved in furnishing and constructing (installing) the survey monuments, including the necessary excavation and backfill as shown on the plans or directed by the engineer. v# l/08/98 Contract No. 3184 Page-245 of 249 Pages SECTION 310 - PAINTING 31 O-5-PAINTING VARIOUS SURFACES 310-5.6 Painting, Traffic Striping, Pavement Markings, and Curb Markings. Delete Section 310-5.6 and substitute as follows: Traffic signing, striping, and pavement marking shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications, January 1992, Sections 56, 82, 84, and 85; only insofar as they relate to construction materials and methods and the State of California Department of Transportation Traffic Manual, all as supplemented and modified herein. All requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full force.and shall not be superseded by the State Standard Specifications. The Contractor is responsible for all signing and striping. All signing and striping is subject to the approval of the City Engineer or his representative, prior to installation. Striping shall be repainted two weeks after initial painting. Exact location of striping and stop limit lines shall be approved by City _Engineer or his representative prior to installation. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Any debris shall be promptly removed by Contractor. All pavement legends shall be CalTrans metric stencils. Contractor shall verify with City Inspector that stencils match the City of Carisbad stencils prior to installing pavement legends. Prior to final acceptance of street improvements, all street striping and stenciling within the perimeter of construction project will be restored to a “like new” condition, in a manner meeting the approval of the City Inspector. All median noses shall be painted yellow. Fire hydrant pavement markers shall conform to the latest CalTrans Traffic Manual and San Diego Regional Standard M-l 9. All existing signs within the project limits shall be removed except for the ones being relocated per these Plans. When a sign is attached to a pole it shall be mounted using a standard city mounting bracket with straps. Any deviation from these striping and signage plans shall be approved by the Engineer prior to * change in the field. Existing signs removed by the Contractor shall be delivered by the Contractor to the City of Community Services Department yard at 405 Oak Avenue. Stop signs shall not be removed until traffic signals are operational or until directed by the City Engineer or his representative. Where R7 sign and Type N-l marker are to be installed in a 2-foot wide median nose the R7 shall be 18”x24” and the N-l shall be 12”x12”. ?3 1 toa/96 Contract No. 3184 Page 246 of 249 Pages All signs shown on the these plans shall be new signs provided and installed by the Contractor except those signs specifically shown as existing to be relocated or to remain. Striped crosswalks shall have 10’ inside dimension unless indicated otherwise. 310-5.6.10 Measurement and Payment. Modify as follows: Delete the first sentence and add the following: Final striping, curb markings, signage, pavement markings, pavement markers, and traffic signs as indicated and required shall be included in the Lump Sum price bid for final signing and striping, and no additional compensation will be allowed therefor. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the traffic signing and striping. Add the following subsection: 310-6 TEMPORARY TRAFFIC SIGNING, STRIPING, PAVEMENT MARKINGS AND PAVEMENT MARKERS 31 O-6.1 General. Temporary pavement delineation consisting of temporary traffic stripes, temporary pavement markings, and temporary pavement markers shall be applied at the locations shown on the plans. The temporary traffic stripe, temporary pavement marking, and temporary pavement markers shall be complete in place at the location shown, prior to opening the traveled way to public traffic. Temporary traffic stripes shall be applied in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Reapplication of the stripes and markings shall be repainted at the Contractor’s expense. Except as otherwise provided below, temporary pavement markers shown on the Plans shall be, at the option of the Contractor, either of the following removable type temporary reflective raised pavement markers or equal: TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Stimsonite Chip Seal/Temporary Overlay Market (Models 300 and 301), manufactured by John C. Henberger Co., Traffic Safety and Control, San Diego, California, Telephone (619) 292- 5772. Temporary pavement markers shall be placed in accordance with the manufacturer’s instructions. Temporary pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding. Sand or other material deposited on the pavement as a result of removing traffic stripes and marking shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard to trafftc will not be permitted. FQ i toat9a Contract No. 3184 Page 247 of 249 Pages The Contractor may use reflective pavement markers for temporary pavement markers, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section entitled “Pavement Markers” of these special provisions, except the fourteen (14) day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in Section 85-l .06, “Placement”, of the CalTrans Standard Specifications shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Reflective pavement markers used for temporary pavement markers will be paid for as temporary pavement markers. Traffic stripes shall be removed before any change is made in the traffic pattern. 310-6.2 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the Plans and shall conform to the provisions in Section 12, “Construction Area Traffic Control Devices”, of the CalTrans Standard Specifications and these special provisions. Channelizers shall be, at the Contractor’s option, one of the following types, or equal: - -. Type Safe-Hit SH236MA Carsonite “Super Duck” SDF-436 Repo “The Replaceable Post” Manufacturer of Distributor - Safe-Hit Corporation 1930 West Winton Avenue, Building #l 1 Hayward, CA 94545 Telephone (415) 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson Engineer, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 4224420 Channelizer shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 6-1.07, “Certificates of Compliance”, of the Caltrans Standard Specifications. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the pre-qualified design and material requirements approved by the Engineer and were manufactured in accordance with the approved quality control program. At the option of the Contractor, channelizer bases may be cemented to the pavement using hot- melt bitumen adhesive and in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled “Pavement Markers”. 31 O-6.3 Signing. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on Plans and specified herein. Contract No. 3184 Page 248 of 249 Pages 310-6.4 Measurement and Payment. Temporary traffic control, ‘signing and striping, pavement markings and temporary markers, shown on the plans, and directed by the Engineer, will be paid for as a part of the lump-sum cost for temporary traffic control. The lump sum Contract price paid for temporary traffic control, signing and striping, pavement markings and temporary markers shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, maintaining, and removing temporary traffic stripes and pavement markings, complete in place, as shown on the Plans, as specified in the standard specification and these special provisions, and as directed by the Engineer. Full compensation for furnishing, placing, maintaining, and removing the temporary reflective raised pavement markers, used for the temporary laneline and centerline delineation which is not shown on the plans, including the signing specified for “no passing” zones; and for providing equivalent patterns of the permanent traffic lines when required; shall be also considered as included in the lump-sum price paid for that item of work affected. Add the following subsection: 310-7 TEMPORARY RAILING AND CRASH CUSHIONS - 31 O-7.1 General. Temporary railing (Type K) shall be placed, stockpiled and/or relocated at the locations shown on the plans, specified herein, or as ordered by the Engineer, and shall conform San Diego Regional Standard Drawing M-44. Temporary Railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Exposed surfaces of new and used units shall be freshly coated with white paint prior to their first use on the project.. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. Temporary sand-filled crash cushions shall be of the type shown on plans and installed at both ends of the temporary railing (Type K). Temporary crash cushions shall be installed in accordance with CalTrans Drawings Tl and T2. Particular care shall be taken to assure that crash cushions are installed with adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. 31 O-7.2 Payment. Payment for temporary crash cushions, concrete barriers, shall be included in the lump-sum price bid for traffic control, and no further compensation will be allowed therefor. Payment for relocation of K-rails and crash cushions when not shown on the Plans shall be made per Section 3-3, “Extra Work,” SSPWC. ?3 i 1oai98 Contract No. 3184 Page 249 of 249 Pages APPENDIX A U.S. Fish and Wildlife Biological Opinion on Cannon Road (Reaches 1 and 2) - City of Carlsbad January 13, 1998 Terry Dean U. S. ARMY CORPS OF ENGINEERS LOS ANGELES DISTRICT - REGULATORY BRANCH 10845 Ranch0 Bernard0 Road, Suite 210 San Diego, California 92127-2107 ARMY CORPS OF ENGINEERS PERMIT APPLICATION NO. 97-20130-TCD AND 97-20131- TCD (BIOLOGICAL OPINION l-6-97-F-51) The City of Carlsbad has coordinated with the United States Fish and Wildlife Service (Service), California Department of Fish and Game (CDFG) and California Coastal Commission (CCC) to provide conditions that allow for some concurrent impacts. The attached Concurrent Mitigation Option represents the results of this effort. The City would like to formally request the Concurrent Mitigation Option be drafted into the Conditions of approval for the 404 permit. The Service has determined they will not need to re-initiate consultation to allow this condition. The Service has requested your determination on whether the conditions can be added to the 404 permit or request that the Service amend the Biological Opinion. Representatives from the Service, CDFG and CCC have reviewed the wording of the conditions and concur with the current wording. If you have any questions or need additional information, please contact me at 760438-I 161, extension 4427. Sincerely, sh.ui1st.4+-& SHERRI L. HOWARD Associate Engineer C. (with attachments) Public Works Director Assistant City Engineer Traffic Engineer Principal Civil Engineer - Richard Allen Associate Planner - Christer Westman California Department of Fish and Game - John Anderson California Department of Fish and Game - Earl Lauppe California Department of Fish and Game - Tim Dillingham United States Fish and Wildlife Service - Julie Vanderwier United States Fish and Wildlife Service - Ellen Berryman California Coastal Commission - Bill Ponder Attachment: I. Concurrent Mitigation Option 2075 Las Palmas Dr. l Carlsbad, CA 92009-1576 - (760) 438-l 161 - FAX (760) 431-5769 @ Concurrent Mitiaation Option The permittee (City of Carlsbad) shall provide concurrent mitigation for direct impacts to 1.0 acre and 0.73 acre of riparian vegetation in Cannon Road Reaches 1 and 2, respectively, as follows: 1. Mitigation which is to occur concurrent with project impacts shall be performed at a 3:l ratio. As such, the permittee shall provide 5.19 acres of mitigation for 1.73 acres of concurrent impact. 2. A total of 2.17 acres of the required mitigation shall be in form of the creation of vireo-quality habitat and will occur as follows: 1.73 acres in Macario Canyon, upstream from the Cannon Road bridge crossing, and 0.44 acre at the existing Kelly Ranch dirt road at El Camino Real (Figure 1). The habitat creation and monitoring plans (to include at least five years of monitoring, as well as success criteria and contingency measures) must be reviewed and approved by the United States Fish and Wildlife Service (Service) and California Department of Fish and Game. 3. The remaining 3.02 acres of the.required mitigation shall be in the form of restoration of riparian vegetation (establishment of vireoquality habitat, including a-minimum of five years of monitoring, as well as success criteria and contingency plans) within the 186-acre Agua Hedionda Preserve (as described in the P.A.R. prepared by the Center for Natural Lands Management), or other area approved by the Senrice and California Department of Fish and Game. 4. The restoration may occur prior to or concurrent with project impacts, or $114,420’ per acre ($345,548 total) may be paid to an endowment fund for the required restoration of 3.02 acres. Under the latter circumstance, the full amount of these funds shall be placed in an interest-bearing account for the identified restoration efforts. The habitat restoration and monitoring plans (to include at least five years of monitoring, and success criteria and contingency measures) must be reviewed and approved by the Service. Documentation to demonstrate the establishment of this account shall be provided to the Service and California Department of Fish and Game. 5. If, after three years, a suitable owner/manager for the Agua Hedionda preserve has not been identified, the Service shall provide notice to the permittee that they have 90 days in which to proceed with the creation program in another area approved by the Service and California Department of Fish and Game. At this time, the $345,548 would be transferred to the permittee to be utilized for this purpose. l City of Carlsbad estimate of per acre cost of wetland creation including grading, installation. irrigation, 5-year mitigation monitoring, and Syear least Belrs vireo monitoring. J CiN-CjE- 15% 15 : & t-KU1 - -.* : -..- 2 Y-T- : .-. _ f, . . _,. . _._ _. .__ , - 1J >&,ou-Lb*JrD2 r.GL 76043ls69 ?.62/85 _- 1. xaid@om~irb~- wmprjsdWrbdk~rtr3:l ntia n8smd&tb~sbllpwm~s9mmwfdi@hlfbr1.n~d -w 2 -. 3. -‘--.-mm., ..-.- - a-. - ..- *- ---* ----- -’ .--. --. - , _ r; ‘L -.j-37 FPI ii:19 AM rnJ FL iiu. 619 43; 5902 F. ; b. to: Sherry Howard City of Carisbad fax f 760-438-0894 n: Cannon’Road Mitigation date: December 19,1997 PW-: 2, including this coyer sheet - I The Service will not need to re-initiate consultation to add conditions which aliow for mitigation which will occur concurrent with project impacts, rather we can just amend Biological Opinion 1-6-97-F-5 1 to include these conditions. The-most expeditious way for this to be accomplished is for the City to write a letter to the U.S. Army Corps of Engineers requesting that these conditions be added to the 404, and indicating that the Service can amend the BO to include if acceptable. Attached please find the Service’s (draft) recommended wording for these conditions. We have tried to ensure that if, for some reason, a management entity is not found for the X86-acre Agua Hedionda Preserve, the City may still fuifiil their mitigation obligations in an area approved by the Service. Ifyou have any questions, give me (or Eilen Berryman) a buzz. Ili be in the office Monday and Tuesday of next week. . Fmm tha desk of... Julh M. Vmderwhr “.S” m=::zz ?su31-9440 Fmc 760431-9818 United States Department of the Interior FISH AND WILDLIFE SERVICE Ecological Services Carlsbad Field Offke 2730 Laker Avenue West Carlsbad, California 92008 OCT 08 I997 Colonel Robert L. Davis, District Engineer U.S. ~rrny Corps of Engineers, Los Angeles District P.O. Box 2711 Los Angeles, CA 90032325 - .4ttn: Terry Dean, Reguiatory Branch Re: Biological Opinion on the Cannon Road (Reaches 1 and 2) Permit Application No. 97- 20 1 SO-TCD and 97-30 13 1 -TCD? City of Carisbad, CaIifomia (1-6-97-F-5 1) Dear Colonel Davis: This Biological Opinion responds to your request for formal consultation with the U.S. Fish and RFildlife Service (Service) pursuant to section 7 of the Endangered Species Act of 1973, as amended (Act). Your request for consultation was dated April 17, 1997 and received by the Service on .4pril 29. 1997. At issue are the impacts that the proposed U.S. Army Corps of Engineers (Corps) Cannon Road extension (project) may have on the federaily endangered least Bell’s vireo (Fireo bellii pusillus), southwestern willow flycatcher (Empidonax naillii extimus), arroyo southwestern toad (Bufo microscaphus californicus), Pacific pocket mouse (Perognathus longimembris pacifcusj. and De1 Mar manzani ta (Arctostaphylos glandulosa spp. crassifoliaj and the federally threatened coastal Cahfomia gnatcatcher (Polioptila caizjornica californica). Surveys for the Pacific pocket mouse have been completed within Reaches 1 and 2 of the project area. According to the Pacl#cpocket mouse assessment Cannon Road, Reach 1, Ciry of Carisbad, California. prepared by Tetra Tech. Inc. and dated September 13, 1996 and the Results of afield check for Pacific pocket mouse habitat along the proposed ali,onment of Cannon Road and the mouth of Macario Canyon in the Ciry of Carlsbad, prepared by SJM Biological Consultants and dated July 29, 1997, suitable habitat is present for this species, however this species was not detected during surveys. Therefore, the proposed project is not expected to impact the Pacific pocket mouse. According to Tetra Tech, Inc. (unpublished data), surveys for the arroyo southwestern toad were conducted in the project area, but none were detected. .4dditionally, Bill Haas of Varanus Biological Services, Inc. (pers. cornm.), characterized the habitats in the project site as unsuitable for this species. Impacts and incidental take of the federally threatened coastal California gnatcatcher are concurrently being addressed by the Service and City of Carisbad (City) in the context of a special rule pursuant to section 4(d) of the , Colonel Robert L. Davis (l-6-97-F-5 1) 2 ..- Act. Based on the above fmdings. this Biological Opinion will not consider the Pacific pocket mouse, arroyo southwestern toad, or coastal Cahfornia gnatcatcher further. - -. The following sources of information were used to develop this Biological Opinion: 1) the Corps Public Xotice (No. 97-20130-TCD and 97-20131-TCD) for the proposed issuance of a permit under section 404 of the Clean Water Act, dated April 16, 1997; 2) the Final Environmental Impact Report for Reach 1 of Cannon Road, prepared by RECON and dated March 21,1989 (RECON 1989); Z), the Cannon Road Reach 1 Army Corps of Engineers 404 permit application, dated February 13,1997; 4) the Cannon Road Reach 2 Army Corps of Engineers 404permit application, dated February 13, 1997; 5) the Biotechnical Reportfor Cannon Road Reach 2, prepared by Tetra Tech, Inc. and dated January 1996 (Tetra Tech, Inc. 1996a), 6) the Paczf?c pocket mouse assessment Cannon Road Reach I, City of Carlsbad, California, prepared by Tetra Tech, Inc. and dated September 13, 1996; 7) The July 3 1, 1997 facsimile received by the Service regarding the Results of ajeld checkfor Pacific pocket mouse habitat along the proposed alignment of Cannon Road and the mouth of Macario Canyon in the Ciry of Carlsbad, prepared by SJ?vl Biological Cons&ants and dated July 29, 1997; 8) the July - 22, 1997 facsimile received by the Service regarding preliminary results, eniiangered species field surveys at Cannon Road City of Carlsbad, San Diego County, California (Tetra Tech, Inc., unpublished data), 9) the Juiy 14, 199 7 facsimile received by the Service regarding Kelly Ranch least Bell’s vireo locations resulting from biological surveys conducted by Varanus Biological Semites, Inc. (Varanus Biological Services, Inc., unpublished data); 10) the letter from the City, dated February 6, 1997, regarding the Summary of circumstances pertaining to the Cip of Carisbadproject number 31 M-Cannon Road West USACOEpermit number 92-l 94-EW and 8.5 13 r-.Ld; 11) the letter from the City, dated June 23,, 1997? regarding Interim Habitat Loss Permits for Cannon Road West Reaches 1 and 2; city of Carlsbad Project No. 3184; 12) the Service’s Biological Opinion (1-6-92-F-31) to the City, dated -4pril7, 1992; 13) the letter from the City. dated August 12. 1997, regarding Draft Biological Opinion on the Cannon Road (Reaches 1 and 2) Permit Application Xo 97-20130-TCD and 97-20131-TCD), Cily of Carlsbad California (1-6-97-F-j]); 14) the letter from Tetra Tech, Inc. to the City, dated April 18, 1997 regarding .4 survey for De1 Mar marxanita shrubs in Cannon Road Reach 1; 15) the letter from Terra Tech, Inc. to the City, dated April 18, 1997 regarding Survey to delineate wetland and riparian areas that may be aficted by the construction of Cannon Road Reach 1 project; 16) the letter from the City, dated August 20, 1997, regarding Draft Biological Opinion on the Cannon Road (Reaches 1 and 2) Permit Application No 97-20130-TCD and 97-20131-TCD), City of Carlsbad Caltfornia (1-6-97-F-51) Follow-up to August 1 2, 199 7 Letter; 17) the letter from the Civ. dated September 11, 1997 regarding 3 184-Cannon Road West Draft Biological Opinion Application No. 97-20 130-TCD and 97-20 13 1 -TCD, City of Carlsbad California (1-6-97-F-5 1); 18) the letter from the Center for Natural Lands Management to the City, dated August 4, 1997 regarding Ag-ua Hedionda Lagoon Properry Analysis Record (PAR-P036); 19) meetings held berweenthe Corps, Service, Cahfomia Department of Fish and Game (Department), California Coastal Commission, and the City; 20) references cited in this Biological Opinion; and 21) information contained in Service files. PI01 OGIC.41 OPIXION (I O/8/97 filc::consulticmonrd\cannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 3 . It is the opinion of the Service that the proposed project is not likely to, jeopardize the continued existence of the least Bell’s vireo, southwestern willow flycatcher, and De1 Mar manzanita. Critical habitat has been designated for the least BeII’s vireo and for the southwestern wiIlow flycatcher, however the project site does not occur within designated critical habitat for these species. Therefore, the proposed project will not adversely modify designated critical habitat,for these species. DFSCRIPTION OF THE PROPOSED .4CTION T’ne proposed action involves the construction of a four-lane major road (Cannon Road) between Interstate 5 and El Camino Real, as part of the Cannon Road Improvement Project, and consists of Reaches 1 and 2, located on the south side of Agua Hedionda Lagoon in the City of Carlsbad, California (Attachment 1). The project extends a total distance of 1.54 miles, spans a width of 102 feet, and encompasses a combined area of approximately 19.08 acres. Within the 102-foot uide right-of-way, the following project elements will be constructed for each of two directions of travel: two, I’-foot wide lanes, an 8-foot wide bicycle lane, a j-foot wide sidewalk, a 4.5-foot -~ wide parkway, curbs, gutters, streetlights, signage, striping, and drainage fazlities. The proposed project also includes an 18-foot wide landscaped median between the two directions of travel, a bridge spanning over Agua Hedionda Creek, and a bridge spanning over Macario Canyon and its unnamed creek. The applicant is the City and their consultants (Tetra Tech, Inc.). Cannon Road Reach 1 extends 3,450 feet in an east-west direction between LEG0 Drive (formerly Armada Drive) and Macario Canyon, and encompasses a total of 8.1 acres wi+hin its right-of-way. Included in this Reach is the construction of a bridge spanning over Macario Canyon and its unnamed creek. The proposed bridge crossing was previously addressed in Biological Opinion (1-6-92-F-33), dated April 7, 1992. The Biological Opinion discussed the effects of the Cannon Road Reach 1 project on the endangered least Bell’s vireo. The project was also addressed in a previous Corps permit (92-20194-EW) which has expired. The proposed Cannon Road Reach 1 bridge, spanning over Ma&o Canyon and its unnamed creek would be approximately 450 feet in len-gth with separated bridges for each direction of travel. Four piers would be placed in existing wetlands for each bridge, and cement abutments would be placed partially down the slopes immediately below the bridge on either side of Macario Canyon. According to the Cir)‘s .4pplication to the Corps for Reach 1, dated February 13: 1997, the proposed sewer line and associated dirt access road that was outlined in the Final Environmental Impact Reportfor Reach 1 of Cannon Road in the Civ of Carlsbad (EIR 87-Z), dated March 21, 1989 (FEIR) (RECON 1989) is no longer part of the action. No improvements to the unnamed creek in Macario Canyon are required. According to the letter to the City from Tetra Tech, Inc. dated August 18, 1997 and the San Diego Gas and Electric Encina East Property Vegetation and Cannon Road Easement Map, dated May 7, 1997, an additional 0.47 acre of southern willow scrub and an undetermined acreage of freshwater marsh occurs immediately adjacent to the Cannon Road, Reach 1 right-of-way, approximately 1,200 feet south of the Reach 1 bridge. Cannon Road Reach 2 extends 4,700 feet in a northeast-southwest direction between El Camino Real and the eastern edge of Macario Canyon, parallels the southern slope above Agua Hedionda (10/g/97) filc:\consult\canonrdkannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 4 Lagoon, and encompasses a total of 11 acres within its right-of-way. Reach 2 of the project was subject to a previous Corps permit (No. 8520137~AA) issued to Kelly Ranch, which has since expired. Grading and placement of surcharge soil was performed under.this permit between August 27,198.5 and November 14, 1985. Least BelI’s vireo became federally listed as endangered on May 2, 1986, subsequent to the original grading, and therefore no Biological Opinion was prepared for effects of the previous action in Reach 2 to this species. Reaches 1 and 2 were most recently addressed in Corps Public Notice Numbers 97-20130-TCD and 97-2013 l-TCD respectively, dated .4pril 16, 1997. The Corps is the lead federal agency in coordinating the preparation of environmental documents associated with the above referenced action. The proposed action is more completely described within the Final Environmental Impact Report for Reach 1 of Cannon Road in the City of Carlsbad (RECON 1989). The proposed action in Reach 2 consists of excavating approximately one to two feet of fill material (26,500 cubic yards) from the top of the previously graded surcharge area, constructing a four-lane major road, and constructing a bridge, spanning over Agua Hedionda Creek and immediately east of El Camino Real. The Reach 2 bridge, spanning over Agua Kedionda Creek would be 100 feet wide, and consist of a 130-foot long, cast-in-place concrete slab, two bridge abutments, and two piers. Construction of the bridge abutments in and adjacent to wetlands and waters of the U.S. would result in consolidation of alluvial soils in the immediate vicinity of each abutment. Consolidation would result in “squeezing out” excess water from the soil. The excess water would be brought to the surface by use of prefabricated, vertical drains that have a plastic or gravel internal layer wrapped in filter fabric. Vertical drains would be connected to horizontal drains that would transport the excess water to a drain around the perimeter of the embankment and directed to a desilting basin. This is not expected to cause a’draw down of the alluvial aquifer. The water going to the desilting basin should have a very low sediment content since the vertical drains will be &rapped with filter fabric. Peak flows from the perimeter drain will be at a ma..imum of 0.1 gallons per minute per lineal foot of embankment perimeter. No temporary impacts will occur outside of the 102-foot wide right-of-way. For the purpose of the Service’s analysis and Biological Opinion, the action area is considered to encompass the riparian, freshwater marsh. saltwater marsh, brackish marsh, and open water habitats occurring in the Agua Hedionda Creek floodplain immediately to the north and paralleling the 1.54 mile length of Reaches 1 and 2 (approximately 186 acres), the eastern portion of the “inner” lagoon area of Agua Hedionda Lagoon (approximately 40 acres), and the riparian habitat extending 3,500 feet upstream of the Reach 1 bridge, spanning Macario Canyon and its unnamed creek (approximately 28 acres), and all coastal sage scrub and maritime chaparral within the project boundary. The project contains mitigation measures that will be implemented as part of the proposed action. These measures are described in the following documents: FEIR (EIR ST-J), dated March 21, 1989; ‘Revised Macario Canyon Bridge Revegetation Plan, dated August 8, 1989; Maintenance and Monitoring Program for the Cannon Road Reach 1 Mitigation Plan, dated June 1990; Macario Canyon Bridge least Bell’s Vireo Summaq (undated); a December 1 2, 1991 summary letter regarding Cannon Road Reach I - Section 7 IVegoriation, the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997, Appendix A in the Corps 404 permit application for Cannon Road Reach 1. dated February 13,1997; and Appendix A in the Corps (10/8/97) file:\consult\cmonrd\cmnrd.bo2 Colonel Robert L. Davis (l-6-97-F-5 1) 5 101 permit application for Cannon Road Reach 2, dated February 13, 1997. Mitigation measures were also discussed and agreed upon during the June 24,1997 and July 8,1997 meetings between the Service and the City and Corps. A summary of these measures are Iisted below, and will be implemented as part of the proposed action in order to avoid or otherwise minimize potential adverse effects of the action on listed species: - -. 1. Impacts to 3.3 1 acres of wetlands, represented by 2.48 acres of southern willow riparian and 0.10 acre of brackish marsh wetland (total of 2.58 acres) associated with Reach 1 and 0.59 acres of southern willow riparian and 0.14 acre of open water (total of 0.73 acre) associated with Reach 2, will be mitigated at a 1: 1 ratio offsite. The offsite wetland mitigation will consist of excavating existing agricultural lands adjacent to existing wetlands within Macario Canyon, upstream of the Macario Canyon bridge site, for the purpose of restoring wetland hydrology and creating riparian habitat (Attachment 2). Success criteria is intended to be met within one year of initiating creation, and includes structural, composition, and density of plant species, as described in the Conceptual Wetlands Mitigation Plan for Reaches I and 2 of the Cannon Road Extension Project, dated January 1997 and other documents and - meetings referenced above. 2. The riparian mitigation site will be maintained and monitored for a five year period to commence at the end of the initial planting effort. Maintenance and monitoring of the restoration site would be performed four times during the fust year, two times during the second year, and once per year for three subsequent years. A detailed description is provided in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. 3. The riparian mitigation site will receive irrigation for at least one year. -4s agreed upon by the City and the Service during the July 8, 1997 meeting, after one year, the need to continue irrigation will be evaluated based on the overall survival and vigor of the planted material. This measure is discussed within the ConcepruaI Wetlands Mitigation Plan for Reaches I and 2 of the Cannon Road Extension Project, dated January 1997. 4. The riparian mitigation site will include a 100 foot wide band of upland habitat buffering the riparian and wetland habitats in perpetuity. During the June 24,1997 meeting between representatives from the Service and the City, the City agreed to limit active park uses inside the upland buffer. 5. Temporary impacts to riparian and brackish marsh vegetation resulting from construction of haul roads, stockpile and staging areas, work areas extending 150 feet from the outside edge of the Reach 1, Macario Canyon bridge. and construction and fill activities adjacent to riparian vegetation and wetlands located 1.200 feet southwest of the Reach 1 bridge will be mitigated by revegetating and restoring the impact area to the original condition before disturbance. Revegetation will include remedial work such as decompaction and surface treatment of the ground and restoration of natural contours. The revegetation area would be monitored for a period of three years. This measure is further discussed on pages 28-30A of the Final Environmental Impact Report for Reach 1 of Cannon Road in the City of Carlsbad (EIR 87-2), dated March 21, 1989. (I 018197) filc:~.consult\canonrd\cannrd.bo7 Colonel dobert L. Davis (1-6-97-F-5 1) 6. Impacts to occupied least Bell’s vireo habitat north of and parallel to Reach 2 would be reduced by the application of a “tire-noise reducing” close-grade asphalt during the consuuction and maintenance of the road surface. This mitigation measure was mutually agreed to by the City and the Service at the July 8, 1997 meeting on the project. -. 7. Indirect impacts to least Bell’s vireo and southwestern willow flycatcher from vehicle noise and light levels along 2,000 feet of Cannon Road adjacent to Agua Hedionda Creek will be compensated for by contributing $150,000 (12.4% of a total % 1.2 million endowment) referenced in the Property Analysis Record (P.A.R.) (Attachment 3) and prepared by the Center for Natural Lands Management. The City would also fund any ‘outstanding start-up costs described in the P.A.R. that have not been funded by the time of commencement of the construction of the proposed Cannon Road, Reaches 1 and 2. The P.A.R. determined the type and cost of wildlife management practices (including brown-headed cowbird trapping, non-native plant control, human and equestrian access restrictions and trash cleanup) in perpetuity in 186 acres riparian habitat located in the Agua Hedionda Creek floodplain, on - the Kelly Ranch property, and immediately adjacent to the project. This 18&acre site was part of a mitigation package approved under the original Corps permit and has a 22-year irrevocable offer to the Department in fee title. This compensation measure is further discussed in the letter from the Center for Natural Lands Management to the City, dated August 4,1997 and the letter from the City, dated September 11,1997. 8. Impacts to least Bell’s vireo habitat. resulting from night-time street light levels will be reduced by placing shields on light fixtures and directing them away from riparian habitat to prevent illumination or “spillover” onto riparian habitat. This compensation measure was mutually agreed to by the City and the Service in a June 24, 1997 meeting on the project. 9. In an effort to reduce vehicle noise in adjacent riparian habitat in Macario Canyon and its unnamed creek, a solid three foot high sound barrier would be constructed on the north side of the bridge and a solid four foot high sound barrier would be constructed on the south side of the bridge. This mitigation measure was proposed by the City during consultation with the Service for the original Cannon Road Reach 1 project? and was described in measure number 3 in the section titled “Project Description” on page 3 of the previous Biological Opinion (l- 6-92-F034), dated April 7, 1992. 10. Impacts to least Bell’s vireo and southwestern willow flycatcher occupied riparian habitat in Macario Canyon resulting from edge effects would be mitigated by enhancing riparian habitat through the removal of pampas grass within 28 acres of wetlands in Macario Canyon. The first removal effort would be initiated within 12 months after the commencement of the project referenced above. All pampas grass shall be removed within Macario Canyon within 24 months after commencement of the project, and continue for a period of five years., This measure is in addition to the measure associated with the P.A.R., and is tier discussed in the Conceptual Wetlands Mitigation Plan for Reaches I and 2 of the Cannon Road Extension Project. dated January 1997. This time frame for pampas grass removal was mutually agreed to by the City and the Service in a June 24, 1997 meeting on the project. (1 O/8/97) filc:\consul~\culonrd\cannrd.bo’ Colonel Robert L. Davis (1-6-97-F-j 1) 7 11. 1’ -. 13. 14. i5. 16. Impacts to least Bell’s vireo and southwestern willow flycatcher occupied riparian habitat in Macario Canyon resulting kom edge effects would be mitigated by conducting brown- headed cowbird trapping program. The program will result in the placement of five brown- headed cowbird traps within and adjacent to the riparian vegetation. Trapping will take place during the least Bell’s vireo breeding season (March 15 through September 15). The first trapping effort would begin during the first breeding season after the commencement of the project referenced above, and continue for a period of five years. This measure is in addition to the measure associated with the P.A.R., and is further discussed in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. Indirect impacts to Agua Hedionda Lagoon and its adjacent wetlands will be reduced by implementing a sediment and erosion control program. These measures are further discussed in the FEIR (EIR 87-Z), dated March 21, 1989. Indirect impacts to riparian and wetland habitat would be reduced by fencing the right-of-way with a drift fence to prevent erosion and sedimentation. This measure is fu&er discussed in the FEIR (EIR 87-I), dated March 21,1989 and Appendix A in the Corps 104permit application for Cannon Road Reach 2, dated February 13, 1997. Construction will only occur from September 15 through March 15, if the least Bell’s vireo occupies riparian habitats within the project area. This mitigation measure was proposed by the City during the June 24, 1997 meeting between the Service and the City and during _ consultation with the Service for the original Cannon Road Reach 1 project, and was described in measure number 3 in the section titled “Project Description” on page 3 of the previous Biological Opinion (1-6-92-F-54), dated April 7, 1992. Impacts to 2.1 acres of southern maritime chaparral and indirect impacts to De1 Mar manzanita will be mitigated through off-site preservation of 6.2 acres of southern maritime chaparral supporting De1 Mar manzanita. The acquisition of this mitigation land will be finalized within 6 months of the date of this Biological Opinion. This mitigation measure was agreed to in a July 23,1997 telephone conversation between Ellen Berryman of the Service and Betty Dehoney, the City’s consultant. Ms. Dehoney indicated that the City agreed to this mitigation measure, and the Service concurred in a letter to the City, dated July 23, 1997. Indirect impacts to De1 Mar manzani ta will be reduced by placing temporary fencing, barriers, and signage at the construction boundary in the vicinity of this species’ occurrence, to remain during construction activities. This mitigation measure was agreed to in a July 23, 1997 telephone conversation between Ellen Berryman of the Service and Betty Dehoney, the Civ’s consultant, and further described in the letter from the City, dated August 12, 1997 regarding the Dra$ Biological Opinion on the Cannon Road (Reaches I and 2) Permit Application No 97-20130-TCD and P;- 20131-TCD), Cir>, of Carlsbad California (1-6-97-F- 51). ( 1015i97) fiIc~:consult\canonrd\cannrd.bo2 Colonel Roben L. Davis (1-6-97-F-5 1) 8 17. The project will be consistent with the condition of the Habitat LOSS Permit for coastal sage scrub pursuant to the special 4(d) rule for the California gnatcatcher. The City requested this measure in a letter to the Service regarding Interim Habitat Loss Permits for Cannon Road West Reaches 1 and 2; City of Carlsbad Project No. 3 184, dated June 23, 1997. W--ECTS OF THE PROPOSED ACT-ION ON THE J.JS-ED SPECIES Species Account J.east Bell’s Vireo The least Bell’s vireo is a small, olive-gay, migratory songbird that nests and forages almost exclusively in riparian woodland habitats (Garrett and Dunn 1981, Gray and Greaves 1981, - 1Miner 1989). All subspecies of Bell’s vireo (Vireo belliz?, including the least Bell’s vireo, are almost exclusively insectivorous (Chapin 1925) and highly territorial (Barlow 1962, Fitch 1958, Salata 1983a). - -. - Historically, the least Bell’s vireo ranged from Red Bluff, California in the north, to northwestern Baja California, Mexico in the south. The least BelI’s vireo was also known to occur as far east as the Owens Valley, Death Valley, and along the Mojave River. It was described as common to abundant in appropriate riparian habitats (Grinnell and Miller 1944, Grinnell and Storer 1924, Willett 1933). Currently, the species occupies a very small fraction of its former range (Goldwasser et al. 1980, U.S. Fish and Wildlife Service 1986). In 1986, surveys indicated that there were approximately 397 territorial male least Bell’s vireos in the United States. Since that time, legal protection and active management have resulted in an increase in the population. Surveys conducted in 1994 indicated that there were approximately 927 territorial male least Bell’s vireos in the United States. In 1994, approximately 70 percent of least Bell’s vireos were concentrated in just five localities. In 1996, the population of this species was estimated at approximately 1,500 breeding pairs. Least Bell’s vireos generally begin to establish breeding territories by mid- to late-March (Garrett and Dunn, 1981, Salata 1983a, Salata 1983b, Hays 1989, Pike and Hays, 1992). Most breeding least Bell’s vireos depart their breeding grounds by the third week of September, and only a ve? few are found wintering in the United States (Garrett and Dunn 1981, Pike and Hays 1992, Salata 1983a, Salata 1983b). Territory sizes of nesting vireos range in size from one to four acres (Gray and Greaves 198 1). Although the least BelI’s vireo occupies home ranges that typically range in size from 0.5 to 4.5 acres, a few may be as large as 10 acres. In some areas, least Bell’s vireos will also use adjacent upland habitats for foraging (Salata 1983a). Least Bell’s vireo nesting habitat typically consists of well-developed overstories, understories, and low densities of aquatic and herbaceous cover (Hays 1986, Hays 1989, Salata 1983a, Zembal 1984, Zembal et al. 1985). The understory frequently contains dense subshrub or shrub thickets. These thickets are often dominated by sandbar willow, mule fat, young individuals of other willow species such as arroyo willow or black willow, and one or more herbaceous species ( I O/8/97) filc:!consult\canonrd\cannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 9 (Salata 1983, Salata 1983b, Zembal 1984, Zembal er al. 1985). Significant overstory species include mature arroyo willow and black willow. Occasional cottonwood (Populus sp.) and western sycamore (Platanus racemosa) occur in some areas used by the least Bell’s vireo. Coast live oak (Quercus agrifolia) may also make locally important contributions to the overstory. As much as 90 percent of the original extent of riparian woodland in California has been eliminated, and most of the remaining 10 percent is in a degraded condition (Dahl 1990). It appears that least Bell’s vireos nesting in areas containing a high proportion of degraded habitat have lower productivity (e.g., hatching success) than those in areas of high quality riparian woodland (Pike and Hays 1992). Additionally, widespread habitat losses have fra_mnented most remaining populations into small, disjunct, widely dispersed subpopulations (Franzreb 1989). Habitat fragmentation negatively affects abundance and disuibution of neotropical migratory songbirds, in part by increasing incidence of nest predation and parasitism (Small and Hunter 1988). - Least Bell’s vireos are sensitive to many forms of human disturbance including noise, night lighting, and consistent human presence in an area. Excessive noise is believed 6 be capable of causing least Bell’s vireos to abandon an area and/or decrease their reproductive success. Greeves (1989) hypothesized that the lack of breeding least BelI’s vireos in apparently suitable habitat was due to human disturbances (e .g., bulldozers, off-highway vehicles, and hiker naveI). He further suggested that buffer zones between natural areas and surrounding degraded and disturbed areas could be used to increase the suitability of some riparian habitat for this species. Because of the decline of least Bell’s vireos (U.S Fish and Wildlife Service 1986), attributable in part to the combined, perhaps synergistic, effects of the widespread destruction of riparian habitats and brood-parasitism by the brown-headed cowbird (Garrett and Dunn 1981), the least Bell’s vireo was listed as endangered on May 2, 1986 (Federal Regisrer 5 1: 16474). Critical habitat for the least Bell’s vireo was designated by the Service on March 4, 1994. Least Bell’s vireo have been regularly detected occupying riparian and adjacent upland habitats in Macario Canyon within and immediately adjacent to the proposed Reach 1 bridge right-of- way during the past decade. For example, biological surveys of Macario Canyon in 1990, 1992, and 199; resulted in detecting this species at the mouth of the canyon (RECON 1990; P&D Environmental Services 1992 and 1993). More recently, surveys conducted on May 19 and 29, 1995 resulted in detecting four least Bell’s vireo in Macario Canyon, with one nesting pair and juvenile located near the mouth of the Canyon (the approximate location of the Reach 1 bridge right-of-way) and one male in riparian habitat east of the right-of-way (Tetra Tech, Inc. 1995). Between April 12 and June 21,1996, one pair of least Bell’s vireo was detected in riparian habitat approximately one-hundred feet east of the Reach 1 right-of-way, and one singing male within the Reach 1 right-of-way (Tetra Tech, Inc. 1996b) (Attachment 4). The most recent surveys of Reach 1 were conducted between May and July 1997, and resulted in detecting one least Bell’s vireo within the right-of-way in Macario Canyon (Tetra Tech, Inc. unpublished data). On July 9, 1997, Jeff Manning of the Service detected an adult male and one juvenile least Bell’s vireo in Macario Canyon within the project right-of-way. (I O/8/97) file:!consult\canonrd\cannrd.bo~ Colonel Robert L. Davis (l-6-97-F-5 1) 10 - -. During the 1995 surveys of Reach 1, individual vireos were also observed foraging in adjacent upland habitats (Tetra Tech, Inc. 1995). This is consistent with the findings of Kus and Minor (1988), which suggests the value of these upland areas for least Bell’s vireo. RECON (1990) elaborated on this topic by suggesting that upland areas adjacent to narrow riparian habitats be considered as part of a least Bell’s vireo territory or biological buffer situated between riparian habitat and a planning buffer (RECON 1990). Biological surveys of the Reach 2 right-of-way and adjacent riparian habitat were conducted by three separate entities. Surveys conducted on June 24 and July 4, 1997 by Varanus Biological Services, Inc., (unpublished data) resulted in locating a population of at least 12- 15 breeding pairs of least Bell’s vireo within the riparian habitat of the Agua Hedionda Creek floodplain (Attachment 5). This survey detected a least Bell’s vireo within 700 feet downstream of the El Camino Real bridge. Terra Tech, Inc. (unpublished data) reported three territorial least Bell’s vireo approximately 0.25 and 0.35 mile downstream of the EI Camino Real bridge, and one as close as 500 feet. These individual least BelI’s vireos within 0.; mile downstream of the bridge were detected during previous surveys conducted in 1996 (Brian Amold of Tetra Tech, Inc., pers. comm.). On July 16, 1997, Jeff Manning of the Service and Tim Dillingham ofae Department detected an adult male least Bell’s vireo adjacent to the project right-of-way within 200 feet downstream of the El Camino Real bridge. This sighting is believed to represent a least Bell’s vireo territory in addition to those detected in the former surveys. The combined survey results referenced above identify a total of 12 to 16 least Bell’s vireo territories in .4gua Hedionda Creek. Thirteen of these breeding pairs are located within 500 feet from the Reach 2 right-of- way, three territories extend into the uplands within the project right-of-way, and at least one nest was detected less than 100 feet from the northern edge of the Reach 2 right-of-way. Southwestern Wiilow Flycatcher The southwestern willow flycatcher is one of four subspecies of the willow flycatcher (Empidonax r raillii) recognized in North America (Hubbard 1987, Unitt 1987, Browning 1993). The southwestern willow flycatcher is a relativeiy small, insectivorous neotropical migrant bird with a whitish throat, grayish-green back, a light olive breast, and a pale yellowish belly. The breeding range of the southwestern willow ff ycatcher includes southern California, Arizona, New Mexico, southern portions of Nevada and Utah, western Texas, southwestern Colorado, and extreme northwestern Mexico (Hubbard 1987, Unitt 1987, Browning 1993). Southwestern willow flycatchers winter in Mexico, Central America, and northern South &nerica (Phillips 1948, AOU 1983). Southwestern willow flycatchers are late spring breeders, typically raising one brood per year. They are generally present and singing on breeding territories by mid-May and fledge young in early July (Willen 1912, Ligon 1961, Brown 1988, Whitfield 1990). Southwestern willow flycatchers are generally gone from breeding grounds in southern California by late August and are exceedingly scarce in the United States after mid-October (Garrett and Dunn 1981). The southwestern willow flycatcher occurs in riparian habitats along rivers, streams, and other wetland habitats where dense growths of willows, Baccharis sp., arrowweed (Pluchea sp.), (I 018197) fiie:‘.consult\c~onrd\cannrd.bo? Colonel Robert L. Davis (l-6-97-F-5 1) 11 buttonbush (Cephafanthus sp.), or other plants of similar structure and form are present (Grinnell and Miller 1944, Phillips 1948, Hubbard 1987, Unit-t 1987, Brown and Trosset 1989, Whitfield 1990, Brown 1991). Overstories in occupied habitats are often composed of willows or cottonwoods (vnitt 1987, Whirfield 1990, Brown 1991). The present existence of smaI1 population segments of southwestern willow flycatchers make the species increasingly susceptible to local extirpation through stochastic events such as flood, fie, brood parasitism, predation, and land development. Habitat fragmentation can negatively affect the abundance and distribution of southwestern willow flycatchers by increasing incidences of nest predation and parasitism (Small and Hunter 1988). Whitfield (1990) found that predation on willow flycatcher nests increased with decreasing distance from nests to thicker edges, suggesting that habitat fragmentation may increase the threat of predation. McCabe (199 1) reported that brown-headed cowbirds lay their eggs in songbird nests closest to the edge of the habitat. - Southwestern willow flycatcher habitat can be degraded and direct disturbances-can result from human activity within or adjacent to riparian areas (Taylor 1986). Blakesley and Reese (1988) found a negative correlation between human activity in riparian corridors and flycatcher abundance. Human activities that can adversely affect flycatchers include excessive noise, night lighting, and consistent human presence in an area. Throughout the known range of the southwestern willow flycatcher, occupied riparian habitats tend to be widely separated. The southwestern willow flycatcher has suffered extensive losses from habitat destruction or modification due to grazing, flood control projects, and other water or land development projects [see, in particular Dahl(l990), Klebenow and Oakleaf (1984), and Taylor and Littlefield (1986)]. The species is additionally affected by a variety of other factors, including brood parasitism by brown-headed cowbirds (vnitt 1987, Ehrlich er al. 1992). Parasitism rates of southwestern willow flycatcher nests have recently ranged from 50 to 80 ’ percent in California (Whitfield 1990, ici. Whitfield and S. Laymon, unpublished data) and to 100 percent in the Grand Canyon in 1992. Mayfield (1977) thought that a species (or population) could probably survive up to a 24 percent nest parasitism rate. Unitt (I 987) reviewed historical and contemporary records of the southwestern willow flycatcher throughout its range and determined that the species had declined precipitously during the last 50 years. He argued convincingly that the southwestern willow flycatcher is faring poorly throughout much of its breeding range, and postulated that the “known southwestern willow flycatcher population in the California range of exfimus consists of 87 pairs” and that the “total population of the subspecies is well under 1,000 pairs; . . . 500 is more likely.” A composite of more current information indicates continuing population declines, poor reproductive performance, and continued threats to most remaining populations (e.g., Brown 1991, Whitfield and Laymon, in lit. 1993). Southwestern willow flycatchers were once considered widely distributed and common in California. occurring wherever suitable habitat existed in the Los Angeles Basin, San Bernardino, Riverside and San Diego Counties. and the lower Colorado River basin (Grinnell and Miller 1944, Unitt 1987, Willet 1913, 1933). Currently in California, southwestern willow (1 O/8/97) fiie:\consult\curonrd\cannrd.bo2 Colonel Robert L. Davis (l-6-97-F-5 1) 12 t- flycatchers exist only in small disjunct groups and have been extirpated from the lower Colorado River (Hunter ef al. 1987, Unitt 1987, Rosenberg et al. 1991). Due to the decline,’ the southwestern willow flycatcher was listed as endangered on February 27, 1995 (Federal Register 60: 10694). In addition, critical habitat was proposed for this species on February 27, 1995 (Federal Register 60: 10694) and designated on July 22, 1997 (Federal Regisrer 62: 140). -. During the least Bell’s vireo surveys of the riparian habitat in and adjacent to the Reach 1 right- of-way in Macario Canyon conducted on June 7,1996, two individual southwestern willow flycatchers were observed approximately 200 feet upstream from the right-of-way (Tetra Tech, Inc. 1996b). Comprehensive surveys were not completed in 1996 to determine their nesting status, however they were suspected to be transitory (Ten-a Tech, Inc. 1996b). Two individual southwestern willow flycatchers were observed during surveys conducted by Karen Miner on May 3 1, 1997 and June 6, 1997, however these birds were not observed during subsequent surveys conducted on June 27 and July 11,1997 (Tetra Tech, Inc., unpublished data). No southwestern willow flycatchers were detected during non-intensive, spot surveys conducted in the riparian habitats of the Agua Hedionda floodplain during June 24,1997 and July 4, 1997 biological surveys conducted by Varanus Biological Services, Inc.). Bill Haas oTVaranus Biological Services, Inc. reported that riparian habitat in the vicinity of Agua Hedionda Creek is suitable for southwestern willow flycatcher, and is possibly important as a migratory stopover location (Varanus Biological Services, Inc., unpublished data). To date, the nearest breeding southwestern willow flycatchers are located along the Santa Margarita River on Camp Pendleton, and possibly along the San Luis Rey River, near Interstate 5 (Varanus Biological Services, Inc.. unpublished data). De1 Mar Manzan& De1 Mar manzanita is a shrub species in the Ericaceae family and is endemic to the coastal region of southern San Diego County, California and northern Baja California, Mexico. It is a component of southern maritime chaparral. Roberts (199;) estimates that 88 percent of the remaining 2,500 acres of southern maritime chaparral in San Diego County provides habitat for De1 Mar manzanita. De1 Mar manzanita is restricted to sandstone terraces and bluffs from the City of Carlsbad south to Torrey Pines State Park, extending inland on De1 Mar Mesa and into the community of Ranch0 Santa Fe, San Diego County, California. The majority df the populations occur within four miles of the coast. The population of De1 Mar manzanita in San Diego County has declined by approximately 50 percent since 1982; approximately 7,500 to 8,700 individuals remain within 25 populations in San Diego County (Roberts 199;). De1 Mar manzanita was federally listed as endangered on October 7,1996 (61 FR: 52370) due to substantial habitat reduction and fragmentation of southern maritime chaparral habitat, declining numbers of individuals, and the inadequacy of existing regulatory mechanisms to adequately provide for the conservation of the species. Critical habitat has not been designated for this species, and a recovery plan has not been adopted. .4 detailed account of the status. distribution, taxonomy, ecology, and reproductive characteristics of De1 Mar manzanita is presented in the final rule which is hereby incorporated by reference. (1 O/8/97) tile:~consult\canonrd\cannrd.bo2 / I Colonel Robert L. Davis (l-6-97-F-5 1) Based on information provided in a letter from the City, dated June 23, 1997,3.1 acres of southern maritime chaparral is present within the direct impact area of Cannon Road the Reach 1. A vegetation map titled “San Diego Gas and Electric Encina East Property Vegetation and Cannon Road Easement Map,” dated May 7,1997 and the letter to the City from Tetra Tech, Inc., dated Plugust 18, 1997, indicate the locations of two individual De1 Mar manzanita plats present in southern maritime chaparral directly adjacent to the proposed grading footprint for Cannon Road. AN.41 IS OF IMPACTS Direct Impacts One least Bell’s vireo breeding territory lies within the project right-of-way in Reach 1, Macario Canyon. Construction activities for the Reach 1 bridge, spanning over Macario Canyon and its unnamed creek, including grading and filling, will result in the direct, permanent loss of 1 .O acre of riparian habitat. An additional 0.9 acre of riparian habitat will be permanently Iost based on the RECON (1989) analysis that determined that no vegetation is expected to gr5w beneath the bridge structure. The total direct, permanent impacts within Reach 1 are the loss of 1.9 acres of vireo habitat (1.8 acres of southern willow riparian and 0.1 acres of brackish marsh) and the harm of one breeding pair of least Bell’s vireo occupying ripatian habitat within the footprint of the bridge (Attachment 4; Table 1). Table 1. Cannon Road, Reach 1 impact analysis. Habitat’Species Southern willow riparian Brackish marsh Open water Maritime Chaparral least Bell’s vireo southwestern willow flycatcher De1 Mar manzanita Permanent, direct Permanent, indirect Temporary, direct impacts impacts impacts 1.8’ acres 7.2’ acres 3.1; acres 0.10 acres . 3.10 acres 3’ acres 0 1 breeding pair’ 1 breeding pair’ 1 breeding pair4 0 3 individuals , 0 0 0 0 1.8 acres of riparian (Corps permit application). ’ Edge effects including noise impacts to least Bell’s vireo and increased human access within this acreage: 500 feet (riparian vegetation upstream of bridge) - 200 feet (riparian habitat present downstream of bridge) X 450 (bridge length). Calcuiation based on Caltrans sound level reduction scale, dated May 7, 1997 and minimum car and truck traffk noise levels of 70 dBA Leq. ’ 300 feet (150 feet on both sides of bridge from FEZR 1989) X 450 feet (bridge length). ’ One breeding pair will experience direct, indirect. and temporary impacts resulting from Reach 1. ’ Approximate acreage based on SDG&E Encina East Property Veg. B: Cannon Road Easement Map, dated May 7, 1997. (1 O/8/97) filc:\consul~\canonrd\c~nrd.bo2 Colonel Robert L. Davis (l-6-97-F-5 1) 14 The estimated, temporary construction impact area for the Reach 1 bridge, spanning over Macario Canyon and its unnamed creek is 150 feet to either side of the bridge (RECON 1989). This construction area would result in a direct, temporary impact to one breeding pair of least Bell’s vireo through the temporary desuuction of 3.1 acres of southwestern wiIlow riparian (Table 1). The destruction of riparian vegetation would harm the breeding pair of least Bell’s vireo through the temporarily removal foraging, roosting, and nesting habitats from the territory. The construction of Reach 1 will also result in the direct loss of 3.1 acres of southern maritime chaparral and is expected to impact two individual De1 Mar manzanita plants. Due to the close proxirniy of the m&ta to the proposed direct impact area, this species may be inadvertently impacted during grading and other construction related activities. - -. Attachment 5 shows the location of three least Bell’s vireo breeding territories within the A_gua Hediondo Creek floodplain that encompass portions of upland habitat within the Reach 2 right- of-way (Varanus Biological Services, Inc., unpubiished data). All of these territories were considered to be breeding territories by Varanus Biological Services, Inc. (unpub&shed data). Three of these territories extend into upiand habitats (mulefat scrub and coastal sage scrub) within the Reach 2 right-of-way. Consuuction of Reach 2 includes the removal of up to two feet of upland soil, placement of cement and asphalt, and placement of electrical and drainage faciiities within the 102-foot-wide right-of-way graded in I989 under the or@nal Corps permit. These construction activities will occur in Reach 2 from El Camino Real along a 2,000-foot distance ‘in a westerly direction, paralleling the adjacent riparian habitats of Agua Hedionda Creek. Tnese activities will result in the harm of three pairs of least Bell’s vireos occupying territories comprised of riparian. wetland. and upland vegetation adjacent to the Reach 2 right-of- way and upland habitat patches’within the Reach 2 right-of-way (Attachment 5; Table 2). The destruction of these habitats documented by the Service to be utilized by the least Beil’s vireo Lvould result in the permanent removal of vegetation that may be essential as foraging, roosting, and nesring habitat in each of these three least Bell’s vireo tenirories. Table 2. Cannon Road, Reach 2 impact analysis. Habitat/Species Permanent. direct Permanent, indirect Temporary, direct Southern willow riparian . Brackish marsh Open water Maritime Chaparral least Bell’s vireo southwestern willow flycatcher De1 Mar manzanita impacts 0.59’ acres impacts 23” acres impacts 0.14 acres 0 0 0 3 breeding pairs 14 breeding pairs’ 0 not disclosed not disclosed not disclosed 0 0 0 ’ 0.16 acres (willow scrub from 404 permit application) - 0.43 (disturbed riparian scrub Tom 404 petmit application). ’ Edge efG-- .,.Js inciuding noise impacts to least Bell’s video and increased human intrusion within this acreage: 500 feet jriparian vegetation adjacent to Reach 2) X 2,000 feet (length of Reach 2 with riparian vegetation adjacent to (LO/8/97) tiic:~.consult\cmonrd?culnrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 15 it). Calculation based on Caltrans sound level reduczion scale, dated May 7, 1997 and minimum car and truck traffk noise levels of 70 dBA Leq. 3 Includes three breeding pairs that would experience permanent, direct impacts resulting kom Reach 2. Reach 2 also includes the construction of a bridge spanning over Agua Hedionda Creek. These construction activities would result in the direc& permanent destruction of 0.59 acre of southwestern willow riparian and 0.14 acre of open water (Table 2). The construction of this bridge is not expected to result in direct impacts to least Bell’s vireo and southwestern willow flycatchers. No permanent or temporary impacts to riparian, wetland, and least Bell’s vireo territories are expected to occur outside of the 100 foot wide footprint of the Reach 2 bridge extending over ,4gua Hedionda Creek. To minimize effects of the Cannon Road Reaches 1 and 2 project on least Bell’s vireo and southwestern willow flycatcher, the City proposes to perform construction activities outside of the nesting season of these two species if they occupy riparian habitat along .4gua Hedionda Creek and in Macario Canyon. Indirect Impacts Based on the California Department of Transportation’s (Caltrans) table titled “Reducrion ofA- scale sound level at various distances from a vehicular “line source, ” relative to SO fr distance, using the drop-of/rate of;. 0 dBA per double distance” (Caltrans sound level reduction scale) (.4ttachrnent 6) and an estimated minimum vehicular noise level of 70 dBA for this project (based on expected traffic type and volumes described in the FEIR 1989), it is estimated the vehicular noise levels would exceed 60 dB.4 Leq up to a distance of 500 feet out from the project right-of-way. Noise above 60 dBA Leq is beiieved to be capable of disrupting normal behavior of this species. Noise from vehicles may interfere with courtship behavior or cause temporary or permanent abandonment of the nesting territory. Excessive noise can mask the song of a male rireo, thereby inhibiting his chance of attracting a mate. A response of a male least Bell’s vireo in attempting to establish territory or a pair of vireos trying to maintain a territory while exposed to excessive noise for a prolonged period can be the abandonment of a nesting territory. Excessive noise can also mask the presence of predators of the least Bell’s vireo. The proposed Reach 1 bridge, spanning over Macario Canyon and its unnamed creek will result in an indirect impact to one breeding pair of least Bell’s vireo occupying riparian within 7.2 acres of riparian willow habitat through edge effects including harassment associated with car and truck traffic noise and increased human access (Table 1). ru’oise impacts to southwestern willow flycatchers is currently less studied than that of the least Bell’s vireo. To the extent that operations near occupied southwestern willow flycatcher habitat would occur in the breeding season. it is possible that flycatchers would be adversely affected by car and truck traffic noise. Car and truck traffic noise levels associated with the Reach 1 bridge will result in an indirect impact to three individual, non-breeding southwestern willow flycatchers located approximately 200 feet upstream of the bridge within the 7.2 acres of riparian habitat referenced above. These impacts to these species are expected to occur for the life of the project. Reach 2 will indirectly impact 14 breeding pairs of least Bell’s vireo occupying 23 acres of southern willow riparian habitat through harassment associated with car and truck trtic noise (10/8/97)fiic:'.consult\cmonrd\cannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 16 and increased human access (Table 2). These impacts are based on the Caltrms sound level reduction scale (Attachment 6) and these territories being located less than 500 feet from the Reach 2 right-of-way (Attachment 5). Focused surveys for southwestern willow flycatcher were not performed within the 23 acres of riparian habitat that will experience increased noise levels from car and truck traf?ic. Therefore. impacts to this species in Reach 2 cannot be adequately determined. Impacts to this species from car and truck traffic noise are projected to be similar to that of the least Bell’s vireo. - -. The City has incorporated several project features to reduce car and truck noise levels exceeding 60 dBA Leq within adjacent riparian habitat. The City proposes to construct a three foot high sound barrier on the north side and a four foot high sound barrier on the south side of the Reach 1 bridge, spanning over Ma&o Canyon and its unnamed creek. Both barriers will extend beyond the ends of the bridge. Given that the majority of the Reach 2 right-of-way al@tnent abuts riparian vegetation, it was determined that the construction of a sound wall would not be a practicable alternative in reducing ambient noise levels to 60 dBA Leq. The road surface on both Reaches would be constructed with close-grade asphalt to aid in reducing vehicular tire noise. The Service estimates that these project features may aid in reducing car and truck%afYic noise levels to 70 dBA Leq. In addition to noise, it is anticipated that there may be potential impacts to least Bell’s vireo breeding territories associated with street and vehicular lighting. These impacts would occur at the Reach 1 bridge, spanning over Macario Canyon and its unnamed creek the Reach 2 bridge extending over A_gua Hedionda creek, and along the 2,000-foot distance of Reach 2 paralleling Agua Hedionda Creek. Increased background levels of luminescence from street lights and vehicle lights at least Bell’s vireo nest locations may lead to increased predation of eggs or vireo young by predators. The project applicant proposes to place shields on light fixtures and direct them away from riparian habitat to prevent lighting spillover onto least Bell’s vireo habitat. This is anticipated to avoid lighting spillover impacts associated with street lighting. The construction of Reach 1 is expected to indirectly impact the remaining approximately 3 acres of maritime chaparral and two individual De1 Mar manzanita plants through edge effects including increased human access, alteration of natural run-off, and alteration of drainage patterns where this plant species occurs. In addition, due to the close proximity of the manzanita to the proposed direct impact area, this species may be inadvertently impacted during grading and other construction related activities. The Service beheves the impacts described above would not jeopardize the continued existence of the least Bell’s vireo, southwestern willow flycatcher, or the De1 Mar manzanita We present this conclusion because the project sponsor has incorporated significant compensation measures including: 1) replacement through revegetation of any riparian and wetland habitat permanently destroyed by project construction activities at a 1: 1 area ratio prior to construction, 2) replacement through revegetation of any riparian and wetland habitat temporarily destroyed by project construction activities at a 1: 1 ratio within the temporary impact area, 3) the implementation of a cowbird trapping pro-gram, 4) the initiation of a pampas grass removal program 5) the contribution of $150,000 (12.4% of the total endowment cost) and any outstanding start-up costs into a non-wasting, interest bearing account for the purpose of funding (10/S/97) nle:!consult\canonrd\cannrd,bo2 Colonel Robert L. Davis (l-6-97-F-5 1) 17 wildlife habitat management practices in perpetuity within the 186-acre riparian habitat area 6) use of noise barriers on Reach 1 bridge, spanning over Macario Canyon and its unnamed creek to reduce vehicle noise, 7) use of shields on street lights to minimize the “spillover” of light on adjacent riparian habitats, and 8) construction outside of the least Bell’s vireo and southwestern willow flycatcher breeding seasons. Cumulative Fffects Cumulative effects are those impacts of future, non-Federal (State, local government and private) activities affecting endangered and threatened species or critical habitat that are reasonably certain to occur during the course of the Federal activity subject to consultation. Future Federal . actions will be subject to the consultation requirements established in section 7 of the Act and. therefore, are not considered cumulative to the proposed action. Actions that are reasonably certain to occur which will adversely affect the least Bell’s vireo and southwestern willow flycatcher include development of privately owned lands agacent to Gparian corridors that contain either existing or the potential for future quality least Bell’s vireo or southwestern willow flycatcher habitat. Lights, noise, domestic pets, increased disrurbances, probably an increase in cowbird numbers, and loss of adjacent upland buffer and foraging habitat will occur throughout the range of the least Bell’s vireo. The increase of cowbirds throughout coastal Southern California apparently has been the result of the proliferation of suitable cowbird feeding areas, including golf courses, parks, and stables. The Service believes that habitat destruction, cowbird parasitism, and indirect impacts currently limit the distribution and potential expansion of least Bell’s vireos and southwestern willow flycatchers. .Additionally: given the number of unauthorized discharges of fill material and unregulated clearing of riparian vegetation that occur within the range of the vireo, it is reasonable to assume that these activities will continue to result in the destruction of suitable and potential least Bell’s xireo and southwestern willow flycatcher habitat. For example. the Service is aware of one unauthorized activity in Agua Hedionda Creek overlapping the Reach 2 bridge right-of-way that resulted in the grading and removal of approximately 0.5 acre of riparian vegetation. It has recently been reported to the Service that riparian vegetation in Macariq Canyon was pruned adjacent to agricultural fields in 1997. The Service is also aware of hand clearing of mature willow trees and other riparian vegetation on the northern side of the Agua Hedionda Creek floodplain. Tine City has incorporated Macario Canyon in their Master Plan as a major regional active park. Active park uses within Ma&o Canyon and its riparian and wetland habitats include a golf course, ball fields, an amphitheater, and tennis courts. According to the letter from the City, dated August 20, 1997, the City proposes to design a future 14-foot wide golf cart through the riparian habitat in Macario Canyon in the vicinity of the proposed mitigation site for the Cannon Road project. The golf cart path is part of the City’s municipal golf course. Additionally, the City is currently evaluating the location of a new road (Faraday Avenue) that spans the length of Macario Canyon on its northern, upland slope. The Kelly Ranch General Plan includes proposed major developments and roads on the upland slopes along the south side of Reach 2, and the City plans to propose widening of Park Drive along the northern side of Agua Hedionda Creek and (10/S/97) frle::consult\canonrd\oannrd.bo2 Colonel Robert L. Davis (l-6-97-F-5 1) wetlands. These activities are likely to further degrade the values of the riparian and wetland vegetation in Macario Canyon and A,- Hedionda Creek floodplain as breeding and foraging habitat for least Bell’s vireo and southwestern willow flycatcher through lights, noise and disturbances, if not direct habitat loss. The majority of activities anticipated to affect the De1 Mar manzanita within the foreseeable furure are local urban development projects. Proposed projects that are expected to impact De1 Mar manzanita in the City include Carlsbad Municipal Golf Course, Villages of La Costa, and Poinsettia Hills. Two regional conservation planning efforts, the Multiple Species Conservation Plan (MSCP) and the Multiple Habitat Conservation Plan (MHCP) encompass the United States range of this species and include De1 Mar manzanita as a target for conservation. The ultimate result of this regional planning process is subject to the Service’s review, and if successful, such efforts are expected to preclude significant cumulative effects upon De1 Mar manzanita. . - After reviewing the current status of the least Bell’s vireo, southwestern willow flycatcher, and De1 Mar manzanita, the environmental conditions of the project area, the effects of the proposed Cannon Road, Reaches 1 and 2 project, and the cumulative effects, it is the Setice’s biological opinion that the Cannon Road, Reaches 1 and 2 project is not likely to jeopardize the continued existence of the least Bell’s vireo, southwestern willow flycatcher, and De1 lMar manzanita. Critical habitat for the least Bell’s vireo and southwestern willow flycatcher have been designated as described in the species account section, however, this action does not affect those areas1 and no destruction or adverse modification of that critical habitat will occur as a result of the proposed action. We base this conclusion on the following considerations: 1) effect of the action. including avoidance and mitigation measures proposed as part of the description of the action; 2) the importance of Agua Hedionda Creek and Ma&o Canyon to the swvival and recovery of the least Bell’s vireo and southwestern willow flycatcher; and ;) the endangered status of the least Bell’s vireo, southwestern willow flycatcher, and De1 Mar manzanita. With the off-setting measures proposed by the applicant, the significant project-related effe,cts of the proposed action are offset so that the action area is expected to function in a manner that is conducive to maintaining and creating habitats for these endangered species. CIDENTAT TA= Section 9 of the Act prohibits the take of listed species without special authorizations. Taking is defined as harassing, harming, pursuing, hunting, shooting, wounding, killing, trapping, capturing, collecting, or attempting to engage in any such conduct. Harm is further defined to include significant habitat modification or degradation that results in death or injury to listed species by significantly impairing essential behavior patterns, including breeding, feeding, or sheltering. Under the terms of section 7 (b) (4) and 7 (0) (2) of the Act, taking that is incidental to and not intended as part of the agency action is not considered to be prohibited taking under the Act provided that such take is in compliance with this incidental take statement. The stipulations described as reasonable and prudent measures and terms and conditions are non- (I O/S/97) lilc:\consulr\canonrd\cannrd.bo2 Colonel Robert L. Davis (l-6-97-F-5 1) 19 discretionary, and must be undertaken by the agency or made a binding condition of any grant or permit, as appropriate. The Corps has a continuing duty to regulate the activity that is covered by the incidental take statement. If your agency fails to require the City to adhere to the terms and conditions of this incidental take statement, the protective coverage of section 7(o) (2) may lapse. Based on the analysis of direct and indirect effects of the action as described in the preceding section, and including the mitigation measures that have been incorporated into the action, such as limiting consuuction activities within 300 feet of riparian vegetation and keeping construction noise levels below 60 dBA Leq. at 50 feet from the edge of the riparian vegetation between September 15 and March 15, the Service anticipates that the following take may occur during the construction and operation of the project: 1. Zero least Bell’s vireos and zero southwestern willow flycatchers may be killed or injured. - 2. Four (4) pairs of least Bell’s vireo and three (3) non-paired individual southwestern willow _ flycatchers may be taken in the form of harm from construction of the Gannon Road. Reaches 1 and2. 5, Fifteen (15) pairs of least Bell’s vireo, which includes the four pairs mentioned above, may be taken in the form of harassment as a result of indirect impacts associated with vehicle noise and lights once the project is completed and becomes operational. 4. .4pproximateiy 2.63 acres of least Bell’s vireo habitat will be permanently disturbed and 3.1 acres of least Bell’s vireo habitat will be temporarily disturbed from the construction of Cannon Road, Reaches 1 and 2. These numbers are based on the survey results of Tetra Tech. Inc. (unpublished data), Varanus Biological Services. Inc. (unpublished data), and observations from Jeff Manning of the Service. Tinose least Bell’s vireos detected in riparian vegetation adjacent to the Reach 2 right-of-way along a distance of 2.000 feet westward from El Camino Real and those within the right-of-way of the Reach 1 bridge, spanning Macario Canyon and its unnamed creek and the Reach 2 bridge, spanning Agua Hedionda Creek are included. If. during the course of the action, the amount or extent of the incidental take limit is reached, the Corps shall immediately notify the Service in writing as required by 50 CFR 402.14(i) and provide an explanation of the causes of the taking. If the incidental take limit is exceeded, the Corps shall immediately cease the activity resulting in the take, and immediately reinitiate consultation with the Service. Reasonable and Prudent Measures The following reasonable and prudent measures are necessary and appropriate to minimize the incidental take of least Bell’s vireo and southwestern willow flycatcher. Colonel Robert L. Davis (l-6-97-F-5 1) 20 1. 7 -. 3. 4. - -- 5. The take of listed species (least Bell’s vireo and southwestern willow flycatcher) resulting from construction and the operation of Cannon Road, Reaches 1 and 2 shall be minimized. Permanent, direct impact to least Bell’s vireo and southwestern willow flycatcher habitats in Macario Canyon and Agua Hedionda Creek floodplain resulting from comction of Cannon Road, Reaches I and 2 shall be compensated through the creation of riparian habitat at a 1: 1 ratio such that one acre of habitat is created for each acre permanently destroyed. Temporary impacts to least Bell’s vireo, southwestern willow flycatcher, and coastal California gnatcatcher habitats in Macario Canyon and Agua Hedionda Creek floodplain resulting from the construction of Cannon Road, Reaches 1 and 2 shall be minimized. Indirect impact to least Bell’s vireo and southwestern willow flycatcher habitats in Macario Canyon and Agua Hedionda Creek floodplain resulting from the operation of Cannon Road. Reaches 1 and 2 (i.e. car and truck traffic noise) shall be minimized. - The Corps and the City, including all of their agents and contractors, will obtain all applicable state permits to take least Bell’s vireo, southwestern willow flycatcher, De1 Mar manzanita, and to remove riparian and brackish marsh habitats. Terms and conditions To be exempt from the prohibitions of section 9 of the Act, the Corps is responsible for compliance with the following Terms and Conditions, which implement the reasonable and prudent measures described above, and shall insure that the following Terms and Conditions are incorporated into any permit issued for the proposed action. 1. In order to implement Reasonable and Prudent Measure number one, the Corps and the City shall: . 1.1 Ensure that construction activities tithin or adjacent to vireo or southwestern willow flycatcher habitat or within 500 feet of riparian habitat shall be performed outside of the breeding season (September 15 through March 15). Construction outside of the ZOO- foot area shall not exceed noise levels of 60 dBA Leq. measured at 50 feet from the riparian boundary. Activities that may result in clearing riparian vegetation or exceeding 60 dBA Leq. during maintenance of project features in or adjacent to riparian habitat within the project area and at the mitigation site shall be performed outside of the breeding season of the referenced species (September 1 S through March 1 S). 1 3 .- Ensure that a solid, three-foot high sound barrier is constructed on the north side and a solid, four-foot high sound barrier on the south side of the Reach I bridge, spanning Macario Canyon during construction and prior to vehicle use of the bridge. 1 .j Ensure that “close grade asphalt” road surface material is utilized during the construction and maintenance of the road surface on Reach I bridge, spanning Macario Canyon, the Reach 2 bridge, spanning Agua Hedionda Creek, and the entire non-bridge (1 O/S/V) file:\consulr\canonrd\cmud.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 21 - portions of road surface spanning the entire 1.54 mile length of Cannon Road, Reaches 1 and2. 1.4 Authorize the Service to visit the habitat areas on-site to ensure compliance with permit and special permit conditions and the terms and conditions of any applicable ’ biological/conference opinion. The Service will contact and coordinate with the landowner(s) in this regard for all site visits. 2. In order to implement Reasonable and Prudent Measure number two, the Corps and the Ciry shall: 2.1 73 -.- 9’ -. 2 2.4 Ensure that 3.3 1 acres of least Bell’s vireo and southwestern willow flycatcher habitats (2.63 acres for permanent impacts plus 0.68 acre for temporary impacts) are created in Macario Canyon prior to commencement of the above referenced project. The creation site shall be located at the site referenced in Attachment 2 of this Biological Opinion prior to commencement of the above referenced project. This creation_effort shall be in accordance with the grading, planting, irrigation, maintenance, and monitoring plan that is described in the Conceptual Wetlands Mitigation Plan for Reaches I and 2 of the Cannon Road Extension Project, dated January 1997, and the table titled Container plant species for wetland creation for Cannon Road West Reaches I and 2, provided to the Service on June 24,1997 (Attachment 7). Ensure that a 1 00-foot wide biological upland buffer is established on the easterly side of the riparian mitigation site prior to commencement of the project referenced above. Lights within the park shall be designed and placed in such a manner as to ensure no spillage of light within the mitigation site or lOO-foot wide biological, upland buffer. Provide for permanent protection of the riparian mitigation area and its biological upland buffer in Ma&o Canyon as narural wildiife habitat through the establishment of a perpetual conservation easement. The language of the conservation easement shall be approved by the Corps and the Service, and be signed by all parties prior to commencement of the referenced project. The language shaII include the adequate protection of the riparian mitigation site from vehicle trtic and active park uses, including golf and sports-related activities, hiking and bicyding trails, equestrian trails and facilities, and other human-related activities. The conservation easement shall include a statement indicating that the Corps and Service would consider the future, proposed golf cart path, referenced in the section titled “Cumulative effects analysis” in this B.O., if it is determined to be the least damaging practicable alternative under the b( 1) guidelines alternatives analvsis as part of the furure Clean Water Act permit action. It shall also be stated in the co&ervation easement that if the future golf cart path is approved by the Service and Corps, compensatory mitigation would be required under section 404 of the Clean Water .4ct and Section 7 of the Endangered Species Act. Ensure that the riparian mitigation site achieves the intended success criteria prior to commencement of the above referenced project. Success is anticipated to be achieved within 12 months from the initiation of site preparation at the riparian mitigation site, as (!0/8/97 file::consult\canonrd\cumrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 22 z stated in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. Success criteria shall be based on results from quantifying species density and composition and the horizontal and vertical vegetation structure along ten fixed, linear sampling transacts (samphng transacts) spanning the width of the riparian mitigation site on the east-west axis and evenly distributed across the riparian mitigation site along-the northwest-southeast axis. The ten fixed, sampling transacts shall be located on a map, and a copy of the map shall be provided to the Service prior to on-the-ground preparation of the riparian mitigation site. Species density and composition shall be quantified by counting all individuals of each shrub and tree species within 10 feet from the fixed sampling transacts and calculating the densiry of each species for each hansect. Vertical vegetation (height) success criteria (as described in Table 2-l of the Conceptual Wetlands Mitigation Plan for Reaches I and 2 of the Cannon Road Extension Project, dated January 1997) shall be evaluated by measuring the height of all trees within 10 feet of either side of each transect, and calculating the mean separately for each transect. Horizontal vegetation structure (canopy) success criteria for tree and shrub species (as described in Table 3-l of the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2%f the Cannon Road E,xtension Project, dated January 1997) ‘shall be evaluated by performing the “line- intercept” method described by Mueller-Dombois and Ellenberg (1 974) along the ten fixed, sampling transacts. The percent canopy cover shall be calculated separately for each transect. The survival of trees and shrubs shall be determined by counting the number of individual dead plantings throughout the entire site and calculating the percent of the originally planted material that is dead. Monitoring results shall be provided to the Service prior to commencement of the project referenced above and in accordance with the additional time periods described in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. Photographs from permanently fixed photo-documentation sites of the mitigation sire shall be included in all monitoring reports. 2.5 Ensure that ail monitoring reports identify any necessary remedial measures for those portions of the riparian mitigation site that do not meet the success criteria specified in Term and Condition 2.5 of this Biological Opinion and in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 3 of the Cannon Road Extension Project, dated January 1997. 5. In order to implement Reasonable and Prudent Measure number three, the Corps and the City shall: 3.1 Ensure that limits of construction, personnel, and equipment are clearly defined. These clearly defined limits shall include areas identified for construction, staging, and storage; locations intended for defivering, preparing, and dispersing petroleum products (i.e. gas, oil, asphalt), concrete. and other substances hazardous to aquatic life; and places selected for maintenance and refueling of construction equipment and vehicles. These limits of construction, personne!, and equipment shall be identified on a legible map, and provided to the Service and Corps prior to commencement of the referenced project. Construction activity zones and storage areas shali be clearly demarcated on (10/8/97)file:!consult\c~onrd\cannrd.bo? Colonel Robert L. Davis (l-6-97-F-5 1) 23 i site with safety fencing or its equivalent to prevent inadvertent disturbance of sensitive habitats including all riparian, coastal sage scrub, fresh and brackish water marsh habitats. Safety fencing shall be placed prior to construction, and shall not be removed until completion of the project. Safety fencing shall be placed and removed during the non-breeding season of least Bell’s vireo and southwestern willow flycatcher (September 15 through March 15). j.2 Ensure that a drift fence is piaced between construction zones and wetiand, riparian, and other sensitive habitats to prevent sedimentsfiom entering these habitats during construction. Drift fencing shall be placed prior to construction, and shall be removed within 12 months following completion of construction. Drift fencing shall be piaced and removed during the non-breeding seasons for the referenced species (September 15 through March 15). - -- 3.3 Limit all direct disturbance of potential/occupied least Bell’s vireo, southwestern willow flycatcher, and/or coastal California gnatcatcher habitats associated with the project to those areas stipulated in the description of the action. Clearing of zparian vegetation for construction or operations shall not occur from March 15 to September 15 of any calendar given year. Any rip&n, other wetland habitat, or coastal sage scrub vegetation accidentally, temporarily destroyed in the project area, or vicinity of the project area, shall be revegetated within 12 months of the temporary impact. Any riparian or other wetland habitat accidentally permanently destroyed in the project area or vicinity of the project area shall be immediately replaced at a ratio of one acre replaced (through wetland creation) for each acre disturbed or destroyed based on a plan approved by the Service. 3.4 Ensure that all riparian and other wetland restoration sites resulting from temporary impacts are irrigated in accordance with the measure proposed by the City and described in project measure number three in the section titled “Description of the Proposed Action” in this Biological Opinion. Planting specifications, maintenance, monitoring, success, and reporting shall be in accordance with that described in the Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. 2.5 Remove/eradicate/control invasive weeds from all riparian areas directly disturbed by construction or operations for not less than five years from initiation of construction. The following possible weeds shall be controlled at least twice annually (before seed set. as appropriate) so that the total aggregate extent of weed cover does not constitute more than 5 percent of the total area disturbed: Eucalyptus, Arundo, Acacia Ricinus, Rumex, Carpobrotus, Myoporum, Cortaderia, Schinus, Cynodon, Nicotiana, Vinca, Ailanthus, Salsola, Cirsium. Cystisus, Foeniculum, Tamarix, Cynara, Marrubium, Pennisetum, and Centaurea. The goal of weeding efforts shall be to eradicate Eucalyptus, kundo, Ricinus. Cortaderia, Foeniculum, and Tamarix on-site. Weeding efforts shall not impede or preclude native plant revegetation (passive or active) of the area. ( I O/8/97) file:\consult\canonrd\armrd.bo2 Colonei Robert L. Davis (l-6-97-F-5 1) 24 3.6 3.7 3.8 3.9 -- -. Ensure that areas subject to contact with wet concrete shall be de-watered or have surface flows diverted until all concrete is fully set. Catalyzing agents in wet concrete are very alkaline (Sweet 1993) and can easily cause extreme harm to aquatic organisms when in contact with receiving waters. Ensure that no night-time lighting will be used as part of construction or operations in areas of the project that are within 500 feet from least Bell’s vireo and southwestern willow flycatcher habitat. Ensure that all employees/agents of the applicant with responsibilities that affect the action area shall be: 1) informed of the sensitivity of the habitat areas and the presence of the listed and protected species accommodated therein; and 2) instructed as to the content of the Corps permit, this Biological Opinion, and the special permit conditions and terms and conditions delineated herein. Ensure that all construction haul roads shall utilize existing paved and d$t roads. No widening of the existing dirt roads shall be allowed if impacts to native vegetation will occur. 4. In order to implement Reasonable and Prudent Measure number four, the Corps and the City shall: 4.1 Ensure a contribution of $150,000 (12.4%) and payment for any outstanding start-up costs towards the total S 1.2 million endowment for wildlife management practices on the 186-acre site described in the P.A.R. prepared by the Center for Natural Lands Management. These funds shall be placed into an interest bearing account prior to commencement of construction activities for the Cannon Road Reaches 1 and 2 project. Documentation of any outstanding start-up costs shall be provided to the Service and Corps, and funding for these outstanding costs shall be placed into the interest bearing account with the wildlife manage,ment funds. Documentation of establishing the non- wasting, interest bearing account shall be provided to the Service prior to commencement of the construction activities for Cannon Road Reaches 1 and 2. 4.2 Work with the Service, Corps, Department of Fish and Game, and any other interested persons or organizations in obtaining funding for the remainder of the $1.2 million cost for wildlife management practices intended for the 186-acre area. 4.3 Remove pampas ,ms within 28 acres of wetlands in Macario Canyon for a five year period. The first removal effort shall be initiated outside of the breeding season of the least Bell’s vireo and southwestern willow flycatcher (September 15 through March 15) within 12 months after the commencement of the project referenced above. AI1 pampas grass shall be removed within Macario Canyon within 24 months after commencement of the project. Any newly established or resprouted pampas grass within Macario Canyon shall be removed in years 3.4, and 5. (10/8/97)file:konsult!unonrdkannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 25 - 4.4 Conduct a cowbird trapping pro-gram within the Macario Canyon area. This cowbird trapping program shall consist of five traps located in five accessible areas where cowbirds occur. Traps shall be monitored from March to September, and checked once every day. Trapping methodology shall be in general conformance with techniques described in Salata 1983. A scientific collecting permit from the California Department of Fish and Game shaI1 be obtained. Any other bird .species caught shall be released. An annual monitoring report on the trapping effort shaI1 be submitted to the Service by November 15th of each year. 5. In order to implement Reasonable and Prudent Measure number five, the Corps and the City shall: 5.1 If the City fails to comply with any of the measures incorporated into the project to minimize the impacts to federally listed species and their habitats, Reasonable and Prudent Measures, or Terms and Conditions of this Biological Opinion, the Corps shall suspend the 404 Clean Water Act permit until such time as the City is in compliance with the Terms and Conditions of this Biological Opinion. The Corps shall notify the City in a written letter of the City’s non-compliance with the Terms and Conditions of this Biological Opinion. . . Bisposl tion of Sick. Iniured. or Dead Individuals [l] Upon locating a dead, injured, or sick endangered or threatened species specimen, initial notification must be made to the nearest Service Law Enforcement Office [e.g. Torrance (3 10) 984-00623. Care should be taken in handling sick or injured specimens to ensure effective treatment and care in handling dead specimens to preserve biological material in the best possible state for later analysis of cause of death. In conjunction with the care of sick or injured endangered species or preservation of biological materials from a dead animal, the finder has the responsibiliy to ensure that evidence intrinsic to the specimen is not unnecessarily disturbed. [2] The Service’s Carlsbad Office is to be notified within three working days should any threatened or endangered species be found dead or injured during this project. Notification must inciude the date, time, and location of the carcass, and any other pertinent information. Dead animals may be marked in an appropriate manner, photo_eraphed, and left on-site. Injured animals should be transported to a qualified veterinarian. Should any treated animals survive, the Service should be contacted regarding the final disposition of the animals. The Service contact person is Jeff Manning and may be contacted at the letterhead address or at (760) 43 l-9440. Section 7(a)( 1) of the Act directs Federal agencies to utilize their authorities to further the purposes of the Act by carrying out conservation programs for the benefit of endangered and threatened species. The term “conservation recommendations” has been defined as suggestions of the Service regarding discretionary measures to minimite or avoid adverse effects of a proposed action on listed species or critical habitat or regarding the development of information. (10181’971 fiie:~consulncanonrd\cannrd.bo2 Colonel Robert L. Davis (1-6-97-F-5 1) 27 AOU 1983. Checklist of North American Birds, sixth edition. American Omothological Union. Allen Press, Lawrence, Kansas. 877~~. Baird, K. 1989. High quality restoration of riparian ecosystems. Restoration & Management Notes. 7:2 p. 60-64. Barlow, J. 1962. Natural History of the Bell Vireo, Vireo b*. Audubon. Univ. of Kansas Publ. Mus. Of Nat. Hist. 12 (5) : 241-296. Blakesley, J.A., and K.P. Reese. 1988. Avian use of campground and noncampground sites in riparian zones. Journal of Wildlife Management 52(3):399-402. Brown, B.T. 1988. Breeding ecology of a Willow Flycatcher population in Grand Canyon. Arizona. Western Birds 19:25-3 3. Brown, B.T. 1991. Status of nesting willow flycatchers along the Colorado River from Glen Canyon Dam to Cardenas Creek, Arizona. Endangered Species Report No. 20 to the U.S. Fish and Wildhfe Service, Phoenix, Arizona. 54 pp. Brown, B.T., and M.W. Trosset. 1989. Nesting-habitat relationships of riparian birds along the Colorado River in Grand Canyon. Arizona. Southwestern Naturalist 34(2):260-270. Browning, M.R. 1993. Comments on the taxonomy of Empidonax trailhi (willow flycatcher). Wesrern Birds 24: 186-l 94. Chapin. E. 1925. Food habits of the vireos; a famiIy of insectivorous birds. U.S. Dept. Agric. Bull. 1355: l-44. Dahl, T.E. 1990. Wetlands losses in the United States, 1780s to 1980s. U.S. Deparunent of the Interior, U. S. Fish and Wildlife Service, Washington, D.C. 13 pp. Ehrlich, P.R.. D.S. Dobkin, and D. Wheye. 1992. Birds in jeopardy: the imperiled and extinct birds of the United States and Canada, including Hawaii and Puerto Rico. Stanford University Press, Stanford, California. 259 pp. Fitch, H. 1958. Home ranges, territories and seasonal movements of vertebrates in the Natural History Reservation. Univ. of Kansas Publ. Mus. of Nat. Hist. 11(3):63-326 Frmeb, K.E. 1989. Ecology and conservation of the endangered least Bell’s vireo. US. Fish Wild. Serv., Biol. Rep. 89(l). 17 pp. Garrett, K. and J. Dunn. 198 1. The Birds of Southern California: Status and Distribution. Los hgeies Audubon Society. 407 pp. (1 O/8/97) filc:\consult\cmonrdkannrd.bo2 - Colonel Robert L. Davis (1-6-97-F-5 1) 28 Goidw,asser, S.D., Gaines, and S. Wilbur. 1980. The least BelI’s vireo in California: a de facto endangered race. American Birds: 34: 742-745. Gray, V. and J. Greaves. 1981. The rip&n forest as habitat for the Least Bell’s Vireo (Vireo . . . m). Paper presented at the California Riparian Systems Conference, University of California, Davis; September, 198 1. Greaves, J. 1989. USDA Forest Service General Technical Report PSW-110. Pp. 293-298. Grinnell, J. and A. Miller. 1944. The distribution of the birds of California. Pacific Coast Avifauna No. 26. Hubbard, J.P. 1987. The status of the willow flycatcher in New Mexico. Endangered Species Program, New Mexico Department of Game and Fish, Santa Fe, New Mexico. 29 pp. Grinnell, J. and T. Storer. 1924. Animal Life in Yosemite. University of California Press, -. Berkeiey. - Hays, L. 1986. The status and management of the Least Bell’s Vireo within the Prado Basin. California, during 1986. Unpublished report, California State University, Long Beach Foundation. Hays, L. 1989. The status and management of the Least Bell’s Vireo within the Prado Basin, California, 1986- 1989. Unpublished report, California State University, Long Beach. California. . Hunter, W. C., R. D. Ohmart, and B. W. Anderson. 1987. Status of breeding riparian-obligate birds in southwestern riverine systems. Western Birds 18 : 1 O-l 8. Jones, B. 1985. A report on the status of the least Bell’s vireo on the San Diego, Sweetwater, and San Luis Rey Rivers. San Diego County, California. Unpublished Report. Klebenow. D.A. and R.J. Oakleaf. 1984. Historical avifaunal changes in the riparian zone of the Truckee River, Nevada. Pages 203-209 In: California Riparian Systems, R.E. Warner and K.M. Hendrix, eds. Universiry of California Press, Berkeley, California. Kus, B.E. and K.L. Miner, 1988. Use of non-riparian habitats by least Bell’s vireo. In Proceedings of the California Riparian Systems Conference, Sept. 22-24, 1988, Davis, Calif. Ligon, J. S. 1961. New Mexico Birds and Where to Find Them. University of New Mexico Press, Albuquerque, New Mexico. Mayfield. H. F. 1977. Brown-headed cowbird: Agent of extermination? American Birds :1:107-113. (10/819i) filc::consult\canonrd\cannrd.bo2 I Colonel RtiL -.x L. Davis (1-6-97-F-51) 29 McCabe, R.A. 199 1. The Little Green Bird: Ecology of the Willow Flycatcher. Palmer Publications Inc., Amherst, Wisconsin. 171 pp. Miner, K.L. 1989. Foraging ecology of the Least Bell’s Vireo mDusillus. Unpublished Master’s Thesis, San Diego State University, San Diego California. P & D Technologies. 1991. Letter to Fish and Wildlife Service. P&D Environmental Services. 1992. Letter to City of Oceanside, dated June 30, 1992. P&D Environmental Services. 1993. Letter to City of Oceanside, dated September 22, 1993, Phillips, A.R. 1948. Geographic variation in Empidonax traillii. Auk 65507-5 14. . - Pike. J. and L. Hays. 1992. The Status and Management of the Least Bell’s Vireo within the Prado Basin, California, 1986-l 99 1. Unpublished report, California State University, Long Beach Foundation and U.S. Fish and Wildlife Service, LagunaNiguel, California. RECON. 1989. Final Environmental Impact Report for Reach 1 of Cannon Road in the City of Carlsbad EIR 87-2. 86 pp. and Appendices. RECON. 1990. Least Bell’s vireo surveys of Cannon Road Reach 1. Letter dated Juiy 23, 1990. RECON. 1990. Draft comprehensive species management plan for the least Bell’s vireo 228 pp. Rosenberg, S.K., J.A. Gryzbowskii, S.I. Rothstein, M.C. Brittingham, L.J. Petit, and F.R. Thompson. 199 3. Management implications of cowbird parasitism on neotropical migrant songbirds. In: Status and Management of Neonopical Migratory Birds. D.F. Finch and P.. Stangel (eds.), Gen. Tech. Rep. RM-229. USDA Forest Service, Rocky Mountain Range and Experiment Station, Fort Collins, Colorado. Pp. 93-l 02. Salata. L.R. 1983a. Status of the least Bell’s vireo on Camp Pendleton, California. Report on research done in 1982. U.S. Fish and Wildlife Service Contract Report No. 11100-0145- 82, Laguna Niguel, California. 73 pp. Salata, L.R. 1983b. Status of the least Bell’s vireo on Camp Pendleton, California. Report on research done in 1983. U.S. Fish and Wildlife Service Contract Report No. 10181-9373, Laguna Niguel, California. 73 pp. Salata, L.R. 1984. Status of the least Bell’s vireo on Camp Pendleton, California. Report on research done in 1984. Prepared for U.S. Marine Corps, Natural resources Office, Camp Pendleton, California by the U.S. Fish and Wildlife Service, Division of Ecological Services, Laguna Niguel, California. 54 pp. (I 0:5/97) file:\consult\canonrd\cannrd.bot Colonel Robert L. Davis (1-6-97-F-5 1) 30 .*. Salata, L. 1988. Status of the Least Bell’s Vireo at Camp Pendleton, California. U.S. Fish and Wildlife Service Contract Report No. 11100-O 143-82. Laguna NigueI, California. Small, M.F. and M.L. Hunter. 1988. Forest fragmentation and avian nest predation in forested landscapes. Journal of Wildlife Management 52: 123-126. Taylor, D.M. 1986. Effects of cattle “grazing on passerine birds nesting in riparian habitat. Journal of Range Management 391254-258. Taylor, D.M., and C.D. Littlefield. 1986. Willow flycatcher and yellow warbler response to cattle grazing. American Birds 40: 1169-l 173.92563-567. Tetra Tech, Inc., Unpublished data. Facsimile regarding preliminary results, endangered species surveys, Cannon Road, City of Carlsbad, San Deigo County, California Received by the Service and dated July 22, 1997. Tetra Tech, Inc.. 1996a. Biotechnical report for Cannon Road Reach 2. JZmary 1996. Teua Tech, Inc.. 1996b. Letter to City of Oceanside, dated September 4, 1996. Tetra Tech, Inc.. 1995. Letter to City of Oceanside, dated June 7, 1995. Terra Tech, Inc.. 1994. Letter to City of Oceanside, dated September 9, 1994. Unitt, P. 1987. Empidone traillii exrimus: An endangered subspecies. Western Birds 18: 137- 162. U.S. Fish and Wildlife Service. 1986a. Endangered and Threatened Wildlife and Plants; Determination of Endangered Species Office, Region 1, Portland, Oregon. U.S. Fish and Wildlife Service. 1988. Draft Least Bell’s Vireo Recovery Plan. Endangered Species Office, Region 1, Portland, Oregon. Varanus Biological Services, Inc. Unpublished data. Facsimile regarding Kelly Ranch least Bell’s vireo locations. Received by the Service and dated July 14, 1997. Wilbur, S. 1980. Status report on the Least Bell’s Vireo. Unpublished report, U.S. Fish and Wiidlife Service, Region 1, Portland, Oregon. Whittield, M.J. 1990. Willow flycatcher reproductive response to brown-headed cowbird parasitism. Master’s Thesis, Caiifornia State University, Chico; Chico, California. Willett, G. 1912. Birds of the Pacific Slope of Southern California. Pacific Coast Avifauna No. 7. (10/8/97) fk!consult\canonrd\cannrd.bo2 - -. Colonel Robert L. Davis (1-6-97-F-5 1) 31 Willett, G. 193. A Revised List of the Birds of Southwestern California. Paczjk Coast Avifouna. No. 21. Zembal, R. 1984 Santa Margarita River Project, San Diego County, California. Fish and Wildlife Coordination Act Report, United States Fish and Wildlife Service, Laguna Miguel, California. 91 pp. plus appendices (267 pp.). Zembal. R., K. Kramer, and R. Bransfield. 1985. Survey of Vegetation and Vertebrate Fauna in the Prado Basin and the Santa Ana River Canyon, California. Unpubiished report, U.S. Fish and Wildlife Service, Laguna Xguei, California. , (10/8/97 fiie:~.consulthnonrd\cannrd.boZ Projecf Siie Reach 2 p.* cm,.- mb-1.1-r I AiRiS.?T i A t ) Vicinity Mzp ‘q rlticclk cym / 1 j TCZA ;:f5 IIhC. ; NC 5czus I - -. q -.=..-2:=- l , : ,*; - 2 w/ f .z - . . - - . . . . . - . - . l * . . .& 1 - ,- . * - . / i..eny Teresa l~.c?ullLY Dwcror WIG :rillulc :3n.lcl. SULIE !! F.l”M’Vl” ,‘.\ .,i 4:::: 11,367 i\lic .I_., 41-i. 567 4190 11.11, ,I,,,IDr?~.~no, mm .tnda Pace li’lr:’ ,’ :)ln’r:or .I ‘.,,: .-*:y, . :.,. .-,,. \ <I!., ‘> ,::: !\,.I,, c!p.lrc~lao,.conr -etcr H. Bloom -e~zgmnci Duec:or A i : tiexTs .A!wlur :dllls .\n.1. c.: 32-35 ‘!,,F,QI -:,,t.;.d;Gr rraciela Hinshaw ‘WseTcc vci:cgc- idi s. C!lC>W .A\ P~“C ‘~kC7SiiC!d. c.i 33xX ‘i. “L\: $05, 39;.i7icl ‘1 :lll”rJc 7m.r’3m Board of Directors ‘.‘ICI~‘~IICII IVayne S. mite . -3 -:\;i :i ‘.\:.;c::::‘ jr-c:rr DeWitt F. Bowman. CFA “~n.l.nc:.+i C.msurl.mt Larry Eng. Ph.D. cll!rtrlll.l Lh:~arr!rrll “I i,.,: .‘~ G.J,IV Don C. Erman. Ph.D. j /ill ,. :or \v ,<(‘- c \Vl,di ,111 tl : ,,‘-lll,r’ -, ‘~!1:*.‘\.r*N~ n, :.II::<lTPIA Michael WzColIux~ ‘.,< .>11111> i-r,* :.,,<.. Michael Ii. Rerny .(L 111, hllll.l\ n \11111.,~ Douglas A. l.I:nruh iruIn :kY\tq”tr,lt c,, I>,, aI 1111 II<\. ‘h! ,.,, I,‘, -1 !\ .’ Center for Natural Lands Management ‘,z A non-profit organmuon lor the protection & management of natural resources August 4, 1997 _ .--- -_ .-.-_-- - --- --me. . .._* ..-.- :, i.. . : - ‘, ,, / .- , ! : . ‘...‘.,. : - .e*’ I Ms. Sheni L. Howard Associate Engineer ec- 2 ;j pi ) 2c: Engineering Department City of Carisbad .:,,;:.-~‘-~~-‘;:.~~ Y-i ye : 2075 Las p&a Drive --.- .. s. . .__.- Carlsbad, CA 92009- 1576 A& 0 6 1997 Re: .$a Hedionda Lagoon Properry Analysis Record (PAR-PO26) Dear Ms Howard: This letter is being written to establish the assumptions under which the Property Analysis Record (PAR) was prepared, summake the results of that PAR, and describe the terms under which the Agua Hedionda Lagoon propeq (“Property”) should be set aside for the preservation of the riparian forest and coastal marsh. Cameron Barrows (CXLM Southern California Regional Director) and I have had the’opportunity to revie7.v the Property with Jeff’Manning of the USJWS, Ti Dilliigham of the CDFG and you, and have arrived at a budget and endowment requirements necessary to petiorm appropriate management actions to ensure the Property’s resource values are maintained over time. Prouernr Sununarv The Properry contains appro,ximately 156 acres. It is located in San Diego County within the City of Carisbad. Sic&ficant southern willow riparian forest and coastal saltwater marsh habitats are located on the Property which shall be preserved under the mitigation agreement. These habitats are naturally dynamic, and that change may have been acceierated or retarded by altered sedimentation and hydrblogy from surrounding development. Predicting the long term impacts of these changes is difficult without additional research but for the purposes of this P.kR it is assumed that the habitats are sufficiently healthy and robust to be maintained with proper management techniques. An evaluation should be conducted in the near future to ascertain the rates and direction of habitat dynamics as a result of potentially altered sedimentation and hydrolog so managers can react appropriately. Funds for this evaluation are included in the PAR. - The natural habitats inciuded in the Property are currently of sufficiently high quality \ - i. \ \ \ . I . c:‘h?‘4. !‘Prolecrs\C;lr!~bas~ua Hedionda*Qul!~97 , / :; ‘.. Risrs r.c~rl!/. SICII/ ICIIC- nrtrl fnkc cure OJ I~IC Iand -. :. -\ .- . . : - st one pair of light-footed clapper rails in the salt marsh- The immediate threats to the vire~s le habitat destnxtion by illegal migrant farm worker camps, proliferation of exotic .ation, and parasitism from brown-headed cowbirds. ioement S trateeies ss otherwise noted, it is assumed that management strategies will be impiemented by the erty manager. P.4R was deveIoped with the assumption that the habitat owner and manager has not been ally identi5ed. However, an offer of dedication exists to the California Depammt of Fish Game (CDFG). In light of the formai relationship of CDFG with the National Fiih and tlife Foundation (NVF) to hold and manage mitigation endowments, the endowment mpticn was based on ?ii or another private nonprofit organization holding title and lying the funds. A conservation easement dedicated to CDFG or the City should be recorded - the property if a third pq manager other than CDFG will hoid title. CDFG labor rates 2 used. - -~ workers camps wiil be c!eared by the KeiIy Ranch Company. prior to transfer to a land :a,oemenr entity. A seven day inspection period to insure ail camps have been removed should eiuired. Due to the history of camps here, it is likely that workers will attempt to re-establish : camps soon after being removed. Therefore, an active patrolling and eviction action will be lired and this service will need to be contracted out to a quaiified security 6rm. The PAR has nated these costs, assuming that patrolling and enforcement will occur in pairs (for safety) for ral of about 9-10 person hours per week. Cleaning up of new camps will be required and Id be conducted wirh CCC crews. The timing of dean ups wiil need to be coordinated with xcement and eviction actions by the serxity Erm. Clean up hours were estimated on the basis -10 member CCC crews working 200 person hrs / year. Dumpster service will need to be rdinated with dean up actions. exotic piant infestations are currently at a relatively low Ievel compared to other southern fornia riparian forests; .this is therefore a relatively inexpensive time to begin removing the I species. Giant reed (~Inmdo donax), fennel, eucalyptus, pampas grass, castor bean, various :ic palms and agaves, and cockleburr were atI observed on the Property in various stages of anding popuiations. AU of these weeds can and will take over the native riparian plant species, none are utilized as habitat by the vireos. oniy efktive and approved method of removing theses weeds in riparian habitats involves use of the herbicide RODEO, manufactured by Monsanto. In many cases the weeds need to :ut or girdled prior to the application of the herbicide. The PAR assumed the use of CCC type ,vs for cutting; herbicide application should be restricted to only those people licensed to apply licides. This can be contracted out, or the Property manager could be licensed. This work 1 estimated at 250 person hours per year for the fist year, declining substantially each year -eafter. : . . . ‘. .- . -r ;. 2 :e eucalyptus trees at the east end of the Property along El Camino Real may have some raptors and to local people. They are also the source of a large infestation of young ‘he young eucalyptus should be removed immediate!y; The larger trees should be girdled ‘, but not removed so that they still maintain raptor and scenic value. Ieaded cowbirds are new to California habitats over the past century, and native !s, in&ding the vireos, have not deveioped mechanisms for avoiding the cqwbirds’ nest .m. The only effective method for controlling cowbirds inciudes setting traps baited with .birds. The traps require daily checking during the vireos’ nesting season. The PAR 1 ’ three traps be set on the Property and a total of 150 person hours per year needed to 1 the traps. gs, cats and red foxes can decimate native animal populations in restricted coastal especially ground nesting birds such as light-footed ciapper rails. ,One of the most : and cheapest ways to control non-native predators is to maintain a healthy coyote on. The creation of habitat corridors to surrounding natural habitats is essential to tig coyote populations. - _~ - -h corridor creation is beyond the scope of the P.AR fencing surrounding the Property is le PAR’s scope and that fencing must be porous to coyote movement. The Center ; a 6’ post and three strand cable fence in areas where coyote movement is desired. It is :o coyotes, attractive, and durable. This s@e fencing would be installed along Park Drive. no Real is an access point for trespassing workers and a dangerous road for wildlife =?t, so a non-porous chain-link fence is recommended there. Based on discussions on -site, -2 that was funded through this endowment would occur on Cannon Drive. :;e!opment wiil be !imited or non-existent within the Property. The impact on the PAR .s to whether or not trail development and maintenance is included or not is minor. It is x that the surrounding community understands and supports the Protection of this :. Without that support there will be a continued erosion of habitat values along the I’ mar-gin from illegal dumping, trespassing and uncontrolled pet use. With local supper, her of concerned “eyes” for patrolling, and controlling trespassing and farm worker roiiferation wiIl increase by orders.of magnitude. For this reason the PAR inciudes time for community outreach, production of interpretive literature, and limited trail , ment along Park Drive. lter recommends property evaluation or “walk thorough’* a madmum of seven (7) days transfer of title to which ever entity may assume ownership of the site, to ensure nce with commitments by Kelly Ranch Company. This would also ensure that new .s have not arisen just prior to the transfer of title. R includes annual monitoring of both the vireos and the rails. It is critical to foilow those .ons over time and document changes if they occur. The Properry,managers will have no 7 .... . * . . 5.. ., s . . .; . . . ‘x&.+. >- m.\‘. . ...’ _, . . . _ - _ ‘_. ,, -_ . : - ‘,..-‘.+ I - P-; ,f;.Y.~.,, ~, j :.y- .&. - ’ 1, ;. *-.. .,-.. . _. ._ ,’ . . . _,. ..y;,- C. _.. . ..-.,“.>.sr -5yec:~:Cdfbc&lguu .Cltcmndu 2 ., ,, ., ” - ” _..’ :ool to evaluate the impacts of management actions or “flag” to dictate when additional ; are required. The proposed monitoring would be limited to tenitory mapping and may : biologists certified to monitor those species. ItaI hours for the propercy manager to complete mana_eement strate_eies would equal timate!y one quaRer of a person’s time. Office and travel costs, as well as administrative were scaled to that percentage. Zstimates ‘.U estimates for management costs an endowment required to provide those fbds are led to this letter. included in this estimate are overhead costs of 22/o, which is less than that -ed by state agencies (26-32’ 0) but similar to what the Center or other nonprofits would re. We recommend that the endowment be held and invested by the National Fish and ife Foundarion which could provide a relatively secure investment program at returns Iarable to those included in this P-AR. Stare and federai agencies are often restricted to lower and lower rerum options for investing endowments. Those returns would not have interest ns on the proposed endowment necessary to provide the annuai management funds, nor .d tie interest be-able to keep up with infIation rates. Over time, the endowment would be ;oTund less and Iess management. By choosing lower interest return oprions the endowment - .d have be increased to meet management needs. PAR cost esrimates have two parts: (I} a cash amount to cover iniriai and capitaI expenses as a management plan, initial fie!d evaluations, setting management and accounting systems, 3 legal and contingency fund; and (2) a trust amount to cover on-going costs. The trust must ;Ifficienr to provide income coverirq the cost of mana,oe.ment of the property, inflation, and : management fees. In consuitation u;irh trust managers, we have used a 30-year history of :ges in the consumer price index, bond returns, stock aporeciation and yields assuming a . ‘riced porrfoiio to determine our estimate. We will be happy to review this data with you .g with our manage.ment cost assumptions and charitable contribution criteria and guidelines. uming that the funds are paid at the time of the Iand dedication, the perpetual management of consened habitat would involve the following amounts: . Initial Year Costs (Year I) S 64,706 Ongoing Annual Costs Following Year I s 52,438 He!d in Trust (Endowment) S 1,048,557 Total Contribution S 13213,263 a per acre basis, permanent stewardship is equal to S2S2 per year in current dollars. This amount I be derived from the one-time endowment $5,637 per acre. .-. :. _... ” 1:: . . . : . . -’ .-. --- : ,; .: ,_ y.. . _...,. .;.’ ‘. ., _.: : . . . . . I.. . 1: :c. I.-. ,. - .- ‘-0. .+c;; 1 :,:.;; . :I:‘” ,... / -;*.- :~~. I.. _ : _‘_ ;’ ,. 1, ,_ ,,: *( “,- ... 1 ‘.. ,y..- .’ _ a.c6.! Iproiec:s;Carkbad!-tgua iiedionda 4 . . . : ,‘.Me.?.+ s _ ,. _‘.._ -. . .‘., . . -. If there are any chan_ees or if you desire other information or services, please contact me at the -. number above. Thank you for your assistance 5th this project. I look forward to working with you on this project to conserve this significant ecological site within the City of Carlsbad. -. -. C. c. enclosures c. I -. ,- -1 C. C: : wp6.1 lpro~ecrsICurisbadj&pa Hedionda 5 Property Analysis Record 1.0 oamm97 pugc 1 PROJECT DATA Project Title: Cartsbad's Agua Hedionda Cr PAR (0: CARLSRDl Prepared by: Address: City: Cameron Barrows CNLH P.O. 80x 188 Thousand Palms, CA 92276 Preparation Oar-s: 07/17/1997 Telephone: 760 X3-1UL U.S.G.S. Wad: Management Type: Ownership Location/Jurisdiction: City of Cartsbad county: San Oiego Acres: 186.00 Project status: Start Date Completion Status/Notes Construction: / I I I Restoration: / / I I Stewardship: / I I / Owner : Kelly Ranch Organiration: Address: city: E-nai 1 address: Project Proponent: Contact: Sherry Houaid Organiration: City of Carlsbad Address: City: Carlsbad, CA E-nail address: Consultant a?: Jeff Manning Organization: USFUS Address: City: Carlsbad, CA E- Hai 1 address : Telcphcne: Fax: Telephone: 760 4X-1463 x&L27 Fax : Telephcnc: 760 L31-9440 Fax: Consultant a2 Tim Dillingham Organization: CDFG Address: Telephone: 619 467-4204 City: San Diqo, CA Fax: E-hail address: The Center for Natural Lands Management prepared this software to assist conservation planners develop the management tasks and costs of long-term stewardship: While the sources are thought to be reliable, the Center makes no representations about the accuracy of cost estimates. The date of the cost information is 1993. The operation of the program is not guaranteed by the Ccnter. Ranagement requirements are determined by the user. Users should consult with their own financial advisors before relying on the results of their analysis. <<<Format by the Center for Matural Lands tlanagement>>> 1808 Tribute Road Suite 8, Sacramento, CA 95815 - Property Analysis Record 1.0 Q0iQLi1997 Psge 2 PURPOSES FOR PRESERVATION _ zroperty Title: Carl&ad's Agua Hedionda Cr PAR ID: CARLSBDl RANK APPLICABLE AGENCY PERMITS SUtltlARY ME/IO -. RANK OTHER PURPOSES FOR PRESERVATION SUI'WARY REM0 C. -- c- ?-- <<<Format by the Cmter for Natural lands Management>>> 1808 Tr'ibute Road Suite 8, Sacramento, CA 95815 Property Analyst5 &cord 1.0 WO~11997 Page DOCUWENTS AND REFERENCES Property Title: Cartsbad's Agua Hedionda Cr PAR ID: CARLSED? 3 / DOCUt!ENT/REFERENCE CONTACT PHONE DATE RCV'D / . <<<Format by the Center for Natural Lands f4anagement>>, 1808 Tribute Road Suite 8, Sacramento, CA 95815 -. -. -- -- c- c- -. C -. ProoerTy Property Ti e: Carlsbad's Agua Hedionda Cr PAR ID: CARLSBDl Biotic Surv LISTED ACRES STATUS SPECIES NAfl STATE/FEDERAL 1 Fores I Riparian (Deci ous or evergreen forests found along streams and rivers.) 140.00 .Southern Vi 110~ Riparian 2 Swam0 Marshes and SO.00 Sal: marsh (aorox acres; (Fres or salt water areas uith dense plant grouth; uaterlogged soils.) 3 Rail, ight-Footed Clapper (Rail tongirostris Levipes) SE/FE SO.00 1 pair known, poss ncre L Vireo Leas: Bell’s Wire bellii pusiltus) SE/FE 14Q.w 14-15 pr field Surve NEIGHSCRLNG OF PROPERTY Residenrial nor:h,surrounding Open Space south Agricutzura south Agricdltura south Hajor Roads south,east,Uest Hinor Roads north .ysis Record 1.0 08/W/1997 Page G BIOLOG ICAL AND FIELD ASSESShENT SEi LOCATION PERKInED/ PROBLEiI NOTES LEGAL N/L/n/H High pers, weeds, kids High illegal workers Living in the High riparian forest, ueeds, cowbirds High btocks wildlife movement Htdium access <*<Format by the Center for Natural Lands Nanagement>a> 1808 Tribute Road Suite 8, Sacramento, CA 95815 I I , .y Analysis ~eCOr0 i.0 cam/7997 Page 3 Field Survey ADDITIONAL USES PERflITTED/ PROBLEH NOTES OF PROPERTl LOCATION LEGAL N/L/H/H Other INTERNAL High FARHUORKERS LIVING IN RIPARIAN Other INTERNAL High FOREST, TRASH SEWAGE, HABITAT OESTR Field Survey UATER FEATURES LOCATION SIZE HEASURE NOTES River CENTRAL 0.00 Estuary (Salwater Marsh) SW end 0.00 Agua +dronaa Creek Fietd Survey PHYSICAL/LEGAL FEATURES LOCATION DESCRIPTION NOTES Field Survey DEGRADED FEATURES/EXOTICS LOCATION SIZE flEASURE NOTES <<<Format by the Center for NaturaL Lands Management>>> 1808 Tribute Road Suite 8, Sacramento, CA 95815 Prcpcrty Analysis Record 1.0 WQU1997 Pege 6 REQUIREflENTS SUMMARY Prsoerty Title: Carlsbad's Aqua Hedionda Cr PAR ID: CARLSBD? r CONTRACT NOTES SPECIAL DISTRICTS SERVICES AND FEES REWIREHENT FEE RATE MEASURE C, 7. DIVISION OF RES?ONSIEILITIES P/H/A/V/O NOTES <c<Formt by the Centcr for Natural Lands tlanagemcnt>~> 18C8 Tribute Road Suite 8, Sacramento, CA 95815 Property Analysis Record 1.0 08/OU1997 Page f INITIAL & CAPITAL ONSITE TASKS AND COSTS Property Title: Carlsbad's Agua Hedionda Cr PAR ID: CARLSBDI ACTIVITIES LIST NEEDED MEASURE Relevant Hcasure NUll8ER COST/ OF UNITS UNIT ANNUAL TIHES * TOTAL 1 COST YEARS COST ! -,-#I~AL I,,,,ROVEjfE,.,TS- _ - - - - . _ . - . . - - - - - . . - - I . - - . - . . . . - . - - . - - . . - - . . - _ . . . . Fence - Instal Led Fence - Installed Fencing Gate Lock Chain Link 8’gal\vc Lin. Ft. 1,320.w 13.00 17,160.W 1.0 Post & Cable, 6' Lin. Ff. c.cw.00 a.75 35,OOo.w 1.0 Labor L. Hours lo.w 12.00 120.00 1.3 Powder River Item 2.00 1,cGo.w 2,0W.w 1.0 Padlock Itea 2-w 17.00 31.00 1.0 17,160.w .8 35,0W.w ) 12o.w ' 2,WO.W 3L.W -BIOTIC SURVEYS- - - - Wi Ldtifc Biologist Hydrologist Pcpulation Honitoring -RE?ORTiNG- . . -.. . . flanagement P Ian Hanageeent P tan Agency Monitoring Photodocumentation Photo Materials ..~........_~._..~..-.-.......~.~~~...~~.. Field Svy. & Reports L. Hours 1so.w 28.00 4,200.w 1.0 Consultant Fluvgeow L. Hours 1w.w 85.00 8,SGO.W 1.0 Spec. monitoring mm-mm....... Aerial Photo - 2 sets, color -PUBLIC SERVICES- - - - - - - Access Ccntrcl Patrolling Sign Sign Trai 1 tlarkers Bench Trai 1 Docent Training Interpretive Literature Inrerpretive Literarure Community Outreach Report Report Annual Report Survey Film/Process Sta- 9"xg", Flight .-m-e..-.-. Enforccaent/Patrottg PatrolCing/Enforceat Access- plastic Interpretive-plastic 3”- lletal Recycled Plastic flaintenancc nettings Labor Copying Meetings L. Hours 4O.W 2B.W 1,120.w 1.0 m-.....-..........-....-m-e. L. Hours . 60.00 28.W 1,680.w i.0 L. Hours 20.w 28-W 560.00 0.0 L. Hours 18.00 28.W 504.00 1.0 L. Hours 5.00 28.W 140.00 1.0 Roll 4.00 13.00 52.00 1.0 Item 1.00 650.00 650.W 1.0 .e--...--..........--e-e..-- L. Hours 480.00 15.w 7,200.W 1.0 L. Hours lw.w 28.00 2,aw.w 1.0 Item SO.00 8.w 600.00 1.0 Item 5.00 8.W 4ci.w 1.0 IW I.00 55.00 55.00 1.0 Item 5.w 3w.w 1,sw.w 1.0 L. Hours 4U.W 15.00 6w.w 1.0 L. Hours LO.00 28 :w 1,120.w 1 .o L. Hours 20.00 28.W s6a.,w 1.0 Page 2,0W.w 0.10 200.00 1.0 L. Hours 60.W 28.00 1,680.w 1.0 -HABITAT “AINT. & EN”,,,,,-EflENT- . . - - - . w . e . . - _ . . . . _ - . . w . . . - w . . . . - . . . - . . - Exotic Plant Control Spraying L. Hours SO.00 IS.00 750.00 1.0 Exotic Plant Control Cutting L. Hours 2w.w 15.00 3,0W.w 1.0 Exotic Plant Control Rodeo Cdl. SO.00 35.00 1,750.w 1 .o Exotic Animal Control Trap Item 3.00 5w.w 1,500.w 1.0 - . _ . . _ 4,iw.w 8,5w.cc 1,izo.x : . . . . . 1,680.OC 0.w 5OL.W l&O.cc 9 650.00 . - . . . 7,2CU. 00 2,800.Oc #o.oc 1 40.W 5s.oc j 1,5w.cc / 6ao.W 1,120.w , 560.W i 2W.W I 1,680.W m-w... 1 750.00 3,wo.cc ; 1,750.M: : 1,sw.w <<<Format by the Center for Natural Lands ?lanagement>>> 1808 Tribute Road Suite 8, Sacramento, CA 95815 , Property Analysis @XOrd 1.0 C. -. ,-\ C. c. c. -. -. C. - I?--. C. Exotic Animal Control Labor contractor L. Hours Feral Pet Control Trap Item Feral Pet Control Labor contractor L. Hours -0FiiCE flAINTENANCE- - - - - - Liani lity Office Supplies Ccmcutcr - 686 Cotor Cornouter - wean Comouter software Laser Printer GPS - Rover & aase Unit Administrative Emoloyee Reports Property Acre Supplies Person Laptop Itea Computer Item Microsoft Office Pkg Item Printer Item GPS/Corrected Item Organ. & Resupply L. Hours Time Month . - . . . -GENER;I,- ~AI,.,,‘ENANCE- - - . - - - - - . _ - - - . - - - - - - Sanitat:on Control Pick-up L. Hours Hauling Haul dump fees Item Oumoster Rental - 10 Cy Rental Ueek Trash Can Z'x18" Fiberglass Item Trash Liners Liners Item -FIELD EQUIP~E.L(T- - - _ _ - - . - - I - . - - . . - . e . . - Venicle Fuel fli leage Vcnic!e Insurance Year Ceilular Phone - tlobile Phone-3 watt Item Chemical Sprayer 5 Gallon Item INITIAL AND CAPITAL lA8OR SUNtlARY HOURLY RATE HOURS TOTAL COST . _ . - 150.00 25.00 3,750.w 1.0 5.00 56.00 280.00 1.0 3a.w 25.00 750.w 1.0 . . . - . 186.00 0.25 0.25 0.02 0.25 0.25 0.25 SO.00 40.00 0.50 192.00 3,0u0.w 2,5W.W 350.00 8W.W 9,500.w 28.00 2a.w . . . . . . 93.00 a.00 750.w 50.00 87.50 2w.w 2,375.W 1,a.w 1,120.w . . . 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 ----_-__.___-_--.___ 200.00 15.00 3,OW.W 1.0 1.00 SW.00 500.00 1.0 1o.w 230.w 2,300.w 1.0 3.00 243.00 729.00 1.0 25.00 5.W 125.W 1.0 -.-.--..-.-.....--.- k,wa.w 0.27 1,080.W 1.0 0.25 1,tW.W 300.00 1.0 0.25 lw.w 25.00 l.Q 3.w 63.00 189.W 1.0 Total 113,466.55 _.-....__...--_--_.---.--...-.---.-............-..---..- 12.00 1o.w 12o.w 120.00 15.00 970.00 11,550.w lL,55O.W 25.W 18O.W L,5W. 00 4,500.w 28.00 513.w 15,20L.W 15,204.w 85.00 1w.w 8,SW.W 8,SW.W _._....-.._......__...--.--.-.--..-....-...-........-.-- 1,803.W 42,87L.W 42,87h.w . 3,750.w 280.00 750.00 . ..-.-. 93.00 48.W 750.00 50.00 87.50 2w.w 2,375.W 1 ,ao.w 1.?2O.W - - _ - _ _ 3,cQo.co 5W.M 2,300.Kl 729.00 125.Nl . - _ _ _ _ l,oao.cQ 3CQ.W 2S.W 1a9.m <<<Format by the Ccnter for Natural Lands Management>,> 1808 Tribute Road Suite 8, Sacramento, CA 95815 / iperty accord 7.u ONGOING ONSITE TASKS AND COSTS Qa/cm997 Psyc j Property Title: Carlsbad's Agua Hedionda Cr PAR ID: CARLSBDl ' ACTIVITIES LIST NEEDED HEASURE Relevant llersura NUHgER COST/ OF UNITS UNIT TOTAL YEARS ANNUAL / COST DIVIDE COST -c-~!~I\L I~f,R,,,,Ei,ENTS- - - - - - - - - - _ - _ . - - - a - - - - - - . . - - - - - - - : - - a - - . . - - - _ . _ _ _ _ Fence - install4 Chain Link d'gal\vc Lin. Ft. 1,320.OG 13.00 17,160. Cfl 30.9 Fence - Instal L& Post & Cable, 6' Lin. Ft. 4,ooO.OO a.75 35,000.0c C0.C Fencing Labor L. Hours 10.00 12.00 12u.00 1.0 Cat* Powder River Item 2-W 1,ooo.oo t,WO.oO 35.9 Lock Pad lock Itea 2.00 17.00 3G.00 2.0 572.90 a75.a ' 12o.w ; s7.1c 17.00 i -8IOTIC S”R,,MS- _ e - - - - . w - - e _ . - _ _ _ _ _ _ - - a - . I - - - - - - w - - I - - - - . - . . _ Vi ldlife Eiolog?st Field Svy. 8 Reports L. Hours 150.w 28.00 4,200-w 1.0 Hydrolcgist Consultant Fluvgeomo L. Hours lw.w 85.00 8,SW.W 0.0 Population Monitoring Spec. monitoring L. Hours 1o.W 28.00 1,120.w 1 .o -RE?ORT:NC- e - -. - - - - I - - w e - _ . . - - _ . - - - - - - - - -. - - - - - - s - . - - - - - _ _ tlanageaent Plan Report L. Hours 60.00 28.00 1,680.w 0.0 Management Plan Report L. Hours 20.00 28.00 56o.w 5.0 Agency flonitoring Annual Report L. Hours 18.00 28-W 5Od.00 1.0 Photodccumentation Survey L. Hours 5.W 28.W 140.w 1.0 Photo Materials Film/Process Roll 4.00 13.w 52.00 1.0 Aerial Photo - 2 sets, color Std- 9"x9" I Flight Item 1.00 650.00 650.90 3.0 - _ - . - - -.m . 4,2co.w ; 0.00 : 1,120.Xl - - - - - 0.w 112.w SOL-W I 14G s2.w 226.66 .?“BLiC SERVICES- - . - - - . - - - - - - . _ - - - - - _ - - - . - - - - - - . - - - - - - - - - - . . - . - - - - - - Access Control Patrolling Sign Sign Trail Markers @ench Trait Oocent Training interpretive Literature Interpretive Literature Community Outreach Enforcement/Patrol Lg L. Hours 480.00 15.00 Patrolling/Enforceat L. Hours 1w.w 28.00 Access- plastic Item s0.w 8.W Interpretive-plastic Item 5.00 8-W 3" fletat 1w 1.00 55.00 Recycled Plastic Item 5.00 300.00 Haintenance L. Hours 10.00 15.w' Meetings L. Hours 40.00 28.00 Labor L. Hours 20.w 28.W Copying Page 2,0W.w 0.10 nettings L. Hours 60.00 28.00 7,2W.O0 2,800.W 400.W 40-W ss:w 1,sw.oo 64M.W 1,120.w 56O.W 200.00 1,680. W 1.0 1.0 7.0 5.0 4.0 20.0 1.0 0.5 1.0 1.0 1.0 7,tW.W 2,8W.W 57.14 8.00’ : 13.75 ’ 75.00 600-W 2,240.w J 56O.W 200.00 1,680.W -HABITAT “AINT. g E,,,,ANCE-,ENT- - - - - - - _ _ _ - . - - - . - - . - - w I e - - - - . - - - - - -. - - - - Exotic Plant Control Spraying L. Hours so.00 15.00 750.00 3.0 Exotic Plant Control Cutting L. Hours 2oo.w 15.00 3,000.w 5.0 Exotic PLant Control Rodeo Gal. SO.00 35.00 1,750.w 7.0 - _ - - 250.00 600.00 2so.w <<<Format by the Center for NaturaL Lands Management>>> 1808. Tribute Road Suite 8, Sacramento, CA 95815 - Prooerty Title: Car!soad's Aqua Hedionda Cr PAR ID: CARLS8Dl INCL’JOING /- GENERAL S TOTAL RATE AOMIN. INITIAL & CAPITAL COSTS Total frcm Inirial and Capital Onsite Costs f 113,466.SO Site Related Administrative Tasks and Costs -. C. c- c- CNGOING COSTS r- 7. -- -- Produce contracts 2,0ao.w Record documents/Closing Cost 0.00 Process endowment 120.00 Netuork Interview 8 Contracts 600.00 Contract Raintenance o.oo Insurance lw.w Set up accounting 12O.W Property tax exemption fiting 120.00 Supervisor site visits 185.00 Other 0.00 Contingency Fund 10.00:: 11,679.lS Total Administration and Site 128,470.65 22.w:: ?6&,7CS.?6 Totat from Ongoing Onsite Costs 5 36,186.13 Site Re!ared Administrative Tasks and Costs Contract maintenance 120.00 Insurance lw.w Project accounting 360.00 Property exemption filing 60.00 Supervisor site visits 350.00 Other 0.00 Contingency Fund Total Administration and Site 10. w:: 3,717.61 LO,093.74 22.00:: S2,C27.60 ., s.w/. l,Oc8,SS7.51 Ongoing Endoument at Capitalization Rate of Total Initial and Capital and Ongoing Endoument S1,213,263.&7 <<<Format by the Center for Natural Lands flanagement>>> 1808 Tribute Road Suite 8, Sacramento, CA 95815 A m . : : 1 . : : : iI P ?, .’ Ai 74 3 i. $ 8, \\, \ ! 5 BuxoGICit SEI~\-~CE~. h-c. -1 I Facimile Cwer brrz r TO: IEF !dA,WTS~ Each kz rqrcti an kndiv;,;,uai &A, nor zch d-g (i.e. iuditi:,d& WZP, zot spx- mqeC:- T’x T,L,ie ~arcasciter kziy (G, C-: Cij &c+ tiave ‘T&X t”) QSCS 3 !arge ~5 WCC:7 is 1c; wei? :eps.e& by l be ?iacmcrc $k2zs. - - .AJ p-2 +Dr: (311 ;rzczxti sin& n&i) ;L’CZ zz. Xant L~ezreci :a have hzz badei. .A1 '/ire? ;l&QU 'were .$eyd mri lp -- &-o 522c3 were kz& oc ~h3-e Siris e&f. rve erec 25 'Yk iVl!r!d in or &-4 .A<! Z&&c& Ck . ~3!xx hr+ing hmki bir& ad by &z-.‘~E I&-id& 5; oniv a znihai zoom of . tine7 BZ ~raaru a fn5rm.m of 12 - 15 pairs 033?7 co be xs51q ou site.. ES gsi*g is based Jr: %eciml f7fsisnd~m~us,ly xxii&~ hdividd 3inis 3dvr c&it&qGB&ie f&+f _rrsu;s. Tne nu~5~7 cibrctfing UVi is ime-&VC. C ‘7 :=:w h’/C ml; l~uaTio~~ 0s a& &kc: c!*:&l.- -a . . EvDA.yz’L7~ 5PScz REzutc? Bioroc:c~~ .AE:FS.~XV': l ~o.u,;~?~L'CXON~O;~ITOR~?K Ii)60!.~ Tw.,.y.k BID.. ECI 12: l S.a Dmxt, CA 92121 r’:: h 1%%53’:h: Ftx: i5i9-.53b-J73: !5-YXL: v3rznc~~i’3tz:.3ct .- it... - ;;: -, m----e.. -- : . - -- A..: _ . . .A m .C . . . i . - - -. . .: . BIOLOGICAL SERWE. hi-c. I r~5~kkg U. S. F!ti & Xidife k&z Cr~bac! a4 OEc: 2-70 Lakz Awzue West CtiikaC C 1 ;XO8 . a Re: .’ Kdly ihnch !cjt Ed’s vim Ioczuions PC :;cu seicyko~e rtqes gf14 ,wr I?+? a& k sczzr&c: w-It2 . ’ y’szs p&A-q@ phrs 2 ?r%::~~ (I. quan~l Md PR ?-77$$10 (W. F&i), I aX :X!XCZg ir, 5X 3 Ti ~Of~fZISZ Beti’s VL AY i iks ,hz!l;‘i .It.Til’AtS) k~&ons dcrzc:sd ;ch%z ;ticr& -pxai IV& JT+T or’*be Z<t!!yt .*a &IX; ,, ;rc:pe.q aicng .qz EdonCs Ciek on 2.z Jute 3rd J. hiy IFS’;. A3 Ilore 2 ‘he fix ck: 3x we2 they ~efCd. vccai ;&tic: of dlc 3cxk su,r~eyz. Tqe -k+ack -a *zwd cn f hiy bv L QC& tit a&c 2nd + S. E&i for zctz!!atm wiilow .“’ .” , 5ci;ctc (.?hpt&tcz rrzi/lii c5i3zu}. b-0 *JJc!c?w qcll~rr were dezcze4 3Ild cif+re tie glruezct ofsutiic babitlq base4 ‘qca kxwt ~c$xion dvmzk of this qx&* ncne wotiC ie eqecxi to breed czczt!y. T?ie she iz ;.cssibiy isyorzm as 3 rzri~ory x+ser loc&clr To dzg the xsrs brz&ng WiF;, ar: Icctrti Jcz; :Sc Saci Mix&13 .&fcr cr, C3q P&kcz (cr pszib~y oze or m pir alor,- tie San 3s T&q Ri-xr aar Imcszze 5 - I do mt IGXIW ifx’-2c: has be doc;r?,s& bf&q ileT= :his ‘JCzr. i Cf~Cd?i:sna! zore, me adult 5~&r-fimcr! c!jnc FS (?L!x !uE@~&s levipa) ws !zzzrd *.. cz”‘2 T-l 2x rronizp of23 l --‘w ” jux km 3 large a72 2ix33ii vqe*3tion (Cotinated by C3hI.s - . . . i.., --A.--.: _ -.... . -. .&-- - . Jl* EYi&.uc,aED zPSC=Z R:UIG BIOLOG:UL .~;~~EFT l Co~-sxmofl Womoamc IfhO t-4 T’~RAs~,v~.I BIJ~., SI:~; i2T l %.v DEGJ. CA 92114 1’14: 6 :‘3-.536~~~~ FA:: 6~9336473 L E-.Yirn: *aranua%xm~r? c- F- c- I< “SZL’CfiZN GT A-SC,\LE ‘/E;+:C’JL.;;; "L:lE SCUKC r;;s;-0'; RAT: 0~ 3,Q 3 LE 4:1.4 ? E.? ‘iEl A7 -1, - - 1: I 6bJ3:: C3.; ZEXCTICI = 10 LOG 0 53' I o-is00 I lOGC j (:=I 513 56 63 71 79 a3 130 .‘f A--. 125 ‘4, 7 . . i79 -3 22c z 2 4 7:: --a em- L::.: 4-. 1;: _-- 12: 0 * 0.5 L 1.3 2. 2. 5, :.5 4 4.5 C 5.5 I e. z.3 7 7.5 8 a.5 3-s 447. 5OC 562 6X 703 7?? 891 I,CCC L,X'3 1,2QC 1,320 1,:2a -1 j&c 7 1,660 1,7:a 1,?2C 2,062 2,200 , I-?-? VI-11 - LULL 0 b-- 9; &' TC',\ c-a ma. ..; .w In. 'WC.: i I' :: - CTcllr: I) 0 fi1'b,, US::iG - - i a’* t :GcC’Z’fSN (23) 9. 9.5 LQ . ‘13‘. 5 11 11 c cm.4 12 12.5 13 1’7 : Wd.4 i? LA.5 1= a- -4. ;; 5 16.5 17 If.5 la 2,340 2,-138 2,630 2,783 2,930 3,033 m- I . hi 3:;30 3,6?0 3,8513 4,010 &s 4 ‘70 4,43c 4, 6 GC 4,¶1C f,OQG Z’LL.,,,., --.-p--m\- (is,; 11 c m-. 4 .t - -2 ic, z Me .- 3r, si.3 a. L, L- ; L,., -e LA y’! - -0.12 23 Ia : L2.M 2; I -t = LLI .- -z L- 7: = --.e 25 2i .3 “7 L, , I . ,..- .- :(,‘” -’ 1-z J&... ; _, ;.: 3 ..- . . a--. ,;’ :,::. 4. .-*.*. **...- - 4 ,.,,,~;J ~~~ d-c C - - -. C. -. -- APPENDIX B Coastal Development Permit No. 6-97-l 0 SiA;E OF CALIFCRNIA-THE ?ESCURCES AGENCY CALIFORNIA COASTAL COMMISSION WE WILSON. & bea. SAN DIEGO COAST AREA 31 I I CAMINO DE1 RIO NORTH, SUITE ZOO SAN DIEGO. CA 92108~172S (619) 5214036 COASTAL DEVELOPMENT PERMIT NO. 6g. O : 7-l (fs; G 3 4. - ,: Page,& 3 . -9.s L On October 0. 1997 I the California Coastal Commission granted to C tv of Catlsbad this permit for the developmen: described below, subject to the attached Standard and Special Conditions. Description: Construction of Phase I of Reach 1 of Cannon Road, running from the west rim of Macario Canyon (Station 65.00) to Lego Drive (Station 36.671, about .6 of a mile. The project involves 64,775 cubic yards of cut grading, 157,080 cubic yards fill, and --- the import of 92,305 cubic yards. The project also proposes to grade within the rainy season (between October 1 and March 31) from approximately October 22, 1997 to November 30, 1997 for this season only. Plan Designation Zoning Open Space P-U, E-A Site: Easterly extension of Cannon Road, east of Interstate 5 and South of Agua Hedionda Lagoon, Carlsbad, San Diego County. APN 211-010-11, 23 and 212-010-11 and 14. Issued on behalf of the California Coastal Commission by PETER DOUGLAS Executive Director and . . IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGEMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE. ACKNOWLEDGEMENT The undersigned permittee acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. /wJ-47 Date ~43 6 ML u~~LLVrMcl~ 1 rttu’lA i NO. 9-91-lQ Page 2 of L /c - ’ - ;t C. -. -. STANDARD CONDITIONS: 1. JVot'ce'of Receipt and Acknowledae ent The permit is not valid and devilopment shall not commence un!il a copy of the permit signed by the ' Permittee or authotited agent, acknowledging receiptof t;e permit and .. acceptance of the terms and conditions, is returned to the Commission office. 2. Exuiration. 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. Compliance All development must occur in strict compliance with the : propossl.as.,fM forth b.elow. -Any deviation from the approved plans-must ++-:be.revi$~ed and.~@&&&the staffWand-may requtre Commission approval, .-. -:s:_ . - - ._ . .;: 4. Jnteroretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 5. 6. Insuections. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice. Assianment. 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. 7. Terms and Conditions Run with the La d These terms' and conditions shall be perpetual, and it is the intentio: of the Commission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. SPFCIAL CONDITION$.: The permit is subject to the following conditions: 1. Reveaetation Plan. Prior to the issuance of the coastal development permit, the applicant shall submit a detailed revegetation plan indicating the type, size, extent and location of all plant materials, any proposed irrigation system and other landscape features to revegetate all disturbed or manufactured steep slope areas. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the maximum extent feasible to re-establish the area consistent with its present character. Said plan shall be reviewed and approved in writing by the Executive Director in consultation with the Department of Fish and Game. . L(IAJ [AL ~EJtU+l~hi PERMir NO. 4-97-10 Page 3 of 1 SPECIAL CONDITIONS, continued: 2. Gradina and Erosion Control. The applicant shall comply with the following conditions related to grading and erosion control: . .. A. Prior to the issuance of the permit, the applicant shall submit final grading plans in substantial conformance with the submitted plans. This coastal development permit approves a one-time grading season encroachment until November 30, 1997. E. All.permanent run off and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. C. All areas disturbed but not completed during the construction ..= . period shall be Jtabilized in advance of November.30, 7997; .;The.:Ge of.!;-:', .=:.- :l-:.- temporary erosion control measures, such as berms;intercepto-r'ditches, .. sandbagging, filtered inlets, debris- basins, and silt traps shall be utilized in conjunction with plantings to minimize soil loss from the construction site. The applicant shall undertake the development in accordance 'with the approved grading and erosion control plan. Any variation from the schedule shall be reviewed as an amendment to this coastal development permit. 3. Staaina Areu. Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the constructi.on bid documents, for the location of haul roads, construction corridors and staging areas. Construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area (i.e., coastal sage scrub and southern maritime chaparral) and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally sensitive habitat areas outside the construction corridor shall not be permitted. (7OlOP) STATE Of CAUFORNIA--THE RESOURCES AGENCY -T// - ‘i/j P-E WILSON. asowrr CALIFORNJA COASTAL CC ..,MISSION SAN DIEGO COAST AREA 3111 CAMINO DEL RIO NORTH. SUITE 200 September 18, 1997 - SAN OIEGO, CA 92106-l 725 (619) 521-8036 -0 r , - IMPORTANT WMIC EARING NOT@& ;pr-r?r;-7 .-- 3-J ‘O;Li B’ Ati COASTAL PERMIT APPLICATION PERMlT 6-97-010 SEP 1.2 w7 APPI ICANTfSI; City Of Carlsbad E;\;.+&XT,~+;S PROJECT DFSC~IPTIW CEp,q~T;,\,~rq-f Construction of Phase I of Reach 1 of Cannon Road, running from the west rim of Macario Canyor (station 65.00) to Lego Drive (station 36.67), about .6 of a mile. The project involves 64,776 cu.yds of cut grading, 157,080 cu.yds. fill, and the import of 92,305 cu.yds. The project also proposes to grade one-time only within the rainy season (between October 1 and March 31) from approximately October 22,1997 to November 15,1997. Armada Drive To Macario Canyon, Carisbad (San Diego County) (APN(s) 211-010-23,211-023-1)9, 212-010-11, 212-010-14) . RING DATF ANQUXATION, DATE: Wednesday, October 8,1997 TIME: Mettting begins at 9:00 AM PLACE: Del Mar Fair Grounds 2260 Jimmy Oursnte Blvd., Del Mar, CA 92014 -. -c RING PRO- This item has been scheduled for a public hearing and vote. People wishing to testify on this matter may appear at the hearing or may present their concerns by letter to the Commission on or before the hearing date. Copies of all correspondence will be provided to the Commission if received a minimum of three working days prior to the public hearing. Written comments may be of any length; oral testimony may be limited to 5 minutes or less for each speaker, depending on the number wishing to be heard. C. -. -. The above item may be moved to the Consent Calendar for this Area by the Executive Director when, prior to Commission consideration of the Consent Calendar, staff and the applicant are in agreement on the staff rmmmendation. If this item is moved to the Consent Calendar, the Commission will either approve it with the recommended conditions in the staff report or remove the item from the Consent Calendar by a vote of three or more Commissioners. If the item is removed, the public h8aring described above will still be held at the point in the meeting originally indicated on the agenda. No one can predict how quickly the Commission will complete agenda items or how many will be postponed to a later date. The Commission begins each session at the time listed and considers each item in order, except in extraordinary ciroumstances. Staff at the appropriate Commission offioe can give you more information prior to the hearing date. Questions regarding the report or the hearing should be directed to Bill Ponder, Coastal Program Analyst, at the San Diego Coast Area office. C. Q CAUFORNIA COASTAL COMMISSION > , STATE OF CALIFORNIA-THE RESOURCES AGENCY CCTZ b#.mSv”& ;o* -.m CALIFORNIA COASTAL COMMISSION SAiJ DIEGO COAST AREA 3 I I 1 CAMINO DEL RIO NORTH, SUITE 200 SAN DlEGO CA 92108-1725 16191 521.8036 m Filed: 8/28/97 .: '2 ,;?*$ 49th Day: 10116197 \ A&' I-.- 180th Day: 2 /24/98 v Staff: WNP-SD Staff Report: g/17/97 Hearing Date: 1~/7-1o/g7 ;-i;-,, <;;-;m;FtitT,z STAFF RFPOR T %!%%!%?RECOW MENDATION SF? 2 'i iss! Application No.: 6-97-10 ‘. .,-:.. "e-:.;.,, -. L! Y .2:f';.-.:::F .I au Applicant: City of Carlsbad . Agent: Betty Dehoney Description: Construction of Phase I of Reach 1 of Cannon Road, running from the west rim of Macario Canyon (Statibn 65.00) to Lego Drive (Station 36.671, about .6 of a mile. The project involves 64,775 cubic yards of cut grading, 157,080 cubic yards fill, and the import of 92,305 cubic yards. The project also proposes to grade within the rainy season (between October 1 and March 31) from approximately October 22, 1997 to November 30, 1997 for this season only. Plan Designation Open Space toning P-U, E-A Site: Easterly extension of Cannon Road, east of Interstate 5 and South of Agua Hedionda Lagoon, Carlsbad, San Diego County. APN 211-010-11, 23 and 212-010-11 and 14. Substantive File Documents: City of Carlsbad Certified Agua Hedionda Segment Land Use Plan; CDP #6-84-617; "Cannon Road: Reach 1 Final Environmental Impact Report" (City of Carlsbad EIR 87-2, March 21, 1989); CDP #6-89-195. STAFF NOTES: ‘ v of Staff 5 f+elfminarv Rw!n8w~Won . . Staff reconxnends ,approval of the project, subject to special conditions requiring submittal of revegetation plans, erosion control plans and final staging plans. The revegetation plan will assure the Conunission that impacts to roastal sage scrub and southern maritime chaparral resulting from road construction will be mitigated consistent with resource agency approvals and past Conxnission action. Staff reconxnends approval of the proposed grading and installation of permanent erosion control measures until November 30, 1997 because completion of the entire Cannon Road project (Reachs I and II) cannot be done within one season based on the presence of two federally listed endangered avian species, the California Gnatcatcher and the Least Bell's vireo, which occur along different segments of Cannon Road. The erosion control plans will ensure that grading will not result in any sedimentation impacts to the downstream sensitive resources of Agua Hedionda Lagoon or Macario Canyon. The staging area plans will ensure that construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area. CDP 6-97-10 Page 2 PRELIMINARY STAFF RECOMMFNDATION: The staff reconrnends the Commission adopt the following resolution: I. Approval with Conditions. -. -- -- A. Prior to the issuance of the permit, the applicant shall submit final grading plans in substantial conformance with the submitted plans. This coastal development permit approves a one-time grading season encroachment until November 30. 1997. 8. All permanent run off and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. C. All areas disturbed but not completed during the construction period shall be stabilized in advance of November 30, 1997. The use of temporary erosion control measures, such as berms, interceptor ditches, -- sandbagging, filtered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minimize soi. loss from the construction site. F- The Commission hereby arants a permit for the proposed development, subject to the conditions below, on the grounds that the development will be in conformity with the provisions of Chapter 3 of the California Coastal Act of 1976, will not prejudice the ability of the local government having jurisdiction over the area to prepare a Local Coastal Program conforming to the provisions of Chapter 3 of the Coastal Act, and will not have any significant adverse impacts on the environment within the meaning of the California Environmental Quality Act. See attached page. III. Suecial Conditiont. The permit is subject to the following conditions: 1. Reveaetation Plan Prior to the issuance of the coastal development permit, the applicant shali submit a detailed revegetation plan indicating the type, size, extent and location of all plant materials, any proposed irrigation system and other landscape features to revegetate all disturbed or manufactured steep slope areas. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the maximum extent feas.ible to re-establish the area consistent with its present character. Said plan shall be reviewed and approved in writing by the Executive Director in consultation with the Department of Fish and Game. 2. . G ad'na and E OS o Cont rol The applicant shall comply with the following :onAitions rila'tei to grading and erosion control: CDP 6-97-10 Page 3 The applicant shall undertake the development in accordance with the approved i grading and erosion control plan. Any variation from the schedule shall be reviewed as an amendment to this coastal development permit. 3. aaaina Areu . Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the construction bid documents, for the location of haul roads, construction corridors and staging areash Construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area (i.e., coastal sage scrub and southern maritime chaparral) and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally sensitive habitat areas outside the construction corridor shall not be permitted. IV. Findinas and Declarations. The Commission finds and declares as follows: 1. Detailed Development Desrribtion and Hittary. On November 17, 1990, the Commission approved COP #6-89-195 for the construction of Reach 1 of Cannon Road, a City of Carlsbad circulation element "Major Road." Reach I was approved at 1.25 miles long from Paseo De1 Norte, east of Interstate Highway 5, to the eastern side of Macario Canyon. The roadway was approved as a four-lane major arterial, with a l02-foot wide right of way. Macario Canyon was approved to be crossed by a bridge of about 500 feet in length. Cannon Road Reach I is. located south of Agua Hedionda Lagoon between I-5 and El Camino Real. The roadway is proposed to cross the mesa top above the lagoon. This area is currently primarily developed with agricultural fields. As originally approved, from the mesa top, the road would bridge Hacario Canyon, an area containing a well-developed riparian area and some coastal brackish marsh, and terminate on the eastern canyon rim. Design and planning for Cannon Road Reaches I and II were both'initiated prior to 1985. Both private development and public works approaches to constructing the road were initiated. Due to the economic downturn in the li:te 1980s anti early 199Os, both projects were postponed. As noted, Reach I of the Cannon Road alignment as approved in CDP #6-89-195 ran fron the east side of Macario Canyon west approximately 1.25 miles to Paseo De1 Norte. Since that time, Cannon Road has been extended from Paseo De1 Norte to Lego Drive with the development of Carlsbad Ranch, a multiple use project, including Legoland, on 447 acres near Cannon Road's intersection with 1-5. Reach II of Cannon Road includes approval of the roadway from the eastern edge of Macario Canyon eastward to El Camino Real about 5,600 lineal feet. The alignment of Cannon Road Reach II was approved by the Coeuaission in its approval of the Kelly Ranch Master Plan (CDP #6-84-617). another mixed use project on 433 acres located east of Agua Hedionda Lagoon. However, the California Department of Fish and Game and Army Corp of Engineers permits for Reach II have expired and a.Rew coastal development permit for that road extension will also be required. CDP 6-97-10 Page 4 The Conmission approved CDP #6-89-195 subject to special conditions requiring the submittal Of a detailed biological mitigation and monitoring plan detailing the type, amount and location of mitigation for all brackish marsh impacts and establishing a monitoring program to measure the success of the mitigation, special provisions for the protection of least Bell's vireo nesting habitat during the nesting season, submittal of runoff and erosion control plans, submittal of slope revegetation plans and submittal of a staging plan for construction equipment and materials. CDP #6-89-195 also approved the removal of 3.4 acres of mixed chaparral and 2.4 acres of coastal sage scrub vegetation. However, the permit expired and the City has resubmitted the project, in part, under the subject application. The Commission found in CDP #6-89-195 that the proposed alignment represented the'least environmentally-damaging alternative to construct Reach I. This: alternative was selected based on an alignment study approved by the Commission and incorporated into the Agua Hedionda Land Use Plan as Policy 5.8. Three other road alignments were considered in addition to the approved alignment. The approved alignment was found the most reasonable and least environmentally disruptive alternative when considering visual quality, grading, service capacity, cost, land use and property conflicts. No change to the previously approved alignment is proposed with this request. The subject application proposes to phase CDP #6-97-10 to allow the Cormnission to approve a portion of Cannon Road Reach I without wetland, riparian and endangered species impacts associated with what the Commission approved in CDP #6-89-l 95. A mitigation plan for the wetland and riparian impacts themselves has been accepted by the resource agencies for both Reach I and Reach II. Additionally, the Cormnission approved a mitigation plan for those impacts in CDP #6-89-195. However, wetland and riparian impacts are still an issue insofar as those habitats provide living area to two endangered avian species and mitigation requirements for impacts to bird species is yet to be resolved. Currently, the City is working with the resource agencies on providing adequate mitigation for adverse impacts to least Bell's vireo and southwestern willow flycatcher, both on the federal endangered species list, who reside in wetland and riparian habitat areas adjacent to Macario Canyon and along Reach II of Cannon Road. The stakeholders.have been unable to agree on an acceptable mitigation plan to mitigate the impacts of the bridge and road construction work on the endangered birds; and, as a result; the construction of the bridge crossing Macario Canyon and construction of Reach II have been put on hold. Phase II of the Reach I segment would include crossing Macario Canyon with the bridge. The subject application removes the crossing of Macario Canyon with the bridge from the Commission's review, by proposing grading only to create the road alignment that would stop at the western edge of Macario Canyon. The City is proposing the phasing of the permit to allow more time to resolve the endangered species issue and mitigation needs. However, with this application, 3.1 acres of southern maritime chaparral and approximately 1.9 acres of coastal sage scrub vegetation would be impacted. As noted, CDP #6-89-195 approved the removal of 3.1 acres of mixed chaparral and 2.4 acres of coastal sage scrub vegetation. About .5 of an acre of coastal sage scrub CDP 6-97-10 Page 5 located on thenwestern side of Macario Canyon in the proposed location of a bridge abutment associated with the bridge crossing-would be impacted in Phase II of the Reach I project. The proposed project also includes a request to grade within the rainy season from approximately October 22, 1997 to November 30, 1997. The rainy season is defined in the Agua Hedionda LUP as being from October 1 to March 31 of any given year. Both the grading of the road and installation of the required erosion control measures would occur after the October 1 deadline as proposed in the applicant"s tentative schedule. The -proposed project would install temporary erosion control devices in the period between October 15 and November 15 of this year; permanent erosion control devices would be installed at the completion of grading to assure protection of downstream resources throughout the rainy season. While the City acknowledges the grading restriction, due to the relative narrow construction window resulting from the application of rainy season grading restrictions and California gnatcatcher nesting season grading prohibitions (February 15 to September 151, the City has decided to ask the Commission for relief from the rainy season restriction. Because of the narrow construction window, the City indicates that it would take several years to complete the project which makes it unfeasible. Additionally, the City has the opportunity to obtain excavated earth from Legoland, located within l/2 mile of the project site. This earth would be used as fill to construct Phase I of Reach I of Cannon Road. . . 2. ~viron~tallv Sensitive HabItat Are= . Section 30231 of the Act states: The biological productivity and the quality of coastal waters, streams, wetlands, estuaries, and lakes appropriate to.maintain optimum populations of marine organisms and for the protection of human health shall be maintained and, where feasible, restored through, among other means, minimizing adverse effects of waste water discharges and entrainment, controlling runoff, preventing depletion of ground water supplies and substantial interference with surface water flow, encouraging waste water reclamation, maintaining natural vegetation buffer areas that protect riparian habitats, and minimiting alteration of natural streams. Section 30240 of the'Act states: (a) Environmentally sensitive habitat areas shall be protected against any significant disruption of habitat values, and only uses dependent on such resources shall be allowed within such areas. (b) Development in areas adjacent to environmentally sensitive habitat areas and parks and recreation areas shall be sited and designed to prevent impacts which would significantly degrade such areas, and shall be compatible with the continuance of such habitat areas. Finally, Section 30253 of the Act states, in part: CDP 6-97-10 Page 6 New development shall: [...I (2) Assure stability and structural integrity, and neither create nor contribute significantly to erosion, geologic instability, or destruction of the site or surrounding area or in any way require the construction of protective devices that would substantially alter natural landforms along bluffs and cliffs. A. Encroachment in Habitat Ata. In its initial action on the project, the Commission considered the wide range of issues relative to both the fill of wetlands and other environmentally sensitive habitat areas, and the disruption of habitat values of upland areas that are also home to vegetation that is sensitive or of limited distribution. As mitigation for the impacts to wetland areas, the Commission's approval required the submittal of a mitigation plan or design which creates habitat in exchange for habitat areas filled to implement the project. The City has requested that the permit for the proposed development be phased. This would allow the Corrvnission to review the project absent,the wetland impacts the Commission considered in the previous approval, prior to the issuance of the permit for the remainder of the project (i.e. bridge, Reach II). The proposal further requests the ability to accept graded materials generated during grading of the adjacent Legoland project. Since the time of the Commission's original approval for Reach I and subsequent extensions of the permit, the listing of a number of sensitive plants and animals (least Bell's vireo, California gnatcatcher, southwestern willow flycatcher, arroyo southwestern toad and Pacific little pocket mouse) has brought into question whether the approved alignment is the least environmentally-damaging alternative. As a result, the U.S. Army Corps of Engineers (ACOE> and the U.S. Fish and Wildlife Service (IJSFWS) determined that new studfes were necessary regarding the project which has resulted' in the need for new approvals. Existing approvals for Reach I and Reach II by the California Department of Fish and Game (CDFG) and the Army Corps of Engineers (ACOE) have expired. As part of its permit review, the ACOE has asked the USFWS to prepare a Biological Opinion regarding the impact of both Reach I and Reach II on the previously mentioned endangered species. The draft Biological Opinion identifies mitigation measures that can be implemented to mitigate adverse impacts to most significantly California gnatcatchers in the vicinity of Macario Canyon and least Bell's vireo and southwestern willow flycatchers in riparian and wetland habitat adjacent to Macario Canyon and along the Reach II alignment. None of the mitigation measures include changing the approved alignment of either Reach I or Reach II, and no changes to the alignment are expected to occur as part of the ACOE permit. The CDFG has also indicated that no change in the alignment of Cannon Road will be recommended in its new streamb.ed alteration agreement. Other alignments near the proposed alignment - were considered but dismissed because resource and endangered species impacts CDP 6-97-10 Page 7 associated with those alignments were not significantly less than the proposed alignment. That is, moving the road's alignment around impacted a number of environmentally sensitive plants or animals so that no clearly superior environmentally preferred alignment emerged to replace the proposed alignment. Consequently, the. resource agencies agree there are no alternative alignments that are significantly better than the previously approved alignment with respect to protecting sensitive plants and animals. Thus, the Commission finds this action presents no prejudice in establishing the flnal alignment of Cannon Road given these considerations. In response to addressing the proposed upland impacts of the project, the City. has received a Habitat Loss Permit to "take" 2.4 acres of coastal sage.scrub and 3.1 acres of southern maritime chaparral. The permit was received in response to the CDFG's Natural Coeenunity Conservation Planning (NCCP) effort. With the approval, DFG has found the project consistent with the NCCP Conservation Guidelines and the 4(d) rule and, by extension, the City's draft Habitat Management Plan (HMP) whose purpose is to preserve coastal sage scrub and other sensitive habitats within the City as part of the NCCP program. In the 4(d) approval, mitigation of 2.4 acres of coastal sage scrub at a 2:1 ratio was approved to be mitigated off-site through the purchase of mitigation credits from Carlsbad Highlands, a mitigation bank. Mitigation at a 2:l ratio was approved for impacts to 3.1 acres of southern maritime chaparral to be mitigated through the purchase of mitigation credits from the Manchester Avenue Conservation Bank or the purchase of southern maritime chaparral within the City of Carlsbad. The USFWS has extended the time period for .the purchase of southern maritime chaparral until February 1998 in the hopes that in-kind mitigation could be found in the City. The above.identified impacts to coastal sage scrub and southern maritime chapdrral represent the entirety of impacts to those habitats for both Reaches IandII. As noted, approximately 5 acres of impact to coastal sage scrub associated with construction of a bridge embankment over Macario Canyon would occur in Phase II of Cannon Road Reach I and therefore is not technically before the Conunission at this time:but this impact was accounted for in the City's 4(d) approval. In COP #.6-89-195, the Connission found that although the placement of fill or other grading would ordinarily not be allowed to occur on the steeply-sloping, vegetated sides of Macario Canyon, the exemptions from such a restriction are provided for circulation element roads in the City's LCP documents and as such could be accepted if mitigated. Additionally, these- impacts are acceptable due to'the previously mentioned NCCP effort. Cannon Road is identified in the City's draft HMP as being in lands adjacent to Core Area 4. This core area supports regionally and. locally important acreage of saltmarsh, freshwater marsh and coastal sage scrub. Major patches of coastal sage scrub are also present, as are smaller patches of grassland, southern maritime chapdrral, southern mixed chaparral and coastal sage/chaparral. The wetland habitats support critical populations of saltmarsh skipper butterfly, light footed clapper rail, western snowy plover, California least tern, least Bell's vireo and Belding's Savannah sparrow. The upland habitats support the California gnatcatcher. CDP 6-97-10 Page a The following are comments by the City of Carlsbad: The draft HMP will state that existing and planned roads shall be designed to minimize impacts to sensitive habitats and wildlife movement. Roads in the preserve shall be limited to those identified in the circulation element of the general plan and necessary maintenance/emergency roads. Roads shall be designed to minimize habitat fragmentation and disruption of wildlife movement and breeding areas. Bridges or structures providing wildlife undercrossings shall be used where feasible instead of culverts for significant riparian crossings and regional wildlife corridors. Cannon Road as designed conforms to the standards described in the draft HMP. It has been designed to minimite impacts to sensi'tive species. The alternative alignments have been extensively analyzed, and the selected alignment has been found to be least environmentally damaging. A bridge is being provided to facilitate wildlife movement between Macario Canyon and Agua Hedionda Lagoon. A second bridge is being provided where Cannon Road will intersect with El Camino Real to facilitate wildlife movement between Core Area 4 and habitat areas to the east. Various measures will be used to minimize noise and other indirect impacts to least Bell's vireos and other species using the wetland habitat. Impacts to the California gnatcatcher have been reduced to the minimum, and mitigation has been provided pursuant to a 4(d) permit which has been approved by the USFWS and CDFG. In addi.tion to the project design features, the City will be carrying out significant management of the adjacent lagoon area to ensure the continued benefit of the habitat for least Bell's vireo and other species. The City will.be directly funding management costs and a portion of the perpetual management costs. The City will also be working with the wildlife agencies and private property owners to seek the remainder of funding needed for perpetual management. .In conclusion, Cannon Road is fully consistent with the draft HMP and all applicable wildlife regulations. The mitigation and management actions which the City will be taking will ensure that the adjacent 'wetland and upland habitat areas experience no net loss of habitat function and value over time. It should be noted the draft HMP has not been submitted to the resource agencies for approval to date. However, based on the preceding comments, the Commission finds that approval of Cannon Road can be found consistent with the statewide NCCP process and the impacts to environmentally sensitive habitats, such as coastal sage scrub and southern maritime chaparral, can be accepted. The Commission also notes that Cannon Road is an important east/west arterial that will promote public access to the shoreline of Carlsbad and enhance regional mobility for coastal visitors. Even within identified preserve areas where little or no development is planned, it may be impossible to avoid the completion of major circulation element roads, such as Cannon Road in this instance. C CDP 6-97-10 Page 9 CDP #6-89-195 required the revegetation of coastal sage scrub and chaparral areas disturbed by grading to realize no net loss of habitat values and to partially mitigate the visual impact of the grading. The Commission finds that is again appropriate to require revegetation of those sensitive habitat areas that would be disturbed by construction of Cannon Road. As noted the Agua Hedionda LUP allows for resource impacts associated with construc&on of Cannon Road as long as they are adequately mitigated. For that reason, Special ,Condition #l requires a revegetation plan must be provided that indicates all disturbed or manufactured steep slope areas shall be revegetated with native plants compatible with adjacent natural vegetation to re-establish the area consistent with its present character. In addition to curtailing the impacts to the maximum extent feasible, the Commission notes that the City's proposal to mitigate sensitive habitat ' impacts at those ratios approved in the 4(d) permit will protect habitat values consistent with applicable Chapter 3 policies and the certified land use plan. This.mitigation exceeds what the Commission approved in CDP #6-89-195, although it is being provided off-site and outside the coastal zone for the sage scrub impacts. As a whole, however, the resource impacts of this circulation element road completion represent the least environmentally- damaging design, and they have been limited and suitably mitigated in conjunction with the creation of the City's Habitat Management Plan efforts. 6. - Regarding the request to grade within the rainy season, the City has submitted a grading and erosion control plan for the subject proposal to prevent erosion and subsequent sediment transport into sensitive resource areas, particularly during the winter rainy season. In this location, Cannon Road is located less than 1000 feet south of Agua Hedionda Lagoon at contours averaging about 150 above mean sea level. This area drains to the south shore of the lagoon. The City proposes to provide two phases of erosion control for the construction of Cannon Road. The first phase is the temporary erosion control measures to be implemented during the construction of Cannon Road. The second phase is the erosion control measures implemented once the road is graded. The City has submitted a detailed grading and erosion control schedule for the proposed project. The proposed grading will take three weeks to tomplete. The construction of the storm drain system for the street will take two weeks. According to the City, starting the construction innnediately after the Commission hearing will take the operation into mid-November when all erosion control devices will b e Hi stori tally, the Conn i 15 if mass grading has secured with temporary off-site erosion would The mass grading of Ca installed.' ssion has allowed grading to occur only until November been completed prior to October 1 and the site has been and permanent erosion control measures so that no take place to sensitive resources located downstream. non Road would not occur until mid-October which is - _ inconsistent with the Coewnission's rainy season policy. However, while the grading would not occur at Cannon Road until mid-October, staff recommends the Commission approve the project noting that, because of restrictions placed on CDP 6-97-10 Page 10 /” the time in which grading can occur by the resource agencies (because of r- California Gnatcatcher and least Bell's Vireo nesting seasons), it would take at least two full seasons to grade the road. This result would make the Cannon Road project prohibitively expensive and time-consuming. Eased on the City's efforts to secure the site with an extensive erosion control program which will limit any downstream impacts to sensitive.resources lacated within Agua Hedionda Lagoon and Macario Canyon from occurring and based on the assurance that grading can be completed by November 30, the Commission can support the Cannon Road project. The first phase of erosion control will begin with the placement of a silt fence around the project anywhere there is the potential for runoff. Clearing and grubbing and the removal and recompaction of unsuitable soils wi 11 be accomplished the first week of construction. The canyon (deep) storm drain will be constructed immediately following the compaction of the unsuitable material. Temporary desiltation basins will be constructed as part of the removal and recompaction operation within the limits of grading to capture and desilt surface runoff. As the project is graded, temporary swales and/or gravel bags will be used to divert surface flows to the temporary desiltation basins throughout the construction of the project whenever there is threat of rainfall. Haybales will be incorporated as necessary to provide additional erosion control. The City will have all removable protective erosion control measures in place at the end of each working day when the five (5) day rain probability forecast exceeds forty percent (40%). Historically, the rainfall in October and November is less than what occurs in January and February. The City, by Code, requires any grading operations beginning after November 16 to have all erosion control measures installed prior to the start of grading. Silt and debris will be removed after each event. The storm drain system for the roadway will be constructed with the completion of the road. The second phase of erosion control will be the permanent erosion control devices. These include maintaining the silt fence until the slope planting is established, slope planting and matting, the use of gravel bags and depressions at the storm drain inlets to desilt the surface runoff. Hecrete check dams will be constructed to slow surface flows and limit the amount of erosion. Hecrete is a hybrid Portland cement concrete product; it is a nonstructural concrete composition for the construction of temporary, environmentally safe structures for erosion and storm water control, backfill and nonstructural grout. The submitted grading schedule indicates the last permanent erosion protection provision that will occur is the construction of the storm drain that drains the roadway which will be completed on November 30, 1997. The plan also indicates maintenance of temporary erosion control measures is the responsibility of the applicant, including replacement of any devices altered or dislodged by storms. Special Condition #2 requires that prior to the issuance of the permit, the applicant shall submit final grading plans in substantial conformance with the submitted plans, that all permanent run off and erosion control devices shall .be developed and installed prior to or concurrent with any on-site grading activities, and that all areas disturbed but not completed during the construction period shall be stabilired in advance of November 30, 1997. The use of temporary erosion control P measures, such as berms, interceptor ditches, sandbagging, filtered inlets, CDP 6-97- 10 Page 11 debris basins,"*and silt traps shall be utilized in conjunction with plantings ' to minimize soil loss from the construction site. Any variation from the schedule shall be reviewed as an amendment to this coastal development permit. The project also raises the potential for impacts associated with the construction materials and equipment. Inappropriate access and haul routes, inappropriate storage of equipment, construction materials or stockpiled soils all could result in damage to coastal sage scrub and southern maritime chaparral. For this reason, Special Condition #3 has been proposed. It requires that a plan and construction bid documents identifying all construction staging sites and haul routes be submitted for the Executive Director's review and approval after determining that no impacts to sensitive resources will result beyond those associated with the road construction itself. Given this special condition, the potential impacts to environmentally sensitive habitat areas will be reduced to the maximum extent feasible. Therefore, the Commission finds that the subject permit, as conditioned, is consistent with Sections 30231 and 30253 of the Act. 3. &al Coastal Planninq. Section 30604 (a) also requires that a coastal development permit amendment shall be issued only if the Commission finds that, the permitted development will,not prejudice the ability of the local government to prepare a Local Coastal Program (LCP) in conformity with the provisions of Chapter 3 of the Coastal Act. As noted above, the project lies in the areas under the jurisdiction of the certified Agua Hedionda Land Use Plan which was prepared by the City and approved by the Conmnission. and which has been subject to several LUP amendments. The proposal for the construction of th.e Cannon Road project has been reviewed by the Commission in several separate formal actions. First, the Conwnission denied certification of the Agua Hedionda LUP as submitted, based, in part, upon the originally proposed alignment's impacts upon the sensitive resources of Agua Hedionda Lagoon. In response to this denial, a negotiating conmnittee comprised of Commission members, City officials and members of both City and Commission staff was formed to identify a conceptual alignment for Cannon Road, as well as address other reRlaining issues resulting from the denial of the LUP. I Second, the conceptual alignment agreed upon by the negotiating cokittee was included in the City's LUP resubmittal (subsequently certified by the Commission), along with design criteria and mitigation policies to be applied to the roadway project. The policies regarding mi ttgation are included in Policy 5.8 of the certified LUP. The proposed project would allow the phasing of the permit to allow grading of a portion of Reach I to proceed prior to the completion of all the other special conditions and prior to the transmittal of the permit for the major portion of the project. The phasing of the permit will not reduce the level of mitigation required or result in any conflicts with the certified WP. In fact, more mitigation is proposed for impacts to coastal sage scrub and - CDP 6-97-10 Page 12 southern maritime chaparral as a result of recent permit approvals received by the City in connection with the State Department of Fish and Game's NCCP process. Therefore, the Commission finds that the subject development, as conditioned, is consistent with the certified Agua Hedionda LUP and Chapter 3 policies. 4. Consistencv with the California Environmental Oualitv Act (CFOAi. Section 13096 of the Commission's Code of Regulations requires Commission approval of Coastal Development Permits to'be supported by a finding showing the permit, as conditioned, to be consistent with any applicable requirements of the California Environmental Quality Act (CEQA). Section 21080.5(d)(2)(i) of CEQA prohibits a proposed development from being approved if there are feasible alternatives or feasible mitigation measures available which would substantially lessen any significant adverse impact which the activity may have on the environment. The proposed project has been conditioned in'order to be found consistent with the resource protection policies of the Coastal Act. The attached mitigation measures will minimize all adverse environmental impacts. As conditioned, there are no feasible alternatives or feasible mitigation measures available which would substantially lessen any significant adverse impact which the activity may have on the environment.- Therefore, the Commission finds that the proposed project, as conditioned to mitigate the identified impacts, is the least environmentally-damaging feasible alternative and can be found consistent with the requirements of the Coastal Act to conform to CEQA. STANDARD CONDITIONS: . 1. Notice of Recelot and Acknow ledaement 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. Exuiration. 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. Umpliancp All development must occur in strict compliance with the proposal a; set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Commission approval. 4. Jnteroretation,. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 5. Jnsoections. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice. CDP 6-97-10 Page 13 6. fissianment. -_ _ 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. 7. Terms and CO ditions Run with the u be perpetual: . These terms and conditions shall and it is the intention of the Cormnission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. (701O.R) LOCATION MAP STA 72+62.05 WA 37+43.27 NOT \ CflT of ClamI PROJECT NAME CANNON ROAD WEST PR( REACH I EXHIBIT NO. j 1 , e- /’ / Y-& - '. y* \,q . . . . \\ -4 '. C .--, ix .I.. 'L- . . ‘L EXHIBIT NO. 2 1 DN NO. 1 /- -. +- c. -- -- L- -- *- L. -- -- -. -. -. -1 A+- * I- v) I w 0) u kn za 00 w IL 0 - &!Z aE il? rz s- u* L r’ 1, lr c % 7 &8 B I I I 1 I I j - 2 4 .a - I I 3 F t P 0 3 0 iii Z E 0” z , i ; / ; ; I 2 G !S j2i 1 iii ; 12 i .2 IQ ;2 ig :s ‘0 !C I .,o :8 Iti I I ’ i I i I g :2 I:: ip I ‘5 ;g ;$i I .E !.s { i! 9 15 cn .x j . 1.g !k 15% ;s !W .c .I3 E 5 u1 .+j 6 EXHIBIT NO ‘, ’ A~~.,~~ ! I I I I I i I ls6 CMmir Co8stal C-c A L 5 v-5 1 ijt’~ x3 1 IN -e-L.- y-f.-- ! : 1 aDim/ 1 i If&UT 467 I i \ST 8 1 . . 1 +I% c ; #)’ ’ i i 4D.B 6’ e.. -- I y,pcj VC.IHIb?W w I 4 SECTION A - A (L00~lb4G Wt) HECRETE CHECK DAM DETAIL EXHIBIT NO. 5 f F:\JOBS\961007\~~T;~~nr\Conrn~tzt o-I,-bl .IC. .- 2’ WP HOLES BEffflO BioCK-SC. ,k4j qi;;- ‘y<:<&” :‘,g tXAbfl SIL r BASIN (DETAIL Sfft-...~ Ia, . . . < .j:&&.<; -.a.* - 2’ ?h’KK MCRf?Z OR 2 SACXSUh=Y 2’ HZP flaEs L5Ei%ND BLOCX-SCREff- c;jeA YR SX 7 B$iW (DiWVVr SXE7 /Of EROSION CONTROL DETAIL AT CURB INLET ’ N.T.S. EXHiBlT NO. 6 ;;~~~,/ . attzammhcmlxl~ 7 J T S FI\MBS\~~~OO?\P~GRADE\EROCONT~ 9-12-97 11:31:29 a > ---. -. - c- - “- \ - LENGTH Ph? PLAN * / 2/ MIN. 18’0 C.S.P.-12 GA. y TYPICAL THROUGHOUT A I I MDT!+, LENGTH. RIP-RAP SIZE Y A AND flLTER ROCK SIZE PER PLAN 1 +I I )L I ‘L STANDPIPE- 8’0 PIPE,MINIMUM MM NO PERFORATIONS PtAN VIEW NTS #6 REBARSPACED 6’0.C. AROUND SLOPE FACES SHAL BE H YUROSEEDED . 2:l DR FLAm IF SO SPECIFIED ON PLANS TYPICAL THROUCHOLIT k 560-C- 3250 CONCRE MCHORS PEl? PLAN COARSE \gE DETAIL A AGCRECRATE 1 - III Nl3 SIMILAR TO SDRS D-72 SECTlEN B-B DETAIL A 1 1/2=x 2’ A-36 STL ANGLE NTS S/8” PLATE L - DTAIL B XV. 1 APPROVED IOATE ’ NUT I WASHER NOTES: 1) DESiLTATlON BASINS BUILT ON LOTS AOJACENT TO DWLINCS SHALL BE $MP’.~iP’.~LY UNED WITH 2) AU SEEL PIPE AND HARDWARE TO BE HOT DIP GALVANIZED AFTER FABRICATION. ‘SEE DETAIL B BASIN CAPACrrY TABLE ( IN CUBIC YARDS) EXHIBIT NO. T 4lt Cahloma CoasisC Commmllrn I STATE OF CALIFORNIA-THE RESOURCES AGENCY PETE WILSON. CIoyaTno,‘ CALtFORNlA COASTAL COMMISSION SAN DIEGO COAST AREA 31 I 1 CAMINO DE1 RIO NORTH. iUlfE 200 SAN DIEGO, CA 92108.1725 I.5191 521.8036 City of Carlsbad Sherry Howard 2075 Las Palmas Drive Carlsbad, CA 92108 TICE OF =PTANCE Date: October 14. 1997 Applicant: Citv of Carlsbad Document or Plans: Reveqgtation Plans. Staaing. Plms. Erosion Control Plans Submitted in compliance with Special Condition(s) No(s). l-3 of Coastal Development Permit No. 6-97-10 Material submitted fn compliance with said Special Condition(s) of your development permit has been reviewed by the Oistrict Director and found to fulfil1 the requirements of said condition(s). Your submitted material and a copy of this letter have been made.a part of the permanent file. Sincerely, Charles Oamm District Director (6468N) Fq;., ! /..J 1 $-$I’ I- 4’ v. - / , , STATE OF CALIFORNIA-THE RESOURCES AGENCY, - CALIFORNIA COASTAL COMMISSION PETE WILSON, Cavm,or -SAN DlEGO COAST AREA 11 I CAMINO DEL RIO NORTH, SUITE 200 COASTAL DEVELOPMENT PERMIT NO. 6-97-10 JAN DIEGO. CA 92108.1725 (6191 521-8036 Page 1 of 3 c- C C On October 8. 1997 ! the California Coastal Commission granted to of Carlsbad this permit for the development described below, subject to the attached Standard and Special Conditions. Description: Construction of Phase I of Reach 1 of Cannon Road, running from the west rim of Macario Canyon (Station 65.00) to Lego Drive (Station 36.671, about .6 of a mile. The project involves 64,775 cubic yards of cut grading, 157,080 cubic yards fill, and the import of 92,305 cubic yards., The project also proposes to grade within the rainy season (between October 1 and March 31) from approximately October 22, 1997 to November 30, 1997 for this season only. Plan Designation Open Space Zoning P-U, E-A Site: Easterly extension of Cannon Road, east of Interstate 5 and South of Agua Hedionda Lagoon, Carlsbad, San Oiego County. APN 211-010-11, 23 and 212-010-11 and 14. Issued on behalf of the California Coastal Commission by IMPORTANT: THIS PERMIT IS NOT VALIO UNLESS AN0 UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGEMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE. PETER DOUGLAS Executive Director and . . ACKNOWLEDGEMENT The undersigned permittee acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. /o-/J-97 Oate COASTAL DEVELOPMENT PERMIT No. 6-97-14 Page 2 of J- “. - STANDARD 1 1. 2. 3. 4. 5. 6. 7. . of Receiot and Acknowledw 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. . If development has not conmnenced, the permit will expire two years from the date on which the Conneission 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. &@pllaac;e. All development must occur in strict compliance with the proposal as set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Commission approval. . etation . Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Conmeission. Insbectionp. The Cormnission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice. Assim. 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. Terms and C pgditiQns Run with the Las be perpetual, and it is the intention kf to bind all future owners and possessors terms and conditions. SPECIAL: These terms and condftions shall the Cormnission and the permittee of the subject property to the The permit is subject to the following conditions: 1. Reveaetation Plm Prior to the issuance of the coastal development permit, the applicant shali submit a detailed revegetation plan indicating the type, size, extent and location of all plant materials, any proposed irrigation system and other landscape features to revegetate all disturbed or manufactured steep slope areas. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the maximum extent feasible to re-establish the area consistent with its present character. Said plan shall be reviewed and approved in writing by the Executive Director in consultation with the Department of Fish and Game. COASTAL DEVELOPMENT PERMIT NO. §-St-1Q Page 3 of J- r SPECIAL CONDITIONS, continued: - 2. Gradina and Erosion Control. The applicant shall comply with the following conditions related to grading and erosion.control: A. Prior to the issuance of the permit, the applicant shall submit final grading plans in substantial conformance with the submitted plans. This coastal development permit approves a one-time grading season encroachment until November 30, 1997. 8. All permanent run off and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. C. All areas disturbed but not completed during the construction period shall be stabilized in advance of November 30, 1997. The use of temporary erosion control measures, such as berms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minimize soil loss from the construction site. The applicant shall undertake the development in accordance with the approved grading and erosion control plan. Any variation from the schedule shall be reviewed as an amendment to this coastal development permit. .- 3. Staaina Areas. Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the construction bid documents, for the location of haul roads, construction corridors and staging areas. Construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area (i.e., coastal sage scrub and southern maritime chaparral) and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally fensitive habitat areas outside the construction corridor shall not be permitted. (7OlOP) APPENDIX C Coastal Development Permit No. 6-97-l I rC _.’ 6TATF ef cAUMRRlA-THE RESOURCE6 AOENOV POE-N.- CALIFORNIA COASTAL COMMISSION SAN OIEQO AREA 3liloAulNooELruoNom4.zu6~~ 6AN OHQO, a 62wsl726 (616) szldos6 COASTAL DEVELOPMENT PERMXT NO. 6-97-l 1 Pagelof 7 On , the California Coastal Commission granted to Fe- 4.1998 of- this permit for the development described below, subject to the attached Standard and Special Conditions. Description: Completion of Reach 1 of Cannon Road to construct a 450 foot long bridge over Macario Canyon &om its west rim to its east rim with two bridge abutments and four piers, requiring approximately 265,009 cubic yards of fill. Also, constmction of Reach 2 &om the east rim of Macario Canyon to El Camino Real, about 1.54 miles as a major arterial (104 ft. right-of-way) with two 12-foot lanes in each direction, a 18-foot wide landscaped median, two &feet wide bicycle lanes in addition to curb, gutter, streetlights, signage, drainage facilities, a 5 foot wide sidewalk and a 4.5 foot wide parkway. Also proposed is the constmction of a bridge over Agua Hedionda Creek at El Camino Real with a 130 foot by 90 foot cast-in-place reinforced concrete slab and reinforced steel bar, two bridge abutments and two piers; also proposed is a mitigation plan to mitigate project impacts to riparian habitat and brackish marsh. Plan Designation open Space zoning P-U, E-A Site: Easterly extension of Cannon Road, extending from present terminus at west side of Macario Canyon to El Camino Real, C&bad, San Diego county. Issued on behalf of the California Coastal Commission by PETER DOUGLAS Executive Director and COASTAL DEVELOPMENT PERMIT NO. 6-97-l 1 Page 2 of-Z_ m: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE. ACKNOWLEDGMENT - ATjEST: The undersigned this permit and a conditions thereof. 1, 2. 3. 4. 5. 6. 7. . ce of Rec~wk~ . 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. w. 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. . w . All development must occur in strict compliance with the proposal as set forth below. Any deviation from the approved pians must be reviewed and approved by the staff and may require Commission approval. . m . Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. m. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24hour advance notice. w . 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. . v&l&&& . 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. COASTAL DEVELOPMENT PERMIT NO. e-97- 11 Page 3 of 1 SPECIAL: The permit is subject to the following conditions: .* . . 1. * . Prior to the issuance of the coastal development permit, the applicant shah submit to the Executive Director for review and written approval, a detailed wetland mitigation plan for all temporary and permanent impacts associated with the proposed project The plan shall contain a detailed site plan of the wetland impact area(s), clearly delineating all areas of impact (temporary and permanent), which shall identify the exact acreage of each impact so identified The wetland mitigation plan shall also incorporate the following: a. Identification of the required ofi%ite mitigation site(s). Said mitigation shall occur on one or more of the following sites: the 3.3! acre site upland of Macario Canyon as identified in the City’s Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997, the 44 acre site on Kelly Ranch adjacent to El Camino Real (reference Exhibit 4), the Tijuana Estuary and up to 3.02 acres within the Agua Hedionda Preserve as identified in consultation with the California Department of Fish and Game. The proposed fee payment in-lieu of restoration of 3.02 acres within the Agua Hedionda Preserve is specifically not author&d. Use of any other site to meet the mitigation requirement, other than those identified above, would require an amendment to this permit. The applicant shall also submit a site plan of the mitigation site(s) which quantifies the existing wetland aud upland areas of the property(ies), including those to be restored within the Agua Hedionda Preserve. b. Mitigation of p ennanent direct wetland impacts associated with the proposed development by creation/restoration of Southern Willow Riparian Scrub and Riparian Scrub at a 3: 1 ratio (creation to loss). Thus, 4.77 acres of riparian habitat must be created. to mitigate proposed direct permanent impacts to 1.59 acres of reparian habitat. Mitigation of permanent impacts to open water (0.14 acres) is required at a 1: 1 r&o. Said mitigation shall only involve upland suitable for conversion to wetlands, (Macatio Canyon and Kelly Ranch sites), as described .in the Conceptual Wetlands Mitigatin Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997 and/or restoration as proposed in the Agua Hedionda Preserve area. c. In-kind mitigation at a replacement ratio of 1: 1 for all brackish marsh and riparian vegetation shading impacts (0.9 acres) shall be required provided that mitigation is shown to be successful by the five year monitoring plan described below; otherwise, such mitigation shall be provided at the ratio of 2: 1 at the end of the five year monitoring period. d. In-kind revegetation/mitigation at a replacement ratio of 1: 1 for all temporary construction impacts to brackish marsh and riparian vegetation resulting f%rn construction of haul roads, stockpile and staging areas, work areas extending a maximum 90 feet tirn the outside edge of Macario Canyon Reach 1 bridge, and 1,200 feet southwest of Reach 1 bridge by revegetating and restoring the impact area to the original condition before disturbance shall be required. Revegetation will include remedial work - - COASTAL DEVELOPMENT PERMIT NO. 5-97-l L Page4of-I such as decompaction and surface treatment of the ground and restoration of natural contours, with monitoring for three years, pursuant to the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon Road dated October 8,1997, as amended l/l 3198 and Special Condition #7 below. e. The applicant shall provide evidence in a form and content acceptable to the Executive Director, that the owner of all identified mitigation sites has executed irrevocable offers to dedicate to a public agency or private association acceptable to the Executive Director, an easement for habitat restoration, habitat maintenance, open space and habitat protection over any portion or all of the above properties identified in # 1 a. The casement shall: 1. Permit the applicant, its agents, antior the accepting agency to enter the property, create and maintain habitat, revegetate portions of the area, and fence the newly createdkvegetated area in order to protect such habitats. 2. Restrict all development, vegetation clearance, fire1 modification and grading within the Environmentally Sensitive Habitat open space casement. 3. Permit the Coastal Commission staffto enter and inspect for purposes of determining compliance with Coastal Development Permit ##6-97- 11. The easement area shall be described in metes and bounds. The offer shall be recorded free of prior liens and encumbrances which the Executive Director determines may afkct 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 assigns, and shall be irrevocable for a period of 21 years, such period running from the date of recording. - f. With the exception of the in-lieu fee payment to the endowment fund as an option for 30.2 acres of mitigation, the proposed project shall conform to the provisions identified in the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon road dated October 8,1997, and the amendment to the Biological Opinion dated January 13,1998. 2. B . Prior to the issuance of the coastal development permit, the applicant shall submit for review and written approval of the Executive Director in consultation with the Department of Fish and Game, a detailed monitoring program designed by a qualified wetland biologist, applicable to all mitigation sites approved pursuant to Special Condition #l above and acceptable to the Executive Director. Said monitoring program shall provide the following: a. Submittal of evidence of the completion of the mitigation plan(s) addressed in Special Condition #l above, through submittal of “as built” plans in substantial conformance with the final plans approved pursuant to Special Conditions #3. COASTAL DEVELOPMENT PERMIT NO. 6-97-l 1 Page 5 of 2 b. Monitoring reports on the extent of coverage, rate of growth and species composition of all created wetland areas shall be submitted to the Executive Director on an annual basis for five years following project completion. c. The monitoring program shall include provisions for augmentation and tnaintenance of the restoration efforts, including specific performance standards, designed to assure 90% coverage in a five year period. The program shall include criteria to be used to determine the quality and extent of the revegetation efforts, which shall include, but not be limited to, survival rates and species composition. d At the end of the five year period, a more detailed report pmpared in conjunction with a qualified wetland biologist shall be submitted to the Executive Ditor. If the report indicates that the mitigation has been, in part, or in whole, unsuccessfid, the applicant shall be required to submit a revised or supplemental mitigation program to compensate for those portions of the original program which were not successful. The revised mitigation program, if necessary, shall be processed as an amendment to their coastal development permit. . . . . . 3. -Plans/Conformance- . Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director for review and written approval, final site, grading and drainage plans, i.e., con&u&on drawings, in substantial conformance with the submitted preliminary plans and approved by the City of Carlsbad, which shall clearly delineate the constmction corridor associated iith the Macario Canyon bridge. Said plan shall indicate that the cons&u&on corridor is the minimum width necessary to construct the project and shall be developed by the City in consultation with Cal-Trans. Any proposed changes to the approved plan shall be reported to the Executive Director. No change to the plan shall occur without a Commission-approved amendment to the permit unless the Executive Director determines that no such amendment is required. 4. I ’ . ~1sVlreo~w~~ . Prior to the issuance of the coastal development permit, the applicant shall submit~to the Executive Director for review and written approval, in consultation with the Army corps of Engineers (COE) and California Department of Fish and Game (DFG), evidence that mitigation for impacts’to Least Bell’s Vireo and Southwestern Willow Flycatcher have been incorporated into the project consistent with the requirements of the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon Road dated October 8,1997. Any modification to the mitigatin requirements in the Biological Opinion shall be reviewed and may require an amendment to this coastal development permit. 5. Runoff. Prior to the.issuance of a coastal development permit, the applicant shall submit a runoff control plan designed by a licensed engineer qualified in hydrology and hydraulics for those portions of the project which drain to Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain which would assure no increase in peak runoff rate tirn the developed site over runoff that would occur from the existing undeveloped site, as a result of a ten-year f?equency storm over a COASTAL DEVELOPMENT PERMIT NO. 6-97-l 1 Page 6 of 1 - - - - - six-hour duration (10 year, 6 hour rainstorm). Discharge of storm flows shall not contribute to erosion. Energy dissipating measures at the terminus of the proposed outflow drains shall be constructed. The runoff control plan shall also include soil or sand filtration or its equivalent sufficient to trap oils and suspended solids, preventing them from entering the riparian and wetland areas located in Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain. The runoff control plan, including supporting calculations, shall be submitted to, reviewed and approved in writing by the Executive Director. If meeting the above standards results in sediment control facilities such as desiltation or detention basins being required, an amendment to this permit or a separate coastal development permit shall be required. 6. Erosion . Prior to the issuance of the coastal development permit, the applicant shall submit final grading and erosion control plans in conformance with the Regional Water Quality Control Board General Construction Activity Permit, which shall incorporate the following: A. All permanent runoff and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. B. All areas disturbed shall be stabilized in advance of the rainy season (October 1 to March 3 1 of each year). The use of temporary erosion control measures, such as berms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minimize soil loss from the construction site. C. All grading is prohibited between October 1 and April 1 of any year. . 7. B . Prior to the issuance of the coastal development permit, the applicant shall submit a detailed revegetation plan indicating the type, size, extent and location of all plant materials, any proposed irrigation system and other landscape features to revegetate brackish marsh and riparian resources within Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain, including the construction corridors of Macario Canyon and the Agua Hedionda Creek bridge crossing as well as all disturbed or manufactured steep slope areas, including the fill structure on the east side of Macario Canyon. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the maximum extent feasible to reestablish the area consistent with its present character. Said plan shall be submitted to, reviewed by and approved in writing by the Executive Director in consultation with the California Department of Fish and Game. COASTAL DEVELOPMENT PERMIT NO. 6-97-U Page 7 of 2 8. m. Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the construction bid documents, for the location of haul roads, construction corridors and staging areas. Construction corridors and staging areas shall be located in a manner that has the least impact on biological rehrces of the area, and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally sekitive habitat areas shall not be permitted. >ta,cur ,~,.r,nnl~-irtcnC;l~~~CEjA,r;EhC;'T -CALIFORNIA COASTAL COMMISSJON SAN OIEGO COAST AREA 3111 CAMINO OEL RIO NORTH, SUITE 266 January 22. 1998 SAN OIEGO. CA 92106-1725 n-619) 5214036 - - ,- MWRTANT PUBLIC HEARING NOTICE RECEDED COASTAL PERMIT APPLJCATJOJU PFRMIT NUMBFR; 6-97411 JAN 2 6 1998 APPI ICANTLSZ; City of Carl&ad ENGINEERING PROJECT DFSCRIPTION; DEPARTMENT Construction of Reach I of Cannon Road to cons&&t a 460 foot long bridge over Macario Canyon from its west rim to its east rim with two bridge abutments and four piers, requiring approximately 265,000 cubic yards of fill. Also, construction of Reach 2 from the east tm of Macario Canyon to El Camino Real, about 1.64 miles as a major arterial (104 ft right of way) witi two 12-foot lanes in each direction, a l&foot wide landscaped median, two g-feet wide bicycle lanes in addition to curb, gutter, streetlights, signage, drainage facilities, a 6 foot side sidewalk and a 4.5 foot wide parkway. Also proposed is the construction of a bridge over Agua Hedionda Creek at El Camino Real with a 130 foot by 90 foot cast-in-place reinforced concrete slab and reinforced steel bar, two bridge abutments and two piers; also proposed is a mitigation plan to mitigate project impacts to riparian habitat and. brackish marsh. . PROJECT LOCATION, Easterly extension of Cannon Road, extending from present terminus at west side of Macaio Canyon to El Camino Real, Carlsbad (San Diego County) (APN(s) 208-020-37,208~20~8) . EARING DATF AND LOCATlO& DATE: Wtinesday, .February 4,199s TIME; Meeting begins at 9:00 AM PLACE: Quality Resort - Mission Valley 875 Hotel Cirde South, San Diego, CA 92108 This item has been scheclued for a public heating and vote. People wishing to testify on this matter may appear at the hearing or may present their concerns by letter to the Commission on or before the hearing date. Copies of all correspondence will be provided to the Commission if received a minimum of three tworking days prior to the public hearing. Written comments may be of any length; oral testimony may be limited to 5 minutes or less for each speaker, depending on the number wishing to be heard. The above item may be moved to the Consent Calendar for this Area by the Executive Director when, prior to Commission consideration of the Consent Calendar, staff and the applicant are in agreement on the staff recommendation. If this item is moved to the Consent Calendar, the Commission will either approve it with the recommended conditions in the staff report or remove the item from the Consent Calendar by a vote of three or more Commissioners If the item is removed, the public hearing described above will still be held at the point in the meeting originally indicated on the agenda. No one can predict how quickly the Commission will complete agenda items or how many will be postponed to a later date. The Commission begins each session at the time listed and considers each item in order, except in extraordinary circumstances. Staff at the appropriate COtm’IiSSiOn office can give you more information prior to the hearing date. Questions regarding the report or the hearing should be dire&d to Bill ponder, Coastal Program Analyst, at the San Oiego Coast Area office. o= CALIFORNIA COASTAL COMMISSION STATE OF CALIFORNIA-TnC RESOURCES AQENCI CALIFORNIA COASTAL COMMISSION SAN DIEGO A%A 3111 cAMIN OEL RIO NORTH. sum 206 SAN DIEGO. CA 92106.1725 (619) 1216036 Filed: 12/18/97 49th Day: 2/S/98 180th Day: 6l16l98 Sti WNP-SD Staff Report: l/21/98 Hearing Date: 2/3-7/98 STAFF REPORT AND PRELIMINARY RECOMMENDATION Application No.: 6-97-l 1 Applicant: City of Carlsbad Agent: Sherry Howard Descri$on: Completion of Reach 1 of Cannon Road to construct a 450 foot long bridge over Macario Canyon from its west rim to its east Ritz with two bridge abutments and four piers, requiring approximately 265,000 cubic yards of fill. Also, consttuction of Reach 2 from the east rim of Macario Canyon to El Camino Real, about 1.54 miles as a major arterial (104 ft. right-of-way) with two 12-foot lanes in each direction, a l&foot wide landscaped median, two 8-feet wide bicycle lanes in addition to curb, gutter, streetlights, signage, drainage facilities, a 5 fodt wide sidewalk and a 4.5 foot wide parkway. Also proposed is the construction of a bridge over Agua Hedionda Creek at El Camino Real with a 130’foot by 90 foot. cast-in-place reinforced concrete slab and reinforced steel bar, two bridge abutments and two piers; also proposed is a mitigation plan to mitigate project impacts to riparian habitat and brackish marsh. Plan Designation Open Space Zoning P-U; E-A Site: Easterly extension of Cannon Road, extending from present terminus at . west side of Macario Canyon to El Camino Real, C&bad, San Diego COUDty. STAFF NOTES: Summarv of Staffs Preliminarv Recommendation: Staff recommends approval of the project, subject to special conditions requiring project compliance with a revised mitigation plan and revised monitoring and maintenance provisions of the proposed mitigation sites, final plans indicating that development impacts to environmentally sensitive habitat within the construction corridor of Macario Canyon are minimized. that the project conform to the recommendations of CDP 697- 11 Page 2 ,- - the resource agencies, revegetation plans, erosion control plans and final staging plans. The revised plans will assure the Commission that impacts to wetland and riparian resources resulting from proposed construction will be mitigated consistent with resource agency approvals and past Commission action. The erosion control plans will ensure that grading will not result in any sedimentation impacts to the downstream sensitive resources of Agua Hedionda Lagoon or Macario Canyon. The staging area plans will ensure that construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area. Substantive File Documents: City of Carlsbad Certified Agua Hedionda Segment Land Use Plan; CDP #6-84-617; Cannon Road: Reach 1 Fiial Environmental Impact Report” (City of Carlsbad EIR 87-2, March 21,198-g); CDP #j-89-195, CDP #K&97-10. Revised Macario Canyon Bridge Revegetation Plan, dated August 8, 1989; Maintenance and Monitoring Program for the Cannon Road Reach’1 Mitigation Plan, dated June 1990; Macario Canyon Bridge least Bell’s Vireo Summary (undated), The Conceptual Wetlands Mitigation plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997. . The staff recommends the Commission adopt the following resolution: I. ADuroval with Conditions. - - The Commission hereby grants a permit for the proposed development, subject to the conditions below, on the grounds that the development will be in conformity with the provisions of Chapter 3 of the California Coastal Act of 1976, will not prejudice the ability of the local government having jurisdiction over the area to prepare a Local Coastal Program conforming to the provisions of Chapter 3 of the Coastal Act, and will not have any significant adverse impacts on the environment within the meaning of the California Environmental Quality Act. II. Standard Conditions. See attached page. III. Snecial Conditions. The permit is subject to the following conditions: The permit is subject to the following conditions: 1. Wetland Mitination/Restoration. Prior to the issuance of the coastal development permit, the applicant shall submit to the Executive Director for review and written approval, a detailed wetland mitigation plan for all temporary and permanent impacts associated with the proposed project. The applicant shall prepare a detailed site CDP 6-97- 11 Page 3 plan of the wetland impact area(s), clearly delineating all areas of impact (temporary and permanent), which shall identify the exact acreage of each impact so identified. The wetland mitigation plan shall also incorporate the following: a. Identification of the required offsite mitigation site(s). Said mitigation shah occur on one or more of the following sites: the 3.31 acre site upland of Macario Canyon as identified in the City’s Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997, the 44 acre site on Kelly Ranch adjacent to El Camino Real, and 3.02’acres within the Agua Hedionda Preserve as identified in consultation with the Califomia Department of Fii and Gme. The proposed in-lieu fee payment for the above 3.02 acxes is specifically not a&o-d. The applicant shall also submit a site plan of the mitigation site(s) which quantifies the existing wetland and upland areas of the property(ies), including those restored within the Agua Hedionda Preserve. b. Preparation of the identified off-site mitigation area(s) such that all identified direct wetland impacts associated with the proposed development are mitigated, in-kind, at a minimum 3:l for ail identified impacts to Southern Wiiow tip&an Scrub and Riparian Scrub. Said mitigation shall only involve upland suitable for conversion to wetlands, and/or restoration as proposed in the Agua Hedionda Preserve area. c. Plans for off-site mitigation at a replacement ratio of 1: 1 for all brackish marsh and riparian vegetation shading impacts shall be required provided that mitigation is shown to be successful by the five year monitoring plan described below; otherwise, mitigation shall be provided at the ratio of 2:l at the end of the five year monitoring period. d. Plans for rcvegetationknitigation at a replacement ratio of 1: 1 for all temporary construction impacts to brackish mar& and riparian vegetation pursuant to Special Condition #7 below. . e. The applicant shall provide evidence in a fotm aad content acceptable to the Executive Director, that the owner of all identified mitigation sites has executed irrevocable offers to dedicate to a public agency or private association acceptable to’the Executive Director, an easement for habitat restoration, habitat maintenance, open space and habitat protection over any portion or all of the above properties. The easement shall: 1. Permit the applicant, its agents. and/or the accepting agency to enter the property, create and maintain habitat, revegetate portions of the area, and fence the newly crcatedkevegetated area in order to protect such habitats. 2. Restrict all development, vegetation clearance, fuel modification and grading within the Environmentally Sensitive Habitat open space easement. 3. Permit the Coastal Commission staff to enter and inspect for purposes of determining compliance with Coastal Development Permit ##6-97-l 1. CDP 6-97- 11 Page 4 - The easement area shall be described in metes and bounds. The offer shall be recorded free of prior Iiens 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 assigns, and shall be irrevocable for a period of 2 1 years, such period running from the date of recording. f. Project compliance with the provisions and mitigation measures described in the following documents: Fiial Environmental Impact Report 87-2, dated March 21, 1989; Revised Macario Gnyon Bridge Revegetation Plan, dated August 8.1989; Maintenance and Monitoring Program for the Cannon Road Reach I Mitigation Plan, dated June 1990; Macario Canyon Bridge least Bell’s Vireo Summary (undated); a December 12, 199 1 summary letter regarding Cannon Road Reach 1 - Section 7 Negotiation; The Conceptual Wetlands Mitigation ~1% for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997; Appendix A in the Corps 404 permit application for Cannon Road Reach 1, dated February 13,1997; Appendix A in the Corps 404 permit application for Cannon Road Reach 2, dated February 13,1997 and the Concurrent Option Mitigation Plan developed by the City of G&bad, dated January 15, 1998. 2. Monitoring Proszam. Prior to the issuance of the coastal development permit, the applicant shall submit for review and written approval of the Executive Director in consultation with the Department of Fish and Game, a detailed monitoring program designed by a qualified wetland biologist, applicable to all mitigation sites approved pursuant to Special Condition #l above and acceptable to the Executive Director. Said monitoring program shalI provide the following: a. Submittal of evidence of the completion of the mitigation plan(s) addressed in Special Condition #I above, through submittal of “as built” plans in substantial conformance with the final plans approved pursuant to Special Conditions #3. -. b. Monitoring reports on the extent of coverage, rate of growth and species composition of ail created wetland areas shall be submitted to the Executive Director on an annual basis for five years following project completion. c. The monitoring program shall include provisions for augmentation and maintenance of the restoration efforts, including specific performance standards, designed to assure 90% coverage in a five year period. The program shall include criteria to be used to determine the quality and extent of the revegetation efforts, which shall include, but not be limited to, survival rates and species composition. d. At the end of the five year period, a more &tailed report prepared in .-- conjunction with a qualified wetland biologist shall be submitted to the Executive Director. If the report indicates that the mitigation has been, in part, or in whole, unsuccessful, the applicant shall be required to submit a revised or supplemental mitigation program to compensate for those portions of the original program which were cm 6-97- 11 Page 5 not successful. The revised mitigation program, if necessary, shall be processed as an amendment to their coastal development permit. 3. Final Plans/Conformance with Mitigation Measures. Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director for review and written approval, final site, grading and drainage plans, i.e., construction drawings, in substantial conformance with the submitted preliminary plans and approved by the City of Carlsbad, which shall clearly delineate the construction corridor associated with the Macario Canyon bridge. Said plan shall indicate that the construction corridor is the minimum width necessary to construct the project and shall be developed by the City in consultation with Cal-Trans. Any proposed changes to the approved plan shall be reported to the Executive Director. No change to the plan shall occur without a Commission-approved amendment to the permit unless the Executive Director determines that no such amendment is required. 4. e. Asurvey for the presence of least Bell’s vireo and Southwestern Willow Flycatcher shall be conducted prior to the commencement of construction. The survey shall be conducted by qualified biologists, and shall be consistent with United States Fish and wildlife Service specifications for such studies. If no vireos or flycatchers are found, construction may commence. If vireos or flycatchers are found, all appropriate governmental agencies shall be notified, including but not limited to the California Coastal Commission, the California Department of Fish and Game and the U.S. Fish and Wildlife Service, and constructiori must cease until consultation with the U.S. Fib and Wildlife Service is concluded. In addition, if vircos or flycatchers are identified at the site, mitigation for impacts to vireo and flycatcher habitat consistent with that required under the United States Fish and Wild& Service specifications for such studies shall be provided through an amendment to this permit or a separate coastal development permit. 5. Runoff Control. Prior to the issuana of a coastal development permit,the applicant shall submit a runoff control plan designed by a licensed engineer qualifted in hydrology and hydraulics for those portions of the project which drain to Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain which would assure no increase in peak runoff rate from the developed site over runoff that would occur from the existing undeveloped site, as a result of a ten-year frequency storm over a six-hour duration (10 year, 6 hour rainstorm). Discharge of storm flows shall not contribute to erosion. Energy dissipating measures at the terxnhus of the proposed outflow drains shall be constructed The runoff control plan shall also include soil or sand ftitration or its equivalent sufficient to trap oils and suspended solids, preventing them from entering the riparian and wetland are& located in Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplains The runoff control plan, including supporting calculations, shall be.submittcd to, reviewed and approved in writing by the Executive Director. If meeting the above standards results in sediment control facilities such as desiltation or detention basins being required, an amendment to this permit or a separate coastal development permit shall be required. CDP 6-97- 11 Page 6 - - 6. Erosion Control. Prior to the issuance of the coastal development petit, the applicant shall submit final grading and erosion control plans which shall incorporate the following: A. All permanent runoff and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. B. AU areas disturbed shall be stabilized in advance of the rainy season (October 1 to March 3 1 of each year). The use of temporary erosion control measures, such as berms, interceptor ditches, sandbagging, Ntered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minim& soil loss from the construction site. /- - 7. Revenetation Plan. Prior to the issuance of t$e coastal development, permit, the applicant shall submit a detailed revegetation plan indicating the type. size, extent and location of all plant materials, any proposed irrigation system and other landscape features to revegetate brackish marsh and riparian resources within Ma&o Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain, including the construction corridors of Macario Canyon and the Agua Hedionda Creek bridge crossing as well as all disturbed or manufactured steep slope areas, including the fill structure on the east side of Macario Canyon. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the, maximum extent feasible to reestablish the area consistent with its present character. Said plan shail be submitted to, reviewed by and approved in writing by the Executive Director in consultation with the California Department of Fish and Game. 8. Staeine Areas. Prior to issuance of the coastal development permit, ‘the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the construction bid documents, for the location of haul roads, construction corridors and staging areas. Construction corridors and staging areas shalI be located in a manner that has the least impact on biological resources of the area, and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally sensitive habitat areas shall not be permitted. IV. Findings and DeclarationS. The Commission finds and declares as follows: The Commission finds and declares as follows: 1. Detailed Develooment DescriDtion and Historv. Completion of Reach 1 of Cannon Road to construct a 450 foot long bridge over Macario Canyon from its west rim to its east rim requiring approximately 265,000 cubic yards of fill. The proposed bridge would have four piers placed in wetland habitat to support the proposed structure. Also proposed is the construction of Reach 2 from the east rim of Macario Canyon to El Camino Real, about 1.54 miles. Road construction of the major arterial (104 ft. right-of- CDP 6-9?- 11 Page 7 way) is proposed to travel northeasterly about 1.5 miles to its intersection with El Camino Real, an existing major arterial that serves as a portion of the coastal zone boundary within the City. The arterial will provide two 12-foot lanes in each direction, an l&foot wide landscaped median, and two g-feet wide bicycle lanes in addition to curb, gutter, streetlights, signage, drainage facilities, a 5 foot wi& sidewalk and a 4.5 foot wide parkway. Reach 2 proposes the construction of a bridge over Agua Hedionda Creek at El Camino’Real. The proposed bridge at El Camino Real would consist of a 130 foot by 90 foot cast-in-place reinforced concrete slab with a ninforced steel bar, two bridge abutments and two piers. The City p&poses a mitigation plan to mitigate project impacts to rip&n and brackish marsh impacts. Cannon Road Reach 2 is the second segment of four segments in the City’s plans to extend the roadway eastward four miles. Only Reaches 1 and 2 arc within the coastal zone. Its present improved terminus is at Lego Drive east of and near I-5 in the Carlsbad Ranch, a multi-use project, including Legoland, on 447 acres located ahout 112 mile from the ocean between Palomar Airport Road and &non Road. Design and planning for Cannon Road Reaches I and II were both initiated prior to 1985. Both private development and public works approaches to constructing the road were initiated. Due to the economic downturn in the late 1980s and early 1990s. both projects were postponed and existing approvals expired. Reach I of the Cannon Road alignment was approved in CDP #S-89-195; however, the permit expired. In CDP M-97-10 (October, 1997). the Commission ap#oved Phase 1 of Reach 1 for the grading of Cannon Road from its easterly tedus at Lcgo Drive to the westerly bridge abutment at Mactio Canyon. Phase 2 of Reach 1 includes the construction of the proposed bridge over Macario Canyon. Reach 2 of Cannon Road includes construction of the roadway from the eastern rim of Macario Canyon eastward to El CainindReal. The alignment of Cannon Road Reach 2 was approved in CDP #6-U-617 in the Commission’s approval of the Kelly Ranch Master Plan, another mixed use project on 433 acres located east of Agua Hedionda Lagoon. This project was not built but surcharge grading for Cannon Road was done. The Reach 2 project proposes to finish the grading ,$at was previously approved which would include the removal of approximately 26,500 cubic yards of surcharge fill resulting in the ultimate construction of the road. According to the City of Carlsbad, Reach 2 will generally be constructed as approved in CDP #6-84-617 with two exceptions. A slight modification has been made in the turn radius of the roadway and the Reach 2 bridge spanning Agua Hedioada Creek near El Camino Real would be 10 feet wider than originally planned. These changes would result in an additional .29 acres of impact to coastal sage scrub for the former and .14 acres of additional impact to rip&an habitat for the latter. Because of these changes and the uncertain status of build-out of the Kelly Ranch project,‘the road project is being processed as a new permit. No upstream or downstream construction is proposed beyond the area impacted by the construction of the bridge spanning Agua Hedionda Creek. No CDP 6-97-l 1 Page 8 temporary or permanent impacts to the wetlands beyond the construction of the bridge are proposed. The development of this area is subject to the certified Agua Hedionda segment Local Coastal Program Land Use Plan (LUP). The roadway is also contained in the City of Carisbad LCP Circulation Element as a major road. - <- 2. Environmentailv Sensitive Habitat Areas. Section 3023 I of the Act states: The biological productivity and the quality of coastal waters, streams, wetlands, estuaries, and lakes appropriate to maintain optimum populations of marine organisms and for the protection of human health shall be maintained and, where feasible, restored through, among other means, minimkng adverse effects of waste water discharges and entrainment, controlling runoff, preventing depletion of ground water supplies and substantial interference with surface water flow, encouraging waste water reclamation, maintaining natural vegetation buffer areas that protect riparian habitats, and minimizing alteration of natural streams. . Section 30233(a) of the Act states, in part: (a) The diking, filling, or dredging of open coastal waters, wetlands, estuaries, and lakes shall be permitted in accordance with other applicable provisions of this division, where there is no feasible less environmentally damaging alternative... In addition, Section 30233(c) of the Act states, in part: - (c) In addition to the other provisions of this section, diking, filLing, or dredging in existing estuaries and wetlands shall maintain or enhance the functional capacity of the wetland or estuary. Any alteration of coastal wetlands identified by the Department of Fiih and Game, including, but not limited to, the.19 coastal wetlands identified in its report entitled, “Acquisition Priorities for the Coastal Wetlands of California”, shall be limited to very minor incidental public facilities, restorative measures, nature study, commercial fishing facilities in Bodega Bay, and development in already developed parts of south San Diego Bay, if otherwise in accordance with this division. Section 30240 of the Act states: IL- (a) Environmentally sensitive habitat areas shall be protected against any significant disruption of habitat values, and only uses dependent on such resources shall be allowed within such areas. (b) Development in areas adjacent to environmentally sensitive habitat areas and parks and recreation areas shall be sited and designed to prevent impacts which would significantly degrade such areas, and shall be compatible with the continuance of such habitat areas. CDP 6-97- 11 Page 9 Finally, Section 30253 of the Act states, in part: New development shall: [...I (2) Assure stability and structural integrity, and neither create nor contribute significantly to erosion, geologic instability, or destruction of the site or surrounding area or in any way require the construction of protective devices that would substantially alter natural landforms along bluffs and cliffs. Agua Hedionda is one of 19 identified “high priority” wetlands in the Coastal Act As such it is afforded special protection under the Act and the certified Agua Hedionda Land Use Plan (LUP). As originally submitted by the City in 1978 in the Agua Hedionda LUP submittal, Cannon Road would have resulted in about 11 acres of wetland fill. Subsequent to the Commission’s action to deny the initial snbrnittal, a negotiating committee was formed to address the remaining issues of the Agua HediondaLUP, including Cannon Road ‘This committee developed a conceptual alignment involving the least amount of adverse impacts upon lagoon resources which were incorporated into Agua Hedionda Lagoon Land Use Plan. As stared in the Policy 5.8 of the certified LUP, the policies regarding the protection of resources in conjunction with the extension of Cannon Road are as follows: a) No portion of the road construction shall involve the filling or dredging of fresh or saltwater marsh wetlands, except as noted in the letter from the Coastal Commission to the State Department of Fish and Game. b) To the extent that any portion of the road constmction wonld occur in or adjacent to an environmentally sensitive habitat area other than an wetland, the road shaIl be sited and designed to prevent impacts which would significantly degrade such areas, shall avoid significant disruption of habitat values, and shall be sited and designed to be compatible with the continuance of habitat values. c) To the extent that there arc no feasible less environmentally damaging alternatives and the road as designed would nonetheless result in adverse impacts to environmentally sensitive hat&at area, such impacts shall he fully mitigated in accordance with the recommendations of the State Department of Fish and Game. Cannon Road was also addressed by the Commission in LUP Amendment l-85. It was envisioned that Cannon road was to span the wetlands in its crossing of Macario Canyon, and a specific exhibit indicating the span was included in LUP Amendment l-85 as certified by the Commission. ln subsequent. permit decisions for Reach 1 (CDP 4%89- 195) and Reach 2 (6-84-617) the Commission approved the alignment of the road from near I-5 to El Cam@ Real. The Commission’s action approved two bridge crossings of environmentally sensitive areas, CDP 6-97- 11 Page 10 - - - riparian and brackish marsh woodland at Macario Canyon in Reach 1 and the Agua Hedionda Creek near El Camino Real in Reach 2. Since the time of the Commission’s original approval for Cannon Road, the listing of a number of sensitive plants and animals (least Bell’s vireo, California gnatcatcher, southwestern willow flycatcher, arroyo southwestern toad and Pacific little pocket mouse) brought into question whether the approved alignment is the least environmentally- damaging alternative. As a result, the U.S. Army Corps of Engineers (ACOE) and the U.S. Fish and Wildlife Service (USFWS) determined that new studies were necessary regarding the project which resulted in the need for new approvals. Existing approvals for Reach I and Reach II by the California Department of Fish and Gaa~ (CDFG) and the Amy Corps of Engineers (ACOE) have expired. As part of its permit review, the ACOE asked the USFWS to prepare a Biological Opinion regarding the impact of both Reach I and Reach II on the previously mentioned endangered species. The Biological Opinion identifies mitigation measures that can be implemented to mitigate adverse impacts to least Bell’s virco and southwestern willow flycatchers, both on federal and state endangered species lists, in riparian and wetland habitat adjacent to Macario Canyon and along the Reach II alignment. None of the mitigation measures include changing the approved alignment or bridges associated with either Reach I or Reach II, and no changes to the alignment or bridge designs are expected to occur as part of the ACOE pen& The CDFG has also indicated that no change in the alignment or bridge designs of Cannon Road will be recommended in its new streambed alteration agreement. Other alignments near the proposed alignment were considered but dismissed because resource and endangered species impacts associated with those alignments were not significantly less than the proposed alignment. That is, moving the road’s alignment around impacted a number of environmentally sensitive plants or animals so that no clearly superior environmentally prefernd alignment emerged to replace the proposed alignment. Consequently, the resource agencies agree there are no alternative alignments that are significantly better than the previously approved alignment with respect to protecting sensitive plants and animals, and the Commission concurs. While the Commission can accept the alignment as the least environmentally damaging alternative on balance, it must also find that project impacts are adequately mitigated. As noted, the Commission has reviewed Cannon Road previously in two permit decisions. Regarding its previous review of Reach 1, the Commission accepted wetland and riparian impacts associated with bridge construction over Macario Canyon. Specifically, direct brackish marsh impacts for bridge pier construction was 547 sq.ft. (.012 acres), direct riparian impacts for bridge construction was 1.0 acre and temporary direct impacts for construction corridor impacts was .33 acres of brackish marsh. In addition, shading impacts were identified at 0.1 acres to brackish marsh and 0.8 acres to riparian vegetation. Direct brackish marsh impacts resulting from pier construction were required to be mitigated at a 4:l ratio or 0.05 acres, direct riparian impacts were required to be mitigated at a 3: 1 ratio or 3.0 acres. Shading impacts were required to be mitigated at a CDP 6-97-l 1 Page 11 1: 1 ratio rest&in& 0.1, acres of brackish marsh and 0.8 acres and construction corridor impacts were required to be mitigated at 1: 1 or .33 acres for a total of 4.28 acres. Of this, 3.95 acres (all the above mitigation except that for temporary direct impacts which required revegetation only), was required to be wetland creation. Wetland creation is the creation of new habitat by converting upland to wetland and requires some grading of uplands to achieve appropriate elevations for the growing of wetland species. In CDP M-84-617, regarding its review of Reach 2, the Con&&on found the bridge spanning of Agua Hedionda Creek was found to be the least environmentally damaging alignment; however the Commission accepted some wetland impacts associated with its construction. These impacts were not quantified but were associated with bridge construction and channel improvements within Agua Hcdionda Creek and the construction of a desiltation basin near Cannon Road’s intersection with EJ Camino Real. The City indicates impacts associated with Cannon Road Reach 2 as approved in CDP #6-84-617 have been mitigated. One special condition of CDP #6-84-617 related exclusively to Cannon Road and was entitled Cannon Road/Wetland Encroachment/Wetland Restoration. It required that Cannon Road shall be.constructed in accordance with the alignment identified in Policy 5.8 of the LUP unless a wetlands restoration plan was followed which included: establishment of wetland habitat or re- establishment of wetland habitat (areas which have been previously filled or disturbed) on-site at a minimum ratio of 1: 1.; a map of the mitigation sites showing the areas irh their present and proposed conditions in conjunction with the above wetland replacement ratio requirements; erosion control for construction of Cannon Road and the implementation of approved mitigation programs shall he subject to erosion control requirements contained in CDP #6-84-617; wetland restoration measures which required wetland restoration and enhancement plans for various locations within the proposed 186 acm Agua Hedionda preserve which was required to be put into open space as mitigation for impacts associated with the Commission’s approval of Kelly Ranch. A mitigation plan was developed in response to the above provisions and implemented Compliance with these provisions has been confirmed by the Caiifornia Depanment of Fti and Game (attached). Currently, the project proposes the construction of a bridge over Agua Hedionda Creek at El Cat&o Real that is 10 feet wider than the previous bridge the Commission approved, which has resulted in some additional impacts. Additionally, a small realignment of the road has resulted in encroachment into disturbed riparian scrub in an existing d&Ration basin. Thus, the bridge construction and road improvements wilI result in the permanent loss of three wetland habitat types: 0.16 acres of southern willow scrub, 0.14 acres of open water and 0.43 acres disturbed riparian scrub. This totals 0.73 acres of wetland impact. The following is a table summary of the comparison of the City’s identified impacts and proposed mitigation provisions for Reachs 1 and 2 with themquhmeats previousIy approved by the Coastal Commission in CDPs #684-617 (Reach 2) and #6-89-195 (Reach 1). CDP 6-97- 11 Page 12 .- COASTAL COMMISSIONS h4ITIGATION REOUIREMBNTS Reach I Direct Brackish Marsh 0.012 acres at 4:l = 0.05 acres Direct Riparian 1.00 acres at 3:l = 3.00 acres Temporary Direct 0.33 acres at 1: 1 = 0.33 acres Shading .8 ac. riparian .l ac. br. marsh Total Q.90 acres at I: 1 = 0.90 acres (if standards are met) 2.35 acres = 4.28 acns Reach 2 Direct riparian 0.59acresat3:l = 1.77acres open water 0.14 acres at 3:l = 0.42 acres Total 0.73 acres = 2.19 acres Commission requirements for Reach 1 and 2 = 6.47 acres Reach 1 Creation = 3.95 acres (all but -33 ac. temp. direct) Reach 2 Creation = 2.19 acres Cl-ITS PROPOSED IMPACTS AND MITIGATION Reach I Direct Riparian Temporary Direct Shading .8 ac. riparian .l ac. br. marsh Total l.OOacresat 1:1 = l.OOacres 0.68 acre at 1:l = 0.68 acres 09Oacreat 1:l . = 0.90 acfes 2.58 acres = 2.58 acres Reach 2 Direct riptian 0.59 acres at 1: 1 = 0.59 acres open water 9.14 acres at 1:l = 0.14 acres 0.73 acres = 0.73 acres TOTAL WE’&WD IMPACTS =3.31 acres S CONCURRENT MITIGATM’J Total Acreage Proposed as Mitigation Creation in Macario Canyon 1.73 ac. @ 1:l 90 ac. 8 1:l shading .68 ac. @ 1: 1 temporary direct 6.77 ac. 3.31 ac. Creation on Kelly Ranch Adjacent to El Camino Real Payment to Agua Hedionda Lagoon Endowment at $114,420 per Acre (Total $345,548) or Restoration 0.44 ac. 3.02 ac. CDP 6-97- 11 Page 13 The City’s impacts analysis for Reach 1 and Reach 2 identifies that theMacario Canyon bridge construction will result in the impact of 1.9 acres of wetland through fill and shading (1 .O acre to fill and 0.9 acre to shading). Approximately 0.68 acres of wetland will be temporarily lost through construction impacts. This totals 2.58 acres of wetland impacts. Mitigation of 1: 1 pre-impact is proposed for the wetlands impacted by construction of the bridge. As noted, Reach 2 impacts arc proposed at 0.73 acres; total project impacts for both Reach 1 and Reach 2 are proposed at 3.31 acres. For the.3.3 1 acres of total impacts, until November 1997, the City had proposed a 1: 1 mitigation ratio to be installed and meet performance criteria before any impacts to wetlands were allowed. In this way impacts had to be mitigated in advance of actual project construction on the Macatio Canyon bridge. The City’s rationale for mitigation was to ensure that there was no net loss of wetlands and was accept4 by the resource agencies provided mitigation was deemed acceptable in advance of impacts @e-impact) for Reach 1 and Reach 2 impacts. The agreed upon offsite wetland mitigation plan consists of excavating 3.3 1 acres of existing agricultural lands under City ownership adjacent to existing wetlands within Macario Canyon. upstream of the Ma&o Canyon bridge site, for the purpose of restoring wetland hydrology and creating riparian habitat The riparian mitigation site will include a lOO-foot-wide hand of’upland habitat outside the 3.3 1 acres and buffer the ripatian and wetland habitats in perpemity. Active park uses inside the upland buffer would be limited. As noted, this location and design has been accepted by the resource agencies. In November 1997, the City proposed a change in plans and now pmposes bridge construction at Agua Hedionda Creek and construction of a bridge abutment at Macario Canyon to go forward in advance of developing the main mitigation site in Macario Canyon. Consequently, the City has amended the mitigation plan that was approved by the resource agencies as described above. The new mitigation plan’is called the Concurrent Impact Option and is identified in the preceding tabk. While coucurrent mitigation is now proposed at two locations outside the main mitigation site (-44 acres near El Camino Real and 3.02 acres within the proposed 186 Agua Hedionda Resmre) no mitigation plans have been submitted for the new mitigation sites. In summary, the resource agencies have agreed to the amended plan and the Biological Opinion is being amended to reflect this change. However, while the amended mitigation plan is acceptable to the resource agencies, it is not strictly consistent with past Commission action and current Commission practices regarding the adequate mitigation of environmentally sensitive habitats. The Commission’s previous approval requires that the proposed construction cozridor be revegetatcd in kind and amount. Although this was not offered as part of the City’s mitigation package, the City has agreed to rcvegetate the corridor upon completion of the project to mitigate the temporary impacts associated with bridge construction. Similarly, the Commission finds that this requirement is necessary to find the project consistent with the resource protection provisions of the Coastal Act. Also, the Commission is concerned about the width of the corridor. The Commission desires that the corridor be CDP 6-97- 11 Page 14 - - kept to a minimum width which would result in less impacts to sensitive vegetation. Therefore, the Commission is endorsing only a 90 foot wide corridor at this time. - - Second, there are also differences in the amount of habitat creation between what the Commission approved and what the City is proposing. The City identies total creation of habitat in Reaches 1 and 2 at 3.75 acres, an additional 3.02 acres is being proposed as an in-lieu payment or restoration for a total of 6.77 acres of mitigation. The Commission approved 3.95 acres as creation in Reach 1 and would typically require 2.19 acres of creation in Reach 2 (0.73 acres of riparian at 3: 1) for 6.14 acres total. Thus, the City’s proposal is deficient 2.39 acres with respect to actual creation of habitat for impacts. As noted, the City’s proposal does not identify 0.05 acres of direct impacts to brackish marsh for bridge pier construction which was identified by the Commission to be mitigated at 4: 1. Thus, the City’s proposal proposes no mitigation for this impact. The City’s mitigation plan proposes the creation of 0.1 acres of brackish marsh to mitigate shading impacts to sensitive vegetation which will occur when the bridge is built. The Commission’s decision was that shading impacts he mitigated at a 1: 1 ratio provided that. revegetation of the area under the bridge is shown to be successful through a 5 year monitoring plan; othenvise, mitigation shall be provided at a 2: 1 ratio at the end of the five year monitoring period. The Commission again finds that this provision must be made part of a revised mitigation plan. - The City’s proposed funding option acreage would fund the Agua Hedionda Preserve as envisioned by the California Department of Fiih and Game (DFG). DFG is interested in administering 186 acres that was dedicated as open space in the Commission’s approval of the Kelly Ranch Master Plan (#S-84-617). To administer this open space system, funding and or restoration of existing resources is necessary. In exchange for accepting project impacts associated with the construction of Cannon Road, DFG is requiring the 3.02 acres mitigation area shall be in the form of restoration of riparian vegetation (establishment of vire~uality habitat, inciuding a minimum of five years of monitoring, as well a success criteria and contingency plans) within the entire 186-acre Agua Hedionda Preserve or other area approved by the Service and California Department of Fish and Game. As proposed, the restoration may occur prior to or concurrent with project impacts, a $114,420.00 per acre ($345,548.00 total, the City of Carlsbad estimate of per acre cost of wetland creation including grading, installation, irrigation, S-year mitigation monitoring, and S-year least Bell’s vireo monitoring) may be paid to an endowment fund for the required restoration of 3.02 acres. Under the latter circumstance, the full amount of these funds shall be placed in an interest hearing account for the identified restoration efforts. The habitat restoration and monitoring plans (to include at least 5 years of monitoring, success criteria and contingency measures) must be reviewed and approved by the Service. Documentation to demonstrate the establishment of this account shall be ,-- provided to the Service and the California Department of Fish and Game. CDP 6-97-l 1 Page 15 If, after three years, a suitable owner/manager for the Agua Hediond+ preserve has been identified, the Service shall provide notice to the permittee that they have 90 days in which to proceed with the creation program in another area approved by the Service and the California Department of Fish and Game. At this time, the $345,548.00 would be transferred to the City to be utibzed for this purpose. However, the Commission can not support the in-lieu fee proposal. While the Commission recognizes that the proposal is supported by CDFG as insurance that project impacts would be mitigated within the proposed Reseme if restoration did not take place, the Commission has historically required impacts to be mitigated in a timely fashion through habitat creation or restoration rather than in the form of a payment The payment option may not be invoked for a number of years and in that time impacts would go unmitigated. Therefore, the Commission finds that the proposed restoration should occur at this time concurrent with impacts. Notwithstanding the above, the City’s mitigation plan has been accepted by the msource agencies as adequate to compensate for project impacts. The resource agencies state that the impacts described above would not jeopardize the continued existence of endangered species because the City has incorporated significant compensation measures including: 1) replacement through revegctation of any riparian and wetland habitat permanently destroyed by project construction activities at a 1:l area ratio prior to construction, 2) replacement through revegetation of any rip&n and wetland habitat temporarily destroyed by project construction activities at a 1:l ratio within the temporary impact area, 3) the implementation of a cowbird trapping program, 4) the initiation of a pampas grass removal program, 5) the contribution of $15O,tXIO and any outstanding start-up costs to fund wildlife management practices in perpetuity within the 18Gacre riparian habitat area, 6) use of noise barriers on Reach ! bridge to reduce vehicle noise, 7) use of shields on lights to minim& the “spillover” of light on adjacent riparian habitats, and 8) construction outside the least Bell’s vireo and southwestern ffycatcher breeding seasons (March 15 - September 15). In addition, indirect impacts associated with construction will be reduced by fencing the right-of-way with a drift fence so impacts to adjacent sensitive habitats do not occur. Supplemental mitigation includes the removal of pampas grass and cowbird trapping from 28 acres of riparian habitat which will provide significant enhancement to the quality of the habitat With the exception of the in-lieti fee payment option, the Commission concurs with the resource agencies, based on the above, that the proposed mitigation plan will adequately mitigate project impacts. With respect to Cannon Road impacts, the Agua Hedionda LUP defers to the California Deparcrnent of Fish and Game in Policy 5.8 by finding that to the extent that there are no feasible less environmentally damaging alternatives and the road as designed would nonetheless result in adverse impacts to environmentally sensitive habitat area, such impacts shall be fully mitigated in accordance with the recommendations of the State Lkpartment of Fish and Game. Because the CDFG has accepted the mitigation plan as proposed by the City, the Commission finds that the subject development, absent the in- lieu fee payment option and as conditioned, is consistent with Section 30233 and the other resource protection provisions of the Act. CDP 6-97- 11 Page 16 - -_ Special Condition #l requires that a detailed revised wetland mitigation plan for all temporary and permanent impacts associated with the proposed project. It shall clearly delineate alI areas of impact (temporary and permanent) and shall identify the exact acreage of each impact so identified. Mitigation plans have not been-submitted for the proposed 0.44 acre site near El Camino Real or the proposed restoration sites in the 186 acre Agua Hedionda Preserve. The condition also requires preparation of the identified off-site mitigation ama such that the all identified wetland impacts associated with the proposed development are mitigated, in-kind, at a minimum 3: 1 for all identified direct impacts to Southern Willow Riparian Scrub and Riparian Scrub, 1: 1 for brackish marsh and riparian shading impacts if performance standards are met, and revegetation of all temporary construction impacts at a 1: 1 ratio. The condition also provides that all identified mitigation sites have executed irrevocable offers to dedicate to a public agency or private association acceptable to the Executive Director, an easement for habitat restoration, habitat maintenance, open space and habitat protection over any portion or all of the above properties. Special Condition #2 requires a detailed monitoring program including submittal of evidence of the completion of the mitigation plan(s) addressed in Special Condition #l above, through submittal of “as built” plans in substantial conformance with the final plans approved pursuant to Special Condition #3. The program must include monitoring reports on the extent of coverage, rate of growth and species composition of all created wetland areas on an annual basis for five years following project completion, provisions for augmentation and maintenance of the restoration efforts, including specific performance standards, designed to assure 90% coverage in a five year period, and include criteria to be used to determine the quality and extent of the revegetation efforts, which shall include, but not be limited to, survival rates and species composition. At the end of the five year period, a more detailed report prepared in conjunction with a qualified wetland biologist shall be subm$ted to the Executive Director. If the report indicates that the mitigation has been, in part, or in whole, unsuccessful, the applicant shall be required to submit a revised or supplemental mitigation program to compensate for those portions of the original program which were not successful. Special Condition #2 also requires that all recommendations contained in the various documents that identify the mitigation measun~ and the responses to those recommendation measures by the resource agencies be followed to mitigate project impacts. It also requires that the construction corridor at Macario Canyon be minim&d to assure that project impacts to sensitive resources are kept to a minimum and that these provisions are identified in final plans. Because of least Bell’s vireo and Southwestern Flycatcher identified in the project area, the filling or other development of the riparian area cannot be allowed without additional protections for these endangered species. Both species have been identitied on the site and may inhabit the site during any year’s nesting season. For this reason, Special Condition #4 has been proposed. A survey must be conducted by a qualified biologist to determine whether vireos are present. If the survey discovers any of the two species, CDP 6-97- 11 Page 17 construction may hot commence or continue, as appropriate, until the Section 7 consultation process with the U.S. Fish and Wildlife Service is concluded. The condition would also require mitigation to be reviewed as .an amendment of this permit, if necessary, consistent with Service specifications and/or Section 7 consultation, should the species be discovered on-site. B. Uuland Imnacts. In CDP #6-89-195, the Commission found that although the placement of fill or other grading would ordinarily not be allowed to occur on the steeply-sloping, vegetated sides of Macario Canyon, the exemptions from such a restriction are provided for circulation element roads in the City’s LCP documents. As such, such impacts could be accepted, if mitigated. ID response to addressing the proposed upland impacts of the project, the City has received a Habitat Loss Permit to “take” 2.4 acres-of coastal sage scrub and 3.1 acres of southern maritime chaparral. The permit was received in response to the CDFG’s Natural Community Conservation Planning (NCCP) effort. With the approval, DFG has found the project consistent with the NCCP Conservation Guidelines and the 4(d) rule and, by extension, the City’s dmft Habitat Management Plan (HMP) whose purpose is to preserve coastal sage scrub and other sensitive habitats within the City as part of the NCCP program. In the 4(d) approval, mitigation of 2.4 acres of coastal sage scrub at a 2: 1 ratio was approved to be mitigated off-site through the purchase of mitigation credits from Carlsbad Highlands, a mitigation bank Mitigation at a 2:l ratio was approved for impacts to 3.1 acres of southern maritime chaparral to be mitigated through the purchase of mitigation credits firorn the Manchester Avenue Co-anon Bank or the purchase of southern maritime chaparral within the City of Carlsbad. The above identified impacts to coastal sage scrub and southern maritime chaparral represent the entirety of impacts to those habitats for both Reaches 1 and 2. The Commission finds that approval of Cannon Road can be found consistent with the statewide NCCP process and the impacts to environmentally sensitive habitats, such as coastal sage scrub and southern maritime chaparraLcan be accepted consistent with Section 30240 of the Coastal Act. The Commission’s previous action on Reach I required the revegetation of brackish marsh and riparian resources within the bridge construction corridor of Ma&o Canyon. Temporary impacts to riparian and brackish marsh vegetation resulting from construction of haul roads, stockpile and staging areas, and work areas extending on either side of the Macario Canyon bridge will be mitigated by revegetating and restoring the impact area to the original condition prior to disturbance. Revegetation will include rented@ work such as decompaction and surface treatment of the ground and restoration of natural contours aad be monitored for three years. The Commission fin& it is again appropriate to require revegetation of those sensitive habitat areas that would be disturbed by construction of Cannon Road. As noted, the Agua Hedionda LUP allows for resource impacts associated with construction of Cannon Road as long as they are adequately mitigated, For that reason, Special Condition #7 requires a revegetation pian be provided that indicates all disturbed or manufactured steep slope areas shall be rcvegetatcd with native plants compatible with adjacent natural vegetation to n-establish the area consistent with its present character. CDP 6-97- 11 Page 18 ,- - - - ,- The construction of the roadway and the bridges raise the issues of controlling runoff and retarding erosion, particularly on the large manufactured slopes associated with the project. Manufactured slopes of up to 40 feet in height will result from the project’s implementation. Indirect impacts to riparian and wetland habitat are proposed to be reduced by fencing the right-of-way with a drift fence to prevent erosion and sedimentation. To further ensure that project impacts would be mitigated, Speciai Condition # would require the submittal of a runoff control plan for the areas adjacent to Macario Canyon, Agua Hedionda Creek and Agua Hedionda Lagoon. The emphasis of the runoff control plan should be controlling the runoff down the slopes, and should result in water delivered to the level of the canyon floor in such a fashion that no erosion or scour should occur as a result of the runoff reaching the canyon floor. This can take the form of energy dissipaters, detention facilities, etc. In addition, Special Condition #5 would require the provision of traps to prevent oils and suspended solids from reaching the sensitive resources of the canyon floor and downstream lagoon. Special Condition #6 requires final grading plans in substantial conformance with the submitted plans, that ail temporary and permanent run off and erosion control devices shah be developed and installed prior to or concurrent with any on-site grading activities, and that ah areas disturbed but not completed during the construction period shah be stabilized. The use of temporary erosion controi mwstres, such as berms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minimizc soil loss from the construction site. The project also raises the potent4 for impacts associated with the construction materials and equipment. Inappropriate access and haul routes, inappropriate storage of equipment, construction materials or stockpiled soils all could result in damage to coastal sage scrub and southern maritime chaparral. For this reason, Special Condition #8 has been proposed. It requires that a plan and construction bid documents identifying all construction staging sites and haul routes be submitted for the Executive Director’s review and approval after determinin g that no impacts to sensitive resources will result beyond those associated with the road construction itself. Given the attached special conditions, the potential impacts to environmentally sensitive habitat areas will be reduced to the maximum extent feasible. Therefore, the Commission finds that the subject permit, as conditioned, is consistent with Sections 3023 1,30240 and 30253 of the Act and the certified Agua Hedionda LUP. - <- 3. Local Coastal Planning. Section 30604 (a) also requires that a coastaI development permit shall be issued only if the Commission finds that the permitted development will not prejudice the ability of the local government to prepare a Local Coastal Program (LCP) in conformity with the provisions of Chapter 3 of the Coastal Act. As noted above, the project lies in the areas under the jurisdiction of the certified Agua Hedionda Land Use Plan which was prepared by the City and approved by the Commission, and which has been subject to several LUP amendments. CDP 6-97- 1 I Page 19 The proposal for the construction of the Cannon Road project has been reviewed by the Commission in several separate formal actions. Fit, the Commission denied certi&ation of the Agua Hedionda LUP as submitted, based, in part, upon the originally proposed alignment’s impacts upon the sensitive resources of Agua Hedionda Lagoon. In response to this denial, a negotiating committee comprised of Commission members, City offkkls and members of both City and Commission staff was formed to identify a conceptual alignment for Cannon Road, as well as address other remaining issues resulting from the denial of the LUP. Second, the conceptual alignment agreed upon by the negotiating committee was included in the City’s LUP resubmitted (subsequently certified by the Commission), along with design criteria and mitigation policies to be applied to the roadway project. The policies regarding mitigation are inchxled in Policy 5.8 of the certified LUP. Based on the endorsement of the City’s mitigation plan by the ltsouIce agencies, the Commission can find the project, as conditioned, will not result in any conflicts with the certified LUP. Therefore, the Commission finds that the subject development, as conditioned, is consistent with the certified Agua He&on& LUP and Chapter 3 poiicies. 4. Consistencv with the California Environmental Qualitv Act (CBOA). Section 13096 of the Commission’s Code of Regulations requires Commission approval of Coastal Development Permits to be supported by a finding showing the permit, as conditioned, to be consistent with any applicable requirements of the California Environmental Quality Act (CEQA). Section 210805(d)(2)(i) of CEQA prohibits a proposed development from being approved if there are feasible alternativea or feasible mitigation measures available which would substantially lessen any significant adverse impact which the activity may have on the environment. The proposed project has been conditioned in order to be found consistent with the resource protection policies of the Coastal Act. The attached mitigation measures will minim& all adverse environmental impacts. As conditioned, there are no feasible alternatives or feasible mitigation measums available which wouId substantially lessen any significant adverse impact which the activity may have on the environment. Therefore, the Commission finds that.the proposed project, as conditioned to mitigate the identified impacts, is the least environmcntallydamaging feasible alternative and can be found consistent with the requirements of the Coastal Act to conform to CBQA. - CDP6-97-11 Page 20 STANDARD CONDITIONS: 1. - .-- 2. 3. 7. Notice of Receint and Acknowledmnent. 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. Exoiration. 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. Comnliance. Au development must occur in strict compliake with the proposal as set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Commission approval. Internretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. . Inmections. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice. Assienment. The permit may be assigned to any qualified person, provided assignee ties with the Commission an affkkit accepting all terms and conditions of the permit. Terms and Conditions Run with the Land. These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind ali future owners and possessors of the subject property to the terms and conditions. Cannon Road Reach 2 . Project Site EXHIBIT NO. t APPLICATION NO. 6-97-l 1 Location Maps 0 R TETRA TECH INC. Rcalimmcashl- Figure 2 , EXHIBIT NO. 2a APPLICATION NO. 6-97-11 Alignment .’ a ? u 4 I 2 ; Y I 2 f ii Y 2 : L 3 z I = .lrL :,:= ie,z*p” Y 5>,:= - : EZCL?GS.CZS ? <.*-- -.d.AS EXHIBIT NO. 2b 1 APPLICATION NO. 6-97-11 I Alignment ’ L EXHIBIT NO. 2C APPLICATION NO. 6-97-11 Alignment 1 I r 3 .a:?,, I:!&: . -1’;c gi’; ?idrr Si . 6-97-11 Alignment I Y $3 ; u : l i c : 3 1 : c 1 i I + : I ; d * 5 : 7 / EXHIBIT NO. 2e APPLICATION NO 6-9711 Alignment J B z ur : s E State of California Memorandum : TO : Mr. Bill Ponder California Coastal Commission 3111 Camino del Rio North, Suite 200 San Diego, California 921081725 Date : December l9,1997 From : Departmwt of Fish and Game Subject : Application number 8-84-817; Kelly Ranch: Kaufman & Broad Mitigation Ms. Sheri Howard of the City of Carlsbad has requested that we provide you with a summary of the Department’s determination on mitigation success for impacts to wetlands incurred in 1988-l 986 due to the subject. We are satisfied with the results of the wetland restoration projects listed under Section Ill., Special Conditions. 7. a-f. Those areas have been largely successful,. are functioning as wetlands, and are providing habitat for wildlife. The desiitation basin identified in Condition 8 has been unsuccessful; but considering the high quality habitat growing in the former basin which is now supporting the Federally and State Listed Endangered least Bell’s vireo, the Department believes that efforts to control sedimentation upstream would be a preferred alternative to reestablishing the desiltation basin at El Camino Real and Cannon Road. Thank you for the opportunity to comment on this project. Any questions regarding this matter should be addressed to Mr. Tim Dillingham, Associate Wrldliie Biologist, at (619) 4674204. Ronald 0. Rempel Regional Manager cc: See attached list .-’ --_ -..,--&,-w :, EXHIBIT NO. 3r APPIJCATION NO. 6-97-11 DFG letter .C_ ; ;- - ,- b ) .* \ . . . . -I State of Califbmia MEMORANDUM CdifbtIlia Coastal Commission San Die&o Diia TO: colnmissio~ and IntercstedPersons DATE: Fehaxy 2, 1998 FROM: Staff FILE NO: 6-97-I 1 SUBJECT: Revisions to StaffReport and Pr&mby Rccommendahon dated 1121198 Following distriion of the prebhry staffrecommendation on the above rc&rcnccd projec& staffmet with represent&m hrlttleCiiofCarwadandtheDqrartnmaof Fish and Game (DFG). The Cii of Carl&ad and DFG disqree withthe statrs position thattheendowmmtfimdsbouldnotbe~~~iarof~cnationaf~~fbr miti~onr~tomeera3:1ratiofotimpactstol.~;rc.ofripariaohabitat. Staffhas reviewedthemtiremitigationpa~whichhasbanac#pedbyboththcU.S.Fishaad Wddlife Service and DFG through Section 7 conshtion, as dcscrii in the Biological Opinion dated October &I997 and ameudai l/13/98, to avoid or othuwise tninhke t& overall project impacts to h&ii of listed species. staff recommends the couuuisriou luodifp the staffreport as foQow& to darify the project impacts and mitigation, as proposed and accepted by the resource agencies, nndasreq~iredbythestaffrecommen&tioa HowevqstiiEisnat~its recommendation except to the extent that we have identiki less acreage fbr restoration is required within Agua Hedionda Preserve to meet the 3: 1 mitigation ratio, i.e. 2.06 acres vs. 3.02 acre& fix impacts to lipariaqbabitat. 1. On purges 2 - 4, Special Condition %I should be revised BS fonows: I . . * 1. W~rvRe!kto~ Priortotke bsu8accOfthee development pennis the applicant shall submit to the Execuh Director fbr review and written approval, a detailed wetland r&g&on plan for all temporq and pamanent impactrasso&tedwiththeproposedprojaX. The~~sballpqswegont&la detailed site plan of the wetland impact area(s), dearly delineating all areas of impact (temporary and permanent), which shall ident@ the exact acreage of each impact so identified. The wet&& mitigation plan shall also incorporate the hIlowing: a Identibtion of the rquired oflEritc mitigation site(s). Said miti@on &all pccur on one or more of the following sites: the 3.31 acre site upland of Macario Canyon as identified in the City’s Conceptual Wetlands Mitigation Plan fbr Reach 1 and 2 of the Cannon Road Extension Project, dated January 1997, the .44 acre site on Kelly Ranch Page 3 :- Addendum to S?affRqxxt CDP #6-97-I 1 tN98 n* adjacent to El Camino Real (nference and ~3.02 acres within the ~gua Hedionda Preserve as identified in consultation with the Cahfbmia Department of Fii and Game. . The proposed iskLieu fet payment ~4ieu of restoratron of f;eFthae8evt3.02acrcs within the A- Htdionda Pnser~e is Specifically not &~rized. Urn of am other site to . . meet the mitigation requirement other than those Id& m amendment to this nermit. The appiicant shall a&o submit a site plan of the mitigation site(s) which quantiks the &sting wetland and upiand areas of the property(ies), including those g.o be restored within the Agua Hedionda Pmserve. b. ~~gation&punwwrt e . . ~dinctwetlandiXIlpaCtSassociatedWitllthC~~dCVdOpCIlt~ . . . . . . . . .-. creationkstoratron of 1 . te Southern WiIlow Riparian Scrub and Ripa& Scrub at a 3:l ratio (creation to loss). . . . Thus~4.D~ofOhabitatmwt ectDermanent unuacts to 1.59 acres of rindan habitat. . , Mit&zation of ngmanent nnoacts to ooen wateq (0.14 acres) is rwuired at a 1: 1 ratio. Said mitigation shall only involve upland suitable . . . for conversion to wetlands @4ac@~ Canvon and Rekv Rgocb sttes& u described 111 the ConcentuaJ . . Wetlands Mittstatmn Plan fbr Reaches 1 and 2 of the Cannon Road Extension wt. dated Jantuuv 1997 and/or restoration as proposed in the Agua Hedionda Preseme area. .- r” NM&M#M& In-kin~mitigationatarepiacementratioof 1:l forall brackishcmarsh and rip&an @on shading impacts (0.9 acre@ shall be required proiided that mitigation is shown to be successful by the fwe year monitoring plan described below, otherwise, &J mitigation shall be provided at the ratio of 2: 1 at the end of the five year monitoring period. ,-- d. bl,,r Jn-kn&revegetatio&nitigation at a replacemem ratio of 1: 1 for all temporary construction impacts to brackish a.uush and riparim vegetation resuitinrz from construction of haul roads. stocknile and star&w areas. work areas extendkga maximum . . 90 feet fkom the outsIde edae of Macario Canvon Reach 1 bn&, and 1.200 fiet . . . sou*w=t of&d 1 We bv ~tnw ami restcmne the rmb act area to the aria . . condition b&ore drsturbance shall be reauued. Reverzetation will include remedial work such as dtcombacdon and surf&e treatment of the around and restoration of nahaal . . s contours. WI& momtgmrz fbt three vv to &be United States Fish and Wtidlif9 $rvice’s Bioloscical Ooinion on Reaches 1 and 2 of Cannon Road dated October 8. 1997, as amended l/13/98 rt& Special Condition #7 bdow. e. The applicant shall provide evidence in a form and content acceptable to the Executive Director that the owner of ail idtied mitigation sites has executed imvocable offi to dedicate to a public agency or private association acceptable to the *- Executive Director, an easement for habiit rcstoratioa, habii maintenance, open space - and habitat protection over any portion or all of the above properties identified in Rtl a. The easement shall: Page 4 Addendum to StafFRqmrt CDP 697-I 1 2m98 1. knit the appiiw its agents, an&or the accepting agency t0 ata the property, create and rnGUbin habitat, fcveeetatt portions of the arta, and fence the newly crcatedbvegetated m in order to protect such @&tats. 2. Rest& all development, wgetsticm clearance, Gael modikation and gradingwithin~Environmwtauy~Habitatopenspaceea5emwt. 3. Permit the Coastal Commission &to enter an&inspect fbr purposes of determiniq compliance with Coastal Development Permit M-97-1 1. Theeasuwntareasballbedesuibedinmetesandbwnds. I%eo&rshaLlbe’recorded fieeofpxiorliensancl examhum which the Executive Director determines -yaffict thebterestbeingconveyed. Theo~shallnmwithtbelarmdinfi~oftbePwpleofthe state of Califbrni& binding au sucwwxs8ndassi~aadsballbebevocableforapuiod of21years,suchpcriodrunning&omthedateofreco~ . . . E wtitheex~onof~eufee~tothe&MKJltfLndasag . . . . . p’ptlon fbr 3.02 acres ofenrtrnabon the ~rrovts~ . . . , . . . . . . 4d-hd 111 the Umtai SW= Fin wildldj: -cc’s B&aiaUmm on Reaches I . . andZofC~Roatd~the8. 2. On pa& 5, Special Condition #d should be replaced with the fbllowing: 4. &east Ben’s Vireo and Sot&western Willow Fkatchtr Ne Prior to the issuanceofthe~denlopmeatpermit,~~~~~totheExeartive Director for review and written qwoval, in consubtion with the Army Corps of Engineers (COE) and Califbrnia bpartmkxt of Fii and Game (DFG), evidence that mitigation for impacts to Least Bell’s Vim0 and $x&western Wtiow Flycattier have been incorporated into the project coasistentwiththerqkmenu of the! united states Fish and Wddlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon Road dated October 8.1997. Any modikation to the mitigation qkments in the Biological Page 5 3 C Addendum to Staff&port CDP #6-97-l 1 uU98 ,- Opinion shall be reviewed and may require an amendment to this coastal development permit. 3. On page 6, Special Condition #6 shouId be revised as follows: 6. Erosion Control. Prior to the issuance of the coastal development permit, the applicant shall submit final grading and erosion control plans in confomce with the Resrionai Water Ouaiitv Control Board General Construction Acti& Permit, which shall incorporate the following: A All pumauent runoff and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading actkities. B. AUareasdist&edshaDbestabikdinadvanceoftherainyseason (October 1 to March 3 1 of each year). The use of temporary erosion conuol measures, such as berms, interceptor ditches, sandbagging, &red inlets, debris basins, and silt traps shall be utilked in conjunction with plantings to xxkbize soil loss fkom the construction site. . * . . C. Staff recommends the following cb-ges to the finding to support the above changes to Sped Conditions: 4. Onpage13,paragraphs1,2and3shouldbenvisedt4readasfbllows: The City’s impacts anaiyGs fbr Reach 1 UR identifies that the Macario Canyon bridge construction will resuit in the impact of 1.9 acres of wetland through fill and shading (1.0 acre to fiil and 0.9 acre to shading). Approximately 0.68 acres ofwetland will be temporarily lost through constlu& on impacts. l%s totals 2.58 acres of wetland . . . impactsassociatedwithReach 1. e . a As noted, Reach 2 impacts are proposed at 0.73 acres; total project impacts for both Reaih 1 and Reach 2 are proposed at 3.3 1 acres., 9’) . 1 yor to November 1997, the City had proposed , to mitinatethe3.31 acresoftotalimnact~al:l mitigationratiotobeinstallcdand meet performance criteria before any impacts to wetlands were allowed. In this way impacts had to be mitigated in advance of actual project construction on the Macario Canyon bridge. The CWS rationale for mitigation was to ensure that there was no net loss of wetlands. ~4 This reduced mitifzation ratio was accepted by the resource agencies provided mitigation was deemed acceptable in advance of impacts (pre-impact) for Reach 1 and Reach 2 impacts. The agreed upon offkite wetland mitigation plan consists of Page 6 C 4 Addmdua ta StaffRcpon CDP #6-97-I 1 2I2f98 excavating 3.3 1 acres of existing agricuittnal lands under City ownership adjacent to existing wetlands within Macario Canyon, upstream of the Macatio Canyon bridge site, for the purpose of restating wetland hydrology and ueating riparian habitat. The tipatian mitigation site will include a lOO-fwt-wide band of upland habitat outside the 3.3 1 acres and buffer the riparian and w&and habitats in perpctui@. Active park uses inside the upland buffer would be limited. As noted, this location and design has been accepted by the resource agenck In November 1997, the City proposed a change in pk and now proposes bridge cons~~ction at Agua Hedionda Creek and construction of a bridge abutmun at Macario Canyon to go forward in advance of developing the main mitigation site in Macario Canyon Consquedy, the City has amended the mitigation plan that was apRroved by theresourceagenciesasdescrkdabove. ThenewmitigationplaniscaUedthe Concurrent Impact Option and is identiki in the pmceding table. While concurrent mitigation is now proposed at two locations outside the main mkigation site (A4 acres nearElCaprrinoReal~3.02arxeswithinthtproposedt86~Hedionda~), no mitigation plans have been submitted fur the new mkigation sites. kr summary;the resource agencies have agreed to the amended plan and the Bi&gical opinion is being amendedtorefktthischange. However,whiktheamended&igationpianisaccqtabIe totheresource~~itisnot~c~wahCCommissionaetionand currmtcommissionpiactiasregardiagtbeadequatemitigationofmvironmentally sensitive habitats. . . . . I The v fkom nubg@on reeunements typmallv accepted . . . . . . . . . bvtheCo~onuthatthe~ts~anontrontowmu~wrththe3:~ bv DFG in-tieq . . . . . . . Hregomon of3.02 acfts wrtfmr the Amur- . . plan is descrii as the Concurrent A&@&on C&&n attached at the end of F&btt 6, 5Onpage14,thtfiAfUlparagraphshouidberevisaitoreadasfol)aws: Second,thetearcalsodi&rencesintheamormtofhabitrucreationbetwleenwhatthc CommissionpreviowlyappWedandwhattheCiisproposing. TheCiiidentifiestotal : cr~tionofhabitatinReachesland2at3.75~rpadditional3.Mocresisbeing proposed ps an in-lieu payment or restoration for a total of 6.77 acres of mitigation The Commission approved 3.95 acres as creation in Reach 1 and would typicJiy require 2.19 acresof~oninRcach2(0.73acresofriparianat3:S)for6.14aaestotal. Thus,the City’s proposai is ddkient 2.39 acres with respect to actual creation of habitat for impacts when compared to the Co mmission’s previous action. However, as conditioned, the Commissionisrequkingtheimpactsto 159afxesof riparianhabitatbemitigatedata3:1 ratio to mitigate proposed direct permanent impacts fbr a total of 4.77 acres. Mitigation ofpermanentitnpactstoopenwater(0.14acres)igrequiredata1:1 ratio. Mitigationfix all brackish marsh and tiparian vegetation shading impacts (0.9 acres) is requkd to be mitigated St 8 1: 1 ratio while mitigation for ail tempotaty wnstruction impacts to brackish marsh and riparian vegetation is required at a 1: 1 ratio (0.68 acres). Page 7 5 -, Addendum LO SLaffRcpon CDP 697-l 1 2Ri98 0- F-- 6. On page 1% the first fbll paragraph should be revised to read as follows: If, after three years, a suitable owner/manager fix the Agua Hedionda Preserve has not been identiCed, the Service shall provide notice to the permittee that thw have 90 days in which to proceed with the creation program in another area approved by the Service and the California Depamnent of Fii and Game. At this time, the $343,548.00 would be traderred to the City to be utikd fbr this purpose. 7. On page 16, the East 111 paragraph should be revised to read ‘as follows: Special Condition #l rquires that a detailed revised wetland mitigation plan fdr all temporary and petmanent impacts associated with the proposed project. It shall clearly delineate all areas of impact (temporary and permanent) and shall identify the exact acreage of each impact so identified. Mitigation plans have not been submitted for the proposed 0.44 acre site near El C&no Real or the proposed restoration sites in the 186 acre Agua Hedionda Presave. The wndition r&o requites preparation of the identified off-site mitigation area(s) such that all the ident5ed wethtnd impacts associated with the proposed development are mitigated, in-kind, at 8 minimum3:1fbrallidentikddirect impacts to Southern Willow *parian Scrub and Riparian Scrub (4.77 acres), 1:l for brackish marsh and riparian shading impacts ifpe&ormance standards are met (0.9 acres), mitigation of permanent impacts to open water (0.14 BcTcs) and revegetation of all temporary construction impacts at a 1 :l ratio fbr a total of 0.68 acres. Additionally, temporary, direct wnstzuction impacts to riparian and brackish marsh must be mitigated in kind at a 1:l ratio. The condition also provides that ail identified mitigation sites have executed irrevocable o&s to dedicate to a public agency or private association acceptabie to the Executive Director, an e8seant for habitat restoration, habitat maintenance, open space and h&ii protection over any portion or all of the above properties. The +oposed fbc payment to the endowment hnd in-lieu of restoration of 3.02 acres within the Agua Hedionda Presave is specifIcally not authotized. The project also must conform to the provisions identikd in the USFWS Biological Opinion. 8. On p8@ 16, the ht sentence of paragmph 3 shouId be revised as fb,tlows: . speciacondition#2~~requirestbat~~~shayalsoconfonntoths; provisions identified in the I.&ad States Fii and WildIife Se&e’s BioI&ai Opinion QB R aches 1 and 2 of Canson= B~lotical Ooinion dated Januarv 13.1998. ! . . . Page 8 .6 Addendum ta Statfhpart CDP #6-9x 11 yY98 9. On page 16, the iast paragraph should be revised as follows: Because least Bell’s vircos aad Sou&western Flycatchers idaxti&d ia the project area, the filling or other development of the riparian area ammt be allowed without additional protections for these exxkingcred species. Both species have been idea&d on the site andmayinhabitthesiteduringanyyeafsnestiagscason Forthisreason,Special Condition #I4 has been proposed. . . De U&d States Fish I& WJdhk Semce’s B ioloeical . onqeasurestoensurethatadverse~toboththeleaq Bell’s Vieo and Southwestem Fhmtcher arc . . . . mrttpsttd.e. . &g5urnu* . . . . . . . gonstructlon actmtm w&m or awent to vltpo or southwestern willow &catcher or . . . . . within3OOfeetof~&$be~outs&thebreu&gseasoq . . . +Pt- 15 *dL&wh 15). cc=mmon out!& 0 fthe-3otMJot area shall not . . - . . exceed noise’ levels of 6OdBA measured at 50 fket s ~.act~~~ . . . that mav rwarian -on- 6OdB~enance of . . . . the south side of the Reach 1 bndne,o Camon m wnstru ction & . pnor to vehicle use of the bri@: and v that ” “dosegIade~ road- . . materialisutiliztddurjggtbt~~onaod~~~oftbe~~onReact\ . . 1 brida soank&kano Cawon the Reach 2 bnds Hedr ‘onda Cr& and the entire non-bridsre ~orhons of road IRPface m-f ‘elen cannon Road Reaches 1 and 2. . . . . . For a con@ete list of ad&& mQg&on nmsureq 10. Onp~I7,thelastsmtenceofp~h2shouIdbenplacadwiththe~gowing: s . ~amtbstofCamcmRoadcanbet&ndw~erttmthth~ . . . . Statewide NCCP pess and the immcts to ( . . . . coasbai..sapescrubandQpythernmantnne~canbeacqted~entw& Section 30240 of the w Act. . . . . . . The Co-on findSthPtfhktBPP3Cts and rrnt~m . u - . gmbeacceotedhthismst&yhrcaseonhr~~a Cm @em& , . . . road ad the artrfid 4~ Hcrttoedam such tmp=ts wcdl . . . occur. However. cosW sage sab and southem mantune ChaDanal are cons&red environmentaUv sensitive habitat (ES?IA) mrsuant to Section 30240 of the Coastal Aa . and are tiordcd maxmum mo tection under the Act . . Pazt~cuklv smce th e listinn of * . 8 nnatcatcher. ~IIID~C~S to such habm shou ‘Id be avoided when oossiile. and otherwise mitiszated consistent with Section 30240, Page 9 7 > Addendum to StaffReport CDP #6-97-l 1 2/t/98 a-r- 1 I. On page 18, paragraph 2 should be revised as follows: - Special Condition ted requires final grading plans in substantial conformance with the submitted plans and in conformance with the Regional Water Quality Control Board General Construction Activity Permit, indicating that all temporaq and permanent runoff and erosion control devices shall be developed and instaIled prior to or wncu~ent with any on-site giading activities, and that all areas disturbed, but not wmpktcd, during the construction period shall be stab&cd. The use of temporary erosion control measureq such as bexms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utikd in wnjunction with phmtings to nhimize soil loss &om the wnstxuction site. Also, because of the potential adverse impact to downsticam ~csouftes, @ding is prohibited during the rainy season (October I - April 1). c Page 10 iz Q ‘rp oz p u c3 5” x !xr’ bm 1 , State of Caliiomia I 8 Memorandum cAL)cioR~~ co~.CoMMl I4 &&l!&J2ms?% i if#k!f SJ 4 To : Mr. Bill’ Ponder + Date: California Coastal Commission 3 111 Camino del Rio North, Suite 200 San Diego, California 921084725 The Resources Agenf January 29,1998 From : Department of Fmh and Game - Region 5 Subject Cannon Road Bridge Miiation Proposal (CDP# 647-71) The Depaftment of Fish and Game has been working with the City of Carlsbad (City), U.S. Fish and VVNdlii Sewice (FWS), and Kelly Ranch PropeWs to develop a mitigation plan whii Ml assist the DqarbmMinaccompiishingourgoalsinAgua Hedionda Lagoon (Lagoon). The DepartmeM has fust option on an Inwoca bkOfferto Dedicate (IOD) over 180 acres of the Lagoon, but we are unabk to aaxqt the land withoutlocaMgs&starWlfundstomanagethetands. Wamattef6ptingtocreatean endowment account which will provide the naassaryfundiisource. The City of Carlsbad and Kelly Ranch Properties aie proposing bo complete Cannon ,Road adjacent to the 100 parcel and will already be pIacing $120,000 in an account to provide for cowbird trapping, which will benefit the State and Federaffy-liited Endangered least BeVs vireo (vireo) by kwering the nest paras&m of the cowbird on the vireo. This was required by the FWS as part of their Endangered Species Act, Section 7 consultation for indited imp&B to the vireo. As part of the road construction, the City and Kelly Ranch Properties will be constructing bridges over Mercario Canyon, and Agua Hedionda Creek by El Camho Real. In an earlier agreement, the mitigation fortheseimpa~wastobeinadvanceafconstnrction,with~criteriatobemet before impacts could occur. This practice alkws for the lwe#ing of mitigation ratios as the temporal habitat b is avoided, and the&&~ the wildlii has new hab@ befor% theoldhabitatisbst. Ho&ever, the City and Kelly Ranch ProperI& ww@ like to mova forward sooner that they had originally planned and have asked to do mitigation cmcurrent with theii impacts. Because of this, the Departme@ FVVS, Cii; and KelIy Ranch Properties have agreed that a ratio- of 3:1 of creation of habitat fix loss of habii is appropriate, whkh will require a total of 5.19 acres of creation (1.73 acres of impact at 3: 1 ratio). Unfortunately, there is not available space within the Lagoon 100 area to perform all the mitigation, nor is there suitable area within the remainder of the lagoon to create this type of habitat The City and Kelly Ranch Properties could go ekewhere in the Pr 9 if xhrbd ss -974 - California Coastal Commission January 29,1998 Page Two watershed, but this would likely end with fragmented and not extremely useful habit being created. It certainly would not be likely to benefit the vifeo within the Lagoon. Another possibility would be to perform 3:l enhancement for each acre of creation required under the concurrent mitigation proposal (a total of 9:l for each acre impacted). Again, there is no available location within the lagoon to fulfill all of this needed mitigation. Also, this mitigation will be have a five-year maintenance and monitoring requirement (standard for this type of mitigation), after which the habitat is on its own again. 2. c- c- . . -- d... c- -- c- *- H- C- The three agencies and Kelly Ranch have developed a third proposal which would provide for a substantial portion of King term management funding needs of the Lagoon IO0 area, and likely allow the Department to accept the property. The City would place an additional $345,548 (St 14,420 per acre for 3.02 sues of required- mitigation unable to be created in Lagoon IOD ama) in an endowment account, which would provide for the removal of exotk plants in perpetuity (,not just five years as is normal), exotic ariimal control and illegal human acbvity control, all of which will protect the vireo, the primary purpose of the Section 7 consultation. The remaining 2.17 acres of required mitigation will be created withii Mercario Canyon (1.73 acres) and by removing a section of Old Cannon Road which will no longer be needed once the new road is completed and creating wetlands (A4 acres). This will fMll the l No Net LossW wetlands policy of both the Department and the U.S. Army Coqas of Engineers and will also connect an isolated patch of wetlands created as mitigation for another project (Shea Homes). If the Commission decides not Wallow this mitigation sbategy, which is a new idea for all of us, the consequences could be that the Deparbnent cannot accept the Lagoon IO0 property. In discussions with other agencies which could also accept the property under the 100, all have expressed reluctance because there is no operational money to pmvide for needed management activitk The IOD is for 21 years, after which the property reverts to the current landowner, Kelly Ranch Properties, to do with as they wilj. They do not wish to wait the remaining nine years for the IO0 to expire, nor does the Department want to allow this important habii to be degraded through the cngoing impacts caused by invasive vegetation, exotic knimals and destructive human activities when it is possible to prevent that through this innovative approach to habitat/species pmtection. J Mr. Bill Ponder January 29,1998 Page Three Thank you for the opportunity to comment on this pmject Any questions regarding this letter may be addressed to Mr. Tiii Dillingham, coastal Lagoon Manager in our San Diego office, at (619) 581-3507. v RonaldDAempel . Regional Manager CC: Mr. Tii Dillingham Department of Fti and Game San Diio, Califomii Mr. John Anderson Department of Fsh and Game Long Beach Ms. Julie Vandewier U.S. Fwh and Wlii senrice Cartsbad, Caliiia Mr. David Zoubndyk U.S. Army Corps of Engine . Ranch0 Eemardo Page - I I bb.,b*..-< r.JvL. m. L/O’.-, \rlr7/-C’Jk) 5 / .I) ~OJpemit dic&nfor buton Road Reach 2, dated February 13,1997. bfi@&n mw w’crt &O discussea and & upon d~hg the June 24.1997 & Jujy 8,1997 meetings bctwcm”ihe h&c and the City and Corps. A nxmmary ofthese mrzw-cs arc Iistcd below, and will be implmrcated as part of the prcJposed aaion in oderto avoid or othcnuisc &,imizc p0tcntial dVCXSC CfktS of the aaion on ljstaj species: -. I. J+acrsto331 arJtsofwetIandt,~by2.48achsofso~winowriparian,and 0.10 aae of bra&&h marsh wetland (total of258 acres) asso&& with Rach 1 and 039 acrtsofsouthernwillowti~ando.14;urrofopal~.(tomlofo.73scrr)gssociatcd ~~&ach~wiUbcmitigaed8tal:lratioo&itc. Thco&itewetfaadmitigatioawiU cl&St of cxcavaIing existiq agzhhml ha& ZIdjaant to cI&ting wethds witbin Macario canyors t,psmtm ofthe Macho caayon Edge sitq for the purpose ofrcs&rhg wetland hydrology and creating riparia habii (Atrrchmmz 2). swes!l cxitaia i!l intcncled to be met withirroneyearof~~gacatian,andincMcr~~~aaddmsityof plant spscies, a~d#ar’kdintk CQ@ WeWM@@nP&t~Rea&s I and2 of the Gmnon Road&e&on Project, dated January lPP7 and other m and mcetingSdSXldabow. comm-WCC at the end oftbc initial planting effort m and monithg of the nnorationsitewouldk~~f~~d~thcfim~,two~drPingtht sccondyear,andoncepcryaufortlx=su~ywn. Adeaibi~onisprovidcd in the Concrprwl WC&n& Adii~gatib PrOn)br RmCheS I and2 of the &mm Road * amlsion Projecf, dared haary 1997. 3. Theripariaa&~onsircwillrrceivlcirrigationfbraplcrstoneyear. Asagrccduponby ttreCitysldthcSavice~thcJply8,1997Mctin&afferonsyeer,tbencedtowntirrue ~gationwillkevaluatedba#dontheo~~BDd’vigorofthc~mPtcriaL This measure is discus& within the CkepMai W&&n& h&g&m PIcmfirr Reaches 1, - md 2 ofthe Cannon Road&ension Pqject, dated January 1997. : . - / . . . -_ I 4. Theriparisnmitigatiwdtcwilliochdcs1oofbot~~bendof~~habigt~~gtht ripariaaand~d~inprpeariy. Duringthe3\me-24,1997mcehgkwcen reprrscetativesfiomtheSavictandthcCity,thcCiYagmdtoIimitaEeivcpsdtwsiasi& i the upland b&k 5. T~~~~~toriparianandbraddshmanhvcg~~r~~~w~onof ! haultoeds,stockpileand~~work~oacllding1~O~fiamtbeouui&edge ofthcReach1,MacarioClnyonti~8rIdco~onmdm~~to riparian vegetation and wcdands locaed 1,200 f&t southwest of ttte Reach 1 Edge will be mitigated by rewgctahg and restoring the impact area’to the ozighf condition befh Page 1’1 . clsarrbance. RcvcgetatioawillincIudcranedirlworicsuchm~ondsurfhce ucamait of the ground aad rcstomion of natural contows.. The megemtion area would be monitored for a period of three years. This nzasurc isfiatbcrdiffPssedonpagcs28-30Aof tbc Final Erwimnmmtai Impact Report for Reach 1 of Caanon +d in @R 874, dated March 21.1989. . .-m-e (I w&97) iik:~ . - / .i c Y I i . , - t CI .L. c- , F- m-. d-. -- c- . . a- l Colonel R&en: L Davis (1497-F-51) 6. 7. 8. 9. Impacts to occupied least MI’s vim habitat nor& of and @cl to Reach 2 wouid be educed by the appkation of a “tire-noise reducing” ck-g~& asphalt during the consmction and maintenance of the mad surfice This mitigarion measue was mutually agrqd to by the Cii and the Service at the July 8,1997 meeting on the project Indirect impacts to least BcU’s virco and ~uthwcstcrn willow flycat&cr hm vdklc noise and light levels along 2,000 feet of Cannon Road adjac~ar to Agua Hcdionda Creek will be compensated for by contributing SlSO,OOO (12.4% of a total S12 million endowma) rcfcrqxed in the Property Analysis Record (PAX) (Attachment 3) and p&pa& by the Ccnter for Natuxal Lands h+lanaga~~cn~ The Cay would aiso f&d any otltstanding start-up costsdcscribedirrthcP~thathavenotbcmfimdedbyttGetimeofcommeilcanentofthe conmuctionofthcpmposcdCarmon.Road,ResehesIandZ ThtPARdctumkdthe type and cost of wildlife managemart pmctices (.i.ichzding browphisdcd cowbird tiapping, non-native piant co-l, human and equestrian access rcsEcictions, and W cicanup) in perpenrityin186aaesriperian~~locatcdintheAgpaIfediandacmlcff~lain,on the Kelly Ranch property, and immaiiatcly adjacent to the project This 186acre site was part of a mitigation package approved under the original Corps permitand has a 22-year imvocable offkr to the Deparanent in f&e title. This w ‘onmeaswcisfixrha discussedin~letta~theCarttr6w~aaaaitaraatManagemmttotbcCity,dattd August 4,1997 and the letttr hxn the City, dated Sqtanber ll,lPP7, Impacts to least BeII’s v&o habitat, IZ&& hm night-time streetlight levels will be reduced by piacing shields w light 6xtures and directing than away from riparian habitat to prevent ihGation or yspilIovcf onto riparian What. This -on measure was mutuallyagmdtobytheCityandtheServiccinaJ~24,1997nrcctingonthe~jcct. ~aneffortiorretucevchidc~~in~~riperian~~~Mvarior-am*wedi~ unnamedcreek,a~lidthrrtf~thigh~~barzierwouldbeco~onthenorthside of the bridge and a soiid four foot high sound bahr would be con=wedonthesouthside of the bridge.. This mitigation measure ~ppdbydieCityduingconsul~on~ththe Senricefortheari~rannanRoadRcarhlprojectandwasdesEnkdin~~~ 3 in the section titkd “hjti hcription” on page 3 of the previous Biological Opinion (I. 6-92-FO34), dated Apd 7,1P92. IO. Impacts to least Bell’s virco and southwestan’wiUow flycatcher occupied riparian habitat’in Macario Canyon rcsuking hxn edge cfkcts would be mitigated ay ahacing tip& habitat through the removal of pampas grass within 28 apes of wethuds in Macar& Canyon. The~removaleffortwouldbeinitiatcdwithinlZ~~affathc~ofthc project rcfmnccd above. Au pampas grass sbaIl be removed witbin Macho Canyon within 24 tionths after co mmcactmentoftheproj~andcontirme~apcriodoffivcycars. This measure is in addition to the measure associated with the PA& and is hrther discussed in the Concept4 Wet&n& Mitigation Ph for Reaches 1 and 2 of the boon Road &tendon Project, dated January 1997. This time he for pampas grass remowl was mutually agreed tobytheCityandtheScrviccinaJunc24,1997mcctingonthcpmjcEt . . . . _ ____ .__ _ _ - _ -.e- - em---.-.-.-. - (warn)) filr:\consul~aonnl\cannLbo2 ~ : ‘- . i i. . :. . Page l@ Coionci Robert L. Davis (14-97-F-5 I)’ 7 11. be to Icast Bell’s vine gad SO&W willow flyorbcha oocupied ripariaD habitat h M&o Canyon reSdtin$ from edge e@ccts would be mi@ted by conch&g brown- &&d cowbird trapping prO@attI. The program will rest& in the pkaxmt Of five brown- lmdcdwwbird~Swithin~adj2Catttotheriparianvtg&oa Tqpingwilltakcplace d~tbiiesstBell’svirrobrrrdingscason(MsPchlSthrough~~~l~. Thc&st ~effortwouidkgin~gtbe~brreding~aRatbc~~~oftbe project rdermced above, and COntimE fa 8 p&d Of five year% This zuc8SuE is in addition tothemearunassociated~~P~andisfiather~irr~Corocrptlcal Wetbds Mitig@m Plum@ Reaches-1 and 2 of @e Gmmn Rd&emim Project, dami Januuy 1997. rzIndirraimpactrtoAgurHediondaLagorwaPd~asJscmtwctlandswillk.rrduced.by impi~sscdimauandti~~~pmgram lhcscmeasams~fMkrdittussed in the FEZ (Em 87.2), dated March 21,198!& : 13.Indinctimpgctstoripsrian~plrrtfandbabitat~~~be~byfarcingtbcright-of-way withactriftfkncetoprwcnter0sion8ncisaikr&Gaa Thismeasure isfLu?hcrdircusscdill theFWR(EIR8702),~Marrh21,1989and~AintkrColps404pcnnit ~pkztimfir Connon Road Reach 2, dated Fe- 13,1997. l4.consawtionwillonlyocturdFomseptcmkr15~~Marchls,if~~&Il’sviho occupics~habitrrtswithinthcprojcctace& Tlknitigatio!lmeasure =Pv-m . thecityd~theJtnrr24,1997m~~thcSenriccandtbecitya9d~g consuhatianwiththtsavi#fortheari~clmwnRoadRgeh1plojecsandwaJ descsiiiqmcasure llumbcr3inthe~titled%~ectDe4eription”oxlpage3ofthe previous Biological Opinion (1492-F-34), da+ April 7,1992. 15.~to3.1rpcsof~~maritimc~andhrdi;dctimpctsoDd~ maazaniawillbemitigatcdthroughoff-h @rcmati~of62rarsofsout&m~ chaparralsappsitirrg~~ manzania Tkacqlctionoftilis~~on~*k ** halizrd $thin 6 months oftk date ofti Bioiogical Opinion Thismitigah mcasuxe wasa~~oirrJJutyt3,1997~I.~~conMsationberweeaEIlen~oftht SaviceaadB~Dchoncy,theCity’sconsultzu% AMMumeyhdicataItbatthecity agttdtotbismitigationmcanut,andthtServi~cowMediaaIcaertr,the~’tty,,JJuly 23.1997. . 16.I&imp0ctstoDdMar- ~~~=d=mv+%temporsoy~ banien*andsilgrageatthe~OnbormdaryinthevitiEJtyofthirspccies'~e, torem8indtxing~onactKtics. ThismitiglrjoaznewurewasagreedtoinrMy23, 1997~~~neconwr#tioakrwccnEnmBerrymaDof~~aviccmd~~,tht Ci~‘sw~~andfinther~~inthel~6rom~City,daacd~1~,’1997 regarding the Lk* l3iologieol Opinion on fht Cunnon Rod @m&es I and 2) Permit Applicazion No 9102013UXD und 9?-2Ol3l-~D), City of &r&ad &@nia (16-97-F- 51). . . -. -. v--e---- ‘- . . - __ . . .- ___- -.e.-- .---- Page 1, I (I w&97) fiie:\oatdt-bn2 > / d. / Colond Robert L Davis (I -6-97-F-5 1) / -- -. -- 1. The taki of Ii& species (Icast Bell’s viho and southwestern willow flycatcher) dting hm constnrction and the 6puation of Cannon Road, Reaches 1 and 2 shaI be minim&d 2. Permanent, direct impact to least Bell’s viho and southwestan wiIlow flycatcher habitats in Ma&o Canyon and Agua Hedionda Creek floodplain resulting &om consmxtiw of Cannon RoadReachesIand2shallbecomparsaocdthroughtheatstionofriparjaahabitatataI:l ratio such that one acre of habitat is Qtattd for each acre permanently destroyed 20 c- -.. -- -- -- c- _- t c- c- -- c- -- -.- rC c- -- 3 . Temporary impacts to least BefI’s Greo, so- willow flycachcr, and coastal California ptcatdm habitats in Macario Canyon and Agua Haiionda Creek floodplain rcsulting~theco~onofCanaonRoad,Rcachesland2~bc~ 4. rndirectimpactto~&Il’svireoandsotlthwlcstan vvifbw Qcat&crhabi~ in Macario Canyon and Agua Hedionda Creek ffoodpiain~g 6cun thkopeation of&non Road, Reaches1 and2(i.e.catand&ctrafficnoise)sha+minim&d . 5. The corps and the cii, including au of their agents and contEtor& will obtain all applicable state permits to take least Bell3 v&o, southwestal willow flycatcher, Dcl Mar manzaniw and to rcmoveriparian and -marshhabitats. Terms and conditions To be cxanpt 6um the prohibitions of section 9 ofthe At& the Corps is rcsponsiiie iix xompliancc with the fbllowing Tams and Conditions, which implement the reasonable and prudent measures desaiibed above, and shaJl insure that th&oUowing Tams and Conditions are incorporated into any permit issued for the pmposcd action. 1. In order& implanti Reasonable and Prudent Mea&e n&&r one, the Corps and the Cii shall: l . 1.1 Ensurethat cons&&on activities within or adjacent to &co or southwestun’willow ~ycatchcrhabitat~within300f#tof~babitatshallbepafanncdoursi&ofthe breeding season (September 15 through h+facch 15). constrWion outside of the 300- foot ana shall not exceed noise kvcis of 60 dBA Lq. measured at 50 fet 6txn the ripdan boundaxy. Activities that may result in clearing riparian vegetation or exceeding 60 dBA Lq. during maintaumct of project featurts in or adjacent to riparian habitat within the project axa and at the mitigation site ,i&i be performed outside of thtbmdingttasonofthtrrf~Epecies~~cpemkilSthroughMarch15). 1.2 Ensmrttratasolid,thrrc-faothighrocmdburiPk~~onl~~~~&~a soSd, four-fmt high sound banier on the south side of the Rcxh I bridfi e Macario Canyon during constnxtion and plier to vehicle use of the bridge. 1.3 Ensure that “dose grade qhah” mad suhce material is utili& d&g the . construction and maintaumcc of the road s&cc on Reach I bridge, span&g Macario Canyon, the Reach 2 brid&Mg +m&diond&Zk~&e entire non-bridge- f lOm97~ r;lc:\conrulI\ctnom~bO~ Page 2C R,.&fl J+ Davis (l-6-97-F-5 I) 21 1.4 Authorirethescrvicctovisitthehabitpwrs~~toarnrrrwmplianccwithpermit / and special prmit conditions and the &ms aud conditions of any appiicable biologidhnf~ce O~~~OII. The &vice will contact a& coodmtc wi& & / kiIxiowner(s)inthisrrgard~audtevisits. i 2. Ln order to impleZXLerlt Reasotiie and MMarsurr~ktwo, tk Corps and the City Shdl: 2.1 / u i ; 2.2 23 Enswetbat331 acrcsoflcutBclI’svircoaxlso~ willow flyuthr habitats (263aacs~permanent~~pEupO.68aerrsbr~~)ari~in Macario canyonpIiortocomulal~ofthabove xdbmcaipoj~Tbrcreation siteshaIIbelocatedatthcsitenfcrareedinAxtlchmcnt 2 of this Bioioghl Opinion priortocozItmencwlentofthcabovc-psojcct Thiscrcation&ortsha,iIbcin accordapce with the grad& plaTlthg# iu@ion# - and monitohg plan that isdcsnr’bedintbcconccpnralWalands~~~Plenf~ReachesI~d2ofthc Cannon Road Extakon Rojq dated haa@ 1997, and the~tabie titled Container plantspeEi~for~~~~~~west~Ipod2,providedto theScrviceonJune24,1997(~7). Ensurrthata100-footwidebiological~~is~~ontfie~ysi& oflhexipakmitigationsitepxiorto comw=l-0ftheprqjectnf;ihnccdabove. LightswithinthcparkshaIIbedes@daxipIacalinsucha mrnnaaswensurcno spihge of light within the mitigation site or lOOhit wide biologic& upland b&r. Provide for pmahent proJection of the lipiZUlBtiti~OB~andittbiOIOgid upiandbuffainMarariocanyOnas~wildliti!habitatrfaMlgbthe~~t of a*pcrpcMI co-on easemu& lMaagmgeof~wnscMtioIlcawncntw .-- bcappovcdbytheCarptanddmcSavicc,andksignedby~partiespriol~ commaxanentoftherefkrcncedprojec& lhchguagcsbaII~udetbc~ protection of the ripaziaa mitigation site hm vehicle tic and active park uses, ixicluding golfand sports-related activhics, hiking and bicycling trails, equcshn traiIs and hditks, and other human-rristcd achitics. The conscmtion cascmuit shall incIu& a statancnt indicating that tk Carps and Senks.would consider the hturc, . proposedgolfcart~rr~ccdirrthc.~titled~wl~~effcds~~~in thisB.O,ifitisdaenninedtobethcl~.~~Iealtanalivermdadrt b(l)~deline~alternativts,~~aspraofttrrfuaPeClcanWataActpamitrdon. ItsbalIalsokstatcdinthecoasen&m esemeatthatifthc~golfcartpathis approved bythe Servictand Corps, compamory mitigation wouId be required under section 404 of the Clean Water Act and Section 7 of the Endan& Species Act 2.4 Ensure that the rii~ tr@gatioa site achkvcs the htatdcd success aitaia pzior to Page 2 commrncane*t ofthe above rrf~-~~~--s~~~-acrpatea-~~-~~- within 12 months tfrom the initiation of site preparation at the ripariiu~ mitigation site, as -- colon4 ROM L Davis (1-6-97-F-S 1) 22 -- stated in,the ConceptuaI Wetlands Mitigation Plan f6r Reaches 1 and 2 of the Cannon Road&kusionPro~ciatdJan~1997. S~critaiashalibebascdonrcsults fiomquandfyingspecicsdcnsityaadwmpositionandthehorizontalandvmical VCgCkltiCXi slructm along tea fixed, Iincar sampiing -@=P~g-l . spanningtbtwidthofthcriparianmitigationsitcootbeeast-westaxisand~y ~~~~thCriparianmitigatiansitcalangtti~~~-~~axis. The ten 6x4 sampling Qssacs shalIbelocatedonamap,andacopyofthem2q3shaUbc provided to the Service prior to on-the=gmQnd pqaration of the riparkn mitigation site. Specks density and comp0sition shall be qua&&d by counting all individualsof eachshrubandtrrt~ejwithinlofcct~~~samp~~aad caicuiating the density of each species fn each transc~ Vcrticai vegetation (he@) success criterk (as desaikd in Table El of the Corxeptual Wetlands Mitigation PIan for~Iand2of~er.annanROad~onProjea,~J~~l997)Shall bt~~bym~theheightof~~within1O-~ofeithasiiieofeach ~andcal~thcmeansepantelyfbreachtrazwct Horizontdwgctation smlct’ure b=QY~ success aitujafbrtrecaad&ubspecics(asdesaiiinTab~e3-1 ofthtCoaceptualWetlandsMiti~onP~for~I~2ofttaeCannonRoad Extensi~prOj~&~J~~I997)sbaiIbecva;tuaadbypaformiagtbc’line- intaupt” method descrii by MuelkDombois and Ellenberg (1974) along the ten ‘fitd,=@w==- Thepercentamopyc0vcrshaIlbecaicuiatedsepaattlyfw eachtiasect Thesurviv8loftrecsandshrubsshallbedetemk&bycountingthe number of individual dead pktntings &ro&ousthc a&e site and calcuking the pcrcatoftheo@nailyplantsd~thatisdead. McmimrbgrcsultssbaIlbe providedtotheSedcepriortow mmencement of tk project r&axed above and in acCordanccwiththcadditiO~timepaiodsdesenkdinthccO~\kretlands MitigationP~forReachtsl~20ftht~RoadExtarsionRoject,~ hlyaryl997. Photogmpl&ompeely5xui~onsites0fthc mitigadoIlsiteshaIlbeiuchldedinallmonitoring’rrports 2.5 En5uretbatailmonitoringreportsidcatiQanynewsaryrrmtdialmeasures forthose portionsofthcr@rian&tigationsitcthatdonotmectthesucccss &&spieificd~ *- Tam arwi Condition 2.5 of this Biological Opinionand in the Conccptul Wctiands MitieationPlanforRcachesland2ofdrt~RoadExtarsionProjea,datcd Januny 1997. L-- -. - 3. In order to implement Reasonable and Prudent Measure number three, the Corps and the City shall: 3.1 EswhatIimi~ofcorstwioq=om&Jdcqkp=ltareckaIiy~’Ihcsc cleariy ddned limits shaD include areas id&&d fk mo& staging and storagqlocakmsintendedfi3rdelivuin~prrpsrin&anddiqasiqpe@oleumpodrrca (i.e. gas, oil, aspha&), concrete, and & subS&nccs hszardous to aquatic Ii& and places sekcted for maintenance 2uui refkling of don equipment aud vehick These limits of consauction, vel, and quipunt shall be idaMd on a kgiile map, and provided to the Service and -prior to commcnwt of the nfatnced projccL Construction activitys3ti and-storagwtrcasshall bedearly dcmarcatui.on -- (Ionm a?cmsul -.bg2 -*- Page 2 f cojod Roben L. u-a- w-97-F-5 1) ! site with safay king or its cquMa!t to prevcat iuadvumt &&aace of-i& habitaoi~~~g~riparian,coastal~cscrub,~and~wuer~ habitats Safety f&g &aIl be placed priortO’WIUUUc$oa, and simll not be removed until compietion of the project. Safety fkhg tball be phccd and removed during the non-breeding season of least Ben’s vim, and smthwster~ willow flycatck - (septarlbcr 15 through March Is). / 32 ~thatadriftfence~placedbetwcerr~on2D~~~riparian; andotherscnsiti~habitaptDpevartrredimmts~m~~babitatsduring consuuctio~ DrifMacingsM1kpiacedprior~consa9ccioqandsbailbcrrmavtd within I2 months folbiag compktion of cofstrhoa Diiefarcingshaubcpiaccd andrcmovcdduingthenon~scawrrr fir the rcfhnd spccics@cptemk 15 throughMarcbI5). . Limit all direct dismbam of pomiavoccupiai lest BeI& vim& soA willow flycatcher,amUorc0astalCaIifhhgpatea;tehcrhabitatS~withtheprojcctto ttlose arms siipui~ in tbc dcscepdon of the acliotL l&aring of IipeaIl vegemtion forconmwtionoropaatioru~ootoccur~~MarchlStoSeptrmkr1Sofany . 8 I-4 3.5 ElSUTCthdIriperian,~O~~~~SitCS~6romtemporspy impaasarcirrigatcdiaacwrdwwwidlthc- Pm=w*Cityd dcscri~inpIoja- numberdxcc~thcscctiofltitIed~oaofthc Proposed Actjorf in this Biological Opinions Planting sphfimiq zuhmaw, mlmitoIin&Nccess,audrcpoiting~kia accdamcwithtbatdcscli~iutbc Co&ptud Wcthmds Mitig8tion Plm fhr Reaches I and 2 of the Can&m Road ExtcnsionPmj~ dataiJanua!y 1997. Rcmoveka&at&ontroI invasive weeds ha aJ.l rips&n areas dimly dismbcd by ollsmcdon or opuations fin not icss than the years hn initiation of aMlsm&o& se4 as appropriate) so that the totai aggqate extent of weed cover does not constimtc rno~thanspaccatofthctotaIaxu~Eucalyptus,Anmdo,~Ricinus, Runex, Carpohms, Myopmzm, Corthrk, khinus, CJQ&X&W~ Vha, tianthus, Usoh, Cirsium, Cysriny FticuhuqTymrix, Cyamq Ivlauubim PalnktqarldC-lhe~of~~msballktooersdicate~ Eucalypu, Anmdo, Rkinus, Grad&, Foadcuhm, and Tar&x on-site Weeding efforts shall not impcdc orpRcludc native pkmt rwcgctation (pa!ssivc or active) of the Page 2: .- -. - ---. A---- .---- --__ _. - B.-.--P- (mm tilcbaz - , , co~oneJ Robat L Davis (M-97-F-51) 24 - c- c- -- c- -- 3.6 ~tbat~subjecttocontactwithwctcwerrtC~be&-watacdoehavt surf~fIowsdivertedtmtilaIlco~is~y~ cdyzingagentsinwetcou~~ ~vay~(SwectI993)andoneasiIyc;ruseexrnmeharmtoaquaticorganisrns wbali.Ilcontactwithreaivingwatm. -. 3.7 Ensurr~nonight-timeiightingwillkuKdaspartOf~~oropermionsin arrasofthcpmjectthatan~~500fat~leaRBcil’tvirroand~~~ willow flycatcher habitat 3.8 Errnrrr~allcmplo~~o~thtlppljcantwith~~esthataffectthe ~onartashallk:1)infbrmedofthcsarsitivityof~habitatarrasaadthe~cc oftbeli!5tedaadprOtectcdspccics -tfbadn;aadt)insbuctedastothc content of t&e Corps permit, this BiologicaI @inion, aud the spechi pczmit conditions andtazusandconditions~htniQ .- 3.9 Ellsumtbatdco~onbauIIuadsshan~~pavalauddirtIDads.No wideniqgoftht~dirt~shankarowedif~tDIlativc~onwill occur. 4. h order to i.m&ment Reasonable aud Prudent Mesure number four, the Corps and tbe Ciry Shdl: * 4.1 Ensm a conlriiution of SI50,OOO (124%) and payment for any outSad& start-up coststowardstheto~s12million~~tnt~wildlifc~prar=ticeson tk186-acEsitedescriiinthcPARppcparrdbytheCuItcrfbr~~ ManagancnLThescfundssbaIlkphccdiatoanintuestbcahgaccountpriorto commencaucut of cons&thonacthit+ hrthe Can@I Road Reaches 1 and 2 project Doctlmcntatianofany~wrr-upcosrtshallbeawidedtotheSavice~ COrpS,andfrmdingfor~~~ngcosts~kPta#d~the~bearing accountwiththewildIifemlumgaaent~. Documctltionofestab~therurn- : .wasting,intcrrstbtariagaccotmtstrallkpmvidcdtottteServiapriolto ’ ‘- commalamalt of the copstNctioD activitiesforCann0nRoadRe2&s 1 andZ ‘. 42 Work with the Service, Corps, Dcpatuncnt of Fii aud Game, and auy other intersted persons or organizations in obtaining fimdiig for the runah& of the SI2 million cost . fmwikuife~altpracticcsintendtdfmthe 1864crearcL . 43 Remove pampas grass within 28 aaq of w+nds in kacario Canyon fbr a five year paiocL lIEfktranovalcffht~kinitiatedoutsideofdle~#asonofthc least Bell’s vkco and southwestan willow flycatck (September 15 through March 1s) within 12montkMerthe ~entoftkprojecttcf+ncaiabove. Mpamp8s ~sfhatlberrmovcd~Macario~within24m~affa~~t of the project Apy newly established or rcspr~uted pampas grass within Ma&o canyon shall be rwloved in yeaI 3,4, and 5. . . Page : . : ..- - -.----em we- . (loam Rf~\corwJ-boz . .- . J ( ~.ULUYCIrrYu~.r.“-‘- \‘ - ,I l “, c-l 4.4 C&duct a cowbird tqpin~ pgmn wit&h the Macario’canyOn aria This cowbird sapping prom shall wnsist of h traps iocatcd in five acWsiiIc areas whut cowbildsocwr. Tnpsshallbemonitorui~mMaKhtoseptrmber,andchcckedoI!a every day. Tnpping mcthodoIogy sbaiI be in gcrd coafomancc with tecbniqucs desaiibai.in Mata 1983. A scientific coUecting pazuit &om the C&f” Degmmwt - ofFishandGamesballbeobtainat Anyothabirdspa5cscaug&ts&aiIbc~tased Anannualmoaitoringrrporronthe~-cff~sbsllk~tothcSaviaby Novaaba 15th of each year. / 5. In ode to implanwt burnable d pntdcnt M&E ~bcr h, the Corps and the City Shdl: . . 5.1 ffthccitytirilstowmpiywithaayofthcmeMlrrsiacorposaPed~tbtprojcctto utinhlhthe~toffedaallyiiskdspcci~anddleirbabita4RrasonabIeaIld Rudwt MWURS, or Tams aud Conditions ofthis Biolo&al Opinioqx, tk Corps shall suspcndtht404CTeanWataAct~MtilsuchtimeastheCitykincompiiazlcc with the Terms and Condithns ofthis Biological Opinion. The Corps &aU noti@ the City in a written kitei of the Ci*s wwcompiiaace withthe TamsandConditions of &is Biological Opinion. ’ , UJUponlocaoingadtad,injurrd,or~~~QTtbrCIfCDCdSPCCieSspaimesinitial . notificationm~btmzldctOthtotahstSavia~w~OBSice[cg.T~ (3 10) .9840062J. Careshouldbctakatinhandliugsickorinjqedqecimau toeusumeBaive ~tmentiuhareinhandhgdead specimsto~bi010gicalmataiaiintbebcstpossii~e ~teforlatcradysisofcauscofdcath Inwnjustionwithtbecareofsickor~ cndaagatd~esorplcsavation ofbiologicalmateri&hm4eadanimal,thc5&rhastbt ICSplkiitOCnnaeth?lttidWCC~CtOtbCJqccimenhMt~disaPkd [2]?hesavia~~carl3bedofficcistobe~within~~~~dany . tbrcatcned ortndangercd species be find dead or injured duxiq this projea Not&&on must * t include the date, time, and location of the uucas, aud any othcrpehnau irhnah. Dead animalsmayk~aiinanaPPfOPriatt mamlcr,pbotographtd,andl&olt-* lujurai anhalsshouldktransportedtoaquaiifiaivethah. Shouidanytxcatalanimalsstxviv~thc , Senice should be contacted regarding the finaI disposition of the animals The Service wntst person is Jeff Manning and may be contacted at the kttdcad add-* ar at (760) 431-9440. . . Section7(a~1)oftheAct~Fedaalagepcirstoutilitttbeir~~tofiatba~ purposuofthcActby~go~w~~prognmsf~ibt~of~~~ threatened species. The turn konstion recommauhionsn bas been dcfkd as suggestions ofthcScrviceregard.ingdkretionasym+nzestomiah& oravoidadverseefktsofa proposed action on Iisted species or cdical habitat or regarding the deveiom of information. Page 25 m (lw97) file . ,.- me-- .-i ---- . . .- b .’ - 3 r- r- The permittee (City of Carlsbad) shall provide concurrent mitigation for direct impacts to 1.0 acre and 0.73 acre of riparian vegetation in Cannon Road Reaches 1 and 2, respectively, as follows: 1. Mitigation which is to occur concwent with project impacts shali be performed at a 3:l ratio. As such, the pennlttee shall provide 5.19 acres of mitigation for 1.73 acres of concurrent impact. 2. A total of 2.17 acres of ttw required n’Iit@ation shall be in form of the creation of ’ vi-u&y habit and will oaw as follows: 1.73 acres in Macario Canyon, upstream from the Cannon Road bridge cmssing. ‘and 0.44 acre at the existing Kelly Ranch dirt road at El Camino Real (figurn l).. The habitat creation and monitoring plans (to include at least five years of monito~g, as well as success cr&eria and contingency measures) must be reviewed and apprdved by the United States Fti and Wtidlife Service (Setice) and California Department of Fish and Game. I.. 3. The remaining 3.02 acres of the required mitigation shall be in the form of restoration 07. ripafian vegetatjon (establishment of vireoquality habiit;llf inctudiig a minimum of five years of monitoring, as weU as success critwia and corrtingency plans) within the 186-acre Agua Hedionda Preset (as described in the PA.R prepared by the Center for Natural Lands Management), or other arw approved by the Service and California Department of Fish and Game. 4. 5. The restoration may occur prior to ur concw8M with project impacts, or $114,42cT per acre ($345,548 total) may be paid to an endowment fund for the required restoration of 3.02 acres. Under the latter ckumstance, the full amount of these funds shali be placed in an interest-bearing account for the identified restoration efkxts., The habitat restoration and monitoring plans (to indude at least five years of monitoring, and success criteria and contingency measures) must be reviewed and approved by the Service. Documentation to de monstrate the establishment of this account shall be provided to the Service and California Department of fish and Game. If, after three yean. a suitable ownerhanager for the Agua Hediida preserve has not been ~identified; the Service shall provide notice to the permMee that they have 90 days in which to proceed with the creation program in anotherarea approved by the Service and California Department of fish and Game. At this the, the $345.548 would be transferredtothepenitteetobeutiliifort!$purposa Page 26 l CltyOf~~trOf~rcncartOf~au~indurling~. installation. irrigation, Syear mitigation monm, and 5ywf lmst Rdh vim tmnitw~. b-97- 11 1 r&h,-F $9 STATE OF CALIFORNIA-THE RESOURCES AGENCY CALIFORNIA COASTAL COMMISSION PETE WILSON. Gorrmc SAN DIEGO COAST AREA 3111 CAMINO ML RIO NORTH, SUITE 200 SAN MEGO, CA 92108-1725 (619) 521-6036 Citv of Carlsbad Sherry Howard 2075 Las Pa.lmas Catlsbad, CA 92008 NOTICE OF ACCEPTANCE Date: Februarv 25. 1998 Applicant: Citv of Carlsbad . . Document or Plans: . Wetland Miti-ration Plan. Wonitorina Proaram. Final Plans. Least Bell s Vi I reo and Southwestern Willow Flvc,&her Nestina Plan. Runof Control Plans. Erosion Control Plans. Reveaem Plans: . ion Submitted in compliance with Special Condition(s) No(s). l-8' of Coastal Development Permit No. 6-97-11 Material submitted in compliance with said Special Condition(s) of your development permit has been reviewed by the District Director and found to fulfil1 the requirements of said condition(s). Your submitted material and a copy of this letter have been made a part of the permanent file. Sincerely, Charles Oaram District Director (63&N) STATE OF cALIMANI*-WE RESOURCES AGEYCY CALIFORNIA COASTAL COMMISSION Pm WILSON. Go,.- SAN DIE30 AREA 3111 CAYINO OEL RIO NORTH. SUITE 200 SAN OIEGO, CA D210&1725 jgls, 5216036 COASTAL DEVELOPMENT PERMIT NO. 6-97-1 I- Page 1 of 7 On , the California Coastal Commission granted to Fe- 4.1998 Citv of C&had this permit for the development described below, subject to the attached Standard and Special Conditions. Description: Completion of Reach 1 of Cannon Road to construct a 450 foot long bridge over Macario Canyon from its west rim to its east rim with two bridge abutments and four piers, requiring approximately 265,000 cubic yards of fill. Also, construction of Reach 2 from the east rim of Macario Canyon to El Camino Real, about 1.54 miles as a major arterial (104 ft. right-of-way) with two 12-foot lanes in each direction, a 18-foot wide landscaped median, two S-feet wide bicycle lanes in addition to curb, gutter, streetlights, signage, drainage facilities, a 5 foot wide sidewalk and a 4.5 foot wide parkway. Also proposed is the consnuction of a bridge over Agua Hedionda Creek at El Camino Real with a 130 foot by 90 foot cast-in-place reinforced concrete slab and reinforced steel bar, two bridge abutments and two piers; also proposed is a mitigation plan to mitigate project impacts to rip&n habitat and brackish marsh. Plan Designation zoning Open Space P-U, E-A Site: Easterly extension of Cannon Road, extending from present terminus at west side of Macario Canyon to El Camino Real, Carlsbad, San Diego county. Issued on behalf of the California Coastal Commission by PETER, DOUGLAS Executive Director and COASTAL DEVELOPMENT PERMIT NO. 6-97-l 1 Page 2 of 1_ IMpoRTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE. ACKNOWL,EDGMENT The undersigned permittee acknowledges receipt of thispermitandagreestoabidebyalltermsand conditions thereof. Date Signature of Permittee co- . . 1. S 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. w. If development has not commenced, the permit will expire two years kom 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. m. All development must occur in strict compliance with the proposal as set forth below. Any deviatkn &.n the approved plans must be reviewed and approved by the staRand may require Commission approval. . 4. m Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 5. m. The Commission staRshal be aIlowed to inspect the site and the development during construction, subject to 24-hour advance notice. 6. &&mu& 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. . . 7. 1 . These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind ail future owners and possessors of the subject property to the terms and conditions. COASTAL DEVELOPMENT PERMIT NO. 5-97-I 1 Page 3 of 1, Pm- r- -- -.. c- _- -- -. The permit is subject to the following conditions: 1. We- . Prior to the issuance of the coastal development permit, the applicant shah submit to the Executive Director for review and written approval, a detailed wetland mitigation plan for all temporary and permanent impacts associated with the proposed project. The plan shall contain a detailed site plan of the wetland impact area(s), clearly delineating all areas of impact (temporary and permanent), which shall identify the exact acreage of each impact so identified. The wetland mitigation plan shah also incorporate the foIlowing: a. Identification of the required offsite mitigation site(s). Said mitigation shall occur on one or more of the following sites: the 3.3 1 acre site upland of Macario Canyon as identified in the City’s Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997, the .44 acre site on Kelly Ranch adjacent to El Camino Real (refmnce Exhibit 4), the Tijuana Estuary and up to 3.02 acres within the Agua Hedionda Preserve as identified in consultation with the California Department of Fish and Came. The proposed fte payment in-lieu of restoration of 3.02 acres within the Agua Hedionda Preserve is specifically not author&d. Use of any other site to meet the mitigation requirement, other than those identified above, would require an amendment to this permit. The applicant shall also submit a site plan of the mitigation site(s) which quantifies the existing wetland and upland areas of the property(ies), including those to be restored within the Agua Hedionda Preserve. b. Mitigation of permanent direct wetland impacts associated with the proposed development by creation/restoration of Southern Wiiow Riparian Scrub and Riparian Scrub at a 3:1 ratio (creation to loss). Thus, 4.77 acres of riparian habitat must be created to mitigate proposed direct permanent impacts to 1.59 acres of rep&n habitat. Mitigation of permanent impacts to opin water (0.14 acres) is required at a 1 :l ratio. Said mitigation shall only involve upland suitable for conversion to wetlands, (Macario Canyon and Kelly Ranch sites), as described in the Conceptual Wetlands Mitigatin Plan for Reaches 1 and 2 of the Cannon Road Extension Project, dated January 1997 and/or restoration as proposed in the Agua Hedionda Preserve area. c- c. In-hind mitigation at a replacement ratio of 1 :l for all brackish marsh and riparian vegetation shading impacts (0.9 acres) shall be required provided that mitigation is shown to be successful by the five year monitoring plan described below; otherwise, such mitigation shall be provided at the ratio of 2: 1 at the end of the five year monitoring period. d. In-kind revegetation/mitigation at a replacement ratio of 1: 1 for all temporary construction impacts to brackish marsh and rip&an vegetation resulting from construction of haul roads, stockpile and staging areas, work areas extending a maximum 90 feet from the outside edge of Macario Canyon Reach 1 bridge, and 1,200 feet southwest of Reach 1 bridge by revegetating and restoring the impact area to the original condition before disturbance shah be required. Revegetation wiil include remedial work COASTAL DEVELOPMENT PERMIT NO. 5-97-J 1 Page 4 of 1, such as decompaction and surface treatment of the ground and restoration of natural contours, with monitoring for three years, pursuant to the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon Road dated October 8,1997, as amended l/13/98 and Special Condition #7 below. e. The applicant shall provide evidence in a form and content acceptable to the Executive Director, that the owner of all identified mitigation sites has executed irrevocable offers to dedicate to a public agency or private association acceptable to the Executive Director, an easement for habitat restoration, habitat nkmenance, open space and habitat protection over any portion or all of the. above properties identified in # 1 a. The easement shall: 1. Permit the applicant its agents, and/or the accepting agency to enter the property, create and maintain habitat, revegetate portions of the area, and fence the newly createdkevegetated area in order to protect such habitats. 2. Restrict all developmen& vegetation clearance, fuel modification and grading within the Environmentally Sensitive Habitat open space easement 3. Permit the Coastal Commission stafFto enter and inspect for purposes of determining compliance with Coastal Development Permit M-97-1 1. The easement area shall be described in metes and bounds. The offer shall be recorded fkee of prior liens and encumbrances which the Executive Director detemk~es may affect the imerest being conveyed. The offer shall run with the land in favor of the People of the State of California, binding all successors and assigns, and shall be irrevocable for a period of 21 years, such period running from the date of recording. f. With the exception of the in-lieu fw payment to the. endowment fund as an option for 30.2 acres of mitigation, the proposed project shall conform to the provisions identified in the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon road dated October 8,1997, and the amendment to the Bioiogical Opinion dated January I3,1998. . . 2. B. Prior to the issuance of the coastal development permit, the applicant shall submit for review and written approval of the Executive Director in consultation with the Department of Fish and Game, a detailed monitoring program designed by a qualified wetland biologist, appiicable to alI mitigation sites approved pursuant to Special Condition #l above and acceptable to the Executive Director. Said monitoring program shall provide the following: a. Submittal of evidence of the completion of the mitigation plan(s) addressed in Special Condition #l above, through submittal of “as built” plans in substantial conformance with the final plans approved pursuant to Special Conditions #3. COASTAL DEVELOPMENT PERMIT NO. 5-97-I L Page 5 of 1. r- *-. I- b. Monitoring reports on the extent of coverage, rate of growth and species composition of all created wetland areas shall be submitted to the Executive Director on an annual basis for five years following project completion. c. The monitoring program shah include provisions for augmentation and maintenance of the restoration efforts, inckiing specific performance standards, designed to assure 90% coverage in a five year period. The program shall include criteria to be used to determine the quality and extent of the revegetation efforts, which shall include, but not be limited to, survival rates and species composition. d. At the end of the five year period, a more detailed report prepared in conjunction with a qualified wetland biologist shall be submitted to the Executive Director. If the report indicates that the mitigation has been, in part, or in whole, unsuccessful, the applicant shall be required to submit a revised or supplemental mitigation program to compensate for those portions of the original program which were not successful. The revised mitigation program, if necessary, shall be processed as an amendment to their coastal development permit . . . . 3. k . Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director for review and written approval, final site, grading and drainage plans, i.e., construction drawings, in substantial conformance with the submitted preliminary plans and approved by the City of Carisbad, which shah clearly delineate the construction corridor associated with the Macario Canyon bridge. Said plan shah indicate that the construction corridor is the minimum width necessary to construct the project and shall be developed by the City in consultation with Cal-Trans. Any proposed changes to the approved plan shall be reported to the Executive Director. No change to the plan shah occur without a Commission-approved amendment to the permit unless the Executive Director determines that no such amendment is required. . . 4. well’s Virea 1 W . Prior to the issuance of the coastal development permit, the applicant shall submit to the Executive Director for review and written approval, in consultation with the Army corps of Engineers (COE) and California Department of Fish and Game @FG), evidence that mitigation for impacts to Least Bell’s Vireo and Southwestern Willow Flycatcher have been iiicorporated into the project consistent with the requirements of the United States Fish and Wildlife Service’s Biological Opinion on Reaches 1 and 2 of Cannon Road dated October 8,1997. Any modification to the mitigatin requirements in the Biological Opinion shall be reviewed and may require au amendment to this coastal development permit. 5. Runoff. Prior to the issuance of a coastal development permit, the applicant shall submit a runoff control plan designed by a licensed engineer qualified in hydrology and hydraulics for those portions of the project which dram to Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain which would assure no increase in peak runoff rate from the developed site over runoff that would occur from the existing undeveioped site, as a result of a ten-year frequency storm over a COASTAL DEVELOPMENT PERMIT NO. G-97- 11 Page 6 of 2 six-hour duration (10 year, 6 hour rainstorm). Discharge of storm flows shah not contribute to erosion. Energy dissipating measures at the terminus of the proposed outflow drains shall be constructed. The runoff control plan shah also include soil or sand filtration or its equivalent su&ient to trap oils and suspended solids, preventing them from entering the rip&n and wetland areas located in Ma&o Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain. The runoff control plan, including supporting calculations, shall be submitted to, reviewed and approved in writing by the Executive Director. If meeting the above standards results in sediment control facilities such as desiltation or detention basins being required, an amendment to this permit or a separate coastal development permit shaI1 be mquired.. 6. m. Prior to the issuance of the coastal development permit, the applicant shall submit final grading and erosion control plans in conformance with the Regional Water Quality Control Board General Consuuction Activity Permit, which shall incorporate the following: A. All permanent runoff and erosion control devices shall be develop+ and installed prior to or concurrent with any on-site grading activities. B. AUareasd&xbedshaUbestabiIizedinadvanceoftherainyseason (@tober 1 to March 3 1 of each year). The use of temporary erosion control measures, such as berms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utihzed in conjunction with plantings to nitink& soil loss from the construction site. C. All grading is prohibited between Gctober 1 and April 1 of any year. 7. s . Prior to the issuance of the coastal development permit, the applicant shallsubmit a detailed revegetation plan indicating the type, size, extent and location of ail plant materials, any proposed irrigation system and other landscape features to revegetate brackish marsh and riparian resources within Macario Canyon, Agua Hedionda Creek and the Agua Hedionda Lagoon floodplain, including the construction cotridors of Macario Canyon and the Agua Hedionda Creek bridge crossing as well as ail disturbed or manufactured steep slope areas, including the fill structure on the east side of Macario Canyon. Drought tolerant native plants compatible with adjacent natural vegetation shall be utilized to the maximum extent feasible to n-establish the area consistent with its present chamcter. Said plan shall be submitted to, reviewed by and approved in writing by the Executive Director in consultation with the California Department of Fish and Game. COASTAL DEVELOPMENT PERMIT NO. 6-97-U Page 7 of _2_ L- -- c- c- 8. m. Prior to issuance of the coastal development permit, the applicant shall submit to the Executive Director, for review and written approval, detailed plans incorporated into the construction bid documents, for the location of haul roads, construction corridors and staging areas. Construction corridors and staging areas shall be located in a manner that has the least impact on biological resources of the area, and shall be limited to existing disturbed areas and roadways to the greatest extent feasible. Encroachment into environmentally sensitive habitat areas shall not be permitted. (7Ollp.doc) Jl&L “7 -~~~iiir-+i~-:‘kE REiC‘uRCES rG;pdC’! ‘rt ‘N!l:cih &we, CALIFORNIA COASTAL COMMISSION .e SAW 31ECG CsAST AREA 9: 2’ : 1 CAMINC SEL 7IC NCRTH. SlJlZ 200 :I,r, d% -- jAN CIECC. CA P2108.li25 ‘%y .- ‘5 101 521dOio . . NOTICE OF COMMENCE?WT OF CWSTRUCT?ON r- r- -- I/!Je hereby notify t,ie CALIXRNlA COASTAL CQE414155;ON that IIke began the development autrtorited by knit Nunoer on . and that the deveicpment iri:i be Oaxca Conszuc~ian Seqan completed in accordant e ;rit> any conditions imposed in t:he pernit. Sianazure of Qplicznt 2r Regresenrztive t -- -- c- CL L- c- APPENDIX D . c- U. S. Army Corps of Engineers Permit Nos. 97-20130-TCD and 97-20131 -TCD ,- L- LOS ANGELES DISTRICT _- U.S. ARMY CORPS OF ENGINEERS DEPARTMENT OF THE ARMY PERMIT c- Pen&tee: Permit Number: City of Carlsbad 97-20130-TCD 97-20131-TCD Issuing Office: Las Angeles District --- -. Note: The term “you” and its derivatives, as used in this permit, means the permittee or any future transferee. The term “this office” refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriate official acting under the authority of the comman ding officer. You are authorized to perform work in accordance with the terms and conditions specified below. -. -. Project Description: To construct Cannon Road West (Reaches 1 & 2) for approximately four miles from LEG0 Drive to El Camino Real. An unnamed stream in Macario Canyon will be crossed with a two-span, 454-foot long bridge. A &annelized portion of Agua Hedionda Creek will be crossed with a N-foot long,by NO-foot wide bridge. The Macario Canyon Bridge (Reach 1) will impact approximately 1.9 acres of jurisdictional wetlands through fill and shading. Approximately 0.68 acre of wetlands will be temporarily displaced via construction impacts. (Therefore, a total of approximately 2.58 acres of impacts will occur at this location.) At the Agua Hedionda Channel Bridge (Reach 2), approximately 0.74 acre of jurisdictional wetlands will be displaced. The work is proposed as shown on the attached drawings. To compensate for the proposed 3.32 acres of jurisdictional impacts (1.74 acres of permanent, direct, 0.9 acre of indirect, shading, and 0.68 acre of temporary, direct impacts), 4.1 acres of brackish marsh and wetlands will be created in Macario Canyon adjacent to mixed riparian areas, 1.8 acres of wetlands will be restored in Agua Hedionda Lagoon, and 0.44 acre of wetlands and open water, at the Kelly Ranch access road will be restored. Project Location: In an unnamed tributary of the Agua Hedionda Lagoon in Macario Canyon, and in the Agua Hedionda Creek channel, between LEG0 Drive and El Camino Real, in Carlsbad, San Diego County, California. Permit Conditions General Conditions: 1. The time limit for completing the authorized activity ends on April 20,200l. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification from this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or atcheological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this pen& you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. tf a conditioned water quality certification has been issued for your proje& you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow representatives from this office to inspect the author&d activity at any time deemed necessary to ensure that it is being or has been accomplished with the terms and conditions of your permit. Special Conditions: SPECIAL CONDITIONS FOR 97-2013&TCD 1. That the permittee shall comply with ail terms and conditions of the Si&gicuZ Opinion m&red by the U.S. Fish and Wildljfe Semice (FWS) on the Cannon Rmd (Reaches 2 & 2)Pennit Application No. 97-20230-TCD and 97-20232-TCD, City of Car&d, GrliJlbrnia (1-6-97-F-51), dated October 8, 2997, as amended by City of Carlsbad letter dated January 13,1998 with concurrence by FWS correspondence dated December 19,1997, for mitigation which will occur concurrent with project, and as amended/extended in a letter from the FWS dated Match 16,1998, and with the terms and conditions presented therein for Cannon Road, &e&es 1 and 2: Clearing of Riprian Vegetation and Reuegetation Eps in Macario Canyvn; (sic) City of Glrlsbad, carqimlti. 2 _. _ 2. That the permittee shall comply with all terms and conditions of the Coastal Development Permit No. 6-97-10 for Reach 1 of Cannon Road, issued by the California Coastal Commission (CCC), dated October 14, 1997. -- 3. That the permittee shall comply with all terms and conditions of the Coastal Development Permit No. 697-11 for Reach l(2) of Cannon Road, issued by the CCC, dated February 25, 1998. c-. c- r- 4. That the permittee shall not permanently impact more than 3.32 acres of Waters of the United States, including jurisdictional wetlands, (Reach 1: southern willow scrub - 1.0 acre direct, 0.8 acre shading; brackish marsh - 0.01 acre direct, 0.10 acre shading; Reach 2: southern willow scrub - 0.46 acre direct; open water - 0.14 acre direct; disturbed riparian scrub - 0.13 acre), and 0.68 acre southern willow riparian habitat temporarily during construction. No other temporary or permanent impacts shall occur. -- 5. That the permittee shall mitigate the project impacts in accordance with the Conceptual Wetlands Mitigation Plan fbr Reaches 2 and 2 of the Gmwn Road E%nsion Project, prepared by Tetra Tech, Inc., dated January 1997. Mitigation will include the creation of 6.34 acres of wetland habitat: 6.07 acres of v&o-quality southern willow riparian habitat, 0.13 acre of brackish marsh, and 0.14 acre of open water habitat. The identified locations are as follows: -- -- -. a. Macario Canyon, at the southern boundary of Agua Hedionda Lagoon: 4.1 acres; b. Kelly Ranch access road, adjacent to El Camino Real at Hidden Valley.Rd: 0.44 acre; c. W#est of, and across Agua Hedionda Creek from site b. (above): 1.3 acres; and d. Adjacent to Park Drive: 0.5 acre. The 0.68 acre of temporary construction impacts to southern willow riparian habitat shall be restored within one year of impacts, and no later than March 15,200O. c. All mitigation construction, except for the 0.44 acre of mitigation at Kelly Ranch, for permanent impacts shall be initiated concurrent with, or in advance of, project impacts, and shall be fully installed within 60 days of project commencement And no later than April 30, 1999. The 0.44 acre of mitigation at Kelly Ranch shall be completed no later than March 15, 2000. 6. That the perimeter of the work site shall be adequately flagged and fenced to prevent adverse impacts to adjacent riparian habitat. This work shall be supervised by a qualified biologist. The work area shaIl not exceed 90 feet on either side of the bridge sites. -- c- 7. That a qualified biologist shall monitor activities on site and submit a monthly construction monitoring report to the Corps, FWS, and Califorr+a Department of Fii and Game (CDFG). The report shall include the status of the project regarding habitat/resource issues, including, but not limited to: vegetation clearing, jurisdictional impacts, nesting birds, flagging, fencing, pile driving, mitigation grading, compliance with agency conditions, and any other pertinent wetland and fish and wildlife issues. c 3 8. That no equipment shall be operated in ponded or flowing areas. When work in a flowing stream is unavoidable, the entire stream flow shall be diverted around the work area by a barrier, temporary culvert, new channel, or other means to be approved by the Corps and CDFG. Construction of the barrier and/or the new shall begin in downstream areas and continue in an upstream direction, and the flow shall be diverted only when construction of thediversion is completed. Channel bank or barrier construction shall be adequate to prevent seepage into or from the work area. Channel banks or barriers shall not be made of eti or other substances subject to erosion unless first enclosed by sheet piling, rock riprap, or other protective material to be approved by the Corps and CDFG. the enclosure and the supportive material shall be removed in their entirety when the work is completed, and rermval shall proceed from downstream in an upstream didon. The disturbed areas shall be restored to their pre-construction contours, and all exposed areas shall be stabilized. 9. T’hat disturbed portions of any stream channel shall be restored, and shall include revegetation of stripped or exposed areas with vegetation native to the area. 10. That construction of bridges, culverts, or other structures shall be such that water flow is notimpaired. Bottoms of temporary culverts shall be placed at stream channel grade; botroms of permanent culverts shah be placed at or below stream channel grade. 11. That preparation shall be made so that runoff from steep, erodible surfaces will be diverted into stable areas with little or no erosion potential. Frequent water checks shall be plared on dirt roads, cat tracks, or other work trails to control erosion. 12. That water containing mud, silt, or other pollutants from aggregate washing or other activities shall not be alIowed to enter a lake or flowing stream or be placed in locations that may .be subject to high storm flows. 13. That structures and associated materials not designed to withstand high seasonal flows shall be removed to areas above the high water mark before such flows occur. 14. lhat staging/storage areas for equipment and materials shall be located outside of the ShUll. 15. That if a stream’s low-flow channel, bed, or banks have been altered, these shall be restored as nearly as possible to their original contour, without creating future erosion potential. 16. That all created and restored wetland habitats must be l&e of irrigation for a minimum of oRe dry season (April 1 through October 1) and must meet agency-approved success ~crikia The criteria shall include meeting 5-year performance standards for growth and coverage, and must be approved by the Corps, FWS, and CDFG as vireoquality habitat (i.e., containing new least Bell’s vireo nesting territories and/or meeting coverage/!&rata guidelines for least Bell’s vireo). all planting shall have a minimum of 80% survival after the first year, and 100% survival thereafter, and/or shall attain 75% cover after 3 years and 90% cover after 5 years for the life of the project. If the survival and cover requirements have not been met, the permit-tee shall replace plantings as necessary to meet these requirements. 4 _.- -- -- -- r- *- 19. That access to the work site shall be via existing roads and access ramps. -- -- C, - Replacement plants shall be monitored with the same sunrival and growth requirements for 5 years after planting. All created and restored southern willow riparian habitat shall meet vireoquality habitat standards. 17. That all planting shall be performed between October 1 and April 30 of the year to take advantage of the winter rainy season, or shall be irrigated to ensure survival. 18. That an annual report shall be submitted to the C.orps, FWS and CDPG by January 1 of each year for 5 years after planting. This report shall include, but not be limited to, the survival rate, per cent cover, and height of both tree and shrub species, the number of plants, by species, replaced, an overview of the revegetation effort, and the method used to assess these parameters and vireo surveys. Photographs taken at designated photo stations shall be included. 20. That spoil sites shall not be located within a stream in a location where material will be washed back into a stream or where it will cover aquatic or riparian vegetation. 21. That raw cement/concrete or washings thereof, asphalt, paint or other coating material, oil or other petroleum distillates, or any other substances which could be hazardous to aquatic life, resulting from project-related activities, shall be prevented from contaminating the soil and/or entering Waters of the United States, including jurisdictional wetlands. When operations are completed, any excess materials or debris shall be removed from the work area. No trash shall be deposited within 150 feet of the high water mark of any stream 22. That no equipment maintenance shall be performed within or near any stream channel where petroleum distillates or other pollutants from the equipment may enter these areas under any flow. 23. That the permittee shall provide a copy of this permit with conditions to all contractors, subcontractors, and the permittee’s project supervisors. Copies of the permit and conditions shall be readily available at work sites at all times during periods of active work and must be presented to any Corps personnel, or any other agency personnel, upon demand. 24. That the permittee shall retain a qualified vertebrate paleontologist to develop a paleontological resource impact mitigation program that is specific to the project The program must include, but not be limited to: a. Conduct a pre-construction field assessment to locate fossils at surface exposures. Salvage of fossils from known localities, including processing standard sample of matrix for recovery of small vertebrates, and trackway replication. b. Monitoring of excavation in areas likely to contain paleontologic resources by a qualified palecmtologic monitor. The monitor should be equipped to salvage fossils as they are unearthed to avoid construction delays and to remove samples of sediments which are 5 likely to contain the remains of small fossil vertebrates. The monitor must be empowered to temporarily halt or divert equipment to allow removal of abundant or large specimens. c. Preparation of recovered specimens to a point of identification, including washing of sediments to recover small fossil vertebrates. d. Identification and curation of specimens into a museum repository with retrievable storage. e. Preparation of a report of findings with an appended itemized inventory of specimens. The report and inventory, when submitted to the appropriate lead agency, signifies the completion of the program to mitigate impacts to paleontologic resources. Further Information: 1. Congressional Authorities You have been authorized to undertake the activity described above pursuant to: ( ) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). (X) Section 404 of the Clean Water Act (33 U.S.C. 1344). ( ) Section 103 of the Marine Protection, Research and San&tar@ Act of 1972 (33 U.S.C. 1413). 2. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize &y injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal project. 3. Limits of Federal Liability. In issuing this permit, the Federal Govemmen t does not assume any liability for the following: a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or horn-natural causes. b. Damages to the permitted project or uses thereof as a result of curren torfuture activities undertaken by or on behalf of the United States in the public interest. -- c-.. c- r- r- c- -- c. -. + c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant’s Data. The determina tion of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fail to comply with the terms and conditions of this permit. b. The information provided by you in support of your permit application.proves to have been false, incomplete, or inaccurate (See 4 above). c. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CPR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measure ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this Permit. Unless there are circumstances requiring either a prompt completion of the author&d activity or a reevaluation of the public interest decision, the Corps will normally give you favorable consideration to a request for an extension of this time limit. 7 Your signature below, as permittee, indicates that you accept and agree to comply with the terms and @&ions of this pe+j? s-2&#- 5% DATE ATTEST: . Assistant.Ci$y Chflc This permit becomes effective when the Federal official, designated to act for @e secretary of the Army, has signed below. Richard J. Schubel Chief,Regulatory Branch DATE When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. . TRANSFEREZ DATE 8 c- *- f-- “- c- +- w- +- r- -- -. * /c‘ C LOS ANGELES DZS7’NCT U.S. ARMY CORPS OF ENGZNEERS . CERTIFICATION OF COMPLIANCE WITH DEPARTMENT OF THE ARMY PERMIT - Permit Number: 97-20130-TCD Name of Permittee: City of Carlsbad Date of Issuance: April 20, 1998 Upon completion of the activity authorized by this Permit, sign this certification and return it to the following address: Regulatory Branch - Los Angeles District Office ATTIM CESPL-CO-R-97-2013 P.O. E?ox 2711 Los Angeles, California 90053-2352 Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative. If you fail to comply with this permit you may be subject to permit suspension, modification, or revocation. . I hereby certify that the work authorized by the above referenced permit has been con@eted in accordance with the terms and conditions of said permit. Signature of Permittee Date 9 1’ \ / -1 / Cnnncln Rna -- . . . . -. . . .-- d Reach 2 (Proposed) CannonRoad CannonRoad Reach 1 Reach 1 Project Vicinity Map I I 'RRATKHINC. 1 No Scale Figure 2 1 54.T. I OF 11 c- \ , I , 1 i I b I i ! ,’ i I I I I I 1 I I / I I I .-. I I I I I I \ I k. ) Oi -I, 2 q’ a I J -. -- C I I r- I <- C I II 8’ . . . . ii a: . . ; c- LOCATION MAP J 1. 1 1 1 MIT/GA TlOlV S/TES w-l -PROJECT NAME . CANNON ROAD WEST F’&Od#$ EXHIBIT s-d-7 MlTlGA T/ON SITES 97-20130-ml fi-Z&‘l 97-20131-TCD NJ I- i a 4 -. i 1 ,’ i .- C - C c. .- A-- -* r- 7 ” \ D 0 0 0 c I d - - ---e-m-----.- I I I I I I - I, APPENDIX E -- California Department of Fish and Game -. Agreement Regarding Proposed Stream or -. Lake Alteration No. 5-044-97 83/18/1998 12:37 5625985192 L- @PT FISH & GM R5 PAGE 03 ,- . CAUFORNU DEPARTMENT OF PISH AND GAME 330 Go&n Shore, Suite SO Long Buch, California 90802 Notihtion No.W44-Q me 1ofb AC- REGAtiING PRO?OSFeD S- OR LAKE ALTERATION --. ‘THIS AGREEMENT, a&mud imot~~~~ of cdifhh, of pish md hme, bputmmt haeiMhc8lledtheDcptm#ns . CA n *Stateof~h=eimfk~ledthcOpenuu,isas w.. follows: -- wwEREAs,the~~Qtarmiaddrrtsuehapauionr~su~ti~~vclstly~~ . thox~fislt8ltdwildlifbraorrrtrswithkr~ . . _- I-rpooa spdicdly icIenti6ai u fbllows: L -. THER.EFO8E,tb~O8t~pfOpliS -toproteotflshdwil~-during theopaarhdt. ~Openb#babby~to~tbc~uo~lsvuradconditi~urparcof the pmposai WQrk. If~~o~wwlr~~~rtrrbdia~PodticrPioa~~~thirAgramcntis nol~~dradrarwnoti6crtioasbrlIh:rubmittadb~Dc~ofFi~cladOune. Failure to~withehe~~~Of~AOrecmsat~withOtbsr~obdCcsctions,~l~hur not I)rdti to Fish and olns Code Scctimu S650,5652,5!J37, and 5!MJ,‘may zcmlt in prosmtioa. Nofhi8ginthis~- buOpaatortotrespaaraqylrndotpmperty,nordoesit relieve iha Opmtor of responsibility fm complirn# with appliabb fhieal, cute, or 104 laws or .ordiwca. Acammm&dA~ent~notcaath’luteDeprrtraorrofPishmdGUDC~t 0fthcpropoKdaparrlion,or~nutIhcDepertmsat’rQn~ wiulpomits~~otller agencim. 2 -- --. --.- --. --. 2 --..“I 4 *a .- c= .ea WLT2t-M.I e3/1a/199e 12: 37 5625’3115192 DPT FISH & GAME R5 PAGE 84 STREAMBED ALTERATION CONDl?‘SONS FOR NOTIFICAfiON NUMBER: 504&9~ 1. The following provisions conatitutc the knit of aotivitics agreed to ind resolved by this Agrecmen& The sigming of this Ageemmt doa not imply that the Operator is prtoluded from doin@ other aotivitics at the site. However, tivitks nti Spdfically m to d mhd by this Agr#nmt Shall be subjsttn separate notitication pumatat to Fish ad Game Code Sections 1600 et seq. 2.Throperarorpoposcstoatterthe~to met the CEIUZOII Road IUI~IQVCIEI~~~ hjech a fOW-hICrmjOMO8dconnsctiOP( 154miletX 1~fkt)betw#nh~5andElCpmiaaR~, s impacting 332 acres of atream (2.64 pemmWly and 0.68 tempomily). The @eject consists of Rmhu 1 md2,locrPcdontbe~~~ofAgurHeb’~InsooaInthoCitrofCulsbad Reach 1 inchdesmqjmxhb43O-fibotbxidge~~Caayon~~\ranlmsdacck ReachZincfud# an Qpraxirmrte 1301foal bridge ovaA@m Hcdiondr Creek at Et Carnina Real. 4. Tbe~sbrllwzia3pretmo~~ZMaEnsofspeMI~y(Rerchl:so~enrwilfa\ir scmb4.0acmcGras,O.8rr;tc..Jlurinrrl bmckishrnmb-0.01 rors~O.lOacra~; Reach2 southemwiilowtaub~0.59~dir#t;~wrJrn-0.14~dirrct)md0.6trcrrssouthernwillaw ripatianbbitat teznpomily. No other tempomy or pcnnamt impacts shall occur. 5. Tbc~rrhllmitigrteu~~~tht~~~~WjthdlCQUtionOf634~ of wethd hrbibtz 6.07 n of w southeta willow lipaha habita~O.13 acre ofblackish fMrshad0.14acfe0fopcrrwita: nleidonti~ailocittiomulcrs faows: ~‘MvwioCuproq~~bo~ofA~HbdionhL~-4.1 acres; . B. Kelly Ranch (ace& road), a&cent to Rl Cmiao Real at Hidden V151~ Road.- 0.44 acre; C. Wcstmd~hom~Hsdioadr~framsittB-1.3acnr;~ D. Adjacent to Pa& Drive - 0.5 acre; The 0.68 acres of tanporaty i’rn- to wMbua willow ripuian hbicrt shall be restored within JJSX ofimpm8adnoIaterthaa~ All miti&on iastdlrtfoa (exoept fat the 0.44 acre of mitigation at my Ranch) for sh8ll be iaiti8tcd c+mammt or in-adv+cc of project impacts, imd s&U be fblly I of project initirtioa ubd behsullcdnol8tzzthan - I9a The 0.44 acre ofr&@tioa at Kelly Raeh ShIal! - - - - - - - - - _ _ . 03/18/1990 12: 37 5625985192 DPT FISH & GAME R5 PAGE 05 -- -- -- -_ ic STRUMBED ALTERATION CONDl7’l~‘s FORNOTIFICATION NUMB= &Q&97 6. A security (e.g. M inmmcabfr ktm of cdit, pbdge savinm acount at CD) for ths amount of complete rtstorntion, maintcmnce and monitohng for a mhimcmr of 6.34 W~U wetland habitat to br crcakd shall br submitted to the DeputmCar prior to initia!ion of comtfuction activities. If the project ifqmts UC phsoed, only rhat portloa of the secmity to cover the mitigation far chose ii#i needs to be submi~mdtotbc~~piuu~ioi~ODOfu3rp~COftheccclstructian aCtiviti0S.lhiSWnount shrllbe)utrA0~rhecoj\~rtebytbc~:atirMtcofpaupeoostofwetlrndutation inchding grading, bstalhtlcm, inl@lm, S-year maintcnnnw monitoring, and S-year kast Beth &CO rnonita is E I 14,420 per acre. The security shall be appmved by the Jlkpma’s legal ad&m prior toiutr~n,udshrllrllawtbt~taiurrolcdis~~doI&6va~imm~l~iftbe Dtzpmmmtdotermincstherehesbeenrdbhult ThcIc~11advi~uabtcorrprcttdat(916)634-3821., 7. Be rdvised, the opmtor dldl ohhln a cahmcdr Ead4npred 8pecies Act MuJagamm Take Pcmit fbr Iaast Bali’s vjfeo and MlNhwestun waw flptcha prior to ppjlrct iniKluion. ‘Ibe permit 2081. 1998-05-S is cumatly being poccsssd. 8. Ptior to project l&i&~, the oprntor bhrill ruknit KC the De-t the ~IXWXXM Biologidl Opinim for this pcojazt and the Army C0fp 404 pemit(s> 9. al tams and conditions under the fbded Biological Opinion No. 1-6-97-F-51 aad special wndhi& of the Amy Carp permit(s) 97-20130-TCD and 9730 13 10TCD shu be tnfw&h by the Oepumvntulukrthis~L 10. No pik d&ing shall occur Born March 1 to Septmnbtr 1 to avoid my indirect noise impact8 to nesting bhds. 11. Be advird tbnt the d #ge scrub b&i&t impwts muat meet oarrmt restbtious, and mitigation ~lkdlrcrmkled,~theNCCPPodtheFcdaslEadurgcrsdSlrccitsAct~css. 12. TheO~shllnotnmovevagrrarianHitbintbsomrmfnrmM~lmScptnnkrISoarvoid impactstoncsthgbircfs. Howavg,rkOpcndorm?ynmove~~gebtion~Muchl~AApiilnS:~. SUryrs for nesting birds shall k conductA by I qualified biologist with@ 2A hours of an area’s vegetation rtmoval; AND 2. ‘This mwcy/rcport &ta9 be FAX@ to the San Diem oflce at (619 46?- 4299; AND 3. A qu&fkd bldogisc ddl supaviac and be on sire during ALL clca@~g of-rgeta(lon; AND I&o cut&#kka~ of vcgttation shall occur if m am binb arc on sltc The n ncommendstbt~ofalln~~~~onfirJf~d~thCc1~~f , dizz?’ . 13. ~cpaimcrerof~~ribrhJlbcdcqurtslyflpggadudf~topmrcntdpIlnsctodj~ dpatian habitat This wtmk shall be staphed by a qualifiai biologist. The w&c coaidoc shall not e%cccd 90 fca on either side ofthe bridge situ. 14. $4 quaflfiad bid&t s&l1 mtitor activitk OAI sirt and submit I wnskucfion~monitmkg v monthly to the DepWhab& It shall include the stAtUS of &a project rDgNhg h8tuWreSO~ Usuti, 8llch8s; ncsthg bifds# flaggin& fi?nkiag, vrgetdotl clruing# pile driving, mitifptioll gtading, compIlanw with agency conditiona any 0th pdnent fish and wildlife mum isues. The Dcpartmcnt shall be ctWWa! h~~adirtcly if any Iresting birds am observed and any habitat cluing shall cease immcdhtely. ..--a-* Am L I I ‘) a; :60 &6t-m-a&J e3/1e/1998 12: 37 5625905192 DPT FISH & GAME R5 pm 86 STREAMBED ALfERAnON CONDITTONS FOR NOTIFICA7’ION NUMEbEFk s 17. ~~ofbridglr,cuhrcrtr,orot&t~blrrrshrllbcsuchtbstmboflow~notiolplircd ‘Bouommftempomy cIIhM8sbrtlbepluad8tstrmI~~;bortoInsofpamMMtculverts shRllbeplaadatorbdowstfuIn~gmde. 18. Rnpirrtioor&llbamderotbd~off6ronr~erodibk~winbadivarcdinta~ble areaswithlittleerosionpotehl. Fnqucntwatcccbekrsh4lkpLEedondhtroeds,cattrah,or OtkWCIkW8iiStOCOIWOiaOdOfL 20. sftucmsMd~mrtniarnotdaIigaaitowitlJstMdbigh6usoMlflowssbrllkrcInoved toclrrrIbowtbChighvvdafII-k~SUChflOWSoccrPr. 21. ~ator8g.rnrsfkaq~md~r~be~taloytsldeofthe~ 22. The opcmorsball amply witb all bar aad gldJuth law& Au contnc#m, subcollrncton 8nd cmpkyctsshll~oby~~~ittbll~thc~~lityafdre~~~ csn\plima- .23. Ifrsrrsrm’tlaw~wchnasl,bodot~~bsdar~brvb~r)~tba#rhrllbc retrmd 8s newly as podWe to their osigin8l ccdgudoa md width, without Creating IUure erosion pro#- 24. All~eduuetluId8lubir8tmu8tbeB#of~onfbrarainimrmr ofonedfysemoncApril1- Octoba)‘)mdmsrt~~sucetuairairTbocriterirrbrlliacMt~S-ycrt ~sbnbrdsforgrowdrmd~e,urdbs~bytht~~U~ify lubita (la contains llcw lewt &U’s vtro noting tavitofies m&r meets covw&stma guidelines fkx Least Bell’s vim). AU planting WlI lwe a mini~~wn of 80% survival tbc fpst year and IOO!S swival ~~~~rh~~7SKcovet~~3~Md90Kcowr~Syerrrforthclifeofthe projcd IftbHwivalMdcowrrq uiraneatr have not bcca met, tbc Opaator is responsible for repbeat samemfviY s lantiag 00 achieve t&u rquinmcat;r, R~lrcemrat pLaatt shaJl bc monitored tit& the and gmwth fequircmalta hr s yeas dterpltn~ Au uwed and zcsomd soutbem WiJlowripUiM tubit& SW mocl vkoquality h&tat sturdrtb. > -- 83/19/1998 12:37 5625905192 DPT FISH 8 GAME R5 ~SiE 67 :- - WeL of 4 . -- STREAMBED ALTERATION CONDITTONS FOR NOTIF’ICATIOFJ NUMBER: 5-044-97 25. W plantins SW be done bctmm October I aad April 30 to take advantage of the +intcr n&y samoq or shall be imigatcd to mswesunhvaf. -- -- 26. Anrnnual~shaitknrbmittcdto~DtpvQIcnrbyJm. i ofcachycarforSyeanahr piming This repat sbdl induds rh sunhal, 94 covu, end height ofbotb tree and shrub ispecies. The auulber by species ofplants replued, an OWWim MUNhCMpUMtUS ofthc~neff~aadthtmethodwdto shall be included. and virw t\lvcrt shall aIs0 be hdaded Photos 6om desigmtai pbmo stations -- 27. A~tothc~SitC~Ik~~~gfOICLI~~EIIIPI. -. - Ic 28. SpoiI~thl)ndklacrtrdwitbjnr~~,~rpoil~bc~brckintoa sttlmd~e,orwhcfeitwiuuwcraqu8ticorripljM~vtedltlob. 29. Raw ameWcoacrcte owuhiqp thaw& as@&, paid orother~ material, oil or other peuolauu pfodwts, or any other siIb6tMcu which aouid be bamdola to qwic li& ruulw &oIn project tebd antivitiu, shall k pkcvented Bom cicmmai~.tJIc soil Mdhr altaiug the wptcts of the staw. Tb~c~rlr,pl~witbOorw&rrthymryartaastrcrm/l~,~Opaaoror~ypaty working under con- or with the pumissfon of the Opera&r, shaI1 be remfmd immcdiaccly. 30. No~~3~iZdlfsMd,bu4rluh,~nrbbirbteaaentorcaauett 61 wuhinp thereof. oil ocpctrolerwproducrrorothcrorspaicorerothan~rl~sny~ian,or~activity of~rvtrm~lk~o~mcntrrintoorplrcedwhaeitnraybcwubcdby~lorruaoff into,wasofthcState WImmpmti~~canplctcd,uryexces8mtuai&adebairshl)bc reinovedfiomthcworkarea NoNbbtrh~lkd~tcdtrvithinlSO~ofthehighw~markof any SeanI or Iake. 31. Nocqrrip#nt~~Jhllbedoaowitbkrancrtlay~cbaandwhtrepetro)ann pcodw a other pollubats hm the quipwnt may enter these aus under any flow. 32. The apcntor &ail @‘dde a espy of this Ageaamr te dl cemtrwtom, subcvmbeton, and tbc Optner’s pnject rap-m Copks dtbc Agrmnad dull be redly avahbke at nork rtto rt ~tiscrdmiag~.f~~w~mdmust~pststntedfoUlp~t~~ar P-~~-W-YY=~ 33. mbtpameat- the right to cater the project rite nt my time to amm complimcc with tumshonditiom of this Agmmatt 34.Thcopuraterrbllnoti~~~ An wriaag# rt last five (3) days prier ta idiation of uhrctioa(projcct)8ctiri(irrud3.Icut~a(5)drlrpriartooompktiar l fconrtruttioa &jut) utkitiea. Notification rbll be unt to the Depimnm at 330 Golden Shorn, !&site SO, Long Bee&, CA 90802, Ann: ES. 83/18/1996 12: 37 5625905192 DPT FISH 8 GAME R5 PAGE 00 S-ED ALTEMnON CONDVIONS FOR NOTiRCATION NUMBER: S-044-93 35. ftirundtmaod~DLprmrcnrhrauaedimolbirSawnkdAl~~Agaurrr#cfbr~es ofcsublishingpoteccivc~fbofisbuadwildljk 7kdcoisiorrtoprooeadtithtbcpojtGththo soleresponsiUlityofthcOperrror,radir~reqdred~tbir~~ ItbhdberrgrmiaU IiabUQ a&or incwnd cod r&ted to or a&s@ omt of thm Opemtor’r project ud the ftb ud wildI& ~nhtive cmditioms ofthh a-mat, main the sole rqmmlbfflty dthe Opmtor. Tht~~tohotd~~Sbteof~md~~ofPirblad~e ~OrrUr~rrktcdClriarradcby~patyOrputiarfkpbnonrlirduYO~urY.~dulueer. 36. ThelIkpmmd ruom!ltllerigltttoswpaldorc88ccJthis~ bur8Ot1bmlt8dtObrcfbil0~: for otherrwcas, in&din# 8 ‘Tht~~tbitths~onprovidcd~the~~iosupporroftk NotifkatiodA~ is bampkte or imccmte; b. ‘2bc~crrrnbcrhrrLuwiafarmrtion~~wn,notkbowntoitkoprrparinetlurCanumd conditionsofthe~ c. Thcproj~~~ject~~udcrcrikdihtbtNocidudad~brvechmecd; d Ihtcabditionsd!bctiqbrbdwiMlifhnsoprorr cil8agoor~~dctami8csthat ptojutd~ti8sWiUmtIa8submandal~biRCto8theQI~ CONCURRENCE . CM8 Dept. of Fii and Gmme -31 lalqy (drac) - APPENDIX F California Incidental Take Permit Permit No. 2081-l 998-05-5 DRAFT DRAFT CALIFORNIA INCIDENTAL TAKE PERMIT PERMIT NO. 2081-1998-0~5 APPLICANT: City of Carisbrd PROJECT: Cannon Road Improvement Project LOCATION: Sm Diego County - -- The Cii ofCarIsbad (“Carlsbad”) has applied tbr authorization to “take*’ one or more species protected by the California Endangered Species Act, California Fish and Game Code 92050, ef seq. (“CESA”) in the course of-se latil activities. The California Department of Fish and Came (“Department”) issues this California Incidental Take Permit (“Permit”) pursuant to Fish and Came code 5208 l(b). - Carlsbad proposes to construct the Cannon Road improvement Project, a four-lane major road connection. The project consists of Reaches 1 and 2, located on the south side of Agua Hedionda Lagoon in the City of Carlsbad, County of San Diego. (“Project”). The following species protected under CESA are known to exist at or in the vicinity of the Project and are thenfore subject to incidental take by Carl&ad: endangered least Bell’s vireo and endangered southwestern willow flycatcher. These listed species are collectively referred to in this Permit as “Covered Species”. In consultation with the Department, C&bad has prepared and submitted a CESA Environmental Analysis and associated documents (“Environmental Analysis”) for the Project, The Environmental Analysis describes the Proja identiks Project impacts on Covered Species, contains life history information about those species, and set forth measures identified by Carlsbad and Department to: (1) avoid take of Covered Species when avoidance is possible consistent with Carlsbad’s objectives; (2) minimize take of those species when take cannot be avoided entirely; and (3) fully mitigate anticipated take of the Covered Species and other impacts on Covered Species. - - The- Analysis submitted by Carlsbad have been reviewed and accepted by the Department. The’ Environmental Analysis’ requirements, mitigation measures, reasonable and prudent m terms and conditions as they pertain to least Bell’s vireo and southwestern willow flycatcher are attached to this Permit and are hereby incorporated into it. The Environmental Analysis consists of the fbUow& attahxl documents: 1. “Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project”, prepared by Tetra Tech, Inc. for the City of Carlsbad, dated January 1997; 2. “Addendum to Conceptual Mitigation Plan for Cannon Road Extension Project Reaches 1 and 2, prepared by Tetra Tech, Inc. for the City of Carlsbad, dated 1 ZO'd SZ:8 86; S EQW S08S-PS9-9T6:X~J nIa SkUMitl 1m1 9ia February 20,1998; 3. “Biological Opinion on the Cannon Road (Reaches 1 and 2) Permit Application a No. 97-2013~TCD and 97-2013 l-TCD”, City of Carlsbad, California (l-6-97-F-S I), prepared by the United States Department of the Interior Fish and Wildlife Service, dated October 8, 1997; 4. Letter qarding “Cannon Ro4 Reaches 1 and 2: Clearing of Riparian Vegetation and I&vegetation Efirts in Ma&o Canyon: City of Carl&ad, Cali~mia” prepared by the United States Department of the Interior Fish and Wlldlif’e Service, dated March 16,1998; 5. Streambed Alteration Agreement 5-044-97, prepared by the Department, dated March 18, 1998; and 6. California Coastal Development Permits #6-97-010 and 6-097-011 and condition subsequent. Carlsbad’s authorization for incidental take of Covered Species is expressly conditioned on fbll implementation of the attached Environmental Analysis. PROJECT SUMMARY The Cannon Road Improvement Project is a four-lane major road connection (1.54 miles x 102 fkt) d Interstate 5 and El Camino Real, impac&g 3.32 acres of stream (2.64 permanently and 0.68 temporarily), most of which is habitat for the Covered Species. There are also indirect impacts 6rom vehicle noise and lights once the project becomes operational. The project consists of Reaches 1 and 2, located on the south side of Agua Haiionda Lagoon in the City of Carlsbad. San Diego County. Reach 1 includes an approximate 450-foot bridge over Macario Canyon and its unnamed creek. Reach 2 includes an approximate 13~foot bridge over Agua Hedionda Creek at El Camino Real. The Project is descrii in greater detail in the Environmmtal Analysis. DEPARTMENT FINDlNGS The Department finds and determines that: 0 This Permit only authorizes take that is incidental to an otherwise la&l activity. l The Project will not jeopardize the continued existence of the Covered Species and the impacts on the Covered Species will be minimized and ftlly mitigated if Carlsbad complies with all terms and conditions of this Permit, including the &II and complete implementation of the EnvironmentaI Analysis. l This Pumit and the attached Environmental Analysis set forth measures to minimii and mitiga!e Project impacts that are roughly propofiional in extent to those impacts, that will maintain Carlsbad’s objectives to the greatest extent possible, and that are capable,of successfi~l implementation; and . Carl&ad has ensured adequate thding to implement the measures to minimize and fblly mitigate impacts to the Covered Species and to monitor compliance with and effktiventss of those measures. CO'd ‘X:8 8G s m4 SO8E-lM-9t6:X~j nIa SNUM 1m1 wa lNCIDENT~ TAKE OF COVERED SPECIES - - Pursuant to section 208 l(b) of the Fish and Game Code, the Department authorizes Carlsbad, its employees, contractors and agents to incidentally take Covered Species that are listed as endangered or threatened, or candidates for such listing, in carrying out the Project. This authorization ‘is subject to the terms and conditions of this Permit and is specifically conditioned on Carl&ad’s till implementation of the minimization and mitigation measures contained in the Environmental Analysis. The Department does not authorize any deliberate take of Covered Species, does not author& any take resulting from any other act outside the scope of the Project, and does not author& any take resulting from Carlsbad’s ftilure to implement all terms and conditions of this Permit, including the measures identified in the Environmental Analysis. This authorization for incidental take extends to those Covered Species that are listed as endangered or threatened under CESA, or are candidates for listing, at the time the incidental take occurs. SECURRY To ensure that Project impacts on the Covered Species are tUy mitigated, ss required by section 2081(b), Carlsbad shall post security in an amount sufficient to fimd all minim&ion, mitigation and monitoring measures identified in the Environmental Analysis that have not been completed in advance of Project activities with the potential to affect the Covered Species. The security must be in the form of a pledged savings account or other trust account acceptable to the Deptmeat, or in another form qqoved by the Department. Carlsbad shall Provide the security prior to commencing any activities with the Potential to affect the Covered Species or prior to any movement of any soil. The Department has calculated the security quirement for this project at $725,423 (6.43 acres x $114,420 per acre), based on the Environmental Analysis’s estimates of the cost to Carlsbad of wetland creation including grading, installation, irrigation, S-year maintenance monitoring, and 5-yew least Beg’s vireo monitoring. This security is in addition to the endowment and start-up costs described in the attached documents. PERMIT AMENDMENT’S . The Department may amend this Permit to bring it into compliance with regulations subsequently adopted or revised under CESA. Where circumstances have changed so that Carlsbad desires to have any condition of the Permit modified, Carisbad must submit a till written justification and supporting inknation to the Depcutment. In requesting an amendment, Carlsbad must comply with Department rules, procedures and fm that m in &ct at the time Carlsbad seeks the amendment. An amendment is not required fbr a change in the legal name of Carlsbad or in Car&ad’s mail& address, but Carl&ad is required to not@ the Department within 10 days of such change. SUSPENSION, REVOCATION AND ENFORCEMENT Notwithstanding any other provision in this Permit, if Carisbad fails to comply with any of t?O'd 92:8 86i S fielcl S08S-VS9-9T6:X~j fva SXtlM ltml wa the material terms and conditions of this Permit or provides inaccurate or fblse information to the D-6 the Deputmm may suspend or revoke this Permit, may exercise all rights with respect to any security provided pursuant to this Permit, and may pursue any remedies, penalties or enforcement author&d by law. EMERGENCY AMENDMENT, SUS?ENSION OR REVOCATION The Department may amend, suspend or revoke this Permit without prior notification and consuitation with Car&ad ifthe Director dqtermines that such amendment, suspension or revocation is necessitated by an emergency that jeopardizes the continued .existence of one or more Covered Species. TERM OF PERMlT This Permit shall be effective on the date issued and shall expire b years after the date issued. Carlsbad may apply for renewaJ of this Pennit prior to the Permit’s expiration. In applying for renewal, Carlsbad must comply with Department rules, procedures and fcts that are in e&t at the time Carlsbad seeks to renew this Permit. ASSIGNMENT AND TRANSFER This Permit shall not be assigned or transferred without the written consent of the Department, except that this Permit may be assigned or transftrrtd without Department approval, but upon written notice to the Department, when the assignment or tram&r is: (1) Part of a sale, merger, pnnexption, consolidation or other acquisition ofcarlsbad by another entity; or (2) To secure a debt u&r the provision of any w deed of m indenture, bank credit agreement, or similar instrument. CEQA REVIEW City of Car&d has prepared a Mitigated Negative Declaration for the Project, and certified that document .on November 25, 1997. COMPLIANCE WITH OTHER LAWS This Permit contains the‘Department’s requirements for the Project pursuant to CESA and does not crew M entitlement to proceed with the Project. Carlsbad is responsible for complying witb all other appIic&le state, &dual and local laws. Failure to comply with all other applicable laws may void the incidental take authorization in this Permit. NOTICES All notices and other communications that are required to be in writing shall be delivered Iluidsd r&8 Pcma w 4 * SO ‘d LZ:8 86’ s f+W so8ws9-9r6:x~j nIa wwti 7d93i 9ja personally, by courier, by telecopy with confirmation provided, or by first-class or certified mail, - return rec&t requested. Notices or transmittals shall be deemed delivered upon the earlier of actual receipt or three days after posting by certified mail, if delivered to the following addresses or such other addresses as may subsequently be provided by the Department or Carlsbad in writing: CARLSBAD DEPARTMENT GENERAL COUNSEL REGIONAL REPRESENTATIVE P Attn: Lloyd Hubbs Bud Lewis City of Cartsbad 2075 Las Palmas Dr. Carlsbad, CA 92009 Legal Mkirs Division California Department of Fish and Game 14 16 Ninth Street, Twelfth Floor Sacramento, California 958 14 Ron Rempel, Regional Manager California Department of Fish and Game 330 Golden Shore Suite 50 Long Beach, California 90802 lnciduml T&r ?bmd w 5 90-d X:8 86i S fiQW S08~-t&9-9~6:X~j nIa sml~~~ x931 9da ATTACHMENTS This Pamit includes and incorporates the following as they pertain to least Bell’s vireo and southwestem willow flycatcher: ATTACHMENT 1 Conceptual Wetlands Mitigation Plan for Reaches 1 and 2 of the Cannon Road Extension Project ATTACHMENT 2 Addendum to Conceptual Mitigation Plan for Cannon Road Extension Project Reaches 1 and 2 ATTACHMENT 3 Biological Opinion on the Cannon Road (Raches 1 and 2) Pemit Appkation No. 97-20 130-TCD and 97-20 13 1 -TCD, City of Carlsbad, California (1-6-97-F- 51) ATTACXMENT 4 Letter regarding Cannon Road, Racks 1 and 2: Clearing of Riparian Vegctrtion and Rcvcgctation E&ts in Macario Cnnyon: City of Carlsbad, California A‘ITACHMENT 5 Streambed Alteration Agreement S-044-97 ATTACHMENT 6 California Coastal Devdopment Permits N-97-010 and 6-097- 011 and condition subsequent I~U~BY~EDEPAR~OFFISHANDGAMEon ,1998: By: Ron Rcmpcl, Regionni Manager Region 2 Long Bach, Califbmir 6 LO'd LZ:8 86; s fiew S08E-bS9-916:XQJ Ml SXtJAJtl WI31 EM APPENDIX G - Habitat Loss Permit for Cannon Road West Reach 1 August 15.1997 Mr. Gail Kobetich, Field Supetior Mr. William Tippets U.S. Fish and Wildlife Senke California Department of F’wh & Game 2730 Loker Avenue West 4949 Vmvridge Drive Carisbad, CA 92008 San Diego, CA 92123 Re: Habitat Loss Permit far Cannon Road West Reach 1 - City Project Number 3184 Dear Mr. Kobetich and Mr. Tippets: On May l&1995, a Habitat Loss Permit was approved by the Cartsbad City Council for the Cannon Road West Reach 1 project to take 2.4 acres of coastal sage scrub ,and 3.1 acres of southern maritime chaparral. Pursuant to the 4(d) rule far the California gnatcatcher, this Habitat Loss Permit was transmitted to your &ices on February 11, 1997 for a 30 day comment period. Comments were mceived from your offices on March 12.1997 and a response letter sent June 23, 1997. Response letters from your organizations were received July 23, 1997 placing the following conditions on the prcjerct: 1. Mitigation of 2.4 acres of coastal sage at a 2:l ratio will be mitigated offsite. The purchase of mitigation credits from Car&bad Highlands is acceptable. 2. MitigMon at a 2:l ratio for 3.1 acres of southern maritime chaparral. The purchase of mitigation credits from the Manchester Avenue Conservation Bank or the purchase of southern tiaritkne chaparral within the City of Carlsbad. The United States Fish and Wildlife Service has extended the time period for the purchase of southern maritime chaparral for six months in the hopes that in-kind mitigation could be found within the Cii. The City has agreed to the six month extension per the attached letter. 3. No grading activities during the California gnatcatcher breeding season between February 15 and August 15. 4. Compliance with all conditions of the Biological Opinion and associated 404 permit 5. Fencing of approximately 100 feet on each side of the bridge crossing Macario Canyon to direct wildlife to the undercrossing and away from the road. The bridge is 454 feet long and begins at station 64+67.00 and end station 69+21.50. A three foot high wall will be constructed on the north side of the bridge from station 64+00 to 72+50 and a four foot high wail on the south side from station 84+00 to station 72~25. A 33 foot fence will be added to the wall to the west on each side of the road. -n-c 1 =e D-~-D= nr - Cadehwt CA Q~OOQ-1576 D ffi?q) 43%1161- FAX (619) 43%fMQd August 15, 1997 Page 2 Habitat Loss Permit for Cannon Road West Reach 1 - City Project Number 31 i 1 The City has agreed to these conditions. Therefore, this letter confirms that the Habitat Loss Permit now has final approval. A grading permit for the upland portion of the project (station 37+50 to station 65+50 will be issued by the City. If you wish to be informed of the start of grading, please let me know. If you have any questions or need additional information, please contact me at 766436-l 161, extension 4427. Thank you for your cooperation in this matter. Sincerely; et-u&h& SHERRI HOWARD. Associate .Engineer c: City Engineer Traffic Engineer Principal Civil Engineer -Walter Brown Assistant Planning Director Associate Planner - Christer Westman Senior Management Analyst - Don Rideout SANDAG . Tetra Tech - Betty Dehoney File Attachments: 1. Mitigation deferral letter dated August 15,1997 2. US Fish and Wildlife latter dated July 23,1997 3. CA Department of Fish and Game letter dated July 17,1997 August is,1997 Mr. Gail Kobetich, FeM -Supervisor Mr. William lippets . U.S. Fish and Wildlii Service Calli oeptmnt of Fish 8 Game 2730 Loker Avenue West 4949 vie olive Carlsbad, CA 92008 San Olego, CA 92123 3184 - CANNON ROAD WEST - REACH 1 DEFERRAL OF OFFSITE ACQUISITION OF SOUTHERN MARITJME CHAPARRAL MITIGATION CREDITS The following summa&es our agreement to defer aaquisition of the southern maritime chaparral ofkite m#igation requirement for a period not exceed@ six months from the issuance of the 4(d) pennit. During this period, the City, with tha direction of the Department of Fish and Gam&, United States F& and WiIdlifs Sewice and Don Riiut with the City of Carl&+ will pursue valuable, but not immediately available sites in the proximity to Cannon Road West Reach 1. This deferral does not relieve the City of its obligation to mitigate off&ii. The acquisition of wnswatloncrediiwithintheCarlabadHihlandsbwwation Bank has satisfied all mitigation for Deigan coastal sage scrub. The tanwining mitigation acreage to be acquired represents a remaining portion of the mitigation for impacts to southern maritime chaparral. If you have any questions or riced additional infwmatiq please contact me at 760438- t 161, extension 4427. Sincerfdy, . c3uuAw SHERRI HOWARD Associate Engineer c: City Engineer Traftic Engineer Principal Civil Eqinaer - Walter Brown Assistant Planning Dir&or Associate Plannet - Chris& Westman Senior Management Analyst - Don RMeout Tetra Tech - Betty Oehoney File Attachment: 1 .Potential Mitigation Site Overview , em-c I -- m-,-e- he - FA-,-L-A e A nnnna-i C;TC - IPI a\ ~C1R-llRl l FAX fell Q\ A.~R,nRQA lu - United States Deptkent of the Interior rnQ FIsHmwlLo~sERw~ Bzdogidsariees CdSbUllOffb 273oLakuA~ubt cadsb4-92008 2075LaspalmasI)rive Carisbad,CA9200%1576 RC: ~Iz&itatLossPamitfiwcamtoarRord- 1 =Qcityof-(#3184), 1. - - 2 - - 3. 4. Ms.Howald 2 r - Ms. Howard 3 - - 6. ThcHabitatLoss~wiil~arnmrtitiMthl;t~CitycunplywitbaU~ COditiOIlSrrqrrirrdlllldUtbcBiOlO~Ul~despodabd4O4permit~the subjcctplwjcd - lXlcaPlclusion,theSCTViU~with~ ofa~LmPanlit~tbcsubjcctprOjcct pmidaiimpad3toinramrrh'acr!quality~hatritataufiitiprtrrtata21~~ todistrnbed~sagesaubaxe~atal:l~~reEated~to ~~minimimi.aad~pzqj~is~witia~lemLIaad~oftlu Bioiogidopinionwhichaddussuallotha~listaifpbcieStllatnlaybe~ nc BiologicaiOpinionwillspeeidIcanyaddrrss~toDdM8r~didriDd mitigation of soukn -cm==i’ lfJKtllhaveaOyquestions~aarlltmak_ plauc~~~of~~a~60)431- 9440. - #l-&97-x-253 CC: Bill lippets, CDFG - t,TATeffeALFblwu-MTHERESWFICES -HIILsoN.gc &P~~ OF FISH AND GAME saN0Ew.chooIP ~CEX-D July 17,199l Ms.ShariHowad ciiofcarlsbad ~w=ww- 2075 Las hbas Drive ‘Cadsbad, CA 92009-1376 1. DearMs.Howard: 1. Impacts to 1.47 auu of- . coastals8gescrubaIld0.14aues~ scmbwiUbe~atatioof~l,*a~~of3~aau Imp~~O.S1~~~coytai~sarrb~brr~Pgantioof 1:l. Totai&~m;eimt;anfbrimplets~~suub~at~typesis3.73 acresofaxnpmble~ 2. Impacfsto3.1auuof- llllanedrrplpral,utiIiud8tlmtiaplutbytiie C~~,willh&gatedfSkte8tamtioofZ;1,~atotd obQption of6.2 ames 3. Renmdof~s8gesaubosotherhabitatsocEupiedbgthe~ ~wilInotbrunovai~g*~=~seasoa(FcbIualy IS-Angtlst Is). Ms. Shcrri Howard - July 17,1997 Page 2 - - 4. All biological mitigation fbr the above listed iupcts will be coodllcted o&itc TheDFGconcursthatthecoastaisrgescrub/baccharisscxub~on raplimalt3canbcmetbybuyhlgcreditsinthsCarjsbad~COdon Bank Howevu,becauseofthedyand~ofsouthun- chapsrral~out4kindmidgation~impactstothishabitatisllot lpp@itC~thCcity’S~~ Plauis~~Bulnlse thcreisnosouthernmaridme chlpadhabitatatthe-w. . Consen&onB~miti@ontbrkq.mcts~CiumonRoadmustbedinded elsewbe TheItamchacrA-m Banfrkth&itpfEXlCi&S does have southem ma&imechapaualmiti~n~available,aadwouldbe one option aocqabie to the DFG to meet this ntkigation obiigation 5. Fuxciagappmm&y1OOfkctoneachsideofthebridgeuossing~o ChtlYO*winbcinmosdtOdirrcr~tOthC~SSiDgmd~’ths withtheaboveIistal~on~ &ited,theDFGcoxxam thatthecamlon RoadRcsch1andReach2projeetiscorrsisceatwitbtheNCQ)C~n~din~~the .I 4(d) Rule, and is digiile for an ImuimHabitat Tti permit, Ifbiologkal mi@a!ion occurs &oughpurchaseofco-bankaedits,theb8nk~ WinaotiQtheDFGofthc tmsaction. IftheCiidoesnosutiIi2ea~nbQnLitwiltneedtonotifjtand~ concurrence~mtheDFGonthe~~saS~~~auybabitat dimubanc~ Ifyou have any questions plume contact David Lawhaui a! (619) 467421 I. Thank I, you WiliamEl@pets NCCP &id Supedor CC: Department OfFuh aud Game Mr.RonRunpd S- C. Ms.Panywolf - Long Beach I. Ms. Shti Hotid July 17, 1997 pagc3 Mr. David Lawhead San Diego U.S. Fish and Wildlifb Sticc Mr.GailIcobdich Ms. Julie vandawia . Caxisbad Fidd Oilice . . . APPENDIX H Environmental Impact Report 87-2 Certification City Council Resolution No. 89-212 STAVE oc cAlJFuwA-oFfm of THE - , GEORGE DRJKMUMN. GA - OFFICE OF PLANNING AND RESEARCH uoonrnHmEEr ( . . “=‘- SACRAMENTO, c*l OS611 ,‘- . ‘f ’ .: ;F\ 1:x .‘, ,J /.:b yty DATE: August 4, 1987 TO: Fkrlewlng Agencies RE: The City of Carlsbad's NOP for EIR 87-j Cannon Road EIR SCHI 87080505 *..%#. . . . . -.__. A, --- - -. Attached for your comnetit is the City of Carlsbad's Notice of Preparation of a draft Environmental lmapct Report (EIR) for the EIR 87-2 Cannon Road EIR Project. WsponsihleagenciesunrsttraDsmfttheirwncernsand caments on the scope and content of the EIR, focusing 00 specific information related to their own statntory responsibility. within 30 dsys of receipt of this notice. We encourage c&me&ing agencies to respond to this concerus early in theenviromnentsl reviewpkcess, - PleasedirectyourwmJmtsto: -- --._ Nancy Rollman City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009 . with a copy to the Office of Planning md Research. Please refer tothescK nuxber noted above in all cnmespoadence concerning this pmject. If youhave any questions about the reviewpmcess, at 916/4&WI613. DavidC. Mm- Chief 0J!ficeof Permit Assistance aotice and express their call Glenn Stober Attaclmmts CC: Nancy Rollman - C i 1 14 1: 1: 1: ld l! 1t l'i 1E 19 2c 21 22 23 24 25 26 27 28 I tes I 'Car I RESOLUTION NO. 8g-212 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA CERTIFYING AN ENVIRONMENTAL IMPACT REPORT FOR PROPOSED IMPROVEMENTS TO CANNON ROAD AND FOR A SEWER INTERCEPTOR AND PUMP STATION. (EIR 87-2) WHEREAS, on the 29th day of April 1989 and on the 17th day of May 1989, e Planning Commission of the City of Carlsbad, held a public hearing on EIR -2 pursuant to the provisions of Title 19 of the Carlsbad Municipal Code; d WHEREAS, the Planning Commission considered the comments and documents all those persons testifying at the public hearing; and WHEREAS, the Planning Commission has recommended that the Environmental pact Report, EIR 87-2, as amended and evaluated, be accepted and certified the final Environmental Impact Report and that said report was found by 3 Planning Commission to be adequate and to provide reasonable information the project and all reasonable and feasible alternatives thereto, :luding no project; and WHEREAS, the Planning Commission after hearing from all persons desiring be heard adopted REsolution No. 2853 recormnending certification of EIR 87- and WHEREAS, the City Council has held a public hearing and has considred the Ltimony of all persons desiring to be heard; NOW, THEREFORE, ,BE IT RESOLVED by the City Council -isbad, California, as follows: 1. That the above recitations are true and correct. 2. That the findings made by the Planning Commission i3 constitute the findings of the City Council. b L of the City of in Resolution No, That the Environmental Impact Report, EIR 87-2, is hereby certified n compliance with the California Environmental Quality Act and the Carlsbad nvironmental Protection Ordinance. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of he City of Carlsbad, California on the 27th day of 989, by the following vote, to wit: Council Members Lewis, Kulchin, Pettine, Mamaux and Larson 14 ;SEAL) 15 16 '17 18 19 20 21 22 23 24 25 26 27 28 IMPACT MITIGATION - - Impacts on 1.9 acres of riparian. habitat in the vicinity of the Approximately .9 acre of impacts is due to shading and 1.0 acre is bridge caused by fill and shading due to filling. Mitigation will would be significant. consist of the creation of willow scrub habitat in the vicinity of the project as required by the resource agencies. Impacts on wetlands area by sewer The sewer line has been relocated aligriment must be fully mitigated out of the wetlands in those (Department of Fish and Game areas where encroachment was shown Letter). on the original plan. In addition to the above, the California Coastal Commission submitted a letter which expressed concern over the sewer alignment stating that "by their mere proximity to wetlands would still hold the potential for adverse impacts to- sensitive resources." The EIR response to the Coastal Commission is that the EIR does contain an alternative (Alternative C) with the sewer line in the Cannon Road right-of-way. This alternative requires a higher lift of the sewer along with associated higher energy costs and pressure. The annual energy and maintenance costs for the Cannon Road alignment are estimated to be $400,000.00 more at buildout. The higher pressure associated with the .- Cannon Road alignment would increase the risk of accidental breakdowns and potential impacts to the lagoon. The EIR concludes that the Cannon Road Lb sewer alignment "offers no significant environmental advantage, but has more potential for adverse effects on the lagoon." FISCAL IMPACT - - The estimated cost of Cannon Road, Reach 1 is $10,900,000.00 excluding right-of-way and assessment district financing costs. The Capital Improvement Program has budgeted $7,642,000.00 in public facilities fees for this project to be spent at a rate of $750,000.00 per year beginning in 1991-92. Sandag has approved $3,450,000.00 in Proposition A Highway 78 Corridor Funds for this project. Construction of this project within the next year contemplates developers advancing the funds. through an assessment district or other means and being reimbursed at a later date. The Capital Improvement Program has currently appropriated $621,000.00 for the sewer force main and pump station. Although the Sewer Master Plan calls for City funding of this project, construction funds are not . programd into the CIP until after 1998. EXHIBITS 1. Location Map 2. Planning Commission Resolutions No. 2853 and 2854. 3. Resolution No l e T - /xertifying the Environmental Impact Report for Cannon Road, Reach 1 (EIR 87-2). 4. EIR 87-2 (To Council Members and on file in the City Clerk's Office.) 5. Conceptual Cannon Road and sewer pump station and force main plans (on file in the Engineering Department). -’ f c- M - i 26 27 28 7 . : , , L I c : E s IC If 12 13 14 15 16 17 18 19 20 21 22 23 24 25 PLANNING COMMISSION RESOLUTION NO. 2854 A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF CARLSBAD, CALIFORNIA, FINDING THAT THE PROPOSED CANNON ROAD STREET IMPROVEMENT, SEWER INTERCEPTOR AND PUMP STATION BETWEEN CAR COUNTRY DRIVE AND FUTURE FARADAY AVENUE ARE CONSISTENT WITH THE GENERAL PLAN. APPLICANT: CITY OF CARLSBAD CASE NO.: PCD/GPC 89-2 WHEREAS, a verified application for certain property to wit: An unimproved strip of land 102 feet wide plus slope easements south of the Ague Hedionda Lagoon between Car Country Drive and the future Faraday Avenue located at the eastern edge of Macario Canyon and an unimproved strip of land 25 feet wide generally following an existing waterline easement between the same limits. has been filed with the City of Carlsbad and referred.to the Planning Cmission; and WHEREAS, said verified application constitutes a request as provided by Title 21 of the Carlsbad Municipal Code; .and WHEREAS, the Planning Commission did on the 19th day of April 1989 and on the 17th day of May 1989, consider said request; and WHEREAS, at said hearing, upon hearing and considering all testimony and arguments, if any, of all person desiring to be heard, said Commission considered all factors relating to the Planning Commission Determination; NOW, THEREFORE, BE IT RESOLVED by the Planning Commission as follows: A. That the foregoing recitations are true and correct. 8. That based on the evidence presented at the public hearing, the Commission APPROVES PCD/GPC 89-2, based on the following findings: FINDINGS: 1. As discussed in the staff report, the proposed street and sewer interceptor system improvements are consistent with the goals and objectives of the General Plan in that: a) The project will provide access to land uses expressed in other elements of the General Plan such as residential property to the east per the Land Use Element and Macario Canyon Park as identified in the Parks and Recreation Element. W The project is a part of a comprehensive circulation system consjstent with goal C.l.l of the Circulation Element. 3 ; I I 4 I . t 5 f S 1C ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. cl d) e) f) This portion of the City's circulation system will develop COT ;rel with need consistent with goal C.l.2 of the Circulation Element The project will include,bikeways and sidewalks consistent wit cbjective C.2.2. and policy C-3.4 respectively of the Circulatic Element. The project will help to discourage the use of local street (Tamarack Avenue) as thoroughfares consistent with goal-0.2.4 of 1 Circulation Element. Both the road improvements and the sewer interceptor sewer have b ; "designed to preserve the unique and special resources in the Ci i by siting the sewer system outside of wetlands areas and bridginb the roadway across the wetlands areas which is consistent wit,, guideline 0.7 of the Open Space and Conservation Element of ' 4 General Plan. \ The project is consistent with the Agua Hedionda Local Coastal Program 'I that: a) The road follows the alignment recoamnended in the Ague Hedfonda la-; Use Plan. W Neither the road nor the sewerline will cause any filling of wetlands area. I cl The riparian area to be filled has been reduced as much as practical and will be replaced as required by resource agency permit. PASSED, APPROVED AND ADOPTED at a regular meetf ng of the Plannink Conmission of the City of Carlsbad held on the 17th day of May, 1989 by tl following vote, to wit: AYES: Chairman Hall, Commissioners : Schlchuber, Schramm, -I Erwin, Marcus 6 Holmes. Nona.T ABSEKT: Commissioner McFadden. ABSTAIN: None. CARLSBAD PLANNING COMMISSION I ATTEST: 1 PLANNING DIRECTOR PC RESO NO. 2854.J .f I C APPENDIX I Regional Water Quality Control Board Waiver srnrt ur w clhlwu ', UY 'IlD s 8 0 o- 6 *o 0 0 0. 0 0 # : r- ------ ---;-- __.---P.-.-e.. &we- -- C^ ‘I I J 1.; . . 0 9 ‘0 I ? 0 < .d 4 8 c: I of CARLSBAD - AGEN-4 BILI. IMPACT REPORT FOR CANNON ROAD DEPT.- REACH I (EIR 87-2) PUBLIC HEARING cm MC y&j . RECOMMENDEDACTION: -1. 1. - Adept Resolution No. 89-2/2 certifying the Fnvironmental Impact Report for Cannon Road, Reach 1 (EIR 87-2). 2. . By minute motion, approve the conceptual design plans for Cannon Road Reach 1, the sewer pump station and thesewer.force mafn and direct staff to apply for a Coastal Permit. l-El4 ExPlANAlIoN This public project consists of the construction of Cannon Road to major arterial standards consisting of four traffic lanes, bicycle lanes, sidewalks, street lights and a raised landscaped median. Also included ' is a sewer interceptor and pump station located along a separate alignment north of Cannon Road adjacent to the-Agua Hedionda Lagoon. The project limits are from the existing end of Cannon Road at Car Country Drive to an intersection with the future Faraday Avenue, a project length of approximately 5500 feet. The construction includes asphalt pavement, curb and gutter, a raised, landscaped median, sidewalks, streetlights, a bridge : over Macario Canyon approximately 450 feet long, a sewer pump station with. five pumps (at buildout) and a force main with twfn 18-inch pipes (at buildout). This project will require the acquisition of real property for 1 right-of-way and sewer easement. This land will be acquired through / dedication, direct purchase or, if necessary, condemnation. A public hearing on this project was held by the Planning Comnissfon on May 17, 1989. At that meeting, the Corslission determined that the project was in conformance with the General Plan and also was consistent with the Agua Hedionda Land Use Plan. The Coamtission also recomended certification of the Environment Impact Report. Although previous environmental reviews have been done.on Cannon Road, _1 including an EIR for the Agua Hedionda Land Use Plan, a focused j Envirmental Impact. Report, EIR 87-2 was prepared for this project. The issue of the road aligment was addressedftr the%gua Hedionda land Use Plan. EIR 87-2focured on: 1. Biblog-ical %macts of crossing the wetlands and ripartin areakW Macario Canyon. - . 2. .' The separate'aljgniaent of the sewer interciptop. No signtficant impacts'that cannot be miWgated by aWsures identified% ' EIR 87-2 have been identified. The following is a sunnnary of the major +npacts'Wntified in the ‘EIR: . J - - - d : i . I . I . I . . ! I . 1 : . ! . I . c i I . I 5 . 1 . e . . I : P I . . E I 1 : : ! I I . ! : : . . I 1 . 2 - - - I I 35 PI 3- B % s: % I 4 . “I 1 F d $ 1 1s 8 B % 3 3% l?P 33 aP c; / .I 3 St! ci &r *I4 3 % !I d d f ‘hi 5 wf u; b 5’ 3 8 51 Ia A il d . 9 li a d’*, d 8 4 zl ih Ll B “3 EIE . m Ii I 8 4 ii % . D sr . . C 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 such adverse impacts would not be feasible under the circumstances and under the economic and social needs objectives and concerns ir providing the improvements if the project were to be approved, woulc be !ncTuded as conditions of approval of the project 6. That the proposed project shall comply with the environmental mitigation monitoring program indicated on the attached Exhibit A, dated May 17, 1989. PASSED, APPROVED AND ADOPTED at a regular meeting of the Planning Cormnission of the City of Carlsbad, California, held on the 17th day of May, 198s by the following vote, to Wit: AYES: Chairman Hall, Commissioners Erwin, Marcus 8 Holmes. NOES: None. A8SENT: Commissioner McFadden. ABSTAIN: None. : Schlchubet, Schramm, 2v&& MATTHEW HALL. Chairman CARLSBAD PLANNING COMMISSION ATTEST: L ii,. .,*‘; ; : .’ c &.,r;itt- , l ., 1 II 4k MICHAEL J. HOLZPIILLER ' PLANNING DIRECTOR PR RESO NO. 2853 Efhr..NMENTAL MITICATIOl4 MONITORING c..cC~LtsT F N .--I a . . mm. .- A t ! 8 e : 0 ii s . s . r: . u z 0’ 2 2 3 .,a 118lHX3 I I ! 1C 11 1s 12 14 1: lf 17 14 19 20 21 22 .23 24 25 26 27 20 1. 2. 3. 4. 5. PLANNINGCOMMISSION RESOLUTION NO. 2853 A RESOLUTION OF THE PLANNING CO'WISSION OF THE CITY OF CALIFORNIA. CERTIFICATION OF AN ENVIRONMiNTAL IMPACT REPORT FOR A GENERAL PLAN CONSISTENCY FOR PROPOSED IMPROVEMENTS TO CANNON RDAD AN0 TO A SEWER INTERCEPTOR AND PUMP STATION. APPLICANT: CITY Of CARLSBAD SE NO.. * EI R 87-3 WHEREAS, on the 19th day of April 1989 and on the 17th day of May 1989, th Planning Commission of the City of Carlsbad, held a public hearing on EIR 87- pursuant to the provisions of Title 19 of the Carlsbad Municipal Code; and WHEREAS, the Planning Commission has considered the comments and document of all those persons testifying at the public hearing; and WHEREAS, the Planning Commission has received EIR 87-2 according to thl requirements of Title 19 of the Carlsbad Municipal Code; NOW, THEREFORE, 8E IT RESOLVED by.the Planning Commission of the City o: Carlsbad as follows: That the above recitations are true and correct. That the Environmental Impact Report, EIR 87-2 will be amended tc include the comments and documents of those testifying at the public hearing and responses thereto, hereby found to be in good faith ant reason, by incorporating a copy of the minutes of said public hearings into the report. That the Planning Commission finds and determines that ths Environmental Impact Report, EIR 87-2, has been completed. in conformance with the California Environmental quality Act, the state guidelines implementing said Act, and the provisions of Title I9 of the Carlsbad Municipal Code and that the Planning Commission ha$ reviewed, considered and evaluated the information contained in the report. That the Environmental Impact Report, EIR 87-2, as so amended and evaluated, is reconmnended for acceptance and certification as the final Environmental Impact Report and that the final Environmental Impact Report as recommended is adequate and provides reasonable information on the project and all reasonable and feasible alternatives thereto, including no project. That each and every significant environmental impact identified in the Environmental Impact Report would be overruled or counterbalanl by changes or alteration in the project which would mitigate against said adverse impacts or, in certain circumstances, the mitigation of ie 2 S e F a . i . , - ! 1 ! : i 1 - APPENDIX J - State Water Resources Control Board Notice of Intent 8rATEWATn aEsomc= -- fzi!EzE v- 9S812-19n 901?6ma -a 9m4 (916) 657eS7 PAX (914)657-1111 NT E997 SmRRlmwARD \ ENGINEERING cl7YoP- DEPARTMSJT 207SLASPALlTASDR ‘L - CARLSBAD. CA 920094576 RBCBIPT OF YmR NoTfCB OF INTZNT ‘f’ho State Water Resources Control Board (St&m Water Board) bar rmcoivmd sird processed your -cB OF I- Ip ob)BLY WITH TM6 TBRlG OF T)QI w E’EMIT To DISCBAEE sIumwMxR AssucIAm WITH aNsmJmIm AcrIvITY. Accordingly. you are required to comply with the permit requiraents. Your WDID ideatificatioa numbor ir: ) Plmaso use this numb8r in any future coPrunicatioar regarding this permit. !SlTEDliSCRPhON OWNERZCMLSElMRANU.lCOMPANY DmEuRmkclTYoPcmL!mAD COUMTSANDIBOO srmADDmsEmDoPcANmNRD m DAIS; 10(17#7 BSY..DA~lU3W97 Wmn con8truction i8 cabplotm or umorship ha8 boon trscuforred. dirchargen, are required to notify the Regtonal Watu Board by submitting a t&tic8 of Termination (NUT). All Stab and local roquiremeat8 must be wt in accordance with Special Provirion No. 7 of the kaoral Pmrmit. Ihave enclwod a BUX for your future wo. If you do not notify thm Stata Water Board tbat construction activity ha8 boon comolet8d you will continua to k invoiced for the annual fee oath October. If you hava any questions rwardinu oumit roquiranentr. please contact your Regional Water Board at (619) 467-2972. a- St-+ Aldteys&imi2u SIorppWUCZUllit DiViSbMW~QUliQ