Loading...
HomeMy WebLinkAboutLos Angeles Engineering Inc; 2014-09-25; PWS14-48TRANRecording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: DOC# 2017-0241859 11111111111111111111111111111111111111111111111111111111111111 IIII IIII May 30, 2017 04:38 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's Use NOTICE OF COMPLETION 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 Carlsbad Municipal Water District (CMWD), 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 fee. 5. A work or improvement on the property hereinafter described was completed on Dec. 31, 2016. 6. The name of the contractor for such work of improvement is Los Angeles Engineering, Inc. 7. The property on which the work of improvement was completed is on El Camino Real in the City of Carlsbad, County of San Diego, State of California, and is described as El Camino Real Road Widening, Tamarack Avenue to Chestnut Avenue, Project Nos. 3957, 3643, 6302 & 6303. CARLSBAD MUNICIPAL WATER DISTRICT -~bli VERIFICATION OF SECRET ARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Executive Board of said District on -...L.../-'-fl-.....,..~~~-· 201.J_, accepted the above described work as completed and ordered f Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on n1c; dtR , 20/2_, at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTRICT ~ ............... ~->=..L.ff..,,VV,'-""--' ~ BARBARA ENGLESON b Secretary ~e RECORDED REQUESTED BY ~~ CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2017-0241858 11111111111111111111111111111111111111111111111111111111111111 IIII IIII May 30, 2017 04:38 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: n/a --------- 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 Carlsbad, 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 fee. 5. A work or improvement on the property hereinafter described was completed on Dec. 31, 2016. 6. The name of the contractor for such work or improvement is Los Angeles Engineering, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: El Camino Real Road Widening; Tamarack Avenue to Chestnut Avenue, Project Nos. 3957, 3643, 6302 & 6303. 8. The street address of said properties are on El Camino Real in the City of Carlsbad. CITYOFCn.M ~i~er \ VERIFICATION OF CITY 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 m~ ~ _3 _, 20.i.2_, accepted the above described work as completed and ordered that al\Je of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on 7t/oa aw . 20K, at Carlsbad, California. CJTY OF CARL~AD \ 11,,m(;JAl(JY/4 ~M-J J __ BARBARA ENGLESON 'Uc;,r...... City Clerk Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -CCO No . 08 Project No. 3957, El Camino Real Widening, Tamarack Ave to Chestnut Ave Date Routed: Executive Summary: Department Head Construction Management & Inspection Finance Director 12A'\., City Manager/Mayor Construction Management & Inspection On August 26, 2014, city council adopted a resolution awarding a contract to Los Angeles Engineering, Inc., for the construction of El Camino Real widening, median improvements, undergrounding utilities, and upgrading traffic signals, Project NO's 3957, 3643, 6302, 6303. During the course of construction staff returned to council requesting additional contingency monies necessary to complete the project. This current contract contingency is sufficient to fund this change order and the City Manager or his/her designee has the authority to approve this contract change order. Original contract amount $8,930,590.00 Total amount this C/O $36,613.23 Total amount of previous C/O's $1,883,916.96 Total C/O's to date $1,920,530.19 New Contract Amount $10,851,120.19 Total C/O's as % of original contract 21.51% Contingency amount encumbered $1,339,589.00 Contingency increase/ decrease $600,000.00 Contingency Subtotal $1,939,589.00 Total C/O's to date $1,920,530.19 Contingency balance $19,058.81 ' Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 08 Reasons for changes: Item 1: Item 2: Item 3: Item 4: • As described in RFQ 035, the Contractor was directed to remove and dispose of all sediment and debris which accumulated within and adjacent to the Wall 'B' brow ditch and adjoining fill slope, as well as behind the Driveway 'A' asphalt dike, during recent rain events. · All damaged BMPS are to be removed and replaced and any observed deficiencies mitigated through installation of supplemental units. The Contractor was directed to coordinate application of supplemental Earthguard emulsion-based soil binder, including previously approved seed mix per Submittal 0103, to the exposed slope faces behind Wall B, above the drainage system 'F' outfall, and along both sides of the brow ditch servicing the south end of the easterly engineered slope. The Contractor was directed to complete the removal and backfill of the remaining utility pole stub located within westerly sidewalk at STA 530+25 and to complete the construction of approximately five (5) linear feet of six- inch PCC curb, gutter, and adjoining sidewalk. As requested by the City Maintenance Department, the Contractor was directed to purchase and coordinate the activation of five-year GPRS communication plans for each of the previously installed permanent irrigation controllers . CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.08 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO. : 3957 CONTRACTOR: ADDRESS: Los Angeles Engineering, Inc. 633 N. Barranca Ave. Covina, CA 91723 P.O. NO.: P129260 & 129261 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, and all other goods and services required to implement these changes. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. A determination of the delay in completion of the contract due to the work specified herein has been made in accordance with the provisions of Section 6-6, "Delays and Extensions of Time", of the project General Provisions. Pursuant to the previously negotiated contract completion date and associated compensation, the Contractor shall not be granted a time extension in association with the additional scope defined below. No adjustment in compensation due to delay in completion of the work due to these changes shall be made. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Provide labor, equipment, materials, and traffic control, at agreed price, required to remove accumulated soil and debris from Wall 'B' brow ditch, repair the adjoining slope fill, remove and replace all damaged BMPs, and repair prior storm damage behind AC dike installed at Driveway 'A'. (See Exhibit 01) Increase to contract cost .............................................................. $23, 122.91 Item 2: Provide labor, equipment, materials, and traffic control, at agreed price, required to apply Earthguard soil binder, with integrated seed mix per Submittal 0103, to slope faces behind Wall 'B', above Drainage System 'F' outfall, and along both sides of concrete ditch at south end of Sprague Property. (See Exhibit 02) Increase to contract cost. ................................................................ $4,052.73 Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 Item 3: Provide labor; equipment, materials, and traffic control, at agreed price, required to remove and backfill remaining utility pole stub located at STA 530+25 and form, pour, and strip approximately 5 linear feet of 6-inch PCC curb, gutter, and adjoining sidewalk. (See Exhibit 03) Increase to contract cost ................................................................ $7,683.03 Item 4: Provide labor and materials required to complete the purchase and activation of Calsense GPRS-based communication packages, 5-year option, for each of the two previously installed permanent irrigation controllers. (See Exhibits 04 & 05) Increase to contract cost ............................................................... $1,754.56 TOTAL INCREASE TO CONTRACT COST ................................................... $36,613.23 RECOMMENDED BY: CO~(DATE) C/-{L/-1 (DATE) ~~~!\;J;~~-11 J%4ky 1;;5· 1 1 CIT~OR DEPARTMENTLH'EAD (DATE) FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR. DEPUTY DIRECTOR DESIGN I I Location of work~ Behind Wal!..:§', Approximate STA 517+50 to 526+50, Toe of Sprague Slope Driveway,__approx STA 6+00 to 7+_2_5 ___ _ Description of work: Clear accumulated sediment and debris from area behind Wall 'B', regrade to lip of brow ditch and install new straw waddle to protect from future erosiion. Reapply enhanced soil binder to all exposed slopes. NO. EQUIPMENT !-OURS l<lURLY RATE EXTENDED AMOUNTS P.R NO LABOR !-OURS w/bU'don EXTENDED AMOUNTS Backhoe (Larqe) 32.00 75.00 2,400.00 Laborer 1 32.00 57.17 1,829.33 Water Buffalo 32.00 17.00 544.00 Laborer 2 32.00 57.17 1,829.33 Crew Truck 32.00 34.00 1,088.00 Laborer 3 32.00 57.17 1,829.33 Dump Truck 32.00 90.00 2,880.00 Laborer4 32.00 57.17 1,829.33 Arrow Board Trailer 32.00 15.00 480.00 Operator 32.00 72.71 2,326.67 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST Reference RCO 092.1 For Additional Information No. fNUUNOOO DESCRIPTION D~ys UNIT COST EXTENDED AMOUNTS Dump Fees (Moodv's) 5.00 272.50 1,362.50 Straw Waddle 1.00 $1 ,090.00 1,090.00 TOTAL LABOR A 9,644.00 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 9,844.50 > B 9,844.50 + 20 % ON LABOR COST (A) 1,928.80 -CONTRACTOR'S REPRESENTA TJVE + __ 1_5_%MARKUPON EQUIPMENT, MATERIAL AND WORK COST (Bl 1,476.68 -- + __ 1.0_ %BONDA ND LIABILITY INSURANCE (NOT AFfl.JED TO FlaD ORDERS) (C) 228.94 SUBTOTAL $ 23,122.91 MANAGER + ___ %MARKUP ON SUBCONTRACTED WORK (On First $5000) (D) + %MARKUP ON SUBCONTRACTED WORK :R GREENBOOK SECTlON 3-5 ( On Remainder ) (D) ::D WORK? TOTAL $ 23,1 22.91 ----l YES [ X l " .Q. (1) ~ 'II, "' CD 0, ..., I !!! 0 Ol 3 5· 0 ;o (1) !!!. m ~ >< Q. (1) ::r ::, c= 5· IQ ;:;: -l Q) z 3 Q) !=> iil " 0 :><" ..... ► < (1) ::, C: (1) 0 0 ::,- (1) V> 5" s. ► < (1) ::, C: (1) I 0 0 0 0 CD Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD CCO 08 -Project Closeout Scope Job No. 3957 Date Work Performed: TBD Date of Report: 03/15/17 Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave Work To Be Performed By: Los Angeles Engineering REPORT NO. RCO 092.1 Location ofwoi:t_Exposed Slope behind Wall B, alo_11g toe of Sprague Driveway, and newly constructed drainage outfalls behind easterly...§idewalk. Description of work: Apply enhanced earthguard soil binder, with approved seed mix per Submittal 0103, to exposed slopes behind Wall B, above the drainage system 'F' outfall, behind the Driveway 'A' AC_dike, and on either side of the previously constructed brow ditch at south end of the easterly engineered slope. Polymer dosage to be based upon assumed 1 :1 (or steeper) slope orientation. " __ ,.' ·--""' ""'" NO. EQUIPMENT HOURS HOURLY RATE EXTENDED AMOUNTS P.RNO LABOR HOURS w/bl.Kdcn EXTENDED AMOUNTS Service Truck 8.00 43.00 344.00 Laborer 8.00 57.17 457.33 Arrow Board 8.00 15.00 120.00 Reference RCO 092.1 For Additional Information MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No . NO UNITS DESCRIPTION O;iy11 UNIT COST EXTENDED AMOUNTS HvdroSorout Quote MW1117161257 1.00 2,548.00 2,548.00 TOTAL LABOR A 457.33 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 3,012.00 > B 3,012.00 + 20 % ON LABOR COST (A) 91.47 ---CONTRACTOR'S REPRESENTATIVE + __ 1_5_%MA RKUP ON EQUIPMENT, MATERIAL AND 'AORKCOST (B) 451 .80 + __ 1.0_ %BOND AND LIABILITY INSURANCE (NOT A PPL I ED TO FIB.D ORDERS) (C) 40.13 --- SUBTOTAL $ 4,052.73 CONSTRUCTION MANIAGER + ___ %MARKUP ON SUBCONTRACTED ¼ORK (On First $5000) l<Dl + ___ %MARKUP ON SUBCONTRACTED ¼ORK IS THIS WORK DONE UNDER GREENBOOK SECTION 3-5 -( On Remainder ) (D) DISPUTED WORK? TOTAL $ 4,052.73 ] YES [x] NO "'[J .Q. co ~ .. "" <O "' --J I !!l (') a, 3 5· 0 ::a co !!!. m ~ 0. X co :::l" ::, 5· CT (C ;:;: iii1 z 3 a, ~ ii] " 0 7C ► N < co ::, C: co 0 (') :::r co "' 5" s. ► < co ::, C: co I (') (') 0 0 "' Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD --- CCO 08 -Project Closeout ~cope Job No. 3957 ---~ Date Work Performed: TBD Project Name: -El Camino Real Widening -Tamarack Ave to Chestnut Ave Date ofRep_ort: 03/15/17 Work To Be l:_erformed By: _ Los Angeles Engineering REPORT NO. RCO 092.1 Location o.!_work: New ~idewalk alignment, west side, STA 530+25, adjacent to repatriatior:i_ zone Description of work: Remove and dispose of existing power pole stub, backfill shaft, compact and grade for remaining curb, gutter, and sidewalk pour. Construct approximately 5 linearfeet of6-inch PCC curb and gutter (SDRSD Type G-2) and adjoining PCC sidewalk panel (SDRSD Type G-7). cas,a. NO. EQUIPMENT I-OURS t-OURLY RATE EXTENDED AM OUN TS P.R NO LABOR I-OURS W/btrdcn EXTENDED AMOUNTS Backhoe (Larae) 6.00 75.00 450.00 Laborer 1 6.00 57.17 343.00 Crew Truck 6.00 34.00 204.00 Laborer 2 6.00 57.17 343.00 Laborer 3 6.00 57.17 343.00 Crew Truck 8.00 34.00 27.2.00 Labor Foreman 8.00 57.00 456.00 Laborer 1 8.00 57.17 457.33 Laborer 2 8.00 57.17 457.33 Mason 1 8.00 62.75 502.00 Mason2 8.00 62.75 502.00 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST NO UNITS No. DESCRIPTION Doyo UNIT COST EXTENDED AM CUNTS Bobtail incl Freiaht 16.00 103.56 1,657.00 Disposal Fee 1.00 $273.00 273.00 Reference RCO 092.1 For Additional Information Concrete -3250 osi 2.00 103.55 207.10 TOTAL LABOR A 3,403.67 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 3,063.10 B 3,063.10 + 20 % ON LABOR COST (A) 680.73 --· CONTRACTOR'S REPRESENT A TN E + __ 1_5 _% Mo\ RKUP ON EQUIPMENT, Mo\ TERIA L A ND WORK COST (B) 459.47 - + __ 1.0_ %BOND AND LIABILITY INSURANCE ( NOT A PPL I ED TO FIELD ORDERS) (C) 76.07 SUBTOTAL $ 7,683.03 3ER + ___ %M-\RKUP ON SUBCONTRACTED WORK (On First $5000 ) (D) -+ ___ %M-\RKUPON SUBCONTRACTED WORK 'ENBOOK SECTION 3-5 ( On Remainder ) (D) RK? TOTAL $ 7,683.03 ---] YES [ X l NO 'U .Q. CD ~ "' w <D "' ...., I ,!! () 0, 3 5· 0 ;o CD !!!. m ;:E Cl. X :::r CD :::, c= 5· cc ;::;: oi1 z 3 0, !' iil 0 ~ (.) )> < CD :::, C: CD 0 () :::,-CD "' ':j s. )> < CD :::, C: " I () () 0 0 "' Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD CCO 08 -Project Closeout Scope Job No. 3957 _ Date Work Performed: TBD -____ Date of Report: 03/22/17 Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave Work To Be Performed By: Los Angeles Engineering _______ REPORT NO. RCO 092.1 Location of work: N/A, Scope related to purchase of cellular communications accounts for permanent controllers Description of work: Per City request, purchase and activiate two separate Calsense GPRS controller accounts, with 5-yr durations, for the two permanent irrigation controllers installed on the project. ~u '" ""'" NO. EQUIPMENT I-OURS HOURLY RATE EXTENDED AMOUNTS P.R NO LABOR I-OURS wlburdan EXTENDED AM CUNTS MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. DESCRIF'TlON NOUN S Dayo UNIT COST EXTENDED AMOUNTS Calsense GPRS Comms Plans 2.00 692.94 1,385.87 Tax@9% 1.00 $124.73 124.73 (See Siteone Quotation 3032027) TOTAL LABOR A 0.00 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 1,510.60 > 8 1,510.60 + 20 % ON LABOR ODST (A) 0.00 ODi'ITRACTORS REPRESENTATNE + __ 1_5_%MARKUPON EQUIFMENT, MATERIAL AND 1/1,0RKODST (8) 226.59 --------- + 1.0 __ ¾BONDAND LIABILITY INSURANCE (NOT APPLIED TO FIELD ORDERS) -(C) 17.37 SUBTOTAL $ 1,754.56 -3ER + ___ %MARKUP ON SUBODi'ITRACTE!J WORK (On First $5000 ) (D) + ___ %MARKUP ON SUBODi'ITRACTE!J WORK ,ENBOOK SECllON 3-5 ( On Rerrainder ) (D) RK? TOTAL $ 1,754.56 ------] YES [x] NO "U .Q, (1) g. "" (,) "' "' ...., I ~ C) "' 3 5' 0 ;o (1) !!1. m ~ >< a. (1) ~ :, a: 5· "' ;:;: -, "' z 3 "' !' ol " 0 "' .i:,. ~ (1) :, C (1) 0 C) :,-(1) "' 5 SC. )> <: (1) :, C (1) I C) C) 0 0 "' I.() 0 0 (.) (.) I (I) ::i C (I) ~ :5 C in (I) .c (.) .9 (I) ::i C ~ <( ~ (.) ~ ro E ro I- I Ol C ·c (I) "O ~ cii (I) Cl'.'. 0 £ E ro (.) uJ I r--1.() 0) (") =!:t: i:5 (I) -~ a.. Project:# 3957 -El Camino Real \Mdening Tamarack Avenue to Chestnut Avenue -CCO 08 (i)SiteDne· l AHOSCAJ!r SUPPU' Exhibit No. 05 Quotation Bill To: ;Los Angeles Eng'neering Inc (/1202405) 633 N Barranca Ave Vista CA #108 ~1,an,;;•1 Tng,1h•1 \cm,;na, CA 91723-1229 2120 La Mrada Or iw: (El26)45'1-5222 Visla. CA 92081-8815 Ship To: W: (760)734--1334 pl HSP: J/14505S. CITY OF CMLSllAD (#20240:;. ,------,---,-----,--------,----~•3010) Croatod Quoto# Duo Dato Expoctod AYard ExplraUon ~L C/Wl~ REAL & CI-ESTts'l/T AVE 1-,....,,--,+-,.,.,..,...,,,+:-,-,....,,,---:+-D-•t_o...,..,.,....,,.------1-D-•_lo-----1 ARLSBAD, CA 92008 1...03/_1512_0_17..1.30_32_0_27..1.0_31_1_5/20_1-"7.__0_3/_1512_0_17 _ ___._04_/_1512_0_17__, I , (626)454-~22 _ _ ____ _ Prinlod Job Narre Job Description Job Start Date 03/15/201716:15:48 03115/2017 Linc Item# Item Due # Calsense 5 Year Data Access Plan 1 COMM-SYR nemNote: EXISTING • E T2000E-48-GR-RRo-SSE-R --· Qly Unit Price Extended Price 2 692.935 1,385.87 -Ii! ~ ~ Total Price:$ 2,467.61 $1,385.87 S teO-io Lordscnpo SJwty is not rospcvlS1b!e b' !he aCOJracyof t1e items ca,!alned lo !Ns qtdaion P!a.lSo rm.hr-llcaro~y. Ptease odd appropriate safes 1ax. Phais on !his q,,o:O a,o good lor 30 d3)S •~"' tho Cfllcrod bid d.Y.o CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.07 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO.: 3957 P.O. NO.: P129260 & 129261 CONTRACTOR: Los Angeles Engineering, Inc. 633 N. Barranca Ave. ADDRESS : Covina, CA 91723 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the 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 or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3 As directed by the Engineer, increase asphalt grind depth from ¾-inch to 2-inches, at agreed price, at all locations designated in the plans to receive an asphalt leveling course. (See Exhibit 01) Increase to contract cost ................................................................ $29,720.18 I Provide labor, equipment, and materials, at agreed price, required to extend limits of proposed paving fabric to 30-inches beyond all joints between existing and newly placed asphalt base paving within the limits of required TRMAC overlay. (See Exhibit 02) Increase to contract cost ................................................................. $23,011.76 ✓ Furnish and install, at agreed unit price, alternative 3309 pull-boxes per direction provided by SDG&E. (See Exhibit 03). Increase to contract cost.. ................................................................ $1,435.41 / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 4: Item 5: Item 6: Item 7: Item 8: Item 9: Furnish and install, at agreed price, alternative parkway lid for required 3309 hand- hole relocated to westerly sidewalk at approximate STA 529+00 in order to minimize ground disturbance in archaeological recovery zone. (See Exhibit 04) Increase to contract cost. ................................................................. $2,832.55 / Provide labor, equipment, and materials, at agreed price, required to install a new 3421 pad-mounted transformer, as described in SDG&E FCO 02, to service proposed irrigation controllers along El Camino Real. Increase contract duration by four (4) non-compensable working days. (See Exhibit 05) Increase to contract cost.. .............................................................. $35, 171.81 ..; Provide labor, equipment, and materials, at agreed price, required to reroute proposed underground utility network from approximate STA 529+00 through 532+50, as described in SDG&E FCO 03, in order to minimize disturbance of existing material within limits of the archaeological recovery zone. Increase contract duration by four (4) compensable working days. (See Exhibit 06) Increase to contract cost ................................................................. $12,072.32 I As directed by the project archaeological monitors, perform required trenching and installation of conduits, at agreed price, using alternative means and methods to minimize disturbance of cultural artifacts in existing subgrade between STA 529+00 and 532+50. Increase contract duration by two (2) compensable working days. (See Exhibit 07) Increase to contract cost. .................................................................. $1,802.17 / Provide labor, equipment, and materials, at agreed price, as required to convert existing private utility connections from aerial to underground service. Increase contract duration by five (5) compensable working days. (See Exhibit 08) Increase to contract cost. .............................................................. $24,791.02 / As directed by the Engineer, implement extended work shift, at agreed price, in order to expedite completion of utility undergrounding and meet intermediate milestone date for release to SDG&E for cable installation. (See Exhibit 09) Increase to contract cost. ................................................................. $3,944.97 I Item 10: As directed in response to RFI 053, provide labor, equipment, and materials, at agreed price, as required to reroute existing street light circuit in conflict with westerly curb inlet at Drainage System 'A-1'. (See Exhibit 010) Increase to contract cost. ................................................................. $2,282.40 / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 11: Furnish and install, at agreed price, revised signal communications equipment as directed by the City Traffic Department. (See Exhibit 011) Increase to contract cost. ................................................................. $9,284.18 / Item 12: As directed in response to RFI 047, provide labor, equipment, and materials, at agreed price, as required to construct revised traffic signal configuration at Chestnut Ave to mitigate conflict with existing AT&T fiber optic facilities. Increase contract duration by three (3) non-compensable working days. (See Exhibit 012) Increase to contract cost .................................................................. $4,831.20 I Item 13: Provide labor, equipment, and materials, at agreed price, as required to relocate existing meter pedestal, as described in RFQ 021, in order to mitigate conflict with proposed sidewalk at STA 538+65. (See Exhibit 013) Increase to contract cost.. .................................................................. $4,840.39 ✓ Item 14: As directed in response to RFI 037, delete installation of advanced warning loops to be installed at approximate ST A 490+00 from the contract and provide agreed price credit for associated labor, equipment, and materials. (See Exhibit 014) Decrease to contract cost.. ............................................................. ($2,710.00) / Item 15: Per direction provided in the field, provide labor, equipment, and materials, at agreed price, as required to remove and replace portion of previously unidentified concrete encasement in conflict with proposed traffic signal conduits at Tamarack Ave. (See Exhibit 015) Increase to contract cost. ................................................................. $4,823.1 s/ Item 16: Provide labor, equipment, and materials, at agreed price, required to construct revised Drainage System 'H' as described in RFQ 023 in order to clear conflicts with existing underground utilities. Increase contract duration by ten (10) compensable working days. (See Exhibit 016) Increase to contract cost. ............................................................... $27,652.60 / Item 17: As directed in the field, provide labor, materials, equipment, and shoring, at agreed price, as required to remove and realign previously placed Drainage System 'G' pipe segment in order to clear conflict between proposed system and existing underground utilities behind westerly sidewalk. Increase contract duration by four (4) compensable working days. (See Exhibit 017) Increase to contract cost.. ............................................................... $12,484.30 I Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 18: As directed by the Engineer, provide labor, equipment, and materials, at agreed price, as required to support the archaeological recovery operation located between approximate STA 529+00 and 532+50. Increase contract duration by nine (9) compensable working days. (See Exhibits 018A-018E) Increase to contract cost. ................................................................ $34,837 .58 / Item 19: Per the response to RFI 054, provide labor, equipment, and materials, at agreed price, required to remove portion of existing ACP drainage pipe behind Wall B and replace with equivalent HOPE pipe to enter newly constructed Type 'F' catch-basin located at STA 522+83. (See Exhibit 019) Increase to contract cost.. ................................................................ $8,828.35 I Item 20: Provide labor, equipment, and materials, at agreed price, required to construct alternative Type G-14E driveway apron at approximate STA 531 +00. (See Exhibit 020) Increase to contract cost.. ................................................................ $2,389.02 / Item 21: As described in RFQ 022, provide labor, equipment, and materials, at agreed price, as required to construct enhanced roadway section within the limits of the northerly bus stop pad between approximate STA 536+00 and 538+00. (See Exhibit 021) Increase to contract cost.. ............................................................. $13,733.60 / Item 22: As directed in response to RFI 055, provide labor, equipment, and materials, at agreed price, required to expose and modify sewer and storm drain manhole risers located within limits of proposed westerly curbline. Increase contract duration by three (3) non-compensable working days. (See Exhibit 022) Increase to contract cost. ................................................................ $14,768.95 Item 23: As described in RFQ 029, provide labor, equipment, and materials, at agreed price, required to implement revised striping plans developed and provided by the City Traffic Department. (See Exhibit 023) I Increase to contract cost. .............................................................. $13,640.93 / Item 24: As described in RFQ 022, provide labor, equipment, and materials, at agreed price, as required to construct modified roadway section within the limits of existing southerly bus stop pad between approximate ST A 497 +00 and 498+50 (See Exhibit 024) Increase to contract cost. ............................................................... $26,953.42 I Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 25: As directed in the field by SCST, provide labor, equipment, and materials, at agreed price, required to remove and replace unsuitable subgrade material encountered within the proposed southbound roadway subgrade between approximate STA 512+40 and 518+00. (See Exhibit 025) Increase to contract cost.. ................................................................. $5,598.01 / Item 26: As described in RFQ 032, provide labor, equipment, and materials, at agreed price, required to replace existing pedestrian ramps at both easterly corners of the intersection of El Camino Real and Chestnut Ave, per SDRSD G-27 A. Increase contract duration by four (4) compensable days. (See Exhibit 026) Increase to contract cost.. .............................................................. $14,275.11 ✓ Item 27: Per SDG&E requirement, provide labor, equipment, and materials, at agreed price required to construct temporary curb segments adjacent to proposed SDG&E appurtenances behind westerly sidewalk. (See Exhibit 027) Increase to contract cost. ................................................................. $2,283.34 Item 28: Provide labor, equipment, and materials, at agreed price, as required to modify previously constructed SDRSD Type D-75 Type D drainage ditch between STA 526+50 and 529+00 in order to eliminate potential trip hazard. (See Exhibit 028) I Increase to contract cost. ................................................................. $3,790.53/ Item 29: As directed by the Engineer, provide labor, equipment, and materials, at agreed price, required to perform supplemental grinding, patching, and repair of existing asphalt in order to facilitate overlay of driveway behind newly installed driveway apron at STA 530+50. Increase contract duration by two (2) non-compensable working days. (See Exhibit 029) Increase to contract cost .................................................................. $4, 154.68 ✓ Item 30: Per direction by the City, provide labor, equipment, and materials, at agreed price, required to remove existing temporary asphalt sidewalk behind southerly curbline of Chestnut Ave. (See Exhibit 030) Increase to contract cost. ................................................................. $2 , 141.75 Item 31: Per the direction provided in response to RFI 016, provide labor, equipment, and materials, at agreed price, required to install approximately 1800 linear feet of conduit, conductors, and associated pull-boxes in order to power proposed street lights behind westerly sidewalk. (See Exhibit 031) I / Increase to contract cost ................................................................. $11,038.35 Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 32: Provide labor, equipment, and materials required to connect proposed irrigation controllers, located at ST A 509+65 and 523+50, to the newly installed electrical service pedestal located at approximate STA 520+50. (See Exhibit 032) Increase to contract cost. ............................................................... $16,544.61 ./ Item 33: Provide labor, equipment, and materials, at agreed price, as required to perform supplemental traffic signal, communication system, and electrical service connections as directed by the Engineer. Increase contract duration by two (2) compensable working days. (See Exhibit 033) Increase to contract cost. ................................................................. $4,614.97 / Item 34: Provide labor, equipment, and materials, at agreed price, required to remove and reconfigure existing El Camino Real raised median to clear conflict with proposed westbound Chestnut Ave crosswalk. (See Exhibit 034) Increase to contract cost. ................................................................. $2,622.35 / Item 35: Provide equipment, staff, facilities, and incidental supplies and overhead expenses, as required to support the agreed-upon contract time extension totals of one hundred four (104) compensable and one hundred seven (107) non-compensable working days. (See Exhibit 035) Increase to contract cost.. ............................................................. $363,821.54/ Item 36: Provide labor, equipment, and materials, at agreed price, required to store previously fabricated beams intended for use at soldier pile Walls 'A' and 'B' during resolution of design issues. (See Exhibit 036) Increase to contract cost. .................................................................. $9,462.61 ✓ Item 37: Provide labor, equipment, and materials, at agreed unit price, required to load, haul, sort, stack, cut, and transfer beams from Tamarack Yard to site due to delay in construction of proposed soldier pile Wall 'B'. (See Exhibit 037) Increase to contract cost.. ............................................................... $31,800.04 / Item 38: Procure and deliver, for future use by the City, beams fabricated and purchased for use at proposed soldier pile Wall 'A' prior to deletion. (See Exhibit 038) Increase to contract cost. ................................................................... $3,234.53 / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 39: Provide compensation, at agreed price, for escalation in labor, material, and equipment rates due to approximate twelve month delay in construction of soldier pile Wall 'B' during resolution of associated design and construction sequence conflicts. (See Exhibit 039) Increase to contract cost. .................................................................. $7,850.50/ Item 40: As described in RFQ 07 .1, provide labor, equipment, and materials, at agreed price, required to construct integral sidewalk, retaining curb, and associated drainage system, from approximate STA 513+69 through 517+06. (See Exhibit .040) Increase to contract cost.. ............................................................... $38,037.39 / Item 41: As described in RFQ 025, provide labor, equipment, and materials, at agreed price, required to extend previously installed form panels, reinforcing steel, and joint details to coincide with revised Wall 'B' profile. (See Exhibits 041A-041 C) Increase to contract cost.. .............................................................. $26,677.43 / Item 42: In association with the direction provided under RFQ 023, reduce contract item 003 -Clearing and Grubbing quantity by 0.005 units. (See Exhibit 042) Decrease to contract cost ............................................................... ($2,445.00)/ Item 43: Based on the final as-built quantities, including those associated with construction of wall 'B' and the project storm drain systems, increase contract item 05 - Unclassified Excavation (Streets) by 5,783.72 cubic yards. (See Exhibits 042, 043, & 044) . I Increase to contract cost. .............................................................. $242,916.24 Item 44: Based on the final as-built quantities, reduce contract item 07 -Remove AC Pavement by 14,378.50 square feet. (See Exhibit 042) Decrease to contract cost. ............................................................ ($17,973.13) Item 45: Based on the final as-built quantities, reduce contract item 08 -Remove AC Berm by three hundred fifty three (353) linear feet. (See Exhibit 042) I Decrease to contract cost.. ............................................................... ($706.00)/ Item 46: In association with changes made to the proposed depth of AC removal, leveling course, and overlay, eliminate contract item 010 -Full Depth Asphalt Concrete Patch. (See Exhibit 042) Decrease to contract cost. ............................................................ ($95,900.00)/ Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 47: In association with changes made to the proposed depth of AC removal, leveling course, and overlay, eliminate contract item 011 -Crack Sealing. (See Exhibit 042) Decrease to contract cost. ............................................................ ($30,000.00✓ Item 48: Based on the final as-built quantities, reduce contract item 012 -Remove PCC Curb, Gutter, & Sidewalk by 7,525.50 square feet. (See Exhibit 042) Decrease to contract cost. ............................................................ ($11,288.25V Item 49: Based on the final as-built quantities associated with construction of the easterly driveway, increase contract item 013 -Construct 2" Asphalt Pavement (Sht 23) by 11.36 tons. (See Exhibit 042) Increase to contract cost. ................................................................. $1,420.00 Item 50: As described in RFQ 026, increase the depth of proposed leveling course from ¾" to 2". Increase contract item 014 -Construct AC Pavement by 2042.18 tons. (See Exhibit 042) / Increase to contract cost. .............................................................. $183,796.20/ Item 51: As directed in the field, increase limits and depth of required TRMAC overlay to coincide with revised top of curb profiles. Increase contract item 015 -Construct 2" TRMAC Overlay by 815.48 tons. (See Exhibit 042) Increase to contract cost. ................................................................ $81,548.00 Item 52: Based on the final as-built quantities, increase contract item 016 -Class II Aggregate Base by 848. 72 cubic yards. (See Exhibit 042) I Increase to contract cost.. .............................................................. $50,923.20/ Item 53: Based on the final as-built quantities, including the direction provided under RFQ 023, increase contract item 017 -6-inch PCC Curb and Gutter (SDRSD G-2) qua·ntity by twenty three (23) linear feet. (See Exhibit 042) Increase to contract cost.. ................................................................ $1150.00 / Item 54: Based on the final as-built quantities, reduce contract item 018 -Construct 8-inch PCC Curb (COG Std GS-18) by fourteen (14) linear feet. (See Exhibit 042) Decrease to contract cost.. ............................................................... ($154.00) / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 55: Based on the final as-built quantities, reduce contract item 019 -Construct 8-inch Modified Type G PCC Curb and Gutter (SDRSD G-2) by twenty one (21) linear feet. (See Exhibit 042) Decrease to contract cost. ................................................................ ($273.00)/ Item 56: Based on the final as-built quantities, including the deletion of proposed Wall 'A', reduce contract item 020 -Construct PCC Sidewalk (SDRSD G-7) by 1,587.90 square feet. (See Exhibit 042) Decrease to contract cost. .............................................................. ($7,939.50) / Item 57: Based on the final as-built quantities, increase contract item 021 -Construct Miscellaneous Sidewalk (SDRSD G-7) by five hundred eighty five (585) square feet. (See Exhibit 042) Increase to contract cost. ................................................................. $4,680.00 Item 58: Based on the final as-built quantities, increase contract item 023 -Construct PCC Driveway (SDRSD G-14A) by two hundred forty one (241) square feet. (See Exhibit 042) I Increase to contract cost. ................................................................. $2, 169.00 / Item 59: Based on the final as-built quantities, reduce contract item 024 -Construct Modified PCC Pedestrian Ramp (COG Std GS-20) by 164.67 square feet. (See Exhibit 042) Decrease to contract cost ............................................................... ($1,482.03)/ Item 60: Based on the final as-built quantities, increase contract item 025 -Construct 6-inch AC Berm by one hundred thirty six (136) linear feet. (See Exhibit 042) Increase to contract cost.. ................................................................ $1,632.oo / Item 61: Based on the final as-built quantities, decrease contract item 026 -Enhanced PCC Paving by 4,527.15 square feet. (See Exhibit 042) Decrease to contract cost. ............................................................ ($31,690.05)/ Item 62: Based on the final as-built quantities, increase contract item 027 -Adjust Manhole by six (6) units. (See Exhibit 042) Increase to contract cost. ................................................................. $3,000.00 / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 63: Based on the final as-built quantities, increase contract item 028 -Replace Valve Well by three (3) units. (See Exhibit 042) Decrease to contract cost ................................................................... $900.oo/ Item 64: Based on the final as-built quantities, decrease contract item 029 -Adjust Survey Monument by two (2) units. (See Exhibit 042) Decrease to contract cost. .............................................................. ($1,600.00)/ Item 65: Based on final as-built quantities, inclusive of adjustments made via prior contract change order, increase contract item 031 -Install 18" RCP by 31 .16 linear feet. (See Exhibit 042) Increase to contract cost. ................................................................. $4,362.40 / Item 66: Based on final as-built quantities, inclusive of adjustments made via prior contract change order, decrease contract item 032 -Install 18" RCP w/ Watertight Joints by 4.00 linear feet. (See Exhibit 042) Increase to contract cost. .................................................................. ($960.00) I Item 67: Based on final as-built quantities, inclusive of adjustments made via prior contract change order, increase contract item 033 -Install 24" RCP by twenty four (24 .00) linear feet. (See Exhibit 042) Increase to contract cost. ................................................................. $4,080.00 I Item 68: Based on final as-built quantities increase contract item 034 -Install 24" RCP w/ Watertight Joints by six (6.00) linear feet. (See Exhibit 042) Increase to contract cost. ................................................................. $1,380.00 ✓ Item 69: Based on final as-built quantities decrease contract item 035 -Install 30" RCP by fourteen (14.00) linear feet. (See Exhibit 042) Increase to contract cost. ............................................................... ($2,520.00) / Item 70: Based on final as-built quantities decrease contract item 036 -Install 30" RCP w/ Watertight Joints by four (4.00) linear feet. (See Exhibit 042) Increase to contract cost ................................................................ ($1,400.00) / Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 71: Based on final as-built quantities, inclusive of adjustments made via prior contract change order, decrease contract item 037 -Install 36" RCP by four (4.00) linear feet. (See Exhibit 042) ~o contract cost. ........... : .................................................... ($1,000.00) Item 72: Based on final as-built quantities increase contract item 038 -Install 36" RCP w/ Watertight Joints by ten (10.00) linear feet. (See Exhibit 042) Increase to contract cost. .................................................................. $2,500.oo/ Item 73: Based on final as-built quantities increase contract item 039 -Install 36"x 24" Elliptical RCP w/ Watertight Joints by 9.36 linear feet. (See Exhibit 042) Increase to contract cost ................................................................... $1,497.60 ✓ Item 7 4: Based on the final as-built quantities, increase contract item 040 -Line Existing 18- inch RCP (Per Specifications) by eleven (11) linear feet. (See Exhibit 042) Increase to contract cost. ................................................................. $1,320.00 / Item 75: Based on the final as-built quantities, decrease contract item 041 -Line Existing 24- inch RCP (Per Specifications) by eighty two (82) linear feet. (See Exhibit 042) Decrease to contract cost. ............................................................ ($12, 71 0. 00 )/ Item 76: In association with the direction provided under RFQ 023, reduce contract item 042 -Construct Type A-4 Cleanout quantity by one (1) unit. (See Exhibit 042) Decrease to contract cost. .............................................................. ($7,000.0o ( Item 77: In association with the changes developed in response to RFI 030 -System 'G' Conflict with AT&T, increase contract item 053 -Construct Type B-1 Curb Inlet (L=21J by one (1) unit. (See Exhibit 042) Increase to contract cost. ................................................................ $21,000.00 Item 78: In association with the changes developed in response to RFI 030 -System 'G' Conflict with AT&T, eliminate contract item 054-Modified Type B-1 Curb Inlet w/ A- 5 Cleanout (L=21 J. (See Exhibit 042) I Decrease to contract cost.. ............................................................ ($24,000.00)/ Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 79: Based on the final as-built quantities, increase contract item 061 -Construct Pipe Collar (SDRSD D-62) by two (2) units. (See Exhibit 042) Increase to contract cost. ................................................................. $4,000.oo/ Item 80: Based on final as-built quantities, inclusive of the deletion of proposed Wall 'A', reduce contract item 068 -Construct Brow Ditch (SDRSD D-75) by one hundred fifty nine (159) linear feet. (See Exhibit 042) Decrease to contract cost.. .............................................................. ($7, 155.00) Item 81: In association with the project archaeological recovery operation, provide revised grading and drainage facilities south of the primary recovery zone behind westerly sidewalk. Eliminate contract item 069 -Construct Fill & Brow Ditch (SDRSD D-75) STA 526+43 to 529+00. (See Exhibit 042) Decrease to contract cost.. .............................................................. ($6,500.00) I I Item 82: Based on the final as-built quantities, increase contract item 070 -Construct Metal Beam Guardrail w/ End Treatments (Ca/trans Rev Std A 77L2) by twenty seven (27) linear feet. (See Exhibit 042) Increase to contract cost. ................................................................. $1,215.oo/ Item 83: In association with the deletion of proposed Wall 'A', reduce lump-sum contract item 075-Construct Irrigation System by 1.57424571 percent. (See Exhibit 042) Decrease to contract cost ............................................................... ($5,509.86)( Item 84: In association with the deletion of proposed Wall 'A', reduce lump-sum contract item 076-Construct Landscaping by .854 percent. (See Exhibit 042) Decrease to contract cost. .............................................................. ($2, 135.00) Item 85: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 080 -Structural Excavation (Soldier Pile Wall) by 3.41 cubic yards. (See Exhibit 042) I Decrease to contract cost. .................................................................. ($613.80)✓ Item 86: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 082 -Lean Concrete Backfill by 141.83 cubic yards. (See Exhibit 042) Decrease to contract cost. ............................................................. ($19,856.20) I Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 87: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 083 -Class Ill Concrete Backfill by one hundred thirty five (135.00) cubic yards. (See Exhibit 042) Decrease to contract cost. ............................................................. ($23,625.00) Item 88: In association with the deletion of proposed Wall 'A', and completion of Wall 'B', reduce contract item 084 -30-inch Diameter CIDH by one thousand six (1006.00) linear feet. (See Exhibit 042) / Decrease to contract cost. ............................................................. ($45,270.00) / Item 89: In association with the revision of Wall 'B', reduce contract item 085 -Steel Soldier Piles (W18x130) by 0.01 linear feet. (See Exhibit 042) Decrease to contract cost. .................................................................... ($1 .40) / Item 90: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 086 -Steel Soldier Piles (W18x86) by 57 .60 linear feet. (See Exhibit 042) Decrease to contract cost. ............................................................... ($5,472.00 V Item 91: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 087 -Steel Soldier Piles (W18x50) by 306.19 linear feet. (See Exhibit 042) Decrease to contract cost. .............................................................. ($15,309.50)/ Item 92: In association with the deletion of proposed Wall 'A', revision of Wall 'B', and in accordance with the measurement and payment clause provided in Sec 2-1.08 Architectural Treatment (Sculptured Shotcrete), increase contract item 088 - Shotcrete by 59.50 cubic yards. (See Exhibit 042) Increase to contract cost.. ................................................................ $40, 162.50 I Item 93: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', increase contract item 089 -Bar Reinforcing Steel (Soldier Pile Wall) by fourteen thousand five hundred thirty six (14,536.00) pounds. (See Exhibit 042) Increase to contract cost. ................................................................ $32,706.00 / Item 94: In association with the deletion of proposed Wall 'A', and revision of Wall 'B', reduce contract item 090 -Architectural Treatment by two thousand six hundred eighty (2680.00) square feet. (See Exhibit 042) Decrease to contract cost.. ............................................................ ($21,440.00) I Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 95: In association with deletion of Wall 'A', and revision of Wall 'B', reduce contract item 091 -Timber Lagging by 8.96 cubic yards. (See Exhibit 042) Decrease to contract cost. ............................................................ ($17,024.00) I Item 96: Based on the final as-built quantities, inclusive of the deletion of proposed Wall 'A', reduce contract item 092 -Cable Handrail by fifty eight (58) linear feet. (See Exhibit 042) Decrease to contract cost. .............................................................. ($1,450.00) Item 97: Balance and close previously issued force account Change Order 02, Line Item 02, associated with emergency pavement repair and overlay to support temporary traffic reconfiguration. Change Order 02, Line Item 02 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrease to contract cost. ............................................................ ($22,548.45) Item 98: Balance and close previously issued force account Change Order 03, Line Item 02, associated with the performance of supplemental survey and layout as directed by the Engineer. Change Order 03, Line Item 02 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) I I Decrease to contract cost. .............................................................. ($2,425.75) / Item 99: Balance and close previously issued force account Change Order 03, Line Item 09, associated with the required removal and rerouting of existing street light circuits in conflict with the easterly drainage improvements. Change Order 03, Line Item 09 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished , in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrease to contract cost. ............................................................ ($15,591.00) I Item 100: Balance and close previously issued force account Change Order 03, Line Item 14, associated with installation of conduits, conductors, and pull-boxes required to provide service to proposed easterly streetlights. Change Order 03, Line Item 14 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrepse to contract cost ............................................................. ($11,362.18)/ Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 Item 101: Eliminate and close previously issued force account Change Order 03, Line Item 15, associated with the remediation of unsuitable subgrade encountered during excavation for drainage system 'C'. Change Order 03, Line Item 15 shall be invoiced to 100% of the estimated amount and an equivalent credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrease to contract cost. ............................................................ ($13, 112.43) / Item 102: Balance and close previously issued force account Change Order 03, Line Item 16, associated with the provision of labor, equipment, and materials in support of the archaeological recovery operation performed by the project monitoring team. Change Order 03, Line Item 16 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrease to contract cost. .............................................................. ($5, 156.78)/ Item 103: Balance and close previously issued force account Change Order 06, Line Item 011, associated with the provision of additional portable changeable message signs per City direction. Change Order 06, Line Item 011 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) Decrease to contract cost ............................................................... ($6, 114.39)1 Item 104: Balance and close previously issued force account Change Order 06, Line Item 016, associated with the installation of conduits, conductors, and fittings required to supply power to proposed permanent irrigation controllers. Change Order 06, Line Item 016 shall be invoiced to 100% of the estimated amount and a corresponding credit furnished, in accordance with Section 3-2.4 of the General Provisions, at the agreed price stated herein. (See Exhibit 045) / Decrease to contract cost. .............................................................. ($6,256.52) AS A RESULT OF THIS CHANGE ORDER, NINETY ONE (91) DAYS ARE GRANTED FOR ADDITIONAL WORK. THE TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY NINETY ONE (91 ). Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 07 TOTAL INCREASE TO CONTRACT COST ............................................. $1,044,758.42 RECOMMENDED BY: CONSTRUCTION MANAGER (DATE) DEPUTY DIRECTOR (DATE) DEPARTMENT HEAD (DATE) FINANCE DIRECTOR (DATE) APPROVED BY: CONTRA CITY MANAGER/ MAYOR {:). -,~ "dlJ/ 6 (DATE) (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN Project No. 3957, El Camino Real Widening, Tamarack Ave to Chestnut Ave Date Routed: Department Head Construction Management & Inspection Finance Director� City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: In association with RFQ 018, the Contractor was directed to provide advance survey, potholing, traffic control, shoring, and storm water BMPs as required to support the installation of a proposed 8-inch reclaimed water line between Tamarack Ave and Chestnut Ave. As described in RFQ 018, the Contractor was directed to provide labor and equipment required to install approximately 4400 linear feet of 8-inch reclaimed water line, and associated appurtenances, in accordance with the provided drawings and applicable City of Carlsbad Standards. The Contractor was directed to procure pipe, fittings, hardware, and incidental materials as described in the drawings provided under RFQ 018 and in accordance with the City of Carlsbad's Design Standards, Volume 11, Potable and Non-Potable Design. The Contractor was directed to provide the labor, equipment, and materials necessary to remove and replace asphalt, and the supporting roadway base section, in sections of the proposed reclaimed water alignment outside of the contractual removal limits. In association with the scope defined in RFQ 018, the Contractor was directed to provide the labor, equipment, and materials necessary to mitigate previously unidentified conflicts between the proposed 8-inch reclaimed water line and existing utilities within the project corridor. Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 Item 6: The Contractor was directed to provide labor, equipment, and materials required to revise the proposed irrigation systems along the project corridor in order to utilize the reclaimed water main installed via items 1 through 4 above. Original contract amount $8,930,590.00 Total amount this C/O $343,237.16 Total amount of previous C/O's $727,237.47 Total C/O's to date $1,070,474.63 New Contract Amount $10,001,064.63 Total C/O's as% of original contract 11.99% Contingency amount encumbered $1,339,589.00 Contingency increase/ decrease $447,529.00 Contingency Subtotal $1,787,118.00 Total C/O's to date $1,070,474.63 Contingency balance $716,643.37 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.05 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO.: 3957 CONTRACTOR : ADDRESS: Los Angeles Engineering, Inc. 633 N. Barranca Ave. Covina, CA 91723 P.O. NO .: P129260 & 129261 The Contractor is directed to make the following changes as described herein . Changes shall include all labor, materials, equipment, and all other goods and services required to implement these changes. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. A determination of the delay in completion of the contract due to the work specified herein has been made in accordance with the provisions of Section 6-6, "Delays and Extensions of Time", of the project General Provisions. The Contractor shall be granted a total of twenty- two (22) non-compensable working days in association with the scope defined below. No adjustment in compensation due to delay in completion of the work due to these changes shall be made. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Provide shoring, traffic control, survey, advance potholing , and storm water BMPs, at agreed price, as required to support installation of 8-inch reclaimed water line between Tamarack Ave and Chestnut Ave. (Exhibit 01) Increase to contract cost. ..... ~ ....................................................... $53,015.07 Item 2: Provide labor and equipment, at agreed price, required to excavate, install, and backfill approximately 4400 linear feet of 8-inch reclaimed water line and associated appurtenances as shown on drawings titled ECR Reclaimed Water, and in accordance with City of Carlsbad Standard D-2 and all applicable City Design Standards. Increase contract duration by seventeen (17) working days. (Exhibit 02) Increase to contract cost. ............................................................ $142,619.78 Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 Item 3: Procure pipe, fittings, hardware, and incidental materials, at agreed price, as approved under Contract Submittal 082 and in accordance with the City of Carlsbad Standards Vol. 11, Potable and Non-Potable Design. (Exhibit 03) Increase to contract cost. ............................................................. $99,722.95 Item 4: Provide labor and equipment, at agreed price, as required to remove and replace AC and Class II base material within the portions of proposed reclaimed water alignment outside of the per-plan removal limits. Increase contract duration by three (3) working days. (Exhibit 04) Increase to contract cost. .............................................................. $30,310.90 Item 5: Provide labor, equipment, and materials, at agreed price, as required to mitigate previously unidentified conflicts between proposed 8-inch reclaimed water line and existing utilities. Increase contract duration by two (2) working days. (Exhibit 05) Increase to contract cost ............................................................... $5, 170.71 Item 6: Provide labor, equipment, and materials, at agreed price, to construct revised irrigation points of connection and associated crossings in order to utilize proposed 8-inch reclaimed water line. (Exhibit 06) Increase to contract cost. ............................................................. $12,397.75 TOTAL INCREASE TO CONTRACT COST ................................................. $343,237.16 RECOMMENDED BY: (DATE) D PARTMEN v E ~ 4po/lb FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN CITY OF CARLSBAD PROPOSAL ANALYSIS SUMMARY Job No. 3957 'Date Work Performed7Tso -r-I Date of Re ort: 03/24/16 Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave I I I Work Performed By: I Los. Angj les Enginee 1 ring Location of work: El Camino Real \REPORT NO. RCO036.2 I Description of work: Equipment mobilization, material stockpiling, superintendence, traffic control development, survey, shoring, potholing, dust control, and implementation of SWPP controls to support reclaimed water line installation. -., .Q, tlO. EQUIPMENT H>JRS toURLYRATE EXlEI/DEOAMOOIHS P.Rl/0 LABOR H>JRS wlb1.rda, EXTelDED AP.ta.JUTS <D ~ Sup, Pickup Truck 12-20 172.00 15.00 2,580.00 Superintendent 172.00 67,00 11,524.00 .. "' Crewtruck 12-20 32,00 34,00 1,088.00 Labor 96,00 60,00 5,760.00 Backhoe 16.00 75.00 1,200.00 Ooerator 32.00 80,00 2,560.00 <O "' -., I Breaker 16,00 31 .62 505.84 [!] 0 Pickup 16.00 15.00 240,00 ., 3 s· 0 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST Reference RCO 036.1 "Bid Items 1 & 100" Summaries For Additional Information ;,J ~ No. DESffiPl10N O~•s umrcosr EXTBlOEOAI.IOJtlTS 10-wheeler 8.00 87,00 696,00 Construction Water 1.00 $1,002.00 1,002.00 Survev 1.00 $1,750.00 1,750.00 m ;,: C, >< <D ::r :, s· 5' "' --i ;:;: ., z 3 ., Concrete Washout 1.00 $540,00 540,00 ? il 0 Dump Fees 1.00 $125.00 125.00 0 "' )> .... < SWPPP Materials 1.00 $2,448.00 2,448.00 Freight & Low Bed Trucking Fees 1.00 $1 ,500.00 2,380.00 0#3 Drainage Rock (PH B/F) 1.00 $32,00 32.00 ~ C <D 0 0 :,-I): Shoring Jack and Plate Rental 1.00 $1,350.00 1,350.00 5' i:; Traffic Control Plug In Value 6,00 $1,500.00 9,000.00 )> < TOTAL LABOR A 19 844.00 <D :, iTOTAL COST OF EQUIPMENT, MATERIALS AND WORK 24,936.84 > B 24,936.84 C <D I I I (Al 3,968.80 I +, 20 % ON LABOR COST 0 0 0 COl>/IRACTORS REmES8'/TA Tl\/E f I + __ 1_5_%MARJ<l.P ON EQLJ.Ff,,&IT, t...lA lmlAL AflO ' IM'.JRKCOST (B) 3,740.53 + __ 1._o_ ¾BOND At,.[) LlABIUTY NSLRANCE I I (NOT APA.ED TO FE.D OffiERSI (C) 524.90 0 "' CONSTRUCJ10N MANaGffi SUBTOTAL $ 53,015.07 IS THIS WORK DONE UNDER GREENBOOK SECTION 3-5 + ¾t..#ARKLP ON Sl.8CONTRACTE)IJ...0Ri< (D) DISPUTED WORK? TOTAL $ 53,015.07 I I YES IX I NO Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD ---PROPOSAL ANALYSIS SUMMARY I Job No. 3957 I Date Work Performed: I TB D I -I Date ofReport: 03/24/16 , Project Name: -El Camino Real Widening -Tamarack Ave to Chestnut Ave f I I I I Work Performed By: j Los Angeles Engineering I ______ J_R_E~ORT NO._ I RCO OJg_l Location of work: El Camino Real I I l I _ I , l I I Description of work: Excavation, tunneling, placement, backfill, compaction, and all labor and equipment required to complete installation of approximately . I ndfi " . d 'h d . h 1· d I' . II. 4500 If of DI Pe, va ves, a IttInas associate wit propose 8-mc recaIme water me msta atIon. I ,, .Q, (1) t/0. EQUIPMENT >OURS 1-0JRLY RATE EXTB/OEDA!.IOUIITS PRNO LABOR ><JURS y,r;t,,sden EXTEllOED MA OU I ITS ~ C rewtruck 12-20 159.00 34.00 5,406.00 Operators 278.00 79.92 22,217.76 .. <,) Backhoe 139.00 75.00 10,425.00 Laborers 564.00 60.65 34,206.60 <D ~ Compaction Wheel 117.00 15.00 1 755.00 Flaoman 17.00 53.01 901.17 SkiPloader 117.00 35.00 4,095.00 I !!} 0 Pickup 144.00 15.00 2,160.00 w 3 Water Truck 113.00 46.00 5,198.00 Reference RCO 036.1 "Bid Items 10,20,30,40,50,60,70, & 00' Summaries For Additional 5· 0 Loader 17.00 85.00 1 445.00 Information Compressorw/ Attachments 3,00 23.12 69.36 Water Trailer 4.00 17.00 68.00 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. OUUTS DESCRIPllON Dil'/S UNIT COST EXTBIDED AMOUtHS Test Equipment 1.00 $500.00 500.00 Dump Fees 91 .00 $350.00 31,850.00 ;o (1) !!!. m ~-C. >< (1) ::r ~-::, a= (0 ., ;:;: w z 3 w ? iil 0 0 "" ► N < (1) ::, C (1) 0 0 ::,-lJi TOTAL LABOR A 57,325,53 :r !a. !TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 62,971.36 > B 62,971 ,36 ► < I I I I I I + 20 % ON LABOR COST (Al 11,465.11 I I CONTRACTORS RfffiESENTAlNE I + __ 1_5_%~RKUPON EOl.JR...ENT, MATffiiAL Af'-0 ICBl I IM'.lRKCOST 9,445.70 ,-r -I I + __ 1.0_%BO!IO Al'O LIABLm' INSLRA.NCE ! (NOT AFR.JED TO FIELD ORDERS) (C) 1,412.08 (1) ::, C (1) I 0 0 0 0 0, -J CONSTRUCTION MANaGER L . j I $142,619.78 I SUBTOTAL --IS TI--11S WORK DONE UNDER GREENBOOK SECTION 3--5 + %MARKUP ON SUBCONTRACTS) IM'.lRK (D) DISPUTED WORK? i TOTAL $142,619.78 I l -YES [x] NO I I --I I-I i -I -I - I ------I I I I ' I i I Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD PROPOSAL ANALYSIS SUMMARY Job No. 3957 Project Name: EiCamino Real \Mdening -Tamarack Ave to Chestnut Ave I Work Performed By: I Los Angeles Engineering r Date Work Perfonned: !TBD 1 I Date of Report: 03/24/16 I I I j REPORT NO. RCO 036.2 Location of work: El C<J.rllino Real I i l I I J_ Description of work: Procurement of pipe, valves, fittings, and associated incidental materials to support installation of approximately 4500 If of 8-inch reclaimed waterline t/0. EQUIPMENT H:URS l-0.JRLYRATE EXTW'DEOAt.4CUITS P.Rl/0 LABOR IWRS \\~btri:hn EXTBIDEOAJAOUIITS Reference RCO 036.1 "Bid Item 90" Summary For Additional Information MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. OESCRJPT10N D~• UUfTCOST EXTEHOEDAMOJIHS >--Pipe, Fittings, & Incidentals 1.00 $54,181.44 54,181.44 I /See invoice, Exhibit 3Al Crushed Aoo Base Material 77.00 $14.69 1 130.98 ' Sand Beddino 1 592.00 $17.16 27,320.63 AC Pavino Material 36.00 $74.83 2 694.00 3250 PSI Concrete 5.00 $106.00 530.00 TOTAL LABOR A 0.00 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 85,857.04 > B 85,857.04 + 20 % ON LABOR COST (A) 0.00 CONTRACTOR'S Rfffi83ENTATNE I I + __ 15_%MI\RKLPON fOLtFM:Nf, MA~L Al'-0 W'.lRKCOST (B) 12,878.56 I I + __ 1._0 _¾BOl'OAf'.IJLIABILITY INSURA~ I (NOT AFfl.18) TO FE.D OR!E1S) (C) 987.36 CONSTROCTION MANaGER I I -SUBTOTAL $ 99,722.95 IS TI-IIS WORK OONE UNDER GREENBOOK SECTION 3-5 + ¾MARKLPON SWCONTRACTWv..oRK (D) DISPUTED WORK? TOTAL $ 99,722.95 ) YES [_x ) NO -a ,Q, "' ~ ,. w "' ~ I !!! Q 3 5· 0 :,, "' e,, m ~ C. >< lll ~ 5' a: <O --l ;:::;,, .. z 3 .. ~ ol !,1- 0 ► t,,) < "' :, C "' 0 () ;:; m g i:. ~ "' E "' I 8 0 0 "' Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 I CITY OF CARLSBAD PROPOSAL ANALYSIS SUMMARY !Job No. 3957 ,Date Work Performed:JTBD I T i Date ofReport: 03/24/16 I Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave I 11 I !Work Perfonned By: !Los Angeles Engineering 1 _ _ REPORT NQ,_ iRCO 036.2 I Location of VvO_rk: El Cami no Real I I I ----i , I I I Description of work: Placement of Class II Base Material and AC Pal.ing in portions of proposed reclaimed water alignment outside of the per-plan median removal limits tlO. EQUIPMENT HOURS 1-0URLY RATE EXlB/OEO AJ.COUIHS P.RllO LABOR to.JRS v.dbll'dl!rl EXTENDEOAMOUtffS Crew Truck 36.00 34.00 1,224.00 Labor Foreman 24.00 62.58 1,502.00 Pickuo 12.00 15.00 180.00 Laborers 156.00 60.63 9,458.80 Skioloader 36.00 35.00 1,260.00 Ooerator 60.00 79.92 4,795.00 Sheepsfoot Walk Behind 12.00 39.00 468.00 Teamster 36.00 60.26 2,169.19 Water Truck 12.00 46.00 552.00 Vibratorv Roller 24.00 43.00 1,032.00 AC Tack Pot 24.00 37.50 900.00 1 0CY Dumo Truck 24.00 74.00 1,776.00 Reference RCO 036.1 "Bid Item 110" Summary For Additional Information MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. DESCRIPTlON """' TS D.r1s UIIITCOST EXTEPIDEDAMOUtlTS TOTAL LABOR A 17,924.99 !TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 7,392.00 B 7,392.00 I I I + 20 % ON LABOR COST (A) 3,585.00 -- I COITTRACTORS Rm'<ESENl'ATIVE I + __ 1_5_%MO..RKUPOO EQURvENT, M\ ~L Af'IO /Bl W'.JRK COST 1 108.80 I I I ! + __ 1.0_%BOt-O ANJ LIABILITY NSURANCE I I I (NOT Affi.ID TO FIB.D OR!lffiS) (C) 300.11 ----. ---! CONSTRUCTION tMNaGER I I SUBTOTAL $ 30 310.90 IS THIS WORK DONE UNDER GREENBOOK SECTION 3-5 + ¾tJARKUPot\l SUBCONTRACTIDV\.ORK (D) ----DISPUTED WORK? I TOTAL $ 30,310.90 [ l YES [:<] NO -I I ---I I I I I I I -! I ------ -u .Q_ "' ~ .. "' <O "' .._, I !!] 0 ll> 3 5· 0 ;o "' l!1. m ~ C. >< "' :::r 2. :, 6' co --< ;:;: ll> z 3 ll> ? ~ 0 ')<' )> "'" < "' :, C "' 0 0 :J' lJ: :l' ,., )> < "' :, C "' I 0 0 0 0 "' I I I I Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 , Job No. 3957 - CITY OF CARLSBAQ__ __ FIELD ORDERS/ DAILY EXTRA WORK REPORT Toate Work Performed 02/12, 02/18/16, 03/24116 - I Project Name: El Camino Real VvldeninQ -Tamarack Ave to Chestnut Ave ' ---Work Perfoi:!!)ed By: _ I Los Angeles Engineering I -Location of work: Median subgrade I I I I I fo ate of Report· 03/24/16 l l I l REPOR,NO. lcco 05 I I , Description of work: Additional excavation and fittings required in order to route proposed reclaimed water line around previously unidentified ulilities 1 crossinQ required aliqnment. 110. EQUIPMENT tOJRS HOURLY RATE EXTBIDEDAI.IOUUTS P.RIIO LABOR IOJRS v,lbl.fd"1 EXTEt.'DED AI.IOUtITS Deere 710J Backhoe (02/12) 1.50 88.50 132.75 Humberto Rico -OPR (2/12) 1.50 74.32 111.48 Deere 71 OJ Backhoe (02/18) 6.50 88.50 575.25 Chay Ramos -LAB (2/12) 1.50 57.17 85.76 Service Truck 6.00 27.50 165.00 Vaccuum Trailer 4.00 17.50 70.00 Humberto Rico -OPR /02/18) 6.50 74.32 483.08 Air Compressor W/ 60# Hammer 4.00 23.00 92.00 Brit McMulcahv -APP /02/18) 6.50 57.17 371 .61 Bobcat Mini Excavator 4.00 44.00 176.00 Chav Ramos -LAB /02/18) 6.50 57.1 7 371.61 Raul Rodriguez -LAB (02/18) 6.50 57.17 371 .61 Baltazar Morales -LAB/03/24 6.00 58.14 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST Brit McMulcahy-APP (02/18) 6.00 44.69 No. t£SCRIPT10N o,,. Ut/lTCO.ST EXTBlDEO AM 00/ITS Jesse Guzman -LAB (03/24) 4.00 61.67 Feb 18 Fittinqs (Western Water) 1.00 $817.57 817.57 Justin Alexander -OPR/03/24 4.00 72.33 Mar 24 Fittinqs /Western Water) 1.00 $450.00 450.00 Miscellaneous Concrete 1.00 $100.00 100.00 TOTAL LABOR A 1,795.13 1 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 2,578.57 > B 2,578.57 I I I/Al 359.03 ' + 20 % ON LABOR COST CONTRACTORS REmESENrATIVE I I I I I + __ 1_5_%MARKUP ON EQt...lR-.ENT, MJ\ TffilAL AMJ __ J w:>RKCOST (B) 386.79 ---I I + __ 1.0_¾BONO AND LIABUTY INS~NC:E I (NOT AFRIED TO Fla□ ORCERS) (C) 51 .20 CONSTRUCTION ~\>\NAGER I ' SUBTOTAL $ 5,170.71 f IS THIS WORK DONE UNDER GREl:_NBOOK SECTION 3-5 I + %MA.RKUPONSUBCONTRACTID1AORK (D) DISPUTED WORK? ! ----TOTAL $ 5,170.71 ] YES [x ] NO 'U ,Q <1) R-.. "' <D gJ I [!! 0 "' 3 3· 0 ;o <1) !!!. m .E C. >< <1) :T ;e, ::, ET "' .., ;:;: "' z 3 "' ? ii] 0 0 "" )> u, < <1) ::, C <1) 0 0 :, g: S' !a. )> < <1) ::, C <1) I 0 0 0 0 "' Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 05 CITY OF CARLSBAD RCO 043 EXTRA WORK REPORT Job No. 3957 IDate Work Performed: I T I-I Date of Report: 03/10/16 - Pro1ect Name: El Camino Real Vvidening -Tamarack Ave to Chestnut Ave I . I I I _ 1 Work Perform~d_BL_ ] Los Angeles Engineering ] I REPORT NO. __ f---1 Location of work. Multiple ] I I I I 1 [ Descnption of work: Revised equipment and materials required to utilize newly installed 8-inch reclaimed water line in place of previously designed potable I I I I taos a ona N B cu rb . . I d' lme,mcu maa ItIona oane a dd" I ndAC remova an d reoa1r. r,o, EQUIPMENT ,.,.., .. H:lURLYRATE EXTBIOEDAMOUNTS CrewTruck /Credit! (12.00) 34.00 -408.00 CrewTruck 24.00 34.00 816.00 Pickup 40,00 15.00 600.00 Backhoe 24.00 75.00 1,800.00 Arrow Board Truck 16.00 40.00 640.00 Saw Truck 16.00 85.00 1,360.00 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. CESCRPTION o.,, Ut.'fTCOST EXW.IDIDAMoutlTS Backflow Devices (Credit) (4.00) $450.00 Backflow Enclosures (Credit) (4.00) $600.00 SuPer 10's 12.00 $91.00 Additional AC Patch 5.00 $75.00 Slurry Backfill 3.00 $150.00 3250 PSI Flatwork Concrete 2.00 $85.00 Additional Copper, PVC, and FittinQS 200.00 $10.00 Dump Fees 1.00 $250.00 Tax@.9.00% 1.00 ($119.70) ITOTAL NET COST OF EQUIPMENT, MATERIALS AND WORK I I I ' CONTRACTORS REf'RES8'1TA11\/E I I I I I I ' CONSTR\JCTlON M'INAGER I IS THIS WORK DONE UNDER GREENBOOK SECTION 3-5 I DISPUTED WORK? I ---) YES [x) NO I I I I __ I_ -I I I _l -1,800.00 -2,400.00 1,092.00 375.00 450.00 170.00 2,000.00 250.00 -119.70 4,825.30 - P.RtlO LABOR ,.,.., .. wlb .. den EXIDIDED At.4 CUNTS Landscape Laborer (Credit) (12.00) 52.50 -630.00 Landscape App. (Credit) (12.00) 25.00 -300.00 Landscape Laborer 72.00 52.50 3,780.00 Landscape Apprentice 24.00 25.00 600.00 Operator 24.00 72.71 1,744.92 Flaaman 8.00 51 .25 410.00 Reference RCO 043 TOTAL LABOR A 5,604.92 > B 4,825.30 + 20 % ON LABOR COST (A) 1,120.98 + __ 1_5_%MA.RKUPON EO\JRv1BIIT, MA.TER!AL Af'.O 11.0R!(COST !Bl 723.80 I + ___ %BDl'OANDLIABLITY INSLRANCE (NOT Affi.18) TO FIELD ORDERS) (C) 122.75 SUBTOTAL $ 12,397.75 + %Mi\RKUP ON SI.BCONTRACTB) WORK {D) - TOTAL $ 12,397.75 "tl .Q. CD µ .. "' <O gJ I !!! 0 ., 3 s· 0 ;u CD !!!. m ~ C. >< CD ::r ::, s· s: <O --; ;:;: ., z 3 ., ? ii! i 0 )> 0) < CD ::, ,: CD 0 0 ::,-g: ,; !e. )> < CD ::, ,: CD I 0 0 0 0 u, CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -CCO No. 04 Project No. 3957, El Camino Real Widening, Tamarack Ave to Chestnut Ave Date Routed: Department Head Construction Management & Inspection Finance Director~ City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: In response to RFI 021, the Contractor was directed to remove and replace approximately 40 linear feet of existing 24-inch RCP, originally intended to be protected in place, in order to facilitate construction of a revised headwall and energy dissipator for drainage system 'C'. In response to RFI 022, the Contractor was directed to extend an existing 24- inch RCP drainage outfall pipe by 6 linear feet in order to facilitate construction of a revised headwall and energy dissipator at approximate ST A 512+00. In response to RFI 023, the Contractor was directed to extend an existing 18- inch RCP drainage outfall pipe by 7 linear feet in order to facilitate construction of a revised Type D-41 energy dissipator for drainage system 'F'. In response to RFI 026, the Contractor was directed to extend the proposed 36-inch RCP drainage outfall pipe by 8 linear feet in order to facilitate construction of a revised headwall and energy dissipator for drainage system 'G'. Per the responses to RFls 021, 022, & 023, as well as per the Engineer, the Contractor was directed to construct 5 additional SDRSD Type D-62 pipe collars in order to facilitate the mitigation of unforeseen utility conflicts along the easterly curbline, and to facilitate the changes required to construct revised drainage outfalls at multiple locations.· Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 04 Item 6: Item 7: Item 8: Item 9: Item 1 0: Item 11 : Per the responses to RFls 013, 021 , 022, & 027 , Contract Bid Item 63 - Construct Rip Rap Energy Oissipator -No. 2 Backing (SORSO Type 0-40) was deleted from the contract (reference Item 7 below). Per the responses to RFls 013, 021, 022, & 027, the Contractor was directed to construct revised SDRSD Type 0-40 Rip Rap Energy Dissipators at multiple locations , utilizing ½-ton rock, at the agreed unit price of $22 per square foot. Per the responses to RFls 021 , 022, 026, & 027, Bid Item 67 was revised from Construct Wing Type Headwall (SORSO 0-34) to Construct Straight Headwall (SORSO 0-32) to match existing conditions. No additional compensation was made in association with this change. Per the responses to RFls 021 , 022, 026, & 027, increase the contract quantity for Bid Item 67 -Construct Straight Headwall -Type-8 (SORSD 0- 32) by one (1) unit. Compensation for this change was made at contract unit price. Per the response to RFI 030, Bid Item 043 -Construct Type A-5 Cleanout was deleted from the contract. Per the response to RFI 030, the Contractor was directed to install a revised Type-A cleanout and alternative watertight 36-inch RCP in drainage system 'G' pipe segment 06 in order to mitigate a previously unknown conflict with existing AT&T ducts paralleling the easterly curbline. Original contract amount $8,930,590.00 Total amount this C/O $129 ,021.61 Total amount of previous C/O's $598 ,215.86 Total C/O's to date $727,237.47 New Contract Amount $9,657,827.47 Total C/O's as % of original contract 8.14% Contingency amount encumbered $1,339,589.00 Contingency increase / decrease $0.00 Contingency Subtotal $1,339,589.0( Total C/O's to date $727,237.4 Contingency balance $612,351.f CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.04 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO. : 3957 CONTRACTOR : ADDRESS : Los Angeles Engineering, Inc. 633 N. Barranca Ave . Covina, CA 91723 P.O . NO.: P129260 & 129261 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, and all other goods and services required to implement these changes. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. A determination of the delay in completion of the contract due to the work specified herein has been made in accordance with the provisions of Section 6-6, "Delays and Extensions of Time", of the project General Provisions. The Contractor shall be granted a total of thirty six (36) working days in association with the scope defined below. Any payment adjustment due to delay in completion of the work resulting from these changes is deferred until completion of the work. The adjustment shall be made in accordance with the provisions of Section 6-6.3, "Payment for Delays to Contractor" of the project General Provisions. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Per the response to RFI 021 , provide labor, equipment, and materials, at agreed price, as required to remove and replace approximately 40 linear feet of 24-inch RCP in order to construct revised Drainage System 'C' headwall and energy dissipater within existing earthen channel. Increase contract duration by six (6) days. (See Exhibits 01 A & 018) Increase to contract cost ............................................................ $26,059.88 Item 2: Per the response to RFI 022, provide labor, equipment, and materials, at agreed price, as required to extend existing 24-inch RCP by approximately 6 linear fee' to facilitate installation of revised headwall and energy dissipater within existin, earthen channel at approximate STA 512+00. Increase contract duration by tw (2) days. (See Exhibits 02A & 028) Increase to contract cost .............................................................. $9,790. Item 3: Per the response to RFI 023, provide labor, equipment, and materials, at agreed price, as required to extend existing 18-inch RCP by 7 linear feet in order to construct proposed Drainage System 'F' Type 0-41 energy dissipator within existing earthen channel. Increase contract duration by five (5) days.(See Exhibits 03A & 03B) Increase to contract cost ............................................................ $12,387. 70 Item 4: Per the response to RFI 026, provide labor, equipment, and materials, at agreed price, as required to extend proposed 36-inch RCP outfall by 8 linear feet to allow for construction of revised drainage System 'G' headwall and energy dissipator within existing earthen channel. Increase contract duration by five (5) days. (See Exhibits 04A & 04B) Increase to contract cost ............................................................ $14,670.21 Item 5: Per the responses to RFls 021 , 022, & 023, as well as direction provided in the field to mitigate unforeseen utility conflicts, increase Bid Item 61 -Construct Pipe Collar -SORSO 0-62 quantity by five (5) units. No additional compensation shall be made in association with this change. (See Exhibit 05) Increase to contract cost ............................................................ $10,000.00 Item 6: Per the responses to RFls 013, 021, 022, and 027, delete Bid Item 63 - Construct Rip Rap Energy Oissipator -No . 2 Backing -SORSO 0-40 from the contract. Decrease to contract cost .......................................................... ($3,264.00) Item 7: Per the responses to RFls 013, 021, 022 , and 027, provide labor, equipment, and materials, at agreed price, to install 1047SF of SDRSD 0-40 Rip Rap Energy Dissipator utilizing 1/2 Ton Rock. Increase contract duration by six (6) days. (See Exhibit 06) Increase to contract cost. .......................................................... $23,034.00 Item 8: Per the responses to RFls 021 , 022, 026, and 027, revise Bid lteni 67 - Construct Wing-Type Headwall (SORSO 0-34) description to Construct Straight Headwall -Type B (SORSO 0-32). No additional compensation shall be made in association with this change. Increase to contract cost ................................................................... $0 .00 Item 9: Per the responses to RFls 021, 022, 026, and 027, increase Bid Item 67- Construct Straight Headwall -Type B (SORSO 0-32) contract quantity by one (1) unit. Increase contract duration by two (2) days. (See Exhibit 05) Increase to contract cost. ............................................................. $7,000.00 Item 1 0: Per the response to RFI 030, delete Bid Item 043 -Construct Type A-5 C/eanout from contract. No additional compensation , as described in section 3- 2.5, "Eliminated Items", shall be made in association with this change. (See Exhibit 05) Decrease to contract cost ........................................................... ($8,000.00) Item 11: Per the response to RFI 030, provide labor, equipment, and materials, at agreed price, as required to lower the outlet FL of per-plan Type A-5 cleanout located at approximate STA 526+46 to allow for pipe segment 6 to clear previously unidentified conflict with AT&T duct package. Revise pipe segment 6 to include watertight joints. Increase contract duration by ten (10) days. (See Exhibit 07) Increase to contract cost. ........................................................... $37,343.73 TOTAL INCREASE TO CONTRACT COST ............................................. $129,021.61 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED THIRTY SIX (36) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: FINANCE DIRECTOR 3 /:; :i./l,6 (DATE) APPROVED BY: CITY MANAGER/ MAYOR 3-IO Jh>/<:,, (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING. CONTRACTOR, DEPUTY DIRECTOR DESIGN Project: # 3957 -El Camino Real Widening Tamarack Avenue to Chestnut Avenue -CCO 04 Exhibit No. 01A Ci_ly of Carlsbad l@;]lrtl!,!Zffl!?W#iftii,IJ:.Jil,I·I RFI Response Form Project Name: 3957 : ECR Widening -Tamarack to Chestnut I Date: 06/2/15 RFI # 021 I Description: Drainage Outfall at System 'C' Requested By: LAE I Date Sent: 04/14/15 Answered By: Bureau Veritas / D, Carlin I Date Answered: 06/02/15 Information Requested: The proposed invert elevation for the Line 'C' outfall pipe at STA 517+50 is 155.55. However, the existing elevation of the creek flowline is 149.85, creating an elevation difference of 5. 7'. Tho headwall, sections of the rip-rap, crushed rock, and existing elevation will need to be modified. Please review the condition on site and provide details for headwall and section revisions. Response: As outlined in the attached Drawing C-21 Rev 1, please revise the per-plan drainage outfall at STA 507+00.87 as follows: Construct 0-40 Type 2 Dissipater (vs. Type 1) -Construct 0-32 headwall (vs. 0 -34} Install approximately 4111 of 24" RCP Construct 0-42 Pipe Collar Grout rip-rap into place Compensation for the se changes shall be coordinated under forthcoming CCO. 5950 F.I Cnn1ino Roni · C~rlsoad, CA 9,008 · (7u0) 002-:>780 · F1\X (760) •38-41 711 CITY OF CARLSBAD - Job No. 3957 Project Name: RCO 017 EXTRA WORK -INDEPENDENT COST ESTIMATE Date Work Performed: TBD Date of Ree.art: 09/15/15 El Camino Real Widening -Tamarack Ave to Chestnut Ave Wor1< Perfonned By: Los Angeles Engineering REPORT NO. RCO 017 Location of work: Drainage System C Outfall Revision~ _ _ Description of work: Changes include removal of approx. 35If of existing 24" RCP , installation of 41 If of new 24" RCP , construction of a Type D-42 pipe collar (at Item Price), construction ofType D-32 headwall versus per-plan D-34, (at Item Price), as well as installation of a D-40 Type 2 Dissipatorw/ 1/2T rock versus Typ_e1 (At Adjusted Item Price). ,....,..,, ..... , , ... ,.., .. '"-''"'"'-' KAit:: NO. EQUIPMENT I-OURS w/burden EXTENDED AMOUNTS P.R NO LABOR H:lURS w/burden EXTENDED AM CUNTS Linkbelt 460LX Excavator 32.00 110.00 3,520.00 Foreman 24.00 60.00 1,440.00 Chew 2500HD Crew Truck 32.00 34.00 1,088.00 Operator 1 32.00 72.75 2,328.00 2000 Gal H2O Truck 24.00 46.00 1,104.00 Operator2 24.00 72.75 1,746.00 Pickup 32.00 15.00 480.00 Labor1 32.00 57.15 1,828.80 Labor 2 32.00 57.15 1,828.80 Labor3 24.00 57.15 1,371 .60 Driver 24.00 55.34 1,328.04 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. INUu""" DESCRIPTION Da;, UNIT COST EXTENDED AM CUNTS Trench Box Rental 1.00 $1 ,900.00 1,900.00 Reference RFI 021 10-Wheeler 1.00 $92.00 92.00 Dump Fee 1.00 $175.00 175.00 24" RCP D-2000 40.00 $34.84 1,393.60 Tax on Pipe 40.00 $3.14 125.42 Tax on Trench Box 1.00 $171 .00 171 .00 TOTAL LABOR A 11,871.24 TOTAL COST OF EQUIPMENT, MA TE RIALS AND WORK 10,049.02 > B 10,049.02 + 20 % ON LABOR COST (A) 2,374.25 --------CONTRACTORS REPRESENTATNE + __ 1_5_%M"-RKUP ON EQUIPMENT, M"-TERIAL AND WORK COST (B) 1,507.35 --. •· . - + 1.0 %BOND AND LIABILITY INSURANCE (NOT APPLIED TO FIELD ORDERS) (C) 258.02 ·-· ----3ER SUBTOTAL $ 26,059.88 ,ENBOOK SECllON 3-5 + %M"-RKUP ON SUBCONTRACTED WORK (D) ----RK? TOTAL $ 26,059.88 ------] YES [x ] NO "tl .Q_ Cl) g. 'It "' U) u, --.J I !:!} () Ill 3 s· 0 ;o Cl) Qi. m ~ >< C. ::::l" Cl) ::, O' s· <O ;::;: -i z Ill 3 0 Ill iil 0 " ,s-..... ► OJ < Cl) ::, C Cl) 0 () ::r Cl) (/l s-s. ► < Cl) ::, C Cl) I () () 0 a .:,. Project: # 3957 -El Camino Real Widening Tamarack· Avenue to Chestnut Avenue -CCO 04 Exhibit No. 02A • City of Carlsbad ■:ffl"ltw,!lfflt?W#i,I·ll,i44il,I·I RFI Response Form Project Name: 3957 : ECR Widening -Tamarack to Chestnut I Date: 06/2/15 RFI # 023 I Description: Drainage Outfall at System 'F' Requested By: LAE I Date Sent: 04/14/15 Answered By: Bureau Veritas / D. Carlin l Date Answered: 06/02/15 Information Requested: The proposed invert elevation for the Line 'F' outfall pipe at STA 523+83 is 170.97. However, the existing elevation of the creek flowline is 163.50, creating an elevation difference of 7.47'. The headwall, sections of the rip-rap, crushed rock, and existing elevation will need to be modified. Please review the condition on site and provide details for headwall and section revisions. · Response: As outlined in the attached Drawing C-21 Rev 1, please revise the per-plan drainage outfall at STA 522+83 as follows: Construct D-40 Type 2 Dissipator (vs. Type 1) Install approximately 711 of additional 18" RCP Construct D-42 Pipe Collar -Shift location of per-plan D-41 Dissipator -Grout rip-rap into place Compensation for these changes shall be coordinated under forthcoming CCO. Construction Manager 5950 El Cnm,no Real • Ca~sbad. CA 92008 • (760) 602-2780 · FAX (760) ~38-~ I /8 CITY OF CARLSBAD RCO 017 EXTRA WORK -REFERENCE RFI 022 Job No. 3957 Date Work Performed: TBD Date of Report: 09/15/15 Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave Work Performed By: Los Angeles Engineering REPORT NO. RCO 017 Location of work: Drainage System Outfall@STA 512+00 . Description of work: Changes include extension of existing 24" outlet pipe by 6 ft, installation of a Type D-62 Pipe Collar (At Item Price), construction of a D- 32 headwall versus per-plan D-34 (At Item Price), substitution of a D-40 Type 2 Dissipater versus per-plan Type 1 unit (Pay at Item Price), as well as installation of alternative 1/2 ton rip rap over revised dissipater limits (At Adjusted Item Price) "-"". •-MOC ,~ ,,._, !'\/'\IC. NO. EQUIPMENT I-OURS w/burden EXTENDED AMOUNTS P.R NO LABOR I-OURS w/burden EXTENDED AM CUNTS Linkbelt 460LX Excavator 12.50 110.00 1,375.00 Foreman 12.50 60.00 750.00 Chevy2500HD CrewTruck 12.50 34.00 425.00 Operator 1 12.50 72.75 909.38 2000 Gal H2O Truck 12.50 46.00 575.00 Ooerator2 12.50 72.75 909.38 Pickup Truck 12.50 15.00 187.50 Labor1 12.50 57.15 714.38 Labor2 12.50 57.15 714.38 Labor3 12.50 57.15 714.38 Driver 12.50 55.33 691.67 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. NUv,-, •• Reference RFI 022 DESCRIPTION Day• UNIT COST EXTENDED AM CUNTS 24" RCP D-2000 (Non RG) 6.00 $34.84 209.04 Tax on Pipe 6.00 $3.14 18.81 TOTAL LABOR A 5,403.54 TOTAL COST OF EQUIPMENT, MA TE RIALS AND WORK 2,790.35 > B 2,790.35 + 20 % ON LABOR COST (A) 1,080.71 CONTRACTOR'S RB"RESENTATNE + __ 1_5_%MARKUP ON EQUIPl'vENT, MATERIAL AND WORK COST (B) 418.55 -- + 1.0 % BOND AND LIABIU1Y INSURANCE (NOT APPLIED TO FIB..D ORDERS) (C) 96.93 ----SUBTOTAL $ 9,790.09 + % MARKUP ON SUBCONTRACTED WORK (D) TOTAL $ 9,790.09 r x l NO 7J .2. Cl) g. 'Ile w (0 0, -.J I ~ (") Ill 3 5· 0 :,;J Cl) !!!. m ~ >< a. ::J" Cl) ::, O" s· IO ;:;: --l z Ill 3 0 Ill iil 0 0 "' I',) )> CD < Cl) ::, C: Cl) 0 (") :::,-Cl) "' 5" s. )> < Cl) I ::, C: Cl) I (") (") 0 0 .,. Project: # 3957 -El Camino Real Widening Tamarack Avenue to Chestnut Avenue -CCO 04 Exhibit No. 03A RFI. Response Form Project Name: 3957 : ECR Widening -Tamarack to Chestnut I Date: 06/2/15 RFI # 023 I Description: Drainage Outfall al System 'F' Requested By: LAE I Date Sent: 04/14/15 Answered By: Bureau Veritas / D. Carlin I Date Answered: 06/02/15 Information Requested: The proposed invert elevation for the Line 'F' outfall pipe al STA 523+83 is 170.97. However, the existing elevation of the creek flowline is 163.50, creating an elevation difference of 7.47'. The headwall. sections of the rip-rap, crushed rock, and existing elevation will need to be modified. Please review the condition on site and provide details for headwall and section revisions. Response: As outlined in the allached Drawing C-2 1 Rev 1, please revise the per-plan drainage outfall at STA 522+83 as follows: Construct 0-40 Type 2 Oissipator (vs. Type 1) -Install approximately 71f of additional 18" RCP Construct D-42 Pipe Collar Shift location of per-plan 0-41 Oissipator -Grout rip-rap into place Compensa1ion for these changes shall be coordinated under fort11coming CCO. Construction Manager 5950 El Camino Re.al • Ca~sbad. Ci\ 920C0 • (760) 602-2780 • FAX (7!i0) ,IJfl-4 170 CITY OF CARLSBAD RCO 017 EXTRA WORK -REFERENCE RFI 023 Job No. 3957 Date Work Performed: TBD Date of Rep_ort: 09/15/15 Project Name: El Camino R_eal Widening -Tamarack Ave to Chestnut Ave Work Performed By: _ Los Angeles Engineering REPORT NO. RCO 017 Location of_work: Drainage System F OutfaJI Description of work: Changes consist of revised grading, out of sequence system installation, extension of proposed 18" outfall pipe,installation of a 0-62 collar (Pay at Item), and installation of per-plan 0-41 Dissipater at revised location (At Item) C~Uff. •=u,c KAie ~"°"' KA e NO. EQUIPMENT I-OURS w/burden EXTENDED AM CUNTS P.R NO LABOR HOURS w/burdcn EXTENDED AM CUNTS Cat330 Exe 17.00 110.00 1,870.00 Foreman 18.00 60.00 1,080.00 Chevy2500HD Crew Truck 17.00 34.00 578.00 Operator 1 18.00 72.75 1,309.55 2000 Gal H2O Truck 17.00 40.00 680.00 Operator 2 18.00 72.75 1,309.53 Pickup Truck 17.00 15.00 255.00 Labor1 18.00 57.75 1,039.58 Labor2 18.00 57.75 1,039.58 Labor3 18.00 57.75 1,039.58 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST Reference RFI 023 .. _u,., o No. DESCRIPTION Days UNIT COST EXTENDED AMOUNTS 18" RCP 0-2000 (Non RG) 7.00 $22.02 154.14 (Verified aqainst invoice) Tax on Pipe 7.00 $1.98 13.87 TOTAL LABOR A 6,817.82 TOTAL COST OF EQUIPMENT, MA lERIALS AND WORK 3,551 .01 > 8 3,551.01 + 20 % ON LABOR COST (A) 1,363.56 CONTRACTORS REPRESENTATNE + __ 1_5_% fl,<ARJ<UP ON EQUIPMENT, fl,<A TERlAL AND WORK COST (8) 532.65 + 1.0 %BOND AND LIABILITY INSURANCE (NOT APPLIED TO FlaD ORDERS) (C) 122.65 ---.. --.. --....... ,GER SUBTOTAL $ 12,387.70 -. ,ENBOOK SECTION 3-5 + %11,<ARKUP ON SUBCONTRACTED WORK (D) RK? TOTAL $ 12,387.70 ] YES [x ] NO "'Cl ..9. CD ~ 'II: <,) <O 0, " I !!! () ru 3 s· 0 ;u CD 91. m ~ >< C. :::r CD :::, 0-s· (0 ;:;: -I z ru 3 0 ru ru 0 0 ;,;- c,, )> OJ < CD :::, C CD 0 () :::T CD U> S' s. )> < CD :::, C CD I () () 0 0 _.,. Project: # 3957 -El Camino Real Widening Tamarack Avenue to Chestnut Avenue -CCO 04 Exhibit No. 04A €f:)____eity of Carlsbad Public Works -Engineering RFI Response Form Project Name: 3957: ECR Widening -Tamarack to Chestnul I Date: 06/2/15 RFI # 026 I Description: Line 'G' Outfall Requested By: LAE I Date Sent: 05/01/15 Answered By: Bureau Veritas ID. Carlin I Date Answered: 06/02/15 Information Requested: Line 'G', STA 526+00, has an approximate existing creek elevation or 193.00 and a proposed invert elevation of 190.00. Please review survey as provided and provide a detail for pipe OL1llel/dissipators. Response: As outlined in the attached Drawing C-22 Rev 1, please revise the per-plan drainage outfall at STA 507+00.87 as follows: Construct D-40 Type 2 Dissipator (vs. Type 1) Construct 0-32 headwall (vs. 0-34) and shift location as noted Revise rip-rap dimensions and grout upper layer into place Add approximately 811 or 36" RCP Compensation for these changes shall be coordinated under forthcoming CCO. Date 5%0 El Camino Real • Carlshatl. CA 97008 • (760) 602-2780 • FAX (760) 138-4178 CITY OF CARLSBAD RCO 017 EXTRA WORK -REFERENCE RFI 026 -. Job No. 3957 Date Work Performed: TBD Date of Ree_ort: 09/15/15 Project Name: El Camino Real Widening -Tamarack Ave to Chestnut Ave Work Performed By: Los Angeles Engineering REPORT NO. RCO 017 Location of work: Drainage System G Outfall Description of work: Changes consist of revised grading, out of sequence system installation, an 8ft extension of per-plan outfall pipe run (36" RCP w/ RG) to coincide with existing channel contours, substitution of a Type D-32 Headwall for per-plan 0-34 (Pay at Item), revision of Rip Rap type and limits, as well as installation of a Type~ 0-40 Energy Disspator vs. the per-plan Type 1 (Pay at Item) ,,._,un.1,. l'(Alt:. ;...,..,,,._, KAit:. NO. EQUIPMENT rOURS w/burden EXTENDED AMOUNTS P.R NO LABOR HOURS w/burden EXTENDED AM CUNTS Cat330 Exe 18.00 150.36 2,706.48 Foreman 18.00 62.00 1,116.00 Chew 2500HD Crew Truck 18.00 27.34 492.16 Operator 18.00 73.00 1,314.00 2000 Gal H2O Truck 18.00 36.00 648.00 Operator 18.00 73.00 1,314.00 Labor1 18.00 57.00 1,026.00 Labor2 18.00 57.00 1,026.00 Labor3 18.00 57.00 1,026.00 Driver 18.00 55.00 990.00 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST Reference RFI 026 OUUN> 0 No. DESCRIPTION Day• UNIT COST EXTENDED AMOUNTS Additional 36" RCP w/ RG 8.00 $72.49 579.92 (Verified against invoice) Tax on Pipe 8.00 $6.52 52.19 TOTAL LABOR A 7,812.00 TOTAL COST OF EQUIPMENT, MATERIALS AND WORK 4,478.75 > B 4,478.75 + 20 % ON LABOR COST (A) 1,562.40 --CONTRACTOR'S REPRESENTATNE + __ 1_5_%MARKUP ON EQL!PMENT, MATERIAL AND WORK COST (8) 671.81 -•. ---- + 1.0 % BOND AND LIABILITY INSURANCE (NOT APPLIED TO FlaD ORDERS) (C) 145.25 -RESIDENT ENGINEER SUBTOTAL $ 14,670.21 IS ll·HS WORK DONE UNDER GREENBOOK SECTION 3-5 + %MARKUP ON SUBCONTRACTED WORK (D) - DISPUTED WORK? TOTAL $ 14,670.21 - " ..Q. Cl) ~ ~ '-" (0 u, ....., I !::!J 0 Q) 3 5· 0 ::0 Cl) !l!. m ~ >< a. Cl) ::r ::, er 5· <C ;:::.: -I Q) z 3 0 Q) iil 0 Cl "'" ~ )> [D < Cl) ::, C Cl) 0 0 ::r Cl) en S" s. )> < Cl) ::, C Cl) I 0 0 0 0 A Item 05: Increase at Item Price -Bid Item 61 -Construct Pipe Collar (SDRSD-62) Per Plan As-Built Unit As-Built Add'I RFI# Location Q1Y Reason Q1Y Price Cost (ea) (ea) ($) ($) -0 ~-CD 21 Drainage System 'C' 0.00 Extension/Replacement of existing 24" RCP 1.00 $2,000.00 $2,000.00 outfall pipe to match channel. g. :;i: (.,J co 22 Drainage System @ STA 512+00 0.00 Extension of existing 18" RCP outfall pipe to 1.00 $2,000.00 $2,000.00 match channel. c.,, -..J I !I! 23 Drainage System 'F' 0.00 Extension of existing 18" RCP outfall pipe to 1.00 $2,000.00 $2 ,000.00 match channel. (") Ill 3 N/A Drainage System 'G' 0.00 Per Engineer, required to maintain wall 2.00 $2,000.00 $4,000.00 clearance due to relati1.e skew of box and pipe. ::::, 0 ;;o CD ~ Total Increase to Contract (al Item Price) : $10,000.00 --------.. ---m ~ >< c.. ::r CD ::::, -· 5 · O" cc ;::::;: -i Ill Item 09: Increase at Item Price -Bid Item 67 -Construct Straight Headwall -Type B (SDRSD D-32) z 3 0 Ill iii 0 Per Plan As-Built Unit As-Built Add'I RFI #s Locations Q1Y Reason Q1Y Price Cost 0 7' u, )> < CD ::::, (ea) (ea) ($) ($) C: CD 21, 22, 26, 27 Systems 'C', 'G', STA 507, & 512 3.00 1 per-plan headwall excluded from quantities 4.00 $7,000.00 $7,000.00 0 (") Total Increase to Contract (at Item Price) : $7,000.00 --· - ::r CD (/) I I s-s. )> < CD ::::, Item 10 : Elimination of Item -Bid Item 43 -Construct Type A-5 Cleanout I C: CD I Per Plan As-Built Unit As-Built Add'I (") (") RFI # Location Q1Y Reason Q1Y Price Cost 0 (ea) (ea) ($) ($) 0 .j:>. 30 System 'G' 1.00 Revised under RFI, construct at agreed price. 0.00 $8,000.00 $0.00 Total Decrease to Contract (at Item Price) : -$8,000.00 . - Item 07: Construct SDRSD Type D-40 Energy Dissipator with 1/2T Rock As-Built QTY Agreed Unit Price Location Tota l Location Revised Dissipator Type (ft') ($) ($) Drainage System A-1 D-40 Type 2 w/ 1/2 T Rock 425.00 $22.00 $9,350.00 Outfall@ STA 507+00 D-40 Type 2 w/ 1/2 T Rock 187.00 $22.00 $4,114.00 Outfall @ STA 512+00 D-40 Type 2 w/ 1/2 T Rock 195.00 $22.00 $4,290.00 Drainage System C D-40 Type 2 w/ 1/2 T Rock 240.00 $22.00 $5,280.00 - ~ . . -· Total Agreed Price ($) : $23,034.00 -------------. --"" -- Note: Agreed unit price determined in conjunction with RCO-017 and accounts for inneficiency due to re-excavation, storm damage repair during RFI response period, replacement of existing rock recovered during excavation, as well as placement of recovered rock as directed by the Engineer. "O .., ..Q. (I) ~ =t:t: w CD u, -..,J I [!:! 0 Ill 3 s· 0 ::u (I) ~ m ~ >< 0.. :::::r (I) ::i -· s· C" ca ;::::;: -I Ill z i 3 0 Ill iil (") 0 I ;,;- a> I )> < (I) ::i C: (I) 0 0 ::::, (I) en s-s. )> < (I) ::i C: (I) I 0 0 0 0 .i,. CITY OF CARLSBAD RCO 013 EXTRA WORK-REFERENCE RFI 030 Job No. 3957 Date Work Performed: TBD Date of Report: 11 /21/15 Project Name: El Camino Real Widening -:_ Tamarack Ave to Chestnut Ave Work Performed By: Los Angeles Engineering REPORT NO. RCO 013 Location of work: Drainage System G Outfall Description of work: Changes consist of lowering outlet invert of proposed A-5 Cleanout by approximately 6.32ft to clear existing AT&T duct bank. Lowering of pipe run requires alternative shoring installation and use of rubber-gasketed RCP. Previously purchased 36" non-watertight RCP retuned to supplier with 20% restocking fee per Engineer's direction. ,,.....,,.._, Kl'l 11: NO. EQUIPMENT HOURS w/burden EXTENDED AMOUNTS P.R NO LABOR HOURS w/burden EXTENDED AMOUNTS Cat 330 Exe 32.00 110.00 3,520.00 Foreman 32.00 56.97 1,823.00 Chevy2500HD Crew Truck 32.00 34.00 1,088.00 Operator 32.00 72.69 2,326.00 2000 Gal H2O Truck 32.00 46.00 1,472.00 Labor1 32.00 57.18 1,829.80 Labor2 32.00 57.18 1,829.80 TOTAL COST OF EQUIPMENT 6,080.00 Labor3 32.00 57.18 1,829.80 Labor4 32.00 57.18 1,829.80 Labors 32.00 57.18 1,829.80 MATERIAL AND/OR APPROVED WORK DONE BY SPECIALIST No. I"" ..... _ DESCRIPTlON D>y< UNIT COST EXTENDED AMOUNTS 36" RCP w/ Rubber Gasket 52.00 $67.44 3,506.88 36" RCP Return Credit 52.00 ($60.00) -3,120.00 20% Restocking Fee 1.00 $624.00 624.00 (Verified against invoice) Tax on Pipe ((ci) 9.00%) 1.00 $90.98 90.98 TOTAL LABOR A 13,298.00 Trench Box Rental 1.00 $700.00 700.00 TOTAL COST OF MATERIALS AND WORK 1,801 .86 > B 7,881 .86 SUBCONTRACTED WORK Modified Type A-5 Cleanout Per RFI 030 1.00 11 145,00 11,145.00 > C 11,145.00 + 20 ¾ ON LABOR COST (A) 2,659.60 CON1RACTORS REPRES8'/TATIVE + __ 1_5_%r.AA.RKUP ON ECIUIR\/18'/'T, rMTERtA.L AND WORKOOST (B) 1,182.28 -- +--1.Q;Q_¾fv"ARKUPONSUBCONTRACTED\i\ORK (Apply to First $5000 Only) (C) 500.00 -- +_5._0 _%MA.RKUP ON SUBCONTRACTED\J\IORK (Apply to First Remainder) (C) 307.25 ·----- ------RESID8'/T ENGINEER SUBTOTAL 36,973.99 ----· - IS THIS WORK DONE UNDER GREENBOOK SEC11ON 3-5 + 1.0 %MO. RKUP ON SUBCON1RA CTED WORK (D) 369.74 DISPUlED WORK? TOTAL $37,343.73 .. ] YES IX l NO "O .2. (1) µ. .. (,) <D 0, -.J I r!J () "' 3 s· 0 ;u (1) !!!. m ;f:; Q. X (1) ::r ::, s· C" (C -i ;:::;: "' z 3 "' ? iil R-0 )> ...... < (1) ::, C (1) 0 () CJ' (1) "' s !=. )> < (1) ::, C (1) I () () 0 0 ... CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-CCO No. 03 Project No. 3957, El Camino Real Widening, Tamarack Ave to Chestnut Ave Date Routed: To: Department Head Construction Management & Inspection Finance DirectorQ,lA.. City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: In response to RFI 010, the datum being used to develop construction grades and staking was revised from the specified NGVD 29 to the more current NAVO 88. This change necessitated recalculation, re-staking, and rework of previously' completed grading along the easterly project limits. Pursuant to the datum revision directed in response to RFI 010 (See Item 1 above), as well as in an effort to minimize potential impacts due to unforeseen utility and site conflicts, the Engineer will require as built survey to be performed on a time and materials basis. Specification Section 201-1.2.4(a) designated the required integral colored concrete as Porcelain Gray. The Contractor was subsequently directed to match the existing median paving in the El Camino Real corridor (Tile Red). In response to RFI 011, the Contractor was directed to coordinate the removal and disposal of previously unidentified asbestos concrete pipe at two locations associated with planned drainage improvements at STA 507+00. As outlined in RFI 012 regarding archaeological discoveries made within the project footprint, the Contractor was directed to coordinate the rental, delivery, and maintenance of an 8ft x 1 Oft storage container to be located within the Tamarack Yard for the purpose of storing any recovered items and/or artifacts, as directed by the Project's Native American and Archaeological monitoring team(s). Bid Item 077, Construct Metal Beam Guard Rail Per Ca/trans Std Plan A 772, calls for end-treatments "of the type indicated in the plans", however no specific treatment configuration is called-out in the project documents. As described in the response to Submittal 024, the Contractor was directed to Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 7: Item 8: Item 9: Item 10: Item 11: Item 12: Item 13: Item 14: Item 15: provide and install • a single Caltrans Type SKT in line end-treatment at approximate STA 531 +61. All remaining end units to be standard ¾ round per original submittal. In association with the response to RFI 012, the Contractor was directed to process, load, and dispose of all unsuitable material, debris, and organic stockpiles generated during construction of the engineered slope between approximate STA 529+00 and 536+00. In response to RFI 013 regarding previously unidentified utility conflicts at drainage system A-1, the Contractor was directed to procure and install alternate triple-barrel 15" HOPE drainage pipes in order to eliminate the need for a potential utility relocation. As described in RFQ 08, the Contractor was directed to perform conduit and conductor repair, and/or replacement, in order to mitigate conflicts between existing easterly street light circuits and the proposed easterly drainage structures, as well as to restore service to previously de-energized luminaire at approximate STA 509+33. In association with the response to RFI 012, the Contractor was directed to provide labor, material, and equipment as necessary to support and accommodate the ongoing archaeological recovery and related material processing. Following approval and implementation of the traffic control system described in Submittal 038.1, the Contractor was directed to implement a revised configuration, additional striping, and additional pavement markings by the City's traffic department. The Contractor was directed by the Engineer to perform modifications as necessary to repair and partially relocate previously unidentified sewer and water appurtenances located at approximate ST A 529+30, 532+25, and 532+92 which conflicted with proposed drainage improvements. The Contractor was directed by the Engineer to relocate previously unidentified water blow-off devices located within the traveled way at approximate STA 533+25 and 538+ 75. Pursuant to the response provided for RFI 016, the Contractor was directed to perform the trenching, conduit, and conductor installations necessary to facilitate the energization of proposed easterly luminaires to be installed at STA 532+ 75 and 538+60. As outlined in the response to RFI 034, the Contractor was directed to perform over-excavation and supplemental grade work, as directed by the Engineer, to mitigate previously unidentified sections of unsuitable subgrade along Drainage System 'C' and other locations within the Phase 1 limits. Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Original contract amount $8,930,590.00 Total amount this C/O $230,711.42 Total amount of previous C/O's $367,504.44 Total C/O's to date $598,215.86 New Contract Amount $9,528,805.86 Total C/O's as % of original contract 6.70% Contingency amount encumbered $1,339,589.00 Contingency increase I decrease $0.00 Contingency Subtotal $1,339,589.00 Total C/O's to date $598,215.86 Contingency balance $741,373.14 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.03 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO. : 3957 CONTRACTOR: ADDRESS: . Los Angeles Engineering, Inc. 633 N. Barranca Ave. Covina, CA 91723 P.O. NO.: P129260 & 129261 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, and all other goods and services required to implement these changes. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. A determination of the delay in completion of the contract due to the work specified herein has been made in accordance with the provisions of Section 6-6, "Delays and Extensions of Time", of the project General Provisions. The Contractor shall be granted a total of ten (10) working days in association with the scope defined below. Any payment adjustment due to delay in completion of the work resulting from these changes is deferred until completion of the work. The adjustment shall be made in accordance with the provisions of Section 6-6.3, "Payment for Delays to the Contractor" of the project General Provisions. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Revise prior grade calculations and previously installed construction staking, at agreed price, to reflect revised datum per response to RFI 010. Re-cut toe and face of easterly slope, at agreed price, from STA 529+00 through 536+00 based on revised staking and coordinate recertification of resulting subgrade. (Exhibits 01A & 01 B) Increase to contract cost. ............................................................. $15,278.83 Item 2: Perform survey on a time and materials basis, as directed by the Engineer, to facilitate required design revisions and/or utility conflict mitigation. (Exhibit 02) Estimated increase to contract cost. ................................................. $9,801.00 Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 3: Provide revised integral colored concrete, at agreed price, to match existing El Camino Real paved median and per the direction of the Engineer. (Exhibit 03) Increase to contract cost. ............................................................... $7, 192.88 Item 4: Remove, package, and dispose of previously unidentified asbestos concrete pipe, at agreed price, as necessary to complete the planned installation of Type B-1 inlets (2 units) as shown on Project Plan Sheet No. C-6 (Exhibits 04A & 04B). Increase to contract cost. ............................................................... $2,333.10 Item 5: Provide 8ft x1 Oft storage container, at agreed price, to be used for temporary storage of artifacts recovered on site. Unit shall be located in the Tamarack Yard and relevant BMPs installed and maintained throughout the anticipated 12 month rental period. (Exhibit 05) Increase to contract cost. ............................................................... $1 ,552.00 Item 6: Procure and install, at agreed price, a single Caltrans Type SKT inline terminal end treatment system beginning at STA 531+61 as directed by the Engineer. (Exhibit 06) Increase to contract cost. ............................................................... $4,088.48 Item 7: Process, load, and dispose of, at agreed price, unsuitable materials stockpiled in the Tamarack yard during excavation of the Easterly slope between approximate STA 529+00 and 536+00. (Exhibit 07) Increase to contract cost. ............................................................. $78,062.18 Item 8: Procure and install alternative HOPE pipe at Drainage System A-1, at agreed price, per the direction provided in response to RFI 013. (Exhibits 08A & 048) Increase to contract cost. ............................................................... $2,376.00 Item 9: Perform conduit and conductor repairs and/or replacement, on a time and materials basis, as directed by the Engineer to restore service to existing easterly street light circuits from STA 495+50 to 529+30. (Exhibit 09) Estimated increase to project cost. ................................................. $32,907 .16 Item 10: Provide materials, labor, and equipment as directed by the Engineer, on a time and materials basis, to support required archaeological and cultural monitoring and associated recovery process. (Exhibit 010) Estimated increase to project cost. ................................................ $15,523.88 Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 11: Provide revised traffic control configuration and associated striping at agreed price and as directed by the Engineer to mitigate conflicts within and outside of the project footprint. (Exhibit 011) Increase to project cost. ............................................................... $15,273.67 Item 12: Perform required repair and/or modification , at agreed price, of previously unidentified sewer and water appurtenances located at approximate STA 529+30, 532+25, and 532+92. (Exhibit 012) Increase to contract price ............................................................... $2,449.48 Item 13: Perform repair and relocation, at agreed price, of previously unidentified water blow-off assemblies at approximate STA 533+25 and 538+ 75. (Exhibit 013) Increase to contract price ............................................................... $5,837.97 Item 14: Perform installation of conduit, pull-boxes, and conductors on a time and materials basis to facilitate installation of proposed easterly street lights in accordance with the response to RFI 016. (Exhibits 014 A&B) Estimated Increase to contract price .............................................. $24,922.36 Item 15: Perform remediation, on a time and materials basis, of unsuitable subgrade material at multiple locations in accordance with the response to RFI 034, and as directed by the Engineer. (Exhibits 015 A&B) Estimated increase to contract price ............................................... $13, 112.43 TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................... $230,711.42 RECOMMENDED BY: APPROVED BY: / /-13-Jt.1(fo CONTRACTO (DATE) CITY MANAGER/ MAYOR (DATE)" FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN - CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR EL CAMINO REAL ROAD WIDENING, TAMARACK A VENUE TO CHESTNUT A VENUE CONTRACT NOS. 3957, 3643, 6302, 6303 BID NO. PWS14-48TRAN ~ •ti' Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 1 of 24 7 Pages - - TABLE OF CONTENTS Notice Inviting Bids................................................................................................................... 7 Contractor's Proposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. .. . . . . . 11 Bid Security Form . . .... .. ...... ... ... . . . . ......... .. . .. .. .. . . . .. .. . . . .. . . ..... .. . .. .. .. . .. . . . . ... . . ....... ... .... ... .. .. .. . . . .. .. .. ... 28 Bidder's Bond to Accompany Proposal..................................................................................... 29 Guide for Completing the "Designation Of Subcontractors" Form............................................. 31 Designation of Subcontractor and Amount of Subcontractor's Bid Items . . . ... . . . .. .. .. . .. . . .. . .. .. .. . . . . . 33 Bidder's Statement of Technical Ability and Experience............................................................ 34 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation........................................................................................ 35 Bidder's Statement Re Debarment .. . . . . . .. . .. .. .. ... .. . . . .. .. . . . .. . . . . . .. .. .. ..... .... . .. . ... .................... .... .. ... .. 36 Bidder's Disclosure of Discipline Record .. . .. .. . . . . . . . . .. .. . . . . . . .. . .. . .. .. . . . .. . . . .. . . . . . ......... ... .. .. .. .. ... 37 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid . . . . . . . . . . . . . . .. . . . .. . .. . . . . 39 Contract Public Works.............................................................................................................. 40 Labor and Materials Bond......................................................................................................... 46 Faithful Performance/Warranty Bond........................................................................................ 48 Optional Escrow Agreement for Surety Deposits in Lieu of Retention....................................... 50 ."t ~, Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 2 of 247 Pages - - Section 1 1-1 1-2 1-3 1-4 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 '3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms............................................................................................................... 53 Definitions.................................................... . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54 Abbreviations............................................... ..................................................... 58 Units of Measure . . . . . . . . . . . . . . .. .. . . . . . . . . . . .. .. .. . . . . . . . .. . . . . . .. . . . . . . . . . . . . .. . . .. . . . . .. .. . . . . . . . . ... . . .. . . . 61 Scope and Control of The Work Award and Execution of Contract................. ..................................................... 63 Assignment.................................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 63 Subcontracts . . . . . . .. . . . . . . . . . . .. .. .. . .. . . . . . . . .. . . .. .. .. . . . .. . . . . . .. .. .. . . . . . . . . .. . . .. . .. . . .. . . . . . .. . .. .. .. .. . . . 63 Contract Bonds............................................ . . . . .. . .. . . . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 64 Plans and Specifications.............................. ..................................................... 65 Work to be Done.......................................... ..................................................... 69 Subsurface Data.......................................... . . . . . . .. . .. .. .. .. . . . .. . . . . . .. .. . .. . . . . . .. . . . .. . . . . . . . 69 Right-of-Way ........................... ,................... ..................................................... 69 Surveying . . . . .. .. .. ... . . . . . . . . .. . .. . .. . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . ... .. ... .. . . . .. .. .. . . .. . . . . . . .. .. .. . . . 69 Authority of Board and Engineer.................. . .. . . .. . .. .. . .. .. . . . .. .. .. .. .. . .. . . .. . .. .. . .. .. .. .. . . 7 4 Inspection.................................................... ..................................................... 74 Changes in Work Changes Requested by the Contractor........ .. .. .. . . . . . .. . .. . . . ......... .. . . .. . . . .. . . . .. .. .. . . . . . 7 4 Changes Initiated by the Agency................. ..................................................... 75 Extra Work................................................... ..................................................... 76 Changed Conditions.................................... . . . . . . . . . .. .. . . . .. .. . . . .. . . . .. .. . . . .. . . . . . . . . . .. . . . . . 78 Disputed Work............................................. ..................................................... 80 Control of Materials Materials and Workmanship........................ ..................................................... 82 Materials Transportation, Handling and Storage................................................ 87 Utilities Location....................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . .. . . . 87 Protection .. . . . . . . .. . . . . . .. .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. .. . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. 88 Removal........................................................................................................... 88 Relocation . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88 Delays.............................................................................................................. 89 Cooperation................................................. ................................... .. . . .. . .. .. . . . . . .. 90 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work........................................ 90 Prosecution of Work.................................... ..................................................... 94 Suspension of Work..................................... ..................................................... 94 Default by Contractor................................... . . . . . . . . . .. .. ..... .. . .. .. .. . .. .. .. . . . .. . . . .. . . . . . . . . . 95 Termination of Contract............................... ..................................................... 96 Delays and Extensions of Time . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . .. .. .. . . . .. . . . . . .. . . . . . 96 Time of Completion . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 97 Completion, Acceptance, and Warranty............................................................ 98 Liquidated Damages.................................... ..................................................... 98 Use of Improvement During Construction . ... .... .. .. .. .. . . .............. .. .............. ......... 99 l' • .,, Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 3 of 247 Pages CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-CCO No. 03 Project No. 3957, El Camino Real Widening, Tamarack Ave to Chestnut Ave Date Routed: To: Department Head Construction Management & Inspection Finance DirectorQ,lA.. City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: In response to RFI 010, the datum being used to develop construction grades and staking was revised from the specified NGVD 29 to the more current NAVO 88. This change necessitated recalculation, re-staking, and rework of previously' completed grading along the easterly project limits. Pursuant to the datum revision directed in response to RFI 010 (See Item 1 above), as well as in an effort to minimize potential impacts due to unforeseen utility and site conflicts, the Engineer will require as built survey to be performed on a time and materials basis. Specification Section 201-1.2.4(a) designated the required integral colored concrete as Porcelain Gray. The Contractor was subsequently directed to match the existing median paving in the El Camino Real corridor (Tile Red). In response to RFI 011, the Contractor was directed to coordinate the removal and disposal of previously unidentified asbestos concrete pipe at two locations associated with planned drainage improvements at STA 507+00. As outlined in RFI 012 regarding archaeological discoveries made within the project footprint, the Contractor was directed to coordinate the rental, delivery, and maintenance of an 8ft x 1 Oft storage container to be located within the Tamarack Yard for the purpose of storing any recovered items and/or artifacts, as directed by the Project's Native American and Archaeological monitoring team(s). Bid Item 077, Construct Metal Beam Guard Rail Per Ca/trans Std Plan A 772, calls for end-treatments "of the type indicated in the plans", however no specific treatment configuration is called-out in the project documents. As described in the response to Submittal 024, the Contractor was directed to Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 7: Item 8: Item 9: Item 10: Item 11: Item 12: Item 13: Item 14: Item 15: provide and install • a single Caltrans Type SKT in line end-treatment at approximate STA 531 +61. All remaining end units to be standard ¾ round per original submittal. In association with the response to RFI 012, the Contractor was directed to process, load, and dispose of all unsuitable material, debris, and organic stockpiles generated during construction of the engineered slope between approximate STA 529+00 and 536+00. In response to RFI 013 regarding previously unidentified utility conflicts at drainage system A-1, the Contractor was directed to procure and install alternate triple-barrel 15" HOPE drainage pipes in order to eliminate the need for a potential utility relocation. As described in RFQ 08, the Contractor was directed to perform conduit and conductor repair, and/or replacement, in order to mitigate conflicts between existing easterly street light circuits and the proposed easterly drainage structures, as well as to restore service to previously de-energized luminaire at approximate STA 509+33. In association with the response to RFI 012, the Contractor was directed to provide labor, material, and equipment as necessary to support and accommodate the ongoing archaeological recovery and related material processing. Following approval and implementation of the traffic control system described in Submittal 038.1, the Contractor was directed to implement a revised configuration, additional striping, and additional pavement markings by the City's traffic department. The Contractor was directed by the Engineer to perform modifications as necessary to repair and partially relocate previously unidentified sewer and water appurtenances located at approximate ST A 529+30, 532+25, and 532+92 which conflicted with proposed drainage improvements. The Contractor was directed by the Engineer to relocate previously unidentified water blow-off devices located within the traveled way at approximate STA 533+25 and 538+ 75. Pursuant to the response provided for RFI 016, the Contractor was directed to perform the trenching, conduit, and conductor installations necessary to facilitate the energization of proposed easterly luminaires to be installed at STA 532+ 75 and 538+60. As outlined in the response to RFI 034, the Contractor was directed to perform over-excavation and supplemental grade work, as directed by the Engineer, to mitigate previously unidentified sections of unsuitable subgrade along Drainage System 'C' and other locations within the Phase 1 limits. Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Original contract amount $8,930,590.00 Total amount this C/O $230,711.42 Total amount of previous C/O's $367,504.44 Total C/O's to date $598,215.86 New Contract Amount $9,528,805.86 Total C/O's as % of original contract 6.70% Contingency amount encumbered $1,339,589.00 Contingency increase I decrease $0.00 Contingency Subtotal $1,339,589.00 Total C/O's to date $598,215.86 Contingency balance $741,373.14 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.03 Project No. 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue CONTRACT NO. : 3957 CONTRACTOR: ADDRESS: . Los Angeles Engineering, Inc. 633 N. Barranca Ave. Covina, CA 91723 P.O. NO.: P129260 & 129261 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, and all other goods and services required to implement these changes. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. A determination of the delay in completion of the contract due to the work specified herein has been made in accordance with the provisions of Section 6-6, "Delays and Extensions of Time", of the project General Provisions. The Contractor shall be granted a total of ten (10) working days in association with the scope defined below. Any payment adjustment due to delay in completion of the work resulting from these changes is deferred until completion of the work. The adjustment shall be made in accordance with the provisions of Section 6-6.3, "Payment for Delays to the Contractor" of the project General Provisions. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Revise prior grade calculations and previously installed construction staking, at agreed price, to reflect revised datum per response to RFI 010. Re-cut toe and face of easterly slope, at agreed price, from STA 529+00 through 536+00 based on revised staking and coordinate recertification of resulting subgrade. (Exhibits 01A & 01 B) Increase to contract cost. ............................................................. $15,278.83 Item 2: Perform survey on a time and materials basis, as directed by the Engineer, to facilitate required design revisions and/or utility conflict mitigation. (Exhibit 02) Estimated increase to contract cost. ................................................. $9,801.00 Project:# 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 3: Provide revised integral colored concrete, at agreed price, to match existing El Camino Real paved median and per the direction of the Engineer. (Exhibit 03) Increase to contract cost. ............................................................... $7, 192.88 Item 4: Remove, package, and dispose of previously unidentified asbestos concrete pipe, at agreed price, as necessary to complete the planned installation of Type B-1 inlets (2 units) as shown on Project Plan Sheet No. C-6 (Exhibits 04A & 04B). Increase to contract cost. ............................................................... $2,333.10 Item 5: Provide 8ft x1 Oft storage container, at agreed price, to be used for temporary storage of artifacts recovered on site. Unit shall be located in the Tamarack Yard and relevant BMPs installed and maintained throughout the anticipated 12 month rental period. (Exhibit 05) Increase to contract cost. ............................................................... $1 ,552.00 Item 6: Procure and install, at agreed price, a single Caltrans Type SKT inline terminal end treatment system beginning at STA 531+61 as directed by the Engineer. (Exhibit 06) Increase to contract cost. ............................................................... $4,088.48 Item 7: Process, load, and dispose of, at agreed price, unsuitable materials stockpiled in the Tamarack yard during excavation of the Easterly slope between approximate STA 529+00 and 536+00. (Exhibit 07) Increase to contract cost. ............................................................. $78,062.18 Item 8: Procure and install alternative HOPE pipe at Drainage System A-1, at agreed price, per the direction provided in response to RFI 013. (Exhibits 08A & 048) Increase to contract cost. ............................................................... $2,376.00 Item 9: Perform conduit and conductor repairs and/or replacement, on a time and materials basis, as directed by the Engineer to restore service to existing easterly street light circuits from STA 495+50 to 529+30. (Exhibit 09) Estimated increase to project cost. ................................................. $32,907 .16 Item 10: Provide materials, labor, and equipment as directed by the Engineer, on a time and materials basis, to support required archaeological and cultural monitoring and associated recovery process. (Exhibit 010) Estimated increase to project cost. ................................................ $15,523.88 Project: # 3957 -El Camino Real Widening -Tamarack Avenue to Chestnut Avenue -CCO 03 Item 11: Provide revised traffic control configuration and associated striping at agreed price and as directed by the Engineer to mitigate conflicts within and outside of the project footprint. (Exhibit 011) Increase to project cost. ............................................................... $15,273.67 Item 12: Perform required repair and/or modification , at agreed price, of previously unidentified sewer and water appurtenances located at approximate STA 529+30, 532+25, and 532+92. (Exhibit 012) Increase to contract price ............................................................... $2,449.48 Item 13: Perform repair and relocation, at agreed price, of previously unidentified water blow-off assemblies at approximate STA 533+25 and 538+ 75. (Exhibit 013) Increase to contract price ............................................................... $5,837.97 Item 14: Perform installation of conduit, pull-boxes, and conductors on a time and materials basis to facilitate installation of proposed easterly street lights in accordance with the response to RFI 016. (Exhibits 014 A&B) Estimated Increase to contract price .............................................. $24,922.36 Item 15: Perform remediation, on a time and materials basis, of unsuitable subgrade material at multiple locations in accordance with the response to RFI 034, and as directed by the Engineer. (Exhibits 015 A&B) Estimated increase to contract price ............................................... $13, 112.43 TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................... $230,711.42 RECOMMENDED BY: APPROVED BY: / /-13-Jt.1(fo CONTRACTO (DATE) CITY MANAGER/ MAYOR (DATE)" FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN - - - Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... . . ......... .. .......................... ... ......... .. 99 Labor................................................................................................................ 99 Liability Insurance........................................ . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . .. .. . . . 100 Workers' Compensation Insurance.............. .. . . .. . .. ..... .... .. .......... .. .. . . . . . .. ..... ....... 100 Permits........................................................ .... .. . .. . ........ .. . .. . . ........ .. . . . . ... . . .... .. . . . 100 The Contractor's Representative ........ .. . . ..... ....... ...... ..... ... .. . . .. . . ....... ...... ......... .. 101 Cooperation and Collateral Work................. ....... .... .. ........ .. ....... .. . . . .. .. ... .... ....... 101 Project Site Maintenance............................. . ........ .. . . . .. ..... .................... .. . .. ..... .. 101 Protection and Restoration of Existing Improvements........................................ 103 Public Convenience and Safety................... . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . .. . . ... .. .. . . . . . . . 104 Patent Fees or Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . 110 Advertising................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 111 Laws to be Observed................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 111 Antitrust Claims . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . 111 Measurement and Payment Measurement of Quantities for Unit Price Work................................................. 111 Lump Sum Work.......................................... ..................................................... 112 Payment . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. .. . . . . . . . . .. . .. . . . . . . 112 Bid Items.......................................................................................................... 115 Part 2 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Construction Materials Section 200 200-1 200-2 Section 201 201-1 201-3 Section 203 203-6 203-14 203-16 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 207 207-2 207-25 Section 209 209 Section 210 210-1 210-3 Rock Materials Rock Products ................................................................................................. . Untreated Base Materials ................................................................................ . Concrete, Mortar and Related Materials Portland Cement Concrete ............................................................................. . Expansion Joint Filler and Joint Sealants ......................................................... . Bituminous Materials Asphalt Concrete ............................................................................................. . Tire Rubber Modified Asphalt Concrete (TR MAC) ............................................ . Asphalt Pavement Crack Sealants .................................................................. .. Lumber and Treatment with Preservatives Lumber and Plywood ....................................................................................... . Miscellaneous Metal Items Traffic Signs ................................................................................................... .. Light Gage Steel Tubing and Connectors ........................................................ . Portable Changeable Message Sign ................................................................ . Pipe Reinforced Concrete Pipe ................................................................................ . Underground Utility Marking Tape .................................................................. .. Signals, Lighting and Electrical Systems Electrical Components .................................................................................... .. Paint and Protective Coatings Paint ............................................................................................................... .. Galvanizing ...................................................................................................... . 127 128 129 130 132 133 135 136 136 139 140 141 141 143 161 162 ,, • ., Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 4 of 247 Pages - - - Section 212 Landscape and Irrigation Materials ............. ..................................................... 163 Section 213 213-1 213-2 213-3 Engineering Fabrics Pavement Fabric Material ................................................................................ . Geotextiles ...................................................................................................... . Erosion Control Specialties .............................................................................. . Section 214 Pavement Markers 172 172 172 214-5 Reflective Pavement Markers........................................................................... 172 Section 215 Fencing 215-1 Environmental Fencing................................ ..................................................... 173 PART3 Section 300 300-1 300-2 300-3 300-4 300-9 300-11 300-12 300-13 Section 301 301-1 Section 302 302-5 302-7 302-11 Section 303 303-1 303-2 303-5 303-6 Section 306 306-1 306-5 Section 307 307-4 Section 308 308-1 Section 310 310-5 310-7 Construction Methods Earthwork Clearing and Grubbing ..................................................................................... . Unclassified Excavation .................................................................................... . Structure Excavation and Backfill. ..................................................................... . Unclassified Fill ................................................................................................. . Geotextiles for Erosion Control and Water Pollution Control. ............................ . Stonework for Erosion Control .......................................................................... . Rock Slope Protection Fabric ........................................................................... . Storm Water Pollution Prevention Plan ............................................................. . Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ....................................................................................... . Roadway Surfacing Asphalt Concrete Pavement ............................................................................. . Pavement Fabric .............................................................................................. . Asphalt Pavement Repairs and Remediation ................................................... .. Concrete and Masonry Construction. Concrete Structures .......................................................................................... . Air-Placed Concrete .......................................................................................... . Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ........................................................................ . Stamped Concrete ............................................................................................ . Underground Conduit Construction Open Trench Operations .................................................................................. . Abandonment of Conduits and Structures ...... .-................................................. . Street Lighting and Traffic Signals Traffic Signal Construction ................................................................................ . Landscape and Irrigation Installation General ............................................................................................................. . Painting Painting Various Surfaces ................................................................................ . Permanent Signing ........................................................................................... . 175 175 177 177 178 179 179 180 182 182 186 186 188 188 188 189 189 193 193 193 194 195 I\ •+' Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 5 of 247 Pages - - Section 312 Pavement Marker Placement and Removal 312-1 Placement .. . . . . . . . . .. .. .. .. . .. . . . . . . . .. . .. .. .. . .. .. .. . . . . . .. . .. .. .. . . . .. . . .. . .. .. . .. . . .. . .. .. .. .. .. . . . .. . .. .. .. .. . 195 Section 313 313-1 313-2 313-3 313-4 Temporary Traffic Control Devices Temporary Traffic Pavement Markers .............................................................. .. Temporary Traffic Signing ................................................................................ . Temporary Railing (Type K) and Crash Cushions ........................................... .. Measurement and Payment .............................................................................. . TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 195 196 196 198 Section 1 Structural Special Provisions............................................................................. 199 Section 2 General Soldier Pile Wall................................................................................... 200 DIVISION 02 -SITE WORK 02810 02930 03301 Landscaping Irrigation System........................................................................... 219 Exterior Plants . .. . .. .. .. .. . .. . . . .. . . . . . .. . . . . .. . .. .. . .. . . . . . .. .. .. . .. .. . . . .. .. .. . .. . . . . . .. . . . . . .. .. .. .. . .. .. . . . . . 235 Landscape Pavement Finish.............................................................................. 246 Appendix A -Geotechnical Reports Appendix B -Permits Appendix C -Pothole Information Appendix D -Underground Design APPENDICIES Appendix E -Traffic Control Plans as Guidelines Appendix F -Miscellaneous Standards r. •ti' Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 6 of 247 Pages ----, - CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON JULY 10, 2014, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: El Camino Real road widening, median improvements, undergrounding utilities, and upgrading traffic signals on El Camino Real between Tamarack Avenue and Chestnut Avenue. EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 BID NO. PWS14-48TRAN INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdic- tion in the State of California as an irresponsible bidder. ,1 The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Stand- ard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Pub- lic Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Ref- erence is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer . . , f.., Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 7 of 247 Pages - - BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -( optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $9,980,202 (Nine Million Nine Hundred Eighty Thousand Two Hundred Two Dollars). TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Class A ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and sub- mitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $75.00 per set. If plans and specifications are to be mailed, the cost for postage should be added . . , ~..,, Revised 1/30/13 Contract Nos. 3957, 3643; 6302, 6303 Page 8 of247 Pages - - INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the draw- ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, mod- ification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777 .5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING No pre-bid meeting will be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUM$ 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. ft "f.J Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 9 of 247 Pages - - BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent' ( 100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provi- sions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (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. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carls- bad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2014-078, adopted on the 6th day of May, 2014. _/ ~_., __:_ May 20, 2014 ~ ~-- Date Deputy CityClerk l' • .,-Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 10 of 24 7 Pages --, • • • CITY OF CARLSBAD EL CAMI NO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 39571 3643, 6302, 6303 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad: California 92006 OFENED, WITNESSED AND RECORDED: [ 7/tO/IY ~<'.h4:zlt. @i:19-:::: \ OAfE WNATURE The undersigned declares he/she has carefully examined tt\e location ot the work, read the NoUce Inviting Bids, examined the Plans, Specifications, General iprovisions, Contract Documents, and addenda thereto, and 'hereby proposes to furnish all tabor, materials, equipment, transportation. and services required to do all the work to complete Contract No. 3957 in accordanr;e with the Plans, Specifications, General Provisions, Contract Documents, and addenda therefo and that Ile/she will take in full payment therefore the to0owing unit prices for each Item complete, to wit Item No_ Description 1 2 3 Mobilization at Four Hundred Thousand Dollars (Stipulated Amount) 4 Storm Water Pollution Pre- vention~P.lari! .. /J 1'h, r._ ~u ?&WI: cK do(( 5 (Price in Words) 5 Unclassified Excavation (Str~j,,,o dp[( 5 (Price in Words) ft ~, Revised 1/30/13 Approximate Quantity And Unit LS LS Unit Price (Figures) $ 400,000 Total Amount (Figures) $ 400.000 '"3oDt:XJO ,,- c96oOCJ0-(§J 7,007 CY $ Y~ -_____ $~.~11,;;?"~- Contract Nos, 3957, 3643, 6302, 6303 Page 11 of 247 Pages • Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Fig Ur§l!;a) (Figures) -~ 11,s,<c~ 6 Uncl sif ie Excavation $ $ (Gradin . . eets 22 & 23) at ·--SU A.l~-!:\-s / {Price in Words) 7 Remov~C Pavement at 145,4G0 SF $ ~.~s $ V6L7':D _fl!J_€-. ' {{a/ fu ➔ A1L-ch'}b {Price in Words) 8 Re~AC '-!Tlat 3,35B LF $ ;;z-$ (;,7 \£ 0 , _ _,a.::::::£i {Price in Words) 9 Cold MUiing AC Pavement at 314,040 SF $~'~s $ 7lb,S\0- 4,.2~~ ll~b {Price in Words) • ,o Full Depth Asphalt Concrete 13,700 SF $ 7-$ C\s.l°'oo- ~-~~c~e-V\ cio(&v~ (Price in Words} 11 Crack Sealing at),, / { _ 10,000 LF $ 5 --$ '3oooo-- -dh ,U(b C V uV s -. (Price in Words) 12 Remove PCC Curb, Gutter 16,559 SF $ ),50 $ ~, '6s 'b,so & s;.;~k/!,/&:_ J{~~b (Price inrds) 13 Construct 2" AC Pavemeni 113 TON s t~S"-$ \'-tl \~5- (Sheet 23) at ":.:~ ./4,.Jw,~ ~~ll s r (Price in Words) • Q • Revised 1/3C/13 Co"ltract Nos. 3957, 3643, 8302, 6303 Page 12 o! 247 Pages • • • Item No. 14 15 Descripiion Construct AC P,vement at -~-vltfL?:_ a,g(loi/5 (Price in Words) - Construct 2" TRMAC Over- lay at rm., ~Mj} d,g {{;;5 (Price in Words) Approximate Quantity And Unit 3,390 TON Unit Price (Figures) °ID -$ _____ _ $ / <?If) -4,900 TON _u 16 Construct Class 2 Aggregate 4,430 CY $ Gc:,·==------- Base at 51b<'.'.t) -~./(c,.,r 5 ... (Price in Words} 17 Construct 6 inch PCC Curb 4,355 LF $_\_7..a......---- and Gutter (~DRSD}r2) at ~V?Vl W,4 {4o. I (4! s {Price in Words) 18 Construct 8 inch PCC Curb $ \\ .... 6,656 LF _ {CQ~GS-18} a!7 1 _ 41 ?vro_ «.t"5t { ac:: 2 (Price in Words) Total Amount {Figures) $ 36Slcv- t/?Jo oo0 ~-$ ___ _ $ ' -z._ ---__ . .. . -=:J n "7yo -'1 9 Construct 8 inch Moclifiecl, 2,180 LF _ ,.J . __ $_0\___cU...::...1_-:>__.:__ Type G PCC Curb and Gut- ter ~sr~2) at / t'{ " ~, :d::::Uc/l {KA) · ¥ 5 (Price in Words) 20 Construct PCC Sidewalk (SD~DLG-J:Llv <°, ~ (Price in Words) 2l (Price in Words) ~ 19, 161 SF $---=5~--- 1000 SF $ ~ ~, Revised 1/30/13 Con1rnct Nos. 2957, 3643, 6302, 6303 Page 13 of 247 Pages • Approximate Item Quantity Unit Price Total Amount No. Description And Unit [Figures) {Figures) 22 Construct PGC Pedestrian 2 EA $ ~looo-$ '--I 1) ao- Ramp Type A (SDRSD G- 271it ~ z=_ (Price in Words) 23 Construct PCC Driveway 628 SF $ ~-$ 5l(;5~- (SDR~D G-14~ l{ Vl ,v\L .o/'.;2 - (Price in Words) 24 Construct Modified PCC 817 SF $ ~-$ 7,~5;- Drivew;:i.y (GOtt:·L0) at V\,j M__. L . N'2. (Price in Words) • 25 Construct 6 inch AC Berm 943 LF $ \~-$ \ \ ;1::>l G (SDRSD c:l,) at d ~. ~-· J l. "" ' 1). (t_e.L.:i.. (Price in Words) 26 Construct Enhanced PCC 16,180 SF s 7-$ \\~l~60- Paving at daf& 2 ""1£1Ll/Vl ::0 (Price in Words) 27 Adj~tnhe:pa01-.. 13 EA $ '5(X)-$ 6,'SlX>- d,e (~LS (Price in Words) $ "3,()Q -$ IC.,«oo-28 Repm Valve o/~h~ 34 EA --ft7z~i (Price in Words) 29 Adjua~tf ~ti:U7 7 EA $ ~-s 5,6,00- • . ( M~ (Price in Words) q • Revised 1/30/13 Contract Nos. 3957, 3643, 5302. 6303 Page 14 of 247 Pages • Approximate 11em Quantity Unit Price Total Amount No. DescriQtion And Uni! (Figures} fFigures} 30 Adjust to Grade Exis1ing LS $_ __\,?:fJo-$ l,300- Pressure Reducing Station at STA 533+00 +I-at k,~ ::::H1Jr~v1 ~ · lL~~ (Price In Words) 31 Construct 1 8" RC P ~ "2._ 321 LF $ l'-'io-$ '1'1, 9'10-- ~~ ~---(ub//MC;i. (Price in W s) 32 Construct 18" RCP with 236 LF $ ~yo-$ 5G16'tl- Wa ertight Joints t 33 ~DLF $ \lo-$ 117,6())- ~J,,;,1 • (Prtce in Words) 34 202 LF s ~'30-· $ '-16,t '-t(J) - 35 282 LF $ \W ~--.... .. $ 5P1"J{O - 36 20 LF 37 97 LF • ft {.J Revised 1,'30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 15 of 24 7 Pages • • • Approximate Item Quantity Unit Price Tota I Amount No. DescriQtion And Unit (Figures) {Figures) 38 30 LF s ~'::D $ llSo0- 204 EA S \t>O - 40 Line Existing 18" RCP per 132 LF /20,-$. ____ _ $ ---- Sp~cifica~J>&f'. ~ ~--d,l(,;,,_ ,k,,,b (Price in Words) 41 466 LF 42 Construct Type A-4 5 EA ~v'i/1. ~ ~(t" Cleanout at ~ !7 al& "a., (Price in Words) 43 Construct Type A-5 1 EA ~t)-$. _____ $ Clean.z;Ji=~ (Price in Words) 44 Construct Type A-8 2 EA Cleano~t ~t 1 _ ii1 /) ~l...'.:lvt~ J do!Ctr.r.:k (Price in Words) I.\ .,.. Revised 1130/13 Contract Nos. 3957, 3643, 6302, 6303 Page 16 ol 247 Pages • Approximate !tem Quantity Unit Price Total Amount No. Description And Unit (Figures) {Figures) 45 Construct Modified Type B 1 EA $ LOOOO~ $ /(2000 ,- Curb ;t:nlet (1,.-.~a~ _d-t v'ld; a ~"-"(L..i,rs (Price in Words) 46 Construct Type El-' CuJ 1 EA $ c/roV r-- $ 9c?t7t7·-- let (L=7') al '1h tl~w~:i (Price ln Words) 47 Construct Type B-1 Curb In-1 EA $ L/;J.ma -$ /~ooo -- ... let(~~ :z~-Jl (Price in Words) 48 Construct Type B-i Curb In-2 EA $ /3?m r-$ ;}0fJO[J ,- • lett=10)at f / .b,~-~~y llw (Price in Words) $ __ ( L/OtJ~---= s /JjVoo ~ 49 Construct Type B-1 Curb In-1 EA let (L=1 ~•) at --/--k J . ___ -.:G111~~~1/J ~>t, do a--rs (Price in Words) /:fWO --s (3t>ca) -50 2 EA $ (Price in Words) 51 Construct Type B-1 Curb lnJ-1 EA let {L,,,,~~4· at ;l_ · ")' .~. '17·Wu5c. ~· a,r5 $ (Price in Words) • ft ~, Revised 1/30/13 Co,trei,:;:t NOS. 3957, 3643, 6302, 6303 Page 17 ot :247 Pages • 11em Approximate Quantity Unit Price Total Amount No. Description And Unit (Figures) (Ff quresl 52 Construct Type B-1 Curb In-3 EA $ ! 1 tJl:JQ_: $ ...... !::>! ~-~ let {L=15') at ~~ ---'5PJ&>11:J:'~ u~ (Price in Words} 53 Construct Type B-i Curb In-3 EA let (:r~ -11/IW~ {Price in War s) 54 Construct Modified Type B-1 1 EA Curb Inlet with A-5 Cleanaut (Lk~V f:7(~~ r r!£.~ CV'~ (Price in Words} 55 Construct Type B-2 Curb In-1 EA ?J)tJV-$ ____ $ z{t)oo -- • let {L= 7') ,at J---tt / 4tjlt. ~ d,t;//4/'~ {Price in Words) 56 Construct Type F Catch Ba-5 EA «na1 ~ d ~ '"' ~;:-a/Jt_ - /_ r:£D ,--3 ,")?LI"'\/") ,,--- $_Ctl____ $ __ u_(./{..,/_,L/ (Price in Words) 57 Construct Type C Curb Inlet 1 EA at ;,;d-"1't¥J ~-it~ d' ···-12.II i?v':J. $___ 7'{)(X) -$ 7 ooo ,_ (Price in Words) 58 $ '3fft>OD -$ / _5~oa:J -- • n:: Q =tevised 1130/13 Contract Nos, 3957, 3643, 6302, 6303 Page 18 of 247 Pages • • • 11em No. 59 60 61 62 Description Approximate Quantity And Unit Construct Bio-Retention Ba-1 EA sin-.:j,phambers at /J /J . fr.t-~::.~'7{/~~•·-vV (Price in Words) Construct Curb Inlet and 5 EA Gral•t11-JJ~ (Price in Wards) Construct Pipe Collar 1 EA ( SDR;f,_,;, °:'/21/[/wu,4 ,_, j) d:e2 l~ (Price in Words) 2 EA 63 Construct Rrp Rap Energy Dissipator No. 2 Ba.eking 544SF (SDRSp D-40~ l [ x:. L ✓• ;;;). / .... 4-: .. :5 (Price in Words) 64 Construct Rip Rap Energy Drsslpator 2 Ton (SDRSD D- 40) at 7 1~ , ; -sl;f rt:4 ~J¼) Q (Price7niords) 65 (Price in Words) 378SF 1 ~A Un!t Price (Figures) Total Amount (Figmes) $ tf 7 OU) ---$ Lf7CC:O - $ .r::::wo -_? $ ;;25 ODD .--- $ c),ODD _,,, $ ,;;zootJ --- $ ~--$ 0cctJ -- $ ~,~6Y- $ ~- -0 Reviseo 1 (30/13 Contract Ncs. 3957, 3643, 6302, 6303 Page 19 of 247 Pages • • • Item No. Description 66 Construct Straight f-leadwall, Type A, Double (SDRSD D- 30) at __;J · /J tfl::?: .. ,-7 [Wu~ d/ {Price in Words) 67 Construct Wing Type Head- wall (SDRSD D-3 )' at ,J (Price in Words) 68 Construct Brow Ditch {SD~~-;5-~t Jt{~~ (Price in Words) Approximate QLJantit~r And Unit 1 EA 3 EA 1,929 LF Unit Price {Figures) $ /060 ,-- Joca~ $ ____ _ Total Amount (Figures) $ I tJt}[) --- 69 2601,..f $ c2 5 -05to-$. ___ _ (Price in Words) 70 Construct Metal Beam Guard Rail with End Sec- tions},C:IJ..~ns,A77L2) at _:hJ VJ"~t l£1C? (Price in Words) 1,143 LF 71 Construct Slgning and Strip.. 1 LS 019 ~-,-L-~-Hi-.~ '. U ctJ..ltV5 (Prrce in Words) 72 Construct Traffic Signal Modiiication (El Camino Real and T "k Avenue) at ~ t/ALA/1,,K/ (Price in 1 LS $ s / c5ooo0 --I 6aooo ,,,.. $ __ , __ '-' .,,. Rl½vissd 1/30/13 Contract Nos. 3957, :3643, 6302, 5303 Page 20 of 247 Pages • • • Item No. DescripUon Approximate Quantity And Unii 73 Construct Traffic Signal 1 LS ModificaHon (El Camino Real and Chestnut Avenue) ~I tt:::tifrfJ (Price in Words) 74 Install Water Meter Service 4 EA and Box (COCSD W-3 & W-/) 4) ·~ ::lli :_«i-4~~ {Price in Words) 75 Construct l rrigation System 1 LS at · 1!/:J $:;,;t;t16t (Price in Words) 76 1 LS 77 Construct Street Light 6 EA ~DRS~:~:;::£ (Price in Words) (Price in Words) $ $ U11it Prrce (Figures) Total Amount (Figures) )000 --$ 36CXJO ,,,- $_~ __ o_---_ $ ---- 79 RelocateDryandUnder-1 LS $ 'it75DOO ~s K?5CDtJ -- grou~fQ, Utilities~ fe fl, ~ ~&l~ 21~ -ft){!_ ~ :$~£ _ _{,;:,,,v (Price in Words) " •~ Revised 1/30/13 Canuact Nos. 3957, 3643, 6302, 6303 Page 21 Oi 247 Pages • • • Item No. 80 81 82 83 84 85 Description Structural BackfiH (Soldier Pile ~>jo._~llus (Price in Words) 5 Approximate · Quantity And Unit 592CY 323CY 282 CY Class 3 Concrete ~klill at b 653 CY ----il.la&::: ~,:,v,r 51,c,J .lrl fl''1 L- (Price in Words} 30 In Diameter Drilled Holes 5,136 FT at Iv~~ /;Je tt1t~s (Price in Words) Steel Soldier Pile 509 FT (W1~0i~~Jcf ~ detL~ 2 ) (Price in Words} Unit Price Total Amount (Figures) (Figures) $ 14:0-@• lC6,sro- - $ 50 $ \b,\50- s /L(o r $ 3c;yso -- .$ /75-$ //t./) 75' .- $ 45-s ;231 /-20 - $ I '-lo ---$ 7id&O --- 86 Steel Soldter Pile {W 18X86) 2,773 FT S q:5 - Yl i M ++-1 l-(F) at ~ r, _ (Price in Words) 87 Steel Soldier Pile (W18X50) (F)al f,f§ 1,/_{,,,,j (Price in Words) ft Q 1evised 1130/13 1805 FT $ ..... ?0 .. :-__ S CJ 0;25{) - Contract Nos. 3957, 3643, 5302, 6303 Page 22 oi 247 Pages • • • ~--~---· --------------------- Approximate Item Quantity Unit Price Total Amount No. Description And ~□it {Figures} {Figures} BS Shotcrete at d--,/1 6 296 CY $ 6/5,-s ;,,c.Jg{}{) --- 1 i)"-~ 1 5-Jtvt Hve_ ol-0/w.5 (Price in Words) 89 Bar Reinfordng Steel (Re-47,290 LBS $ d;c25 s / 00L/02, 5· o taini~all) at.. ./w . v doltq/ 5 t,,1.~ hJ(.:; C.Ht·f5 (Price in Words) 90 Architectural~itment at 11,924SF $ ~ ---s j,)37:l - f?1G l-i+-' l~S. (Price in Words) 91 Timber L~ng ~J 96CY $ /100,,. $ L8cJi-/co·- r} I f\l, () ~{' ,1. daUfl." :i (Price in Words) 92 Ca"37VL 1,235 FT $ c25-$ 30575 - (Price in Words) 93 Pavement Fabric (GlasGrid 34,900 SY $ ~/ $ c:JD11co /' 8502 Pavement Reinforce- ment Mesh OR approved equ~.jj Jof(t1,/3 (Price in Words} T Olal arnounl of bid~ words: !' .t-i :f t .,,,.; I l,c oiV) " i 11,L iw.. ,£, ,,JltJl,/,L I -··· i V1,e1& Scno tX. hJi_ ½vJ.:, a,=.,,,p ('f("\,[.+-:J k}JH::, -:.P vd ~ 5 Total amount of bid in numbers: $_--=is~L/..;......, .... 3'-0----"5=·-.c2;....1 o_-_________ _ Price(s} given above are firm for 90 days after date of bid opening. Addendum(a) No(s). this proposal. t:' • .,. Revised 1/30/13 1,2 3 has/have been received and is/are included in Contract Nos-3957, 3643, 6302, 6303 Page 23 oi 247 Pages • Item No. 6 Description Approximate Quantity And Unit Unclassified Excavation LS (Grading Sheets 22 & 23) with Geogrid or approved .., eq2~)x ~J 1tLpv.~ dtJ((RVS (Price in Words) Unit Price Total Amount ;~ure~ (Figures} @> $ ".:"1 ,o $ :g5a coo [#5D C)(X) -hco ooo.,,... • Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s}._1_,_2__,_.)=--_____ has/have been received and is/are included in this proposal. • El Camino Real Widening (Tamarack to Chestnut) Addendum No. 2 Page 2 of3 • • • The Undersigned has carefully checked all of the above figures and understands that the City will not be responsjble for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrses 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 at the City of Carlsbad, the City may administratively authorize award of the contract ta 1he second or third lowest bidder and the bid security of the lowest biddsr may be forfeited. The Undersigned bidder declares, under penalty of perjuiy, that the underslgned is licensed to do business or act in the capacity of a contractor within ths State of California, validly licensed under license number 5911 76 , classification _A_,_~ '..~1.? '..c..2 . .'. . .'. -~A-~. _ which expires on o 3 ; 3112 o 16 , and that this statement is true and correct and has the legal effect of an affidavit . . A bid submitted to 1he City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered ncnresponsive and shall be rejected by the Clty § 7028.15(e}. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the faHure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as toHows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or ihe compensation to be paid hereunder; tha1 no representation, oral or in writing, of the City Councfl, Its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this farm of Contract and 1he papers made a part hereof by its tenns; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is 10% Bidder's Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned Is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insur- ance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of thfs Contract and continue to comply until the contract is complete, The Undersigned Is aware of the provisions o1 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 . 0 ~evised 1/30/'13 Contract Nos. 3957, 3643, 6302, 6303 Page 24 of 247 Pages • • • IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under wnich business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business {Street and Number) Clty and State __________________ _ (4} Zip Code ________ Telephone No. ____ _ (5) E-Mail _____________ _ 1 FA PARTNERSH~P. SIGN HEB,E: (1) Name under wnich buslness is conducted ... _________________ _ (2) Signature (given afld surr.ame and character of partner) (Nots: Signature must be made by a general partner) {3) Place of Business .... (Street and Number) City and State _________________ _ (4) Zip Code ________ Telepnone No. ______________ _ (5) E-Mail ____________________ _ 0 ~evlsed 1/30/13 Contract N::rn. 3957, 3643, 53D2, ~303 Page 25 of 247 Pages • • • IF A CORPORATION, SIGN HERE: {1) Name under which business is conducted Los Angeles Engineering, Inc. (2) ------~_____,--~------------(Signature) ~ Aaron O'Brien Chief Estimator (Title) Impress Corporate Seal here (3) lncorporated under the laws o1 the State of _c_a_l_i_f_o_rn_i_a _____ _ (4) Place ot Business 633 N. Barranca Ave. {Street ~nd Number) City and State __ c_o_v_i_n_a_, _c_A ______________________ _ (5) Zip Code __ 9_1_7_2_3 ______ Telephone No. __ 6_2_6_-_4_5_4_-_s2_2_2 {6) E-Mail aaron@laeng.net NOTARIAL ACKNOWLEDGMENT OF EXECUTION BV ALL SIGNATORIES MUST BE ATTACHED 0 Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 26 of 247 Pages • • • ACKNOWLEDGMENT State of California County of Los Angeles On July 10, 2014 before me, J. Nelson, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien , who proved to me on the basis of satisfactory evidence to be the person~ whose nameM is/~e subscribed to the within instrument and acknowledged to me that he/sp~l!P8Y executed the same in his/h)if/tt,,eir authorized capacity~). and that by his/t)er/tl)s1'r signature~ on the instrument the person~, or the entity upon behalf of which the person{.81' acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature J~ (Seal) r .. ·.,~.~-. . . ..... ~. ~~~S~N .. -·-··· •. Commission No. 1933056 ~ · .. •.--. f NOTARY PUBLIC-CALIFORNIA • ' · LOS ANGELES COUNTY I.., 1 My~-&;"• APR1L 1e, 1 201s I ~ I • • • List below names of president, vtce president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Angus O'Brien -President/Treasurer Aaron O'Brien -Secretary/Chief Estimator ·····-···········-··------ --------··· -................ .. ---------------··· .. ··· ..... . n.: ~ Revised 1/3C/13 Contract Nos. 3957, 3643, 6302, 6303 Page 27 of 247 P0.g':!s • • • BID SECURITY FORM (Check to Accompany Bid) Not Applicable EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957l 3643, 6302, 6303 (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 (S . ____ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds ot 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 un- dersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set ior the opening thereof, unless otherwise required by law, and notwithstanding the award of the con- tract to another bidder. BIDDER *ociete the ina,ppficatile word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the iollowtrig pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the tatat amount of the bid.) 0 Revised 1/30/13 Contra.ct N•:)S. 3957, 3643, 5302, 6303-Page 213 of 247 Pages .... • • :. BIDDER'S BOND TO ACCOMPANY PROPOSAL EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 KNOW ALL PERSONS BY THESE PRESENTS; That we, Los Angeles Engineering, Inc. , as Principal, and ... ~!~.c~ty Mutual In_surance Company , as Surety are held and firmly bound unto the City of Garlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent of the Amount Bid -$10% fo, which payment. well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jolntly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that it the proposat of the above- bounden Principal for: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957 J 36431 6302, 6303 in the City of Carlsbad, is accepted by the City Council, and if the Pr;ncipal shall duly enter into and eicecute 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 Ci1y of Carlsbad, being duly notified of said award, then this obligation shall become null and void; o1herwise, it shaU be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 0 Revised 1/30/1S Contract Nos. :9957, 3843, 630::, 6303 Page 29 of 247 Pa9es • • • 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 . Executed by PAJNCIPAL this __ 2_n_d _____ day of .. July ____________ , 2014. PRINCIPAL: Los Angeles Engineering, Inc. Executed by SURETY this _ 2nd day (name of ~Pr.' cipal) By: _ _.,..,., ___ __,,__ _____ ~ (sign 1 • Aaron O'Brien of_.........,.__ _____ , 2C14. SURETY: Liberty Mutual Insurance Company (name of Surety) 790 The City Dr. South (print name here) Chief Estimator ~-.2~28~6~8 ________ _ (Title and Organization of Signatory} By: ___________ _ (sign here) -----------·················· . {print name here) {title and organization of signatory) {address of Surety) 714-634-3311 (te!eph~~e nu. bsr_o_ t~~ety) / . ..,._.. B .• . '"···-f--:::,. y: ... , __________ . =- (signature of Attorney-in-Fact) Maria Pena, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment ot execution by PRINCIPAL and SURETY mo$! be attached.) (President or vice-president and secretary or assistant secretary must sign for oorporatlons. If only one officer signs, the corporation must attach a resolution oertified by the secretary or assis- tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS iO FORM: CELIA A. BREWER City Attorney By: ;{V?J. -~ q Assistant City Attorne?\··· . 0 Revised 1/30/13 Contract Nos. 3:J57. 3643, 630i, 6S03 Page 30 of 247 Pages •------------ • • ACKNOWLEDGMENT State of California County of Los Angeles On July 2, 2014 before me, J. Nelson, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien , who proved to me on the basis of satisfactory evidence to be the person¢) whose name(%) is/~ subscribed to the within instrument and acknowledged to me that he/~/tj;l,E!y executed (he same in his!IJ'rltl)eir authorized capacity(~, and that by his/t,{r/t~ir signature~ on the instrument the person~, or the entity upon behalf of which the person_(.s1 acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I" "' J. NELSON ., _ '. Commission No. 1933056 8 ~ ! ,a>_ . 1: NOTARY PUBLIC-CALIFORNIA _ . 1 . LOS ANGELES COUNTY My Comm. Expire, APRIL 18, 2015 (Seal) • • • CALIFORNIA All-PURPOSE ACKNOWLEDGMENT State of California ) ss County of Los Angeles ) JUL i 2014 On _________ _, before me, Noemi Quiroz, Notary Public, personally appeared. Maria Pena , who proved to me on the basis of satisfactory evidence to be the personfs} whose namefs} is/afe subscribed to the within instrument and acknowledged to me that ~she#Aey executed the same in -hls/her~ authorized capacity~, and that by ,hlsfher~ signaturefs} on the instrument the personfs}, or the entity upon behalf of which the personfs} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) THl'S PbWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company Certificate No. 6457113 • POWER OF ATTORNEY c,; KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies•). pursuant to and by authority herein set forth, does hereby name, constitute and appoint, C. K. Nakamura; E. S. Albrecht. Jr.; Lisa L. Thornton; Maria Pena; Noemi Quiroz; Tim M. Tomko all of the city of Los Angeles , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of February 2014 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company ,! By: --"'7-"=c....,,;.;._--""'--------- C STATE OF PENNSYLVANIA ss ~ ; COUNTY OF MONTGOMERY ~ 5, On this 20th day of February , 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and c.> 11> Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, o .:! execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . .. ftl a> > IN WITNESS WHEREOF, I have hereunto subscribed·rn,y-name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. r~ <r •.•. .. By:~~ -:. .. a,0 5s Cea ... 1 \ Teresa Pastella , Notary Public ', \~%;,>s ,.,'er:-:.·<~·-' This Power of Attorney is made and executed,p~~~~·~rity of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, andJll!_sl ~poan Insurance Company which resolutions are now in full force and effect reading as follows: Cl) .. CJ> en ia f ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject ~ S to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, O .5 acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obrigations. Such attorneys-in-fact, subject to the limitations set forth in their respective E or powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so o «i executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under ; ;:. the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ; g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chainnan or the president, > ! and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, 0 !5 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z u respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ___ day of ___ ,_j_lJ_L_2 __ i_0_14 _____ , 20 __ _ LMS_ 12873_ 122013 By:_~-~------.a~,-~--------Gregory W. Davenport, Assistant Secretary 398 of 500 • • • MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF LOS ANGELES ENGINEERING, INC. A California Corporation The Directors of LOS ANGELES ENGINEERING, INC., A California Corporation, held the special Meeting of the Board of Directors at 633 N. Barranca, Covina, California, on December 28, 2012 at the hour of 2: 00 p.m. for the purpose of passing on any business which might be brought before the meeting. There were present at said meeting the following Directors, constituting a quorum of the full Board: ANGUS O'BRIEN AND AARON O'BRIEN ANGUS O'BRIEN acted as Chairman of the meeting and ANGUS O'BRIEN acted as Secretary of the meeting. RESOLVED -Aaron O'Brien as Chief Estimator and Secretary is authorized and directed to sign all bid documents and contracts concerning the corporation business and thereby bind the corporation to the contract and is authorized to do all things necessary and properly to carry out negotiations and execution of contracts with a public agency. RESOLVED -The following persons are confirmed as the duly elected officers, serving in their said capacity until their successors are elected and qualified: Angus O'Brien President Aaron O'Brien Secretary Angus O'Brien Chief Financial Officer Aaron O'Brien Chief Estimator There being no further business to come before the meeting and upon motion duly made, seconded and unanimously carried, the meeting was adjourned. ATTEST: ANGUS O'BRIEN, Chairman and President ~ AARON O'BRIEN,Secretary This Corporate Resolution is in force . Sign~1Dtb dayof July Aaron O'Brien, Secretary , 2014. -GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and 'Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of -business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. - The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. (' +' Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 31 of 247 Pages - - - Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. -~ ~, Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 32 of 247 Pages • DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. ot the Public Contract Code, •subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5°/o) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, In excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor's Work by Sub- Subcontractor Name and License No. and contractor in Portion of Work Location of Business Classification* Dollars* • 1i------11~--,~~l'----+-.,...----!'!~-.,,.._,...----!,,__""""-+--.:J.~::ic~:;;.~;2.~:;,~...,..:s.~zz~~-,,,.~- • 7o5o -- Page __ /_ of _f2_ pa~es of this Subcontractor Designation form • Pursuant to section 4104 (a)(2)(A) California Public Contract Code, as of July 1. 2014 Subcontractor's License No. and c1assifiea- tio11 must be included at the time of submitting bids in the "Nolice Inviting Bids." El Camino Real Widening (Tamarack to Chestnut) Addendum No.1 Page 2 of 10 • • • DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 The Bidder certifies that it has used the sub-bid of the following hsted subcontractors ln preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this fist in accordance with applicable provisions of the specifications and section 4100 et seq. ot the Public Contract Code, nsubletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor wiH be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval at the Agency. Portion of Work SUBCONTRACTOR'S BID ITEMS Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Page __2_ of _f2_ pages of this Subcontractor Designation form Amount of Work by Sub- contractor in Dollars* • Pursuant to section 4104 (a){2)(A) Calitomia Public Contract Code, as of July 1. 2014 Subcontractors License No. and Classifica- tion must be included at the time of submitting bids in the "Notice Inviting Bids." El Camino Real Widening (Tamarack to Chestnut) Addendum No.1 Page 2 of 10 • • • DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL WJDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 The Bidder certifies that it has used the sub-bid of the foUowing listed subcontractors ln preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. ot the Public Contract Code, usubletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval at the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor's Work by Sub- Subcontractor Name and License No. and contractor in Portion of Work Location of Business Classification* Dollars* Page __ of __ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(2)(A) Calitomia Public Contract Code, as of July 1, 2014 Subcontractor's License No. and Classifica- tion must be included at the time of submitting bids in the "Notice Inviting Bids.• El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 2 of 10 • • DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this fist in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, -subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval ot the Agency. SUBCONTRACTOR"S BID ITEMS Amount of Subcontractor's Work by Sub- Subcontractor Name and License No. and contractor in Portion of Work Location of Business Classification* Dollars* Page __ of __ pages of this Subcontractor Designation form • Pursuant to section 4104 (a){2){A) CaRlomia Public Contract Code, as of July 1, 2014 Subcontractor's License No. and Classifica- tion must be included at the time of submitting bids in the "Notice Inviting Bids." El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 P21ge 2 of 10 • • • BIDDER'S STATEMENT OF TECHNrCAL ABILITYAND EXPERIENCE (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 63021 6303 The Bidder is req1.1ired to state what work of a similar charact£!r to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date i Amount Contract Name and Address Name and Phone No. of Completed of the Employer of Person to Contract Type of Work Contract Coo ll.t-t-;:,rhorl RPf PrPl ,roe, l\ • ..,. Revised 1/30/13 cantract Nos. 3957, 3643, !330.2, 6303 =-age 34 ol 247 Pag¢S ! 1: i I • PROJECT NUMBER: 1440 PROJECT INFORMATION: CONTRACT INFORMATION: PROJECT NAME: Rosemead Blvd Beautification CONTRACT AMOUNT: $15,773,914.50 PROJECT ADDRESS: Rosemead Blvd, Temple City, CA CONTRACT NUMBER: P08-11-07.31.12 PROJECT MGR/PHON_E_: ___ J_e_ff_B_ir_d _________ _ CONTRACT TYPE: Street SUPERINTENDENT /PHONE: Jack Togneri DURATION: 16 months COMPLETION DATE: Mar-14 OWNER INFORMATION: ARCHITECT INFORMATION: OWNER NAME: City ofTemple City ARCHITECT NAME: Gruen & Associates OWNER ADDRESS: 9701 Las Tunas Drive, Temple City, CA 91780 ARCHITECT ADDRESS: OWNER PHONE: 626-285-2171 ARCHITECT PHONE: ----------------OWNER FAX: 626-285-8192 ARCHITECT FAX: OWNER-CONTACT: _K_ri_st_i T_w_ile_,_y ___________ _ ARCHITECT CONTACT: CM INFORMATION: CM NAME: Transtech CM ADDRESS: 9701 Las Tunas Drive, Temple City, CA 91780 CM PHONE: 909-263-1734 CM FAX: 909-595-8863 CM CONTACT: Michael Ackerman • SCOPE OF WORK: -----------------------------------------------Demo Ii ti on, grading, site utilities, site concrete, decorative concrete, ac paving, monument signs, traffic signals, pedestrian lighting, decorative seating nodes, bus shelters, landscape & irrigation. This is a beautification project that spans across 2 miles of Rosemead Blvd . • "An Employee-Owned Company" • • • PROJECT INFORMATION: PROJECT NAME: ..c.S.c..ev_i_lle;_A_v--e_n_u_e __________ _ PROJECT ADDRESS: Florence & Seville Ave, Walnut Park, CA PROJECT MGR/PHONE: Brenda Maldonado SUPERINTENDENT/P_H_O_N_E: ____________ _ OWNER INFORMATION: OWNER NAME: County of Los Angeles, Dept of Public Works OWNER ADDRESS: 900 S Freemont St, 8th Fl, Alhambra, CA 91803 OWNER PHONE: 626-458-3145 ----------------O W N ER FAX: -"6_2--6-_4 __ 58_-_2_19_7 ___________ _ OWNER-CONTACT: ..cS __ al_m_a_n_K_a_h_n ___________ _ CM INFORMATION: CM NAME: CM ADDRESS: CM PHONE: CM FAX: CM CONTACT: County of Los Angeles, Dept of Public Works 900 S Fremont St, 8th Fl, Alhambra, CA 91803 626-458-3145 626-458-2197 Salman Khan skharn@apw.lacounty.gov SCOPE OF WORK: PROJECT NUMBER: 1420 CONTRACT INFORMATION: CONTRACT AMOUNT: $869,849.00 CONTRACT NUMBER: RDC0014874 CONTRACT TYPE: Street DURATION: _6_0_w_o_rk_i~ng~d_a~y_s _________ _ COMPLETION DATE: Jan-11 ----------------ARCHITECT INFORMATION: ARCHITECT NAME: ARCHITECT ADDRESS: ARCHITECT PHONE: ARCHITECT FAX: ARCHITECT CONTACT: County of Los Angeles, Dept of Public Works 900 S Fremont St, 8th Fl, Alhambra, CA 91803 626-458-3122 626-458-2197 Wiggen Babakhanians --------------------------------------------Street rehabilitation to include: Demolition of existing street and removal or railroad ties and tracks, reconstruction of street, modification of traffic signal, and construction of handicap ramps "An Employee-Owned Company" • • • PROJECT INFORMATION: PROJECT NAME: Alameda St/N Spring St Arterial Redesign Ph V PROJECT ADDRESS: Alameda St/N Spring St, Los Angeles, CA 90012 PROJECT MGR/PHONE: Aaron O'Brien SUPERINTENDENT/P_H_O_N_E_: _____________ _ OWNER INFORMATION: OWNER NAME: _C_it~y_o_f _Lo_s_A_n~g_el_e_s __________ _ OWNER ADDRESS: 200 N Spring St, Rm 355, Los Angeles, CA 90012 OWNER PHONE: 213-978-0261 -----------------OWNER FAX: 213-978-0262 OWNER-CONTACT: _M_a_ry~Ca_rt_e_r ____________ _ CM INFORMATION: CM NAME: CM ADDRESS: CM PHONE: CM FAX: CM CONTACT: City of Los Angeles 200 N Spring St, Rm 355, Los Angeles, CA 90012 213-485-4503 213-485-4839 Peter Blikian SCOPE OF WORK: PROJECT NUMBER: 1412 CONTRACT INFORMATION: CONTRACT AMOUNT: $1,639,673.05 CONTRACT NUMBER: E6000634 CONTRACT TYPE: Street DURATION: 180 working days ARCHITECT INFORMATION: ARCHITECT NAME: ARCHITECT ADDRESS: ARCHITECT PHONE: ARCHITECT FAX: ARCHITECT CONTACT: City of Los Angeles 200 N Spring St, Rm 355, Los Angeles, CA 90012 213-485-4503 213-485-4839 Peter Blikian ----------------------------------------------Re a Ii g nm en t of Spring Street, reconstruction of College Street, storm drain, remove and replace deck of existing catch basin, street lighting traffic signal, striping and landscaping . "An Employee-Owned Company" - - BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: □ Comprehensive General Liability □ Automobile Liability □ Workers Compensation □ Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or off site, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ft ~, Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 35 of 24 7 Pages OP ID· MEL ACORD· CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIVYYY) ~-09/09/14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy, certain pollcles may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(, :\. PRODUCER Phone: 949-553-9800 ::;';;'~~~~· The Wooditch Company Insurance Fax: 949-553-0670 PHONE I IA/C.Nol: Services, Inc. IAIC No Ext!: 1 Park Plaza, Suite 400 E-MAIL ADDRESS: Irvine, CA 92614 ID,. LOSAN-2 Jamie Younger N INSURER{SJ AFFORDING COVERAGE NAIC'# INSURED Los Angeles Engineering, Inc. 1NsuRERA: Old Republic General Ins. Corp 24139 633 N. Barranca Ave. 1NsuRER s: Endurance Risk Solutions 43630 Covina, CA 91723 INSURERC: INSURER□: INSURERE: 11.IC!'ll~~J::'- COVERAGE: --"'"' I •PH '.ATE NIIMRS:I . i:;i-•~ NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~~ TYPE OF INSURANCE ,,~~ICY!=!"" r" JI If r"A,.. LIMITS ,.,.,., '"'"" POLICY NUMBER GENERAL LIABILITY EACH OCCURRENCE $ ,000,00( ....._ A ..!. COMMERCIAL GENERAL LIABILITY X X A1CG37191403 04/01/14 04/01/15 ~'-'C. \~i""'""L.I $ 100,00( PREMISES Ea occurrencel ....._ ~ CLAIMS-MADE 0 OCCUR MED EXP (Any one person) $ 5,00( X Bl/PD DED: $5,000 PERSONAL & ADV INJURY $ 1,000,00( - GENERAL AGGREGATE ....._ $ 2,000,00( 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ n POLICY fxl ~/;-9:;. n LOC $ ALITOMOBILE LIABILITY X X COMBINED SINGLE LIMIT $ 1,000,00( ....._ ( Ea accident) A X ANY AUTO A1CA37191403 04/01/14 04/01/15 ....._ BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ ....._ ....._ SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) $ ....._ ....._ NON-OWNED AUTOS $ X SEE NOTES $ UMBRELLA LIAS t2YOCCUR EACH OCCURRENCE $ 8,000,00( -X EXCESS LIAS CLAIMS-MADE AGGREGATE $ 8,000,00( B EXC10004755700 04/01/14 04/01/15 DEDUCTIBLE -$ X RETENTION $ 0 $ WORKERS COMPENSATION x I T~~/i'~i¥s I lvFR AND EMPLOYERS' LIABILITY A YIN A1CW37191403 04/01/14 04/01/15 1,000,00( ANY PROPRIETOR/PARTNER/EXECUTIVE □ X EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory In NH) EL DISEASE -EA EMPLOYEE $ 1,000,00( If yes. describe under r.cccr-RIPTION OF OPFRATIONS: holow EL DISEASE -POLICY LIMIT $ 1000001 fESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES rech ACORD 101, Additional Remarks Schedule, If more space Is required) Exe~ 10 Da1s Notice of Cance lation for Non-PaYJ!leilt of Premium. RE: Job# 450; Bid #PWS14-48TRAN; Contract/Pr~ect #3957, 3643, 6302, ~303; El Camino Real Widening Tamarack Avenue to estnut Avenue. Waiver of ~ubroiation for General Liabilit!EEAuto Liabilit1, and Workers Compensation: ~ee A tached Endorsements. ** NOTES** g aipwv/auaiwv/wcwv ~.t< , .... :. .~ 1-1n1 ni::i:1 •·-:=·I ATION CARLSCI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad ACCORDANCE WITH THE POLICY PROVISIONS. 1635 Faraday Ave. ALITHORIZED REPRESENTATIVE Carlsbad, CA 92008-7314 ~ I © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD • • • NOTEPAD rNsuRED's NAME Los Angeles Engineering, Inc. LOSAN-2 OPID:MEL *Should this policy be cancelled before the expiration date, The Wooditch Company will mail 30 (thirty) days written notice to those Certificate Holders which require such action per contract or agreement.* COMMERCIAL AUTO DEDUCTIBLES: * Comprehensive (Cost New Value Less Than $75,000) (Symbols 2,8): $1,000 * Collision (Cost New Value Less Than $75,000) (Symbols 2,8): $1,000 * Comprehensive (Cost New Value Greater Than $75,000) (Symbols 2,8): $5,000 * Collision (Cost New Value Greater Than $75,000) (Symbols 2,8): $5,000 * Hired Auto Physical Damage Max Limit (Symbol 8): $50,000 ~overage Symbols: 12 -All Owned Autos B -Hired Autos PAGE 2 DATE 09/09/14 • • • NOTEPAD: HOLDER CODE CARLSCI 1NsURED'S NAME Los Angeles Engineering, Inc. ~he City of Carlsbad its officials, agents, officers, employees and volunteers are inclucled as Additional Insureds as respects General and Auto Liability per attached endorsement. This Insurance shall apply as Primary and Non-Contributory per attached endorsement. LOSAN-2 OP ID: MEL PAGE 3 DATE 09/09/14 • • • POLICY NUMBER: A1CG37191403 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanlzatlon(s} Locatlon(s) Of Covered Operations Where required by written contract. Where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location{s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured . B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage• occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 • • • C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of2 © Insurance Services Office, Inc., 2012 CG 2010 0413 • • • POLICY NUMBER: A1CG37191403 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization{s) Location And Description Of Completed Operations Where required by written contract, but only Where required by written contract, but only when coverage for Completed Operations is when coverage for Completed Operations is specifically required by that contract. specifically required by that contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 • • • OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): Location(s) of Covered Operations As required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV -Commercial General Liability Conditions. All other tenns and conditions remain unchanged. Named Insured Los Angeles Engineering, Inc. Policy Number A1CG37191403 Endorsement No. Policy Period 04/01/2014 to Endorsement Effective Date: 04/01/2014 04/01/2015 Producer's Name: Producer Number: AUTHORIZED REPRESENTATIVE DATE CG EN GN 0029 09 06 • • • POLICY NUMBER A1CG37191403 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. lnfo1TTiation required to complete this Schedule, if not shown above. will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above . CG 2404 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 D • • • POLICY NUMBER: A1CA37191403 COMMERCIAL AUTO CA 20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM \Nith respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Wlo Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date ofthe policy unless another date is indicated below. Named Insured: Los Angeles Engineering, Inc. Endorsement Effective Date: 04/01/2014 Name Of Person(s) Or Organization(s): SCHEDULE WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I -Covered Autos Coverages of the Auto Dealers Coverage Form . CA20481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 • • • POLICY NUMBER: A1CA37191403 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM VVith respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Los Angeles Engineering, Inc. Endorsement Effective Date: 04/01/2014 Name(s} Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. SCHEDULE Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived ptior to the "accident" or the "loss" under a contract with that person or organization . CA04441013 © Insurance Services Office, Inc., 2011 Page 1 of 1 l • OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. • The premium charge for this endorsement is $0.00. Named Insured Los Angeles Engineering, Inc. Policy Number A1CW37191403 Endorsement No. Policy Period 04/01/2014 to Endorsement Effective Date: 04/01/2014 04/01/2015 Producer's Name: Producer Number: AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (09/06) • • • • BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 i) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period{s) of debarment(s)? Attach additional copies at this page to accommodate more than two debar- ments. parly debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Los Angeles Engineering, ---~--~--~~----·-········-· Inc. By: (rractor) ~ere) Aaron O'Brien, Chief Estimator (print name/title) Page _1_ of _1_ pages of this Re Debarment farm ~ {.., A,wised 1/30/13 Contract Nos-3957, 3643, 6302, 6303 Page 36 of 247 Pages • • • BIDDER1S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 Contractors are required by law to be (icensed and reguiated by the Contractors' Stale License Board which has /urrsdiction to investigate compfaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the afleged violation. A complaint regarding a latent act or omtssion pertaining to structural defects must be tiled within 1 o years of the date ot the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P .0. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) 11 the answer to either cf 1. or 3. above is yes fully identity, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, descrlbe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page __ 1 ___ of __ 1 _ pages of this Disclosure of Discipline farm 0 RevisBd 1/30/13 co-itract Nos. 3957, 364~, 6302, 6303 Page 37 of :247 Pages • BIDDER1S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 6) ff 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 at the violation that the disciplinary action perta1ns to, describe the nature of the violation and the condition {if any) upon which the disciplinary action was stayed. ·•--··---- • (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Los Angeles Engineering, Inc. By: (n~m"~to-r) _______ _ (sign here) Aaron O'Brien, ,<;;)::lief Estimator (print name/title) Page _1_ ot _1_ pages of this Disclosure of Discipline form #t ~, Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 38 of 24 7 Pages • NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 39571 3643, 6302~ 6303 The underslgned declares'. Chief Los Angeles I am the Est~miat,CJ;.....__ of Engineering, Ipfhe party making the foregoing bid. The bid is not made in the interest ot, or on behaJf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put i11 a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to foe the bid price of the bidder or any other bidder, or to fix any overhead; profit, or cost element of the bid price, or of that of any other bidder. All statements oontarned in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or tne contents thereof, or divulged information or data relative thereto, to any corporation, partner- ship, company, association, organi2ation, bid depository, or to any member or agent thereof, to -•---··-----~;;~~~~;o~-~~u~~~-e-o~-~~a_: .. b'.d,_~-n~ .~:~. ~~: ~~'.~~ ~-n~_.:il.'. .. ~-□t. ~~~• .. ~~y. ~~rs·~-n -~~ ~n-rny.f~~------· -· ........ - • Any person executing this declaration on behalf of a bidder thal is a corporation, partnership, joint venture, limrted liability company, limited liability partnership, or any o1her entity, hereby repre~ se11ts that he or she has fuH power ta execute, and does execute, thjs declaration on behalf ot 1he b1dder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___.,.wT1....,1J~y___._,1.._ot..,..h..,,____ _____ _ 201.i_ at Covina [city], CA (state]. Signature at Bidner Aaron O'Brien, Chief Estimator 0 Revised 1/30.113 Contract Nos. 3957, 3643, 6302, 6303 Page 39 of 247 P9.ges • • • June 19, 2014 ADDENDUM NO. 1 Carlsbad R•illiti414fli,,hht1f1kih•i,i RE: EL CAMINO REAL WIDENING, TAMARACK AVENUE TO CHESTNUT AVENUE Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. This page-receipt acknowledged-must be included in your bid when your bid is submitted. ~l'Cftlltr"l-~A Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Biddfure Aaron O'Brien, Chief Estimator 1635 Faraday Avenue• Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 @ • • • June 19, 2014 ADDENDUM NO. 1 RE: EL CAMINO REAL WIDENING, TAMARACK AVENUE TO CHESTNUT AVENUE Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. This page-receipt acknowledged-must be included in your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue• Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 @ • • • CITY OF CARLSBAD EL CAMINO REAL WIDENING, TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NO. 3957, 3643, 6302, 6303 Project Contact: Number of Pages: Date: Bid Opening Date: ADDENDUM NO. 1 Brandon Miles P.E., T.E., Associate Engineer 760.602.2745 (Business) 760.602.8562 (Fax) 10 (including this page) June 19, 2014 July 10, 2014 at 2:00 pm (unchanged) • Updates have been made to the Designation of Subcontractor and Amount of Sub- contractor's Bid Items requiring license and classification at time of bid submittal (Page 33). • Revised Bid item description for Item No. 4 (SWPPP) to include Section 7-8.6 (Page 117). • Revisions to Section 7-8.6 in the General Provisions and updates to include Sec- tion 7-8.6.1, Construction General Permit clarifying responsibility (Page 103) . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 1 of 10 • • • DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor's Work by Sub- Subcontractor Name and License No. and contractor in Portion of Work Location of Business Classification* Dollars* Page __ of __ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, as of July 1, 2014 Subcontractor's License No. and Classifica- tion must be included at the time of submitting bids in the "Notice Inviting Bids.· El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 2 of 10 • • • Storm Water Pollution Prevention Plan (Bid Item No. 4) Lump Sum A Storm Water Pollution Prevention Plan (SWPPP) shall be prepared and implemented by the contractor for this project according to the requirements of Sections 7-8.6 and 300-13 of these General Provisions and the Standard Specifications. Full compensation for preparation, imple- mentation and management of a SWPPP and all required water pollution control measures shall be considered as included in the lump sum price paid for Storm Water Pollution Prevention Plan and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall provide a Tier 3 Storm Water Pollution Prevention Plan (SWPPP) in compli- ance with current requirements established by the San Diego Regional Water Quality Control Board and City of Carlsbad requirements and as further described within Section 7-8.6 and the project's Conditional Use Permit (CUP). 7-8.6.1 General. The Contractor shall adhere to the requirements of the California State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009-DWQ for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (Construction General Permit or CGP), and any subsequent amendments, where appli- cable. The revised Construction General Permit adopted on September 2, 2009 became effective on July 1, 2010 and applies to construction and land disturbance activities including linear under- ground or overhead construction projects (LUPs) such as pipelines and other utilities as defined in the CGP Attachment A, Section A.1. The Contractor shall comply with all requirements under the Construction General Permit as they apply to the construction site and maintain an updated Storm Water Pollution Prevention Plan (SWPPP) based on site conditions. The Contractor shall designate a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Practitioner (QSP) who has satisfied the certification requirements and received approval by the SWRCB as specified in CGP Attachment A, Section H. The QSD and QSP shall carry professional liability insurance in an amount not less than $1,000,000.00, evidence of such shall be provided to the Engineer and the Agency shall be named as additionally insured. The Contractor's QSD shall be certified in accordance with GCP requirements and qualified to write, amend, and certify the SWPPP for the project, and shall ensure adherence to the require- ments in Construction General Permit when applicable. The Contractor and Contractor's QSD shall prepare a SWPPP per the requirement as Provided in Appendix G and modify it as may be appropriate to facilitate the Contractor's planned means and methods. The Contractor's QSD shall then complete final SWPPP, and other required permit registration documents (PRDs), and submit them to the Engineer for review and subse- quent submittal to the SWRCB via the Stormwater Multi-Application, Reporting, and Tracking System (SMART System or SMARTS) . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 3 of 10 • • • The Contractor shall not initiate any land disturbance activities, as defined by the CGP, until the final SWPPP has been accepted by the Engineer as complete. Responsible persons for SMARTS management and CGP items are listed in the table below. SMARTS d CGP R an esponst e "bl P ersons SMARTS and CGP Items Responsible Person Notes Leaallv Responsible Person Aaencv NIA Assioned Sianatorv Agencv/Engineer Data Submitter Aaency/Enaineer Qualified SWPPP Developer (QSD) Contractor Qualified SWPPP Practitioner (QSP) Contractor The Contractor shall implement and comply with all of the requirements in the final SWPPP. The responsible person to complete the PRDs as described in CGP Attachment A, Section B are noted in the table below. p "R erm,t eg1strat1on D ocument R esponst e "bl P ersons PRD Item Responsible Person Notes LUP Type Determination or Agency/Contractor's Appendix G as part of Draft SWPPP. Con- Erosivitv Waiver QSD tractor's QSD to revise and/or certify. Site Map Agency Appendix Gas part of Draft SWPPP. BM P Exhibit/Erosion Control Agency/Contractor's Appendix G as part of Draft SWPPP. Con- Plan Drawing(s) QSD tractor's QSD to revise and/or certify. Storm Water Pollution Pre-Contractor's QSD Draft SWPPP by Engineer to be finalized vention Plan (SWPPP) and certified by Contractor's QSD. Appendix G Notice of Intent (NOi) Filina Agency Completes no later than NTP issuance. Annual Fee Agencv With NOi. Signed Certification State-Contractor's QSD Submitted with Final SWPPP. ment The Contractor and/or Contractor's QSD shall certify all Construction General Permit (GCP) doc- uments submitted to the Engineer with the following certification statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submit- ting false information, including the possibility of fine and imprisonment for knowing viola- tions." The above statement must be followed by: the person's printed name, title, certification agency name, certification stamp and/or number, signature and signature date. In accordance with the Construction General Permit, before project commencement, and until final acceptance of the Work, by the Engineer, the Contractor shall provide all measures neces- sary to avoid erosion and adverse drainage conditions, in conformance with the requirements of the National Pollutant Discharge Elimination System (NPDES) Number CAS000002 [State Water El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 4 of 10 • • • Resources Control Board Order Number 2009-0009-DWQ ("General Permit for Storm Water Dis- charges Associated with Construction and Land Disturbance Activities")], which can be found on the Internet at: http://www.waterboards.ca gov/waterissues/programs/stormwater/constperrnits.shtml The Contractor's asp shall ensure that all BMPs required by the CGP and noted in the Project's SW PPP are implemented, all non-storm water and storm water visual observations are completed and all sampling and analysis is performed, including non-visible pollutant monitoring. The Con- tractor's asp shall also be responsible for overseeing any site grading operations and evaluating the effectiveness of the BMPs. The Contractor's asp shall at minimum maintain the following records and logs: • Daily inspection log • Printed or electronic version of NOAA weather forecast for each workday • Rain gauge log • Inspection forms • Photographs, of the project site and the BMPs, taken during required inspections per- formed before, during, and after storm events. • Water quality test results for any non-visible pollutant testing and any required storm water discharge sampling. The Contractor's asp shall modify the BMPs as necessary to keep the site in compliance, oversee maintenance of the project's BMPs, and notify the Contractor's QSD to prepare amendments to the SWPPP, as needed. The Contractor's QSP, or QSP delegate overseen by the Contractor's QSP, shall be responsible for inspecting the BMPs and complying with all monitoring and report- ing requirements as specified in Attachment A, Section M of the CGP as -summarized in the table below. Monitoring and Reporting Program (M&RP) * ** Visual Inspections Daily Pre- LUP BMP In-Storm Daily Post SW Dis-Type Event Storm Storm charge spec-BMP tions Baseline 1 X 2 X X X X X 3 X X X X X If NEL exceeded for pH, turbidity or sec If NEL exceeded for pH, turbidity or Bioassessment Sample Collections Non-Visi- Receiv-ble Pol- ing Wa-lutant Other ter Dis- charae X** X** X X* X** X Any non-compliance reporting shall be the initial responsibility of the Contractor's asp for the Pro- ject and must be reported to the Contractor's QSD and the Engineer immediately and no later than 24 hours after being identified. The Contractor shall not violate any discharge prohibitions as described in the Construction Gen- eral Permit Attachment A, Section D, as applicable . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 5 of 10 • • • The Contractor shall comply with all the Special Provisions in Construction General Permit Attachment A, Section E, as applicable. The Contractor shall comply with Construction General Permit Effluent Standards as described in Construction General Permit Attachment A, Section F, as applicable. The Contractor shall comply with Construction General Permit Receiving Water Limitations de- scribed in Construction General Permit Attachment A, Section G. The Contractor's QSD shall submit a Notice of Termination (NOT) to the Engineer and shall prepare a report to satisfy all the requirements in the CGP to terminate coverage via the SWRCB SMART system as noted in the SWPPP's BMP exhibits for final stabilization and CGP Attachment A, Section C including: LUP Stabilization Requirements, LUP Termination of Coverage Requirements, and digital photographs of the project site. The NOT information and report shall be provided to the Engineer within 30 days of the Project Acceptance Date established by the Engineer. As part of the implementation of the Storm Water Pollution Prevention Plan (SWPPP), the Contractor's QSD shall: (a) Prepare, certify and submit for acceptance to the Engineer by July 15th of each year or within 30 days of the Completion Date whichever is sooner, the required Annual Report in accordance with the CGP Special Provisions and annual reporting requirements in Sec- tion XVI of the CGP. Preparation of the documentation necessary tor the Agency to submit the Annual Report is the primary responsibility of the Contractor's QSD in conjunction with the Contractor's QSP listed in the SW PPP. All Annual Report documentation shall be pro- vided by the Contractor's QSD to the Engineer for the prior reporting year (July 1st through June 30th, as applicable). Additional annual reporting requirements related to completion of sampling and monitoring activities are described in CGP Attachment A, Section M; (b) Report all numeric effluent limit violations, numeric action level exceedances, or any other CGP violations to the Engineer no later than 24 hours after the violation is identified for the project's LUP Type as listed in CGP Attachment A, Section F; (c) Amend the SWPPP, as needed, including revising coverage tor change of acreage (CGP Attachment A, Section C.3). The Contractor shall sign and date all amendments, attach them directly to the SWPPP, and submit copies of all amendments to the Engineer. K SWPPP I ey mpemen a 10n ass iy tf T kbR es oons1 e "bl P erson SWPPP Item Responsible Person Notes NOT Preparation and Certification Contractor's QSD Submitted as part of Project Com- pletion tasks NOT Submittal via SMARTS Engineer No later than 90 days after project completion Annual Report Preparation Contractor's QSD By July 15th for prior year period of July 1st throur:1h June 30th Annual Report Submittal via SMARTS Engineer No later than September 1st At least one copy of the final SWPPP shall be kept at the construction site and accessible to the Engineer. Contractor shall provide one electronic and one hardcopy of the SWPPP to the Engi- neer. Guidance on the preparation of the SWPPP is available in the "Construction Handbook (2009)" published by the California Storm Water Quality Association (CASQA) that can be down- loaded from the CASQA web site at: http://www.cabmphandbooks.com El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 6 of 10 • • • The Contractor is responsible for payment of any fees to download the CASQA 2009 Construction Handbook. The Contractor shall make every effort to comply with the provisions of this subsection. However, should the Contractor violate any of the provisions of this subsection, or if pollution occurs in the work area for any reason, the Contractor shall immediately notify the Engineer. In addition the Contractor shall, within 24 hours, submit a written report to the Engineer describing the incident and corrective actions taken. If pollution, for whatever reason, is detected by the Engineer before notification by the Contractor, the required written report shall also include any explanation of why the Contractor had not notified the Engineer. 7-8.6.2 Storm Water Pollution Prevention Plan (SWPPP) The Contractor's QSD shall certify a final SWPPP, and other permit registration documents, com- pliant with the CGP and submit them to the Engineer for review and concurrence prior to any land disturbance activities by the Contractor. The Contractor's QSD shall verify the accuracy of, certify and submit on a monthly basis the following SWPPP information: • Submitted changes to PRDs (due to change in acreage or other) • Construction Schedule • List of Construction Activities, Materials Used, and Associated Pollutants with appropri- ate implementation of BMPs • BMP exhibit(s) compared to project site conditions • Daily Site Inspection Log and Written Inspection Checklists for BMP Repairs, Pre, Post and During Rain Event BMP Inspections, Daily Weather Forecasts and Rain Gauge Log • Training Records, Requirements, and Completeness of Reporting Forms • List of Responsible Parties • List of Contractors and Subcontractors The Contractor's QSD shall amend and certify the SWPPP: • Whenever there is a change in construction or operations which may affect the discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm system (MS4); • If any conditions of the Construction General Permit is violated or the general objective of reducing or eliminating pollutants in stormwater discharges has not been achieved. If the RWQCB determines that a permit violation has occurred, the SWPPP shall be amended and implemented within 14 calendar days after notification by the RWQCB; • Annually, prior to the defined rainy season, when required by the project's Special Pro- visions; and • When deemed necessary by the Contractor's QSD, or by the Engineer in consultation with the Contractor's QSD. The Contractor's QSD shall include the following information in each amendment, and deliver the amendment report and information in the format specified in the SWPPP to the Engineer for re- view and approval: • Who requested the amendment, • The location of the proposed change, El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 7 of 10 • • • • The reason for the change, • The original BMP proposed, if any, and • The new BMP proposed. All amendments to the SWPPP shall be completed by the Contractor's QSD in a timely manner and provided to the Engineer within 7 calendar days. All amendments must be signed and dated by the Contractor's QSD and directly attached to the SWPPP once accepted by the Engineer. The SW PPP amendment log in the SW PPP (Appendix C) shall be maintained by the Contractor's QSD. All Contractor implemented pollution control measures shall prevent the impounding of runoff, nuisance water, sediment movement, and debris movement from the construction site onto adja- cent properties or from adjacent properties onto the construction site. If the Engineer determines that the Contractor's measures are not adequate, the Contractor shall provide whatever additional measures are required. The Contractor shall show on the SWPPP's erosion control plan or BMP exhibit all erosion and sediment control BMPs and the locations for concrete washout, vehicle maintenance, staging, dispensing of fuel, and storage areas. The Contractor shall show pollutant control measures to be used (BMPs) to confine construction waste in these designated areas, including areas upland away from existing residences and storm drains or natural drainage courses, construction entrance stabilization and wheel-wash measures to reduce the tracking or deposition of sediment onto public and private roads . The Contractor's QSP shall implement the visual observations, inspections, and monitoring with the frequencies according to the LUP Type determination for the project, and as described in the SW PPP and in accordance with the CGP. For the duration of the Project, the Contractor shall submit, with each application for partial payment, the QSP's certification that all BMPs as identified within the SW PPP have been implemented and maintained in accordance with the GCP, inspec- tion documentation that pollutant control measures were maintained, including detailed reports on daily routine work and special maintenance work that was performed, and a list of BMPs that were found to be inadequate and what corrective actions were taken. In general, the Contractor shall also: (a) Provide a "standby emergency crew" that shall be alerted by the Contractor's asp, Con- tractor's QSD, or Engineer to perform emergency repairs or replacement of inadequate, failing or damaged BMP or measures during rain events. (b) The Contractor shall designate a asp who is trained and competent in the use of BMPs and shall be on site daily to inspect the conditions of the site with respect to storm water pollution prevention. This person shall: (1) Implement the conditions of the CGP, Stormwater Pollution Prevention Plan (SW PPP) and required BMPs, contract documents and local ordinances with respect to erosion and sediment control and other waste management regulations. (2) Be responsible for monitoring the weather, implementation of any monitoring and re- porting requirements and supervise the "standby emergency crew." El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 8 of 10 • • • (3) Evaluate the effectiveness of the BMPs and modify them as necessary or as directed by the Engineer to maintain the site in compliance. (4) Perform Daily BMP Site Inspections, and maintain a log of each inspection which shall be kept on-file within the SW PPP. A complete written checklist and digital photo- graphs, as noted within Sub-paragraph 5 below, shall be completed for any noted BMP deficiencies and associated corrective actions. Implement necessary repairs or BMP revisions identified within 72 hours. (5) Perform BMP Site Inspections, document site conditions with a written inspection checklist and digital photographs before, during, and after each storm event. A full inspection of the BMPs shall be performed 2 business days (48 hours) prior to a likely precipitation event (forecast of 50% or greater chance precipitation) and after a quali- fying storm event (0.5 inches or greater in 48 hours) and once each twenty-four (24) hour period during extended storm events to identify BMP effectiveness. Document corrective actions required and implemented prior to forecast rain events. Implement necessary repairs or BMP revisions identified during rain event inspections as soon as they are safely feasible. (6) (Not Used) (7) Keep available for review at the Worksite copies of documents incorporated in the SW PPP, including plans or permits required by local, state, or Federal agencies. (8) Retain records I copies of: i. Data used to complete the Notice of Intent (NOi); ii. The SWPPP and all attachments and amendments; iii. Compliance certifications; iv. Notifications of a noncompliance; v. Training; vi. Daily and other visual inspection logs or forms; Incident such as spills or other re- leases, including photographs as available; vii. Sampling and analysis of discharges discovered through visual monitoring; viii. All reports required and BMPs such as good housekeeping that have been imple- mented. (c) Educate all subcontractors and employees about storm water pollution and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Contractor shall implement the Construction General Permit Monitoring and Reporting Re- quirements in Attachment A, Section M as applicable for the LUP Type of the project. El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page 9 of 10 • • • 7-8.6.3 Payment for Water Pollution Control. Payment is based on the lump sum price for the bid item. Thirty percent (30%} of the lump sum cost will be paid upon completion of all work required to complete the project NOi, certify the project SWPPP, compile and submit project PRDs, appoint and project QSD and QSP install all required construction phase BMPs, complete all required pre-construction SWPPP documentation and associated work to comply with the CGP. Fifty percent (50%) of the lump sum bid cost will be divided to be paid in progress payments. The remaining twenty percent {20%} of the lump sum bid cost will be retained and paid with the final SWPPP Close-out & NOT . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 1 Page lOof 10 :}~t,i,,, (1iU1ii r ~~r1 ~m1111) c r .,.¥~·CARLSBAD • • Contract Administration www.carlsbadca.gov July 2, 2014 ADDENDUM NO. 2 RE: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE BID NO. PWS14-48TRAN, CONTRACT NO. 3957, 3643, 6302, 6303 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 Request for Bid when your bid is submitted . Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature Aaron O'Brien, Chief Estimator 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 <(1~ Cl rv Of -,.~¥. CARLSBAD • Contract Administration www.carlsbadca.gov • • July 2, 2014 ADDENDUM NO. 2 RE: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE BID NO. PWS14-48TRAN, CONTRACT NO. 3957, 3643, 6302, 6303 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 Request for Bid when your bid is submitted . Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 16.35 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 • • • CITY OF CARLSBAD EL CAMINO REAL WIDENING, TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NO. 3957, 3643, 6302, 6303 Project Contact: Number of Pages: Date: Bid Opening Date: ADDENDUM NO. 2 Brandon Miles P.E., T.E., Associate Engineer 760.602.2745 (Business) 760.602.8562 (Fax) 3 (including this page) June 30, 2014 July 10, 2014 at 2:00 pm (unchanged) • . Revise bid item 6 to remove cubic yard (CY) and replace with lump sum (LS) for unclassified excavation (Grading sheets 22 & 23) and to include Geogrid (Tensar LHBOO Geogrid or approved equal) per SECTION 213 on Page 12 (Bid Item) and Page 117 (Bid Description) of Specifications . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 2 Page 1 of 3 • Item No. Description 6 Unclassified Excavation (Grading Sheets 22 & 23) with Geogrid or approved equal) (Price in Words) Approximate Quantity And Unit LS Unit Price (Figures) $ ___ _ Total Amount (Figures) $ __ _ Total amount of bid in words: ____________________ _ Total amount of bid in numbers: $ __________________ _ • Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _________ has/have been received and is/are included in this proposal. • El Camino Real Widening (Tamarack to Chestnut) Addendum No. 2 Page 2 of3 • • • 9-4 BID ITEMS. Bid Item Descriptions: Unclassified Excavation (Grading, Sheets 22 & 23) (Bid Item No. 6) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to perform Unclas- sified Excavation (Grading) operation, including excavation, importing, exporting, disposal, place- ment, watering, dust control, subdrains, benching, geogrid and compaction in accordance with the Sections 213 and 300, the plans and contract documents and no additional compensation will be allowed therefor . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 2 Page 3 of 3 • (~ CARLSBAD • • Contract Administration www.carlsbadca.gov July 7, 2014 ADDENDUM NO. 3 RE: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE BID NO. PWS14-48TRAN, CONTRACT NO. 3957, 3643, 6302, 6303 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 Request for Bid when your bid is submitted . . -···-··~ c· ,, ~/ / .,/ ,,.-~_.: ,, ✓,,,,..✓ ,,., c·--.. /.✓ •• -:7"A: '/. /4~,1. ,,.,/[' ,/{ / y 't'i£.{~ I~~ KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature Aaron O'Brien, Chief Estimator ;rr;:»·---------------------------------·~ 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 ~~j,:, C I 1 Y O f • '•~-CARLSBAD Contract Administration www.carlsbadca.gov • ( • / July 7, 2014 ADDENDUM NO. 3 RE: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE BID NO. PWS14-48TRAN, CONTRACT NO. 3957, 3643, 6302, 6303 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 Request for Bid when your bid is submitted. ./ KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature . -1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 ® • • • CITY OF CARLSBAD EL CAMINO REAL WIDENING, TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NO. 3957, 3643, 6302, 6303 Project Contact: Number of Pages: Date: Bid Opening Date: ADDENDUM NO. 3 Brandon Miles P.E., T.E., Associate Engineer 760.602.2745 (Business) 760.602.8562 (Fax) 1 (including this page) July 7, 2014 July 10, 2014 at 2:00 pm (unchanged) • Revise bid item 69 to include Linear Feet (LF) for brow ditch to match bid items description in Section 9-4 . El Camino Real Widening (Tamarack to Chestnut) Addendum No. 3 Page 1 of 1 • • • CONTRACT PUBLIC WORKS This agreement is made this <2{5'~ day. of , <'ll'""~be,c , 2014, by and between the City of Carlsbad, California, a municipaTorp0fation, (hereinafter called "City"), and Los Angeles Engineering, INC. a California corporation whose principal place of busi- ness is 633 North Barranca Ave., Covina CA 91723 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac- tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli- ance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203 . ., fa;, Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 40 of 247 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 condi- tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surf ace 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 11, or Class Ill disposal site in accordance with provisions of existing law. (8.) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C.) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligi- bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wag~ 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 . ~ \.J Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 41 of 247 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. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70 . (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 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. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (8) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and 8u$iness Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com- pany affording general liability, and employers' liability coverage. 1, • ., Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 42 of 247 Pages • • • b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten ( 10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall con- tain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in- cluded in the Contractor's bid. 11. 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 Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Con- tract 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. I\ •+;' Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 43 of 247 Pages • • • (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici- pation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding . (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above.$: init A ctb init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If t.he Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substi- tuted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. . ... ~, Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 44 of 247 Pages • • • 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or sub- contractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursu- ant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Los Angeles Engineering, Inc. ((~e of Contractor) By: --~--</.:5-~-=--•--- (sign here) An us Aaron O'Brien, Secretary (print name and title) CITY OF CARLSBAD a municipal corporation of the State of c"7:!),,"t J ,I By: ~ /._,,lf Mayor President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorn By: ., {..,-Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 45 of 247 Pages • ACKNOWLEDGMENT State of California County of Los Angeles on September 15, 2014 before me, J. Nelson, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien and Angus O'Brien who proved to me on the basis of satisfactory evidence to be the person( s) whose name( s) }if are subscribed to the within instrument and acknowledged to me that h.,e'lspe/they executed the same in hjS/h,r/their authorized capacity(ies), and that by hJ(/hp/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I 11 ... II WITNESS my hand and official seal. J.NELSON -Commission No. 1933056 u NOTARY PUBLIC-CALIFORNIA J~ I LOS ANGELES COUNTY 111 Comm. Ellpira APRIL 11, 2015 Signature {Seal) II 1 ft - J • • • Bond No.: 024058342 Premium: $53,232.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2014- 205, adopted August 26, 2014, has awarded to Los Angeles Engineering Inc., (hereinafter desig- nated as the "Principal"), a Contract for: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 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, LOS ANGELES ENGINEERING, INC., as Principal, (hereinafter des- ignated as the "Contractor"), and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of EIGHT MILLION NINE HUNDRED THIRTY THOUSAND FIVE HUNDRED NINETY Dollars ($8,930,590) said sum being equal to one hundred 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 sever- ally, firmly by these presents . THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . l\ •fl Revised 1 /30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 48 of 247 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 ___ _ day of · September CONTRACTOR: Los Angeles Engineering, inc. , 2014. (name of Contractor) l9~~ By: ___________ _ (sign here) Angus O'Brien (print name here) Executed by SURETY this __ lO_t_h __ day of _ ___ Se-p_te_m_b_e_r _______ ,2O14 SURETY: Liberty Mutual Insurance Company (name of Surety) 790 The City Drive South Orange, CA 92868 (address of Surety) 714-634-3311 (telephone number of Surety) President, Los Angeles Engi neerin,§1;; ~Ll~ (Title and Organization of Signatory) Inc. ~ By: ~nhere) Aaron O'Brien (print name here) Maria Pena, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) Secretary, Los Angeles Engineering, Inc. (Title and Organization of signatory) (Proper notarial acknowledgment 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 sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER :: Attor~Qj ~ Ass(snt City Attorney ~ ~, Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 49 of 247 Pages • ACKNOWLEDGMENT State of California County of Los Angeles on September 15, 2014 before me, J. Nelson, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien and Angus O'Brien , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)}l/are subscribed to the within instrument and acknowledged to me that l)elsj'elthey executed the same in t¢th,er/their authorized capacity(ies), and that by h~hj!'r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature JJlQQrou {Seal) 'a .. J.~.~~S~N 1 ~ Commission No. 1903056 ~ ~ NOTARY PUBLIC-CALIFORNIA _. LOS ANGELES COUNTY My Comm. Expires APRIL 18, 2015 • • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ) ss ) SEP 1 o 2014 On _________ _, before me, Noemi Quiroz, Notary Public, personally appeared _ Maria Pena who proved to me on the basis of satisfactory evidence to be the personfs} whose namefs} is,La.:e subscribed to the within instrument and acknowledged to me that -Retshe/they executed the same in -hlsf'.her/the+f authorized capacity{fesj, and that by -hlsf'.her/the+f signaturefs} on the instrument the personfs}, or the entity upon behalf of which the personfs} acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) • • • Bond No.: 024058342 Premium: Included in the Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2014- 205, adopted August 26, 2014, has awarded to LOS ANGELES ENGINEERING, INC. (hereinafter designated as the "Principal"), a Contract for: EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 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, LOS ANGELES ENGINEERING, INC., as Principal, (hereinafter des- ignated as the "Contractor"), and Liberty Mutual Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of EIGHT MILLION NINE HUNDRED THIRTY THOUSAND FIVE HUNDRED NINETY Dollars ($8,930,590), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop- ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . l' • ., Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 46 of 247 Pages • • • same shall aft ect 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. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this ___ _ day of September I 2014, CONTRACTOR: Los Angeles Engineering, Inc. (name of Contractor) By: \__p b~ (sign here) Angus O'Brien (print name here) Executed by SURETY this ___ l_O_th __ day of __ Se_..p_te_m_bc.__e_r _____ _,, 2014. SURETY: Liberty Mutual Insurance Company 790 Th C. <namesof Surety) e tty Dnve outli Orange, CA 92868 (address of Surety) 714-634-3311 President, Los Angeles Engineering J3y: (titl a organization of signatory) Aaron O'Brien (print name here) Inc. (signature of Attorney-in-Fact) Maria Pena, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) Secretary, Los Angeles Engineering, Inc. (title and organization of signatory) (Proper notarial acknowledgment 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: CELIA A. BREWER City Attorney ~ By: ~~p 17 Ass'fufut'ti;A~ney . .... "'-J Revised 1/30/13 Contract Nos. 3957, 3643, 6302, 6303 Page 47 of 247 Pages • ACKNOWLEDGMENT State of California County of Los Angeles on September 15, 2014 before me, J. Nelson, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien and Angus O'Brien , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)_)s/are subscribed to the within instrument and acknowledged to me that l)e/s!)e/they executed the same in ~/h¢"/their authorized capacity(ies), and that by h)s/hyf/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Jn eQgnu (Seal) , a.... ..... . J.NE~SON . 1 R . Commission No. 19330S6 ~ .. • ,.• NOTARY PUBLIC-CALIFORNIA M I . LOS ANGELES COUNTY I ~ Comm. hpirea APRIL 11, 2015 I l I I I • • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ) ss ) SEP 1 u 2014 On----------~ before me, Noemi Quiroz, Notary Public, personally appeared_ Maria Pena , who proved to me on the basis of satisfactory evidence to be the personfst whose namefst is/afe subscribed to the within instrument and acknowledged to me that ~she/they executed the same in -hls/her/t-hei,f authorized capacity{fes}, and that by -hls/her/t-hei,f signaturefst on the instrument the personfst, or the entity upon behalf of which the personfst acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~ Signature: ______ !_~----·-_....,._..__-+--- (Seal) N~~Quiroz, Notary Public THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This.Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company Certificate No. 6641029 • POWER OF ATTORNEY Iii Cl) Cl) KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a c01poration duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, C. K. Nakamura: E. S. Albrecht. Jr.: Lisa L. Thornton: Maria Pena: Noemi Quiroz: Tim M. Tomko all of the city of Los Angeles , state of CA each individually if there be more than 011e named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS VVHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of July 2014 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company 1: STATE OF PENNSYLVANIA ~ ; COUNTY OF MONTGOMERY ss f 6, Onthis~dayof July , 2014, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and CJ Cl) Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, o .a execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . ._ ns Cl) ~ IN WITNESS VVHEREOF, I have hereunto subscri~. and affixed my notarial seal at Plymouth Meeting, Pennsylvania, 011 the day and year first above written. !~ _,<> ··:•<;:-···.. , ·,, ,,.,.. By: ~ ~ ~ Teresa Pastella , Notary Public ~~ ; Cl)0 J 'g '; This Power of Attorney is made and executed1i~ , " ~rity of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance 0 ,:: Company, Liberty Mutual Insurance Company, ~1 A n Insurance Company which resolutions are now in full force and effect reading as follows: 0,11) CIS ~ ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject .g> ,s to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, 0 .!: acknowledge and deDver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the 6mitations set forth in their respective E O powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. 1/Vhen so 0 't;j executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under ; ;:. the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. =; g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, > f and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, o S seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obfigations. Such attorneys-in-fact subject to the limitations set forth in their Z CJ respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. VI/hen so executed such instruments shall be as binding as if signed by the president End attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. SEP 1 O 2.014 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ___ day of _____________ , 20 ___ . By:_~_--" ______ "?-..___.._ ____ _ Gregory W Davenport, Assistant Secretary LMS_12873_122013 642of 1000 -. • • September 9, 20 14 City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 -: _:\ '\:-"\.-y -"' ~·\ ---: _:.. -\ ---~--. . ' -. , . . .. ..... ' ' . \ . _\ ., ,• -' , ~ Attn: Roxanne Muhlmeister Re: Contractor Retention Escrow/Los Angeles Engineering, Inc. Project Name: El Camino Real Widening from Tamarack Avenueto Chestnut Avenue Dear Roxanne, Pursuant to the California Public Contract Code Sections I 0263 and 22300, Los Angeles Engineering, Inc. herein respectfullyrequests the substitution of securities for any monies withheld by City of Carlsbad to ensure performance under the subject contract. Please have an authorized signer for City of Carlsbad sign where indicated on the enclosed escrow agreements and keep one copy for your records and forward two remaining sets back to Bank of Sacramento (we will mail one original set to the contractor) . Please mail retention payments to Bank of Sacramento and forward any existing and future retention money to the following address and include the contractor name and the escrow number on al I correspondence/checks Los Angeles Engineering, Inc.I/Escrow Number: 10461-004 c/o Bank of Sacramento P. 0. Box 659030 Sacramento, CA 95865-9030 Upon receipt of each payment we will provide you with a receipt which shows funds deposited and a running principal balance of the monies being held in this escrow account. Monies will not be released until City of Carlsbad sends an original authorized release letter to the Bank. If you have any questions, please contact Nancy Holder, Contractor Escrow Administrator at 916-648-348 1 who can respond to your administrative requests and questions. Respectfu I ly, ~~ Vatsana Schultz Assistant Vice President Contractor Escrow Relationship Manager /enclosures 1750 I IOW[ AVlNUL SUIH 100. SACRAMENTO. CA 95825 • 2882 PROSPECT PARK DRIV[. su1r~ 240. RANCIIO CORDOVA. CA 95670 1415 L STR[[T. SUITE 100. SACRAMENTO. CA 958 14 • 1478 STONE POINT DRIVF. SUIH 200. ROS[VILL[. CA 95661 l'IIONE 9 16·648-2100 • fAX 9 16 648-0548 • WWW.BANKOFSACRAM[NTO.COM MEMBER. FDIC • • • Escrow No. 10461-004 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 __________ L""'o~s_A_n....,g~e_le-s_E_n_g_in_e~e_ri_n_g_, l_n_c_. _________ whose address is _6-=-3"'"'3"-----N-"--.-'B=a=r-'-'ra=n ___ c ____ a __ A ______ ve ..... n ____ u ___ e .... , _C __ o __ v~in"""a=,_C-"----a.~9 ..... 17 ____ 2 ____ 3"-_________ hereinafter called "Contractor" and Bank of Sacramento whose address is --=--17:....;:5:c..;:0:......:....:H=o..:..:w-=e-"A--'-v::..;:e:.:.n=u=-=e.,_, --=S=u=it-=-e_1:..;:0;.;:;0_,__, ..... S=a=-=c.:....::ra::..:..m:...:..;e=n..:..:.to=,._C=a ...... =95=8=2=5'----------hereinafter called "Escrow Agent." 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 EL CAMINO REAL WIDENING TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 in the amount of ***$8,930,590.00*** dated ~I. ;J__S,do(lf (hereinafter referred to as the "Contract"). Alternatively, on written request f 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 1 0 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 $100,000 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 City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into 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. , I • • • 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. 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 City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and 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, conversion 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 City: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR -----=--:..:....a.:....:.:...;;..::a.=-=-:..:....;..=.=....;.--""-'--'------- Name Clf.~t,,p~ Signature ZR,.-; ) Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title President Name Angus O'Brien Signature __ __;il .... a""""-..:;.~""""'-~=· :...._ _____ _ Address 633 N. Barranca Ave., Covina, CA 91723 Title Senior Vice President Name: Sharon Francis Signature zf:'aaM ~ Address 1750 Howe Ave, Ste. 100 Sacramento, CA 95825 • J 't • • • At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: Title __ ___.:.;;M.aa..A __ Y'""'O;;..;R~----------- Name ----'M_tt-ft-_ _._ttt,y ............. ("-&.\ __,,._. ____ _ Signature-~-----'--''-----"-. ....;.}_~_Jj _______ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title President Name Angus O'Brien Signature ____ \G?-----3::::.:::....=J::::=:a:!:.,::::,~~· ==----- Address 633 N. Barranca Ave, Covina, CA 91723 Title Senior Vice President Name Sharon Francis ~~~ Signature~~~-------~---~------- Address 1750 Howe Ave, Ste. 100 Sacramento, CA 95825 -GENERAL PROVISIONS - - FOR EL CAMINO REAL ROAD WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE CONTRACT NOS. 3957, 3643, 6302, 6303 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer'', unless otherwise stated. Where the words "ap- proved", "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. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ft Q Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 53 of 247 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the A definitions assigned to them herein. w Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. !t"Yr_ ~ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 54 of 247 - - - - - Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor-The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor'' shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons desigriated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer-A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 1 O percent (10%) of the original Contract Price bid. .... \iJ Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 55 of 247 Modification -Includes Change Orders and Supplemental Agreements. A Modification may only A be used after the effective date of the Contract. W Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract admin- istration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution lirn3 and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. .... '-J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 56 of 247 - - - - - Standard Plans -Details of standard structures, devices, or instructions ref erred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook''. State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade-For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety -Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne-Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility-Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. ..... \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 57 of 247 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon COMM ...................................................... Commercial ABAND ...................................................... Abandoned CONG ............................................................ Concrete ABS ....................... Acrylonitrile -butadiene -styrene CONN ........................................................ Connection AC ..................................................... Asphalt Concrete CONST ................................... Construct, Construction ACP .......................................... Asbestos cement pipe COORD ...................................................... Coordinate ACWS ..................... Asphalt concrete wearing surface CSP ........................................... Corrugated steel pipe ALT ................................................................ Alternate CSD ................................ Carlsbad Standard Drawings APTS ................................. Apartment and Apartments CTB ............................................ Cement treated base AMER STD .................................... American Standard CV ............................................................. Check valve AWG ............... American Wire Gage (nonferrous wire) CY ............................................................... Cubic yard BC ................................................... Beginning of curve D ............................................................... Load of pipe BCR ....................................... Beginning of curb return dB ................................................................... Decibels BORY ............................................................ Boundary DBL. .................................................................. Double BF ..................................................... Bottom of footing OF ............................................................... Douglas fir BLDG ........................................ Building and Buildings DIA ................................................................. Diameter BM ............................................................ Bench mark DIP ...................................................... Ductile iron pipe BVC ................................... Beginning of vertical curve DL ................................................................ Dead load B/VI/ ........................................................... Back of wall DR ..................................................... Dimension Ratio CIC ..................................................... Center to center DT ................................................................. Drain Tile CAB ...................................... Crushed aggregate base DWG ............................................................... Drawing CAUOSHA ........... California Occupational Safety and DWY .............................................................. Driveway Health Administration DWY APPR ................................... Driveway approach CalTrans ........ California Department of Transportation E ....................................................................... Electric CAP ................................... Corrugated aluminum pipe EA ........................................................................ Each CB ............................................................. Catch Basin EC ............................................................ End of curve Cb ........................................................................ Curb ECR ................................................. End of curb return CBP ............................... Catch Basin Connection Pipe EF ................................................................ Each face CBR ........................................ California Bearing Ratio EG ......................................................... Edge of gutter CCR ............................. California Code of Regulations EGL ................................................. Energy grade line CCTV ................................................ Closed Circuit TV El ................................................................... Elevation CES .......................... Carlsbad Engineering Standards ELC ...................................... Electrolier lighting conduit CF ................................................................. Curb face EL T ........................................................ Extra long ton CF ................................................................ Cubic foot ENGR ....................................... Engineer, Engineering C&G .................................................... Curb and gutter EP ................................................... Edge of pavement CFR ................................ Code of Federal Regulations ESMT ........................................................... Easement CFS ......................................... Cubic Feet per Second ETB ........................................... Emulsion-treated base CIP ......................................................... Cast iron pipe EVC ............................................... End of vertical curb GIPP ................................................ Cast-in place pipe EWA .............................. Encina Wastewater Authority CL ............................................. Clearance, center line EXC ............................................................ Excavation CLF ..................................................... Chain link fence EXP JT ................................................ Expansion joint CMB ............................... Crushed miscellaneous base EXST ............................................................... Existing CMC ......................................... Cement mortar-coated F ................................................................. Fahrenheit CML ............................................. Cement mortar-lined F&C .................................................. Frame and cover CMWD .................... Carlsbad Municipal Water District F&I .................................................. Furnish and install CO ................................................... Cleanout (Sewer) FAB ............................................................... Fabricate COL ................................................................. Column FAS ............................................... Flashing arrow sign !I> ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 58 of 247 - - - -FD ............................................................... Floor drain FON ........................................................... Foundation FED SPEC .................................. Federal Specification FG ......................................................... Finished grade FH ............................................................. Fire hydrant FL .................................................................. Flow line FS ...................................................... Finished surface FT-LB ......................................................... Foot-pound FTG ................................................................. Footing FW ............................................................ Face of wall G ............................................................................ Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ...................................................... Miscellaneous MOD .................................................. Modified, modify MON ........................................................... Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM .................. , ...... Microtunneling Boring Machine MU LT ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP ............................. Nonreinforced concrete pipe OBS ............................................................... Obsolete oc ································································on center GALV ......................................................... Galvanized OD .................................................... Outside diameter GAR ............................................ Garage and Garages GIP .............................................. Galvanized iron pipe OE ............................................................. Outer edge OH E ................................................. Overhead Electric GL ......................................... Ground line or grade line OMWD .................. Olivenhain Municipal Water District GM ............................................................... Gas meter OPP ............................................................... Opposite GNV ............................................... Ground Not Visible ORIG ............................................................... Original GP ................................................................. Guy pole GPM ............................................... gallons per minute GR ..................................................................... Grade PB .................................................................... Pull box PC .................................................... Point of curvature PCC ........................ Portland cement concrete or point - GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ............................................................ Headwall HGL .............................................. Hydraulic grade line HORIZ ......................................................... Horizontal HP .................. : .......................................... Horsepower HPG ................................................ High pressure gas of compound curvature PCVC ....................... Point of compound vertical curve PE ............................................................ Polyethylene Pl .................................................. Point of intersection PL ............................................................ Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT ................................................... Point on tangent pp .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve HPS ............................... High pressure sodium (Light} HYDR ........................................................... Hydraulic IE ......................................................... Invert Elevation PSI .......................................... Pounds per square inch PT ..................................................... Point of tangency PVC .................................................. Polyvinyl chloride ID ......................................................... Inside diameter PVMT ........................................................... Pavement INCL .............................................................. Including PVT R/W ....................................... Private right-of-way INSP ............................................................ Inspection Q ......................... Rate of flow in cubic feet per second INV ...................................................................... Invert QUAD ....................................... Quadrangle, Quadrant IP ................................................................... Iron pipe R ....................................................................... Radius JC .................................................... Junction chamber R&O .......................................................... Rock and oil JCT ................................................................. Junction R/W .......................................................... Right-of-way JS .................................................... Junction structure RA ....................................................... Recycling agent JT .......................................................................... Joint RAC ................................... Recycled asphalt concrete L. ....................................................................... Length RAP ............................... Reclaimed asphalt pavement LAB ............................................................. Laboratory RBAC .............................. Rubberized asphalt concrete LAT ................................................................... Lateral RC ............................................... Reinforced concrete LB ...................................................................... Pound RCB ....................................... Reinforced concrete box LD ..................................................... Local depression RCE ...................................... Registered civil engineer LF ............................................................... Linear foot RCP ...................................... Reinforced concrete pipe LH ................................................................ Lamp hole RCV ............................................ Remote control valve LL. .................................................................. Live load REF ............................................................. Reference LOL. ............................................................ Layout line REINF .............................. Reinforced or reinforcement LONG ....................................................... Longitudinal RES .............................................................. Reservoir LP ................................................................ Lamp post RGE ........................ Registered geotechnical engineer LPS ................................. Low pressure sodium (Light} ROW ....................................................... Right-of-Way LS ................................................................ Lump sum RR .................................................................. Railroad L TS .................................................... Lime treated soil RSE ............................. Registered structural engineer LWD ............................... Leucadia Wastewater District RTE ................................... Registered traffic engineer MAINT ..................................................... Maintenance S ................................... Sewer or Slope, as applicable MAX .............................................................. Maximum SCCP ............................... Steel cylinder concrete pipe MCR ........................................... Middle of curb return SD .............................................................. Storm drain MEAS ............................................................ Measure SDNR ............................. San Diego Northern Railway 1, • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 59 of 247 SOR ........ Standard thermoplastic pipe dimension ratio (ratio of pipe 0.0. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings TF .......................................................... Top of footing TOPO ....................................................... Topography TR ........................................................................ Tract -SE ...................................................... Sand Equivalent TRANS ......................................................... Transition SEC ................................................................. Section TS ......................... Traffic signal or transition structure SF .............................................................. Square foot TSC ............................................ Traffic signal conduit SFM ................................................ Sewer Force Main TSS ........................................... Traffic signal standard SI ...................... International System of Units (Metric) TW .............................................................. Top of wall SPEC ..................................................... Specifications TYP ................................................................... Typical SPPWC .......................................... Standard Plans for UE ............................................... Underground Electric Public Works Construction USA ................................... Underground Service Alert SSPWC ............................. Standard Specifications for VAR .................................................... Varies, Variable Public Works Construction VB ................................................................. Valve box ST HWY ................................................. State highway VC ........................................................... Vertical curve STA ................................................................... Station VCP .................................................. Vitrified clay pipe STD ............................................................... Standard VERT ............................................................... Vertical STR ................................................................. Straight VOL ................................................................. Volume STA GR ................................................. Straight grade VWD ....................................... Vallecitos Water District STRUC ......................................... Structural/Structure W ....................... Water, Wider or Width, as applicable SW ................................................................. Sidewalk WATCH .............. Work Area Traffic Control Handbook SWD ..................................................... Sidewalk drain WI ............................................................ Wrought iron SY ............................................................. Square yard WM ........................................................... Water meter T ................................................................. Telephone WPJ ........................................... Weakened plane joint TAN ................................................................ Tangent XCONN ............................................. Cross connection TC .............................................................. Top of curb XSEC ...................................................... Cross section TEL ............................................................. Telephone 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials -AISC .................................................................... American Institute of Steel Construction ANSI ....................................................................... American National Standards Institute API ....................................................................................... American Petroleum Institute AREA .............................................................. American Railway Engineering Association ASTM .............................................................. American Society for Testing and Materials AWPA ................................................................. American Wood Preservers Association AWS ......................................................................................... American Welding Society AWWA ...................................................................... American Water Works Association FHWA .............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ........................................................ National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ..................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey I\ •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 60 of 247 - - 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations} (Abbreviations) 1 mil (=0.001 in) ................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ............................................................................................... 0.3048 meter (m) 1 yard (yd) ............................................................................................ 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ............................................................................... 0.8361 square meter (m2) 1 cubic foot (ft3) .................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) ................................................................................. 0.7646 cubic meter (m3) 1 acre ................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) ............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (02) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ............................................................... 0.9072 Tonne(= 907 kg) 1 Poise ................................................................................................. 0.1 pascal · second (Pa -s) 1 centistoke (cs) ................................................................................... 1 square millimeters per 1 pound force (lbf) ................................................................................ /;;g~~~~~~s(N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................ 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................................. 1.3558 Watt (W) 1 part per million (ppm) ........................................................................ 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F}: ....................................................................... Degree Celsius (0C}: °F = (1.8 x °C} + 32 .............................................................................. °C = (°F-32)/1.8 SI Units abbreviation Commonl Used in Both S stems 1 Ampere A 1 Volt (V) 1 Candela ( cd} 1 Lumen (Im) 1 second (s) ft \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 61 of 247 Common Metric Prefixes kilo (k) ................................................................................................... 103 centi (c) ................................................................................................. 10-2 milli (m) ................................................................................................. 1 o-3 micro (µ) ............................................................................................... 1 o-6 nano (n) ................................................................................................ 1 o-9 pico (p) ................................................................................................. 10-12 1-5 SYMBOLS ~ L % ' " I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line ...... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 - Page 62 of 24 7 - - SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether as- signed or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), which- ever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such por- tion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor . . I"\ • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 63 of 247 Section 411 O provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Con- tractor a penalty in an amount of not more than 1 O percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 1 O percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed- ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contrac:tor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from A information submitted by the Contractor, and subject to approval by the Engineer. w Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Con- tractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 64 of 247 • - - - 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 bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 1 0 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica- tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter desig- nated "SSPWC", as amended. The construction plans consist of one set. The set is designated as City of Carlsbad Drawing No. 460-6 and consists of 77 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed in Appendix F to these General Provisions. r. •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 65 of 247 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci-e fications and not shown on the Plans, or shown on the Plans and not specified in the Specif ica- tions, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, im- mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. - 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d} San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 1 O) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 10) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifica- tions are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and con- struction materials referred to in the CAL TRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of ..... '(.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 66 of 247 - - - precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans- mittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and sub- mittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the ( equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: ---------------Title: ____________ _ Date: ______________ _ Company Name: ___________________________ _ -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 67 of 247 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the A Plans which are required to be designed by the Contractor. Working drawings shall be of a size w, and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Num-Title Subject ber 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wirina Diaarams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8,, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi- cations for the purposes of administration of the Contract, analysis for verification of conform- ance with the Specifications, the operation and maintenance of a manufactured product or sys- tem to be constructed as part of the Work, and other information as may be required by the En- gineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engi- neer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contrac- tor. Supporting information shall consist of the following and is required unless otherwise speci- fied in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1 . ...... \iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 68 of 247 - - -5) 6) 7) 8) Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 201-1.1. Asphalt concrete mix designs per 203-6.1. Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten ( 1 0) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all ma- terials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. -The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Con- tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. -~ '-1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 69 of 247 Monument frames and covers shall be protected during street sealing or painting projects or be A cleaned to the satisfaction of the Engineer. W 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after 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, dratting 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. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the require- ments 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, wade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8 H' by 11") paper. The field notes, calculations and support- ing data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author 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 docu- mentation for any computer program. The field notes shall be prepared in conformance with the CAL TRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survE~Y monument. SDRS drawing M-1 0 type monu-a ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel w 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 submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not 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 that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. () Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 70 of 247 -TABLE 2-9.2.2{A) Survey Requirements for Construction Staking Feature Staked Stake De-Centerline or Parallel to Center-Lateral Spac-Setting Tolerance scription@ line Soacina©, $ ina <3>, $ (Within) Street Centerline SDRS M-10 S1000', Street Intersections, on street cen-0.02' Monument Begin and end of curves, only terline Horizontal, also see when shown on the plans Section 2-9.2.1 herein Clearing Lath in soil, ath -lntervisible, s 50' on tangents at clearing line 1 ' Horizontal painted line & s 25' on curves, Painted line - on PCC &AC continuous surfaces Slope RP+ Marker lntervisible ands 50' Grade Breaks 0.1' Vertical & Horizon- Stake &S25' tal Fence RP+ Marker s 200' on tangents, s 50' on N/A 0.1' Horizontal Stake curves when ( constant off- R~ 1000' & 25' on curves when set) Rs 1000' Rough Grade Cuts RP+ Marker S50' N/A 0.1' Vertical & Horizon- or Fills~ 10 m Stake tal (33') Final Grade (in-RP+ Marker s 50' on tangents & curves when S22' 3/s" Horizontal & ¼" eludes top of: Stake, Blue-R~ 1000' & Vertical Basement soil, top in grading s 25' on curves when R s 1000' subbase and area base) Asphalt Pavement RP, paint on s 25' or as per the intersection edge of pave-3/s" Horizontal & ¼" -Finish Course previous grid points shown on the plan ment, paving Vertical course whichever provides the denser in-pass width, formation crown line & qrade breaks Drainage Struc-RP+ Marker intervisible & s 25', beginning and as appropriate 3/s" Horizontal & ¼" tures, Pipes & sim-Stake end, BC & EC of facilities, Grade Vertical ilar FacilitiesCD, ® breaks, Alignment breaks, June- tions, Inlets & similar facilities, Risers & similar facilities (except olumbino), Skewed cut-off lines Curb RP+ Marker s 25', BC & EC, at¼~,½~ & ¾~ ( constant off-3/a" Horizontal & ¼" Stake on curb returns & at beginning & set) Vertical end Traffic Signal CD Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate 3/a" Horizontal & ¼" Controller CD Stake Vertical Junction Box CD RP+ Marker at each junction box location as appropriate 3/a" Horizontal & ¼" Stake Vertical Conduit CD RP+ Marker s 50' on tangents & curves when as appropriate 3/a" Horizontal & when Stake R~ 1000' & depth cannot be meas- s 25' on curves when R s 1000' or ured from existing where arade s 0.30% pavement ¼" Vertical Minor Structure CD RP+ Marker for catch basins: at centerline of as appropriate 3/a" Horizontal & ¼" Stake+ Line box, ends of box & wings & at Vertical (when vertical Stake each end of the local depression data needed) @ --~ \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 71 of 247 Feature Staked Stake De-Centerline or Parallel to Center-Lateral Spac-Setting Tolerance scription@ line Spacing@, (ID ing ~. (ID (Within) Abutment Fill RP+ Marker s 50' & along end slopes & conic as appropriate 0.1' Vertical & Horizon- Stake+ Line transitions tal Stake Wall Q) RP+ Marker s 50' and at beginning & end of: as appropriate ¼" Horizontal & ¼" Stake+ Line each wall, BC & EC, layout line Vertical Point +Guard angle points, changes in footing Stake dimensions &/or elevation & wall heiaht Maior Structure @ Footings, Bents, RP+ Marker 10' to 33' as required by the Engi-as appropriate 3/s" Horizontal & ¼" Abutments & Stake+ Line neer, BC & EC, transition points & Vertical Wingwalls Point +Guard at beginning & end. Elevation Stake points on footings at bottom of columns Superstructures RP 1 O' to 33' sufficient to use string as appropriate 3/a" Horizontal & ¼" lines, BC & EC, transition points & Vertical at beginning & end. Elevation points on footings at bottom of columns Miscellaneous @ Contour Grading RP+ Marker S50' along contour 0.1' Vertical & Horizon-Q) Stake line tal Utilities Q), 0 RP+ Marker s 50' on tangents & c:urves when as appropriate 3/a" Horizontal & ¼" ·Stake R~ 1000' 8, Vertical s 25' on curves when R s 1000' or where orade s 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of as appropriate 0.1' Horizontal & ¼" & Ditches Q) Stake facilities, Grade break:s, Alignment Vertical breaks, Junctions, Inlets & similar facilities Signs Q) RP+ Marker At sign loca1ion Line point 0.1' Vertical & Horizon- Stake+ Line tal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of fa-as appropriate 0.1' Horizontal & ¼" Drains Q) Stake cilities, Grade breaks, Alignment Vertical breaks, Junctions, Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" Q) Stake end Vertical Markers Q) RP+ Marker for asphalt street surfacing s 50' At marker loca-¼" Horizontal Stake on tangents & curves when R~ tion(s) 1000' & s 25' on curves when R s 1000'. Railings & Barri-RP+ Marker At beginning & end and s 50' on at railing & bar-%" Horizontal & Verti- ers Q) Stake tangents & curves when R ~ 1000' rier location(s) cal & < 25' on curves when R < 1000' AC Dikes Q) RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Verti- Stake cal Box Culverts 1 O' to 33' as required by the Engi-as appropriate 3/s' Horizontal & ¼" neer, BC & EC, transition points & Vertical at beginning & end. Elevation points on footinqs & at invert Pavement Mark-RP 200' on tangents, 50' on curves at pavement ¼" Horizontal ersQ) when marker loca- R ~ 1000' & 25' on curves when R tion(s) s 1000'. For PCC surfaced streets lane cold ioints will suffice Q) Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those fea- tures and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table . ....,, "' Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 72 of 247 - - - - - a> Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the fea- ture @ ~ means greater than, or equal to, the number following the symbol. :s; means less than, or equal to, the number following the symbol. (l) The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engi- neer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) s Tvoe of Stake Horizontal Control Vertical Control Clearina Grading Structure Drainage, Sewer, Curb Riaht-of-Wav Miscellaneous urvey TABLE 2-9.2.2(8) SkCI Cdf Ct ta e o or o e or ons ruction Description St k' a mg Coordinated control points, control lines, control reference points, centerline, alianments, etc. Bench marks Limits of clearina Slope, intermediate slope, abutment fill, rough grade, contour grad- inq, final qrade, etc. Bridaes, sound and retainina walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains slope protection, curbs, autters, etc. Fences, R/ W lines, easements, propertv monuments, etc. Signs, railings, barriers, lighting, etc. * Flagging and marking cards, if used. Color* White/Red White/Or- anqe Yellow/Black Yellow White Blue White/Yellow Oranae 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 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 com- pensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monu- ments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 73 of 247 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce - compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc- tions from the Engineer or an authorized representative. The decision of the Engineer is final and bindin!~ on all questions relating to: quantities; accept- ability of material, equipment, or work; execution, progress or sequence of work; and interpreta- tion of the Plans, Specifications, or other drawings. This shall be precedent to any payment un- der the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engi- neer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Con- tractor's staff and the staff of all subcontractors to this contract. At any time during normal busi- ness hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relat-- ing to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Con- tractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con- tractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obliuation to fulfill all conditions of the Contract. SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing a right to the Contractor to demand acceptance of such changes. ...... '-J Revised 11/24/1 0 Contract Nos. 39157, 3643, 6302, 6303 Page 74 of 247 - ,-- - - 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con- tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in- volved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con- formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specif ica- tions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Con- tract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract -Unit Price. ft '-J Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 75 of 247 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise spec- ified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notifi- cation in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be A computed on the basis of Extra Work per Section 3-3. W 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equip- ment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. - I'\ •;, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 76 of 247 - - - Nondirect labor costs, including superintendence, shall be considered part of the markup of Sec- tion 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" pub- lished by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inci- dentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Con- tractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating rec- ommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Con- tractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 77 of 247 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor .................................... 20 2) Materials ............................... 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Sub- contractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcon- tracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting doc- uments to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party - shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted A through the Contractor. w The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: 1 . Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per- formed; and Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is ft ~, Revised 11/24/10 3. Contract Nos. 3957, 3643, 6302, 6303 Page 78 of 247 - - - required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect perfor- mance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the hap- pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and bet ore they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed condi- tions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in re- sponse to the City's proposed final estimate in order for it to be further considered." By: ----------------Title: _____________ _ Date: _____________ _ Company Name: ___________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the -affected work is completed. Failure to do so shall be sufficient cause for denial of any claim ..... \iJ Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 79 of 247 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. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or A appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, W review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the proce- dures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 .1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except A that "public work" does not include any work or improvement contracted for by the state or the W ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 80 of 247 - - - Regents of the University of California. {2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifica- tions for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars {$375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or withifl a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. ( d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 ( commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be ...... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 81 of 247 construed to change the time periods for filing tort claims or actions specified by Chapter 1 (com- mencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time re- quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce- dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap- pointed for purposes of this article shall be expeffienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ- ent division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis- puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the gener- ally accepted standards. Material and work quality shall be subject to the Engineer's approval. ...... '-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 82 of 247 - - - - Materials and work quality not conforming to the requirements of the Specifications shall be con- sidered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Spec- ifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Con- tractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be neces- sary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrica- tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta- ble upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to in- spection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety 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 char- acter of materials. Inspection or testing of the whole or any portion of the work or materials incor- porated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, ft ~ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 83 of 247 equipment or process. This approval shall be obtained before producing any material or equip- ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or A is sent so far in advance that the materials on hand at the time will not last but will be replaced by W a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require- ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacc:eptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after im- proper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Enginem 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. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica- tions and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. ft \.J Revised 11 /24/1 0 Contract Nos. 3Si57, 3643, 6302, 6303 Page 84 of 247 - - - ---------·-·------------------------- 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any mate- rial, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, ap- pearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for propor- tioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper- ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch . ..... fi.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 85 of 247 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres-- sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal- ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod- ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as de- fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting thei implementation of a resolution process by com- mittee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledge- ment, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will eiach select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Con- tractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the coop- erative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the ·contradiction extended to both parties, the -~ '-J Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 86 of 247 - - - - 4-2 investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the inves- tigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertain- ing to the contradiction shall be suspended until the investigation is concluded. MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Con- tractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of ma- terials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under- ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. ft '-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 87 of 247 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port of any utility without authority from the owner or order from the Agency. All valves, switches, - vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1 . When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic pro- tection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por- tions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements be- fore commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for man- hole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. -~ \iJ Revised 11 /24/1 0 Contract Nos. 3957,.3643, 6302, 6303 Page 88 of 247 - - - When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and prop- erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3- 3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensa- tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELA VS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail- able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden- tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. ~ "\J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 89 of 247 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to - permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. The Contractor shall coordinate with San Diego Gas & Electric (SDG&E), AT&T, and Time Warner Cable on the under9rounding of the 12 overhead poles. The Contractor shall include in the work schedule time requirements for the utility companies to perform the undergrounding once the conduits and appurtenances are installed. Undergrounding must be completed before overhead poles can be removed and the work completed. The Contractor shall coordinate with Crown Castle on the relocation of two (2) existing Cell Sites. One site is on an existing wood utility pole and the other is on an existing street light. The Con- tractor shall include in the work schedule time requirements for Crown Castle to perform the relo- cation work before the removal or relocation of existing wood utility pole and existing street light. The Cell site relocation must be done before the wood pole can be removed and the street light relocated and the work completed. SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within thirty (30) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's A management personnel responsible for the management, administration, and execution of the W project is mandatory for the meeting to be convened. Failure of the Contractor to have the Con- tractor'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. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1 .2 through 6-1 .2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se- quencing, including all milestones necessary to define beginning and ending of each phase or stage. 11"- "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 90 of 247 - - - 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project'' program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac- tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contrac- tor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project'' program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on- site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accu- rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule . ..... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 91 of 247 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.1 0 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece- dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi- neer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the_ requirements of these supplemental pro- visions within thirty (30) working days after the date of the preconstruction meeting shall be - grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporat- ing the comments prior to receipt of payment per Section 6-1 .8.1. I 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the cor- rections and changes of the comments prior to receipt of payment per Section 6-1 .8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements ft \iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 92 of 247 -no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6- 1 .2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. · 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur- ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. -6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. - 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1 .4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resub- mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re- turning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY ft \iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 93 of 247 CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion · or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan- tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different'' means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Sched- ule Update must accurately represent the actual dates for all activities. The final schedule update - shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revi- sions and 6-1 . 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, --~ '-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 94 of 247 -the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.2 El Camino Real Construction Phasing 6-2.2.1 Phase I. As shown on the sample traffic control plans guidelines. 6-2.2.2 Phase II. As shown on the sample traffic control plans guidelines. 6-2.2.3 Phase Ill. As shown on the sample traffic control plans guidelines. 6-2.2.4 Phase IV. As shown on the sample traffic control plans guidelines. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Rep- resentative shall be the individual determined under Section 7-6, ''The Contractor's Representa- tive". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. -6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. - 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar- chaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, I'\ •;, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 95 of 247 the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to - the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract tor any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the prem- ises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Con- tractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the A Agency under law. w, 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own dis- cretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac- tor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted tor a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Con- tractor will not be entitled to damages or additional payment due to such delays, except as pro- vided in Section 6-6.3. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 96 of 247 - - - - If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the clas- sification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reason- able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Con- tract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 300 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 , 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays. " • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 97 of247 The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must - be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Con- tractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indi- cate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com- pleted and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or perma- nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi- neer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" 9 to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Dollars ($1,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thousand Dollars ($1,000.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any dam- ages. ft ~ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 98 of 247 -6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the im- provement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any com- pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. -7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. - 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with ap- plicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agree- ment on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes respon- sibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the re- maining provisions of the Labor Code. ll">- ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 99 of 247 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 1 0 of the - Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Com- pensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contrac- tor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compen- sation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency permits for the Work are included in Appen- dix B of these supplemental provisions.· Resource agency permits pertaining to this project in- clude: 1) California Department of Fish and Game permit number 1600-2008-0365-RS issued on 4.23.2013. 2) California Water Quality Control Board permit number 08C-074; WDID 9 000001846 ,, •;, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 100 of 247 - - - - - issued on 12.17.2009 3) United States Army Corps of Engineers permit number SPL-2008-01075-SAS issued on 1.21.2010. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or per- son in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for dam- ages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility compa- nies during the relocation or construction of their lines. The utility companies include San Diego Gas and Electric (SDG&E), AT&T, Time Warner Cable, and Crown Castle. 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. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. -~ \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 101 of 247 When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of 9 keeping paved areas acceptably clean wherever construction, including restoration, is incom- plete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed imme- diately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result_ of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Con- tractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of c:leanup and dust control that, in his/her sole dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust - control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Con- tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em- ployees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, fl">-~ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 102 of 247 - - - lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) · Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Storm- water Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (NOi) shall be filed for the project. The NOi shall be filed by City of Carlsbad per requirements of the latest NPDES Construction Permit before a Notice to Proceed is issued. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa- tions, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relo- cated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as .... {.J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 103 of 247 nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and A covered with suitable mulch. w, The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m {300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal com- pany, Coast Waste Management at 929-9417. - During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park- ing within an 800 foot distance from their homes or businesses. -. ...._ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 104 of 247 - - Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the af- fected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledge- able about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notif ica- tion to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad- vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored else- where by the Contractor at its expense unless authorized additional storage time. · Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip- ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site . ...... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 105 of 247 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer . . . . .. . . . .. . . . . . . . . . .. . .. .. .. . .. .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. .. . . .. ... . . . . .. .. (760) 602-2720 2) Carlsbad Fire Department Dispatch................................................ (760) 931-2197 3) Carlsbad Police Department Dispatch.............................................. (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937).................. (760) 438-2980 5) Carlsbad Traffic Signals Operations................................................ (760) 602-2752 6) North County Transit District........................................................... (760) 967-2828 7) Waste Management......................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or re- place 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, de- lineation 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 ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con- trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con- tractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be re- moved from the traveled way and from the view of motorists in the traveled way or shielded from -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 106 of 247 - - - the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav- eled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in- cluding any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equip- ment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The sign- post or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six feet (6'), nor operate equipment within two feet {2') from any traffic lane occupied by traffic. For equipment the than 2' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adja- cent traffic lane or provide barriers. During the entire construction, a minimum of 2 paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 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, California Manual on Uniform Traffic Control Devices and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its respon- sibility to provide such additional devices or take such measures as may be necessary to maintain public sat ety. 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. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not .~ '-J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 107 of 247 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. 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 the Cal- ifornia Manual on Uniform Traffic Control Devices 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 neces- sary, 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 re- moved, 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 mate- rial. 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 tem- porary pavement delineation is required to be reimoved, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 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 a in the project plans, or if the Contractor elects to modify TCP included in the specifications, the W 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 traveled 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 traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifica- tions, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices as published by CALTRANS. 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, 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 Con- tractor will be beneficial to the best interests of the Agency. Such modification, addition, supple- ment, and/or new design shall not be implemented and no work shall be commenced that is con- tingent on such approval until the changed TCP are approved by the Engineer. The preparation • I\ •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 108 of 247 - 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 mod- ifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as spec- ified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be in- cluded in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Con- tractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are pro- vided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described -~ "J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 109 of 247 in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and con- tain procedures for safe entry into confined spaces, including, but not limited to the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. Training of personnel Purging and cleaning the space of materials and residue Potential isolation and control of energy and material inf low Controlled access to the space Atmospheric testing of the space Ventilation of the space Special hazards consideration Personal protective equipment Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required con- fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and person- nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contrac- tor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary sat eguards for the protection of workers and public, and shall use danger -~ "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 110 of 247 - - signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe- ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Na- tional laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. -7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from pur- chases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final pay- ment to the contractor, without further acknowledgment of the parties." SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from meas- urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 111 of 247 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec-- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with dupli- cate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Stand- ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment - to the Contractor will be made only for actual quantities of Contract items constructed in accord- ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid Schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1 . The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction ft Q Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 112 of 247 - - - - under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-1 0. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall com- plete the detailed progress pay estimate and submit it to the Contractor for the Contractor's infor- mation. 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 685.01 0 of the Code of Civil Procedure. -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 113 of 247 From each progress estimate, 1 0 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has - been completed and if progress on the Work is satisfactory, the deduction to be made from re- maining progress estimates and from the final estimate may be limited to $500 or 1 0 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corre- sponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjust- ments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state- ment required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed 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 ,, ...... {.J Revised 11/24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 114 of 247 - - - - the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equip- ment 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, equip- ment, 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 opera- tions 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 therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex- pense . . , ~+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 115 of 247 Bid Item Descriptions: Mobilization (stipulated amount of $400,000) (Bid Item No. 1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits in applicable 2. Submittal of required construction schedule(s). 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notices, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construction water supply. 8. Notification of residents and businesses. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or dis- covered during construction operations. The deletion of work or the addition of extra work as provided for herein shall be reflected in A Contract Change Orders, and shall not affect the price paid for initial mobilization. W Payment for Mobilization will be made at the lump sum price bid, which shall constitute full com- pensation for all such work. Progress payments for mobilization and related preparatory work will be made as follows: For the first progress payment (after the issuance of the initial Notice to Proceed), forty percent (40%) of the amount bid for Mobilization will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for Mobilization will be allowed therefor. The contract lump sum price paid for Mobilization shall include full compensation for furnishing all labor, materials, tools and equipment, the cost of bonds and insurance policies, and incidentals, and for doing all work involved in mobilization as specified herein. Traffic Control (Bid Item No. 2) Lump Sum The Contract lump sum price paid for traffic control shall include full compensation for, but not limited, to furnishing all labor (including flagging costs), materials, (including construction area signs), tools, equipment, traffic control plans and revisions for all sites and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (sur- face mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, potable flashing beacons, flashing arrow signs, portable changeable mes- sage signs, as shown on the plans, as specified in the Standard Specifications, and as directed by the Engineer. -~ ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 116 of 247 - - - - Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for traffic control and no additional compensation will be allowed therefore. Partial payment for traffic control shall be based on the percentage of the total value of work completed on the other items listed under each schedule as of each progress pay estimate. Clearing and Grubbing (Bid Item No. 3) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to perform Clearing and Grubbing, including all the operations and requirements in accordance with the Sec- tion 215, Section 300-1, the plans and contract documents and no additional compensation will be allowed therefor. Storm Water Pollution Prevention Plan (Bid Item No. 4) Lump Sum A Storm Water Pollution Prevention Plan (SWPPP) shall be prepared and implemented by the contractor for this project according to the requirements of Section 300-13 of these General Pro- visions and the Standard Specifications. Full compensation for preparation, implementation and management of a SWPPP and all required water pollution control measures shall be considered as included in the lump sum price paid for Storm Water Pollution Prevention Plan and no addi- tional payment will be made therefor. Unclassified Excavation (Street) (Bid Item No. 5) Cubic Yard The contract unit price paid for this bid item shall constitute full compensation to perform Unclas- sified Excavation (Streets) operation, including excavation, importing, exporting, disposal, place- ment, watering, dust control, subdrains, benching and compaction in accordance with the Section 300, the plans and contract documents and no additional compensation will be allowed therefor. Unclassified Excavation (Grading, Sheets 22 & 23) (Bid Item No. 6) Cubic Yard The contract unit price paid for this bid item shall constitute full compensation to perform Unclas- sified Excavation (Grading) operation, including excavation, importing, exporting, disposal, place- ment, watering, dust control, subdrains, benching and compaction in accordance with the Section 300, the plans and contract documents and no additional compensation will be allowed therefor. Remove AC Pavement (Bid Item No. 7) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove AC Pavement, including sawcutting, hauling, disposal and disposal fees, in accordance with the Standard Specifications, plans and contract documents and no additional compensation will be allowed therefor. Remove AC Berm (Bid Item No. 8) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to remove AC Berm, including sawcutting, hauling, disposal and disposal fees, in accordance with the Standard Spec- ifications, plans and contract documents and no additional compensation will be allowed therefor. Cold Milling (Plane) AC Pavement (Bid Item No. 9) Square Feet The contract unit price paid for this bid item shall constitute full compensation to Cold Mill AC Pavement, including move-ons, sweeping, hauling, disposal and disposal fees, in accordance with Sections 302-1 and 302-5 of the Standard Specifications, plans and contract documents and no additional compensation will be allowed therefor. ....... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 117 of 247 Full-depth Asphalt Concrete Patch (Bid Item No. 10) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove asphalt - concrete and or aggregate base/subbase and replacing materials so removed with asphalt con- crete. Pavement, including sawcutting, hauling, disposal, and disposal fees, in accordance with the Standard Specifications, plans and contract documents and no additional compensation will be allowed therefor. Crack Sealing (Bid Item No. 11) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to Clean and Seal Pavement Cracks, including disposal of debris and disposal fees, in accordance with the Standard Specifications, plans and contract documents and no additional compensation will be allowed therefor. Remove PCC Curb, Gutter and Sidewalk (Bid Item No. 12) Square Feet The contract unit price paid for this bid item shall constitute full compensation to Remove PCC Curb, Gutter and Sidewalk, including sawcutting, hauling, disposal and disposal fees, in accord- ance with the Standard Specifications, plans and contract documents and no additional compen- sation will be allowed therefor. Construct 2 inch AC Pavement (Sheet 23) (Bid Item No. 13) Ton The contract unit price paid for this bid item shall constitute full compensation to construct asphalt concrete paving, including subgrade preparation, placement, compaction, and finishing roadway in accordance with the Section 302 and 203, the plans and contract documents, and no additional compensation will be allowed therefor. Construct AC Pavement (Bid Item No. 14) Ton - The contract unit price paid for this bid item shall constitute full compensation to construct asphalt concrete paving, including existing pavement preparation, placement of leveling course, subgrade preparation, placement, compaction and finishing roadway in accordance with the Section 302 and 203, the plans and contract documents, and no additional compensation will be allowed therefor. Construct 2" TRMAC Overlay (Bid Item No. 15) Ton The contract unit price paid for this bid item shall constitute full compensation to construct asphalt concrete overlay, including existing pavement preparation, placement of leveling course, place- ment of overlay course on pavement fabric where indicated, compaction, smoothly joining adja- cent surfacing and finishing roadway in accordance with the Section 302 and 203, the plans and contract documents, and no additional compensation will be allowed therefor. Construct Class 2 Aggregate Base (Bid Item No. 16) Cubic Yard The contract unit price paid tor this bid item shall constitute full compensation to construct Class 2 aggregate base, including subgrade preparation, placement, watering, and compaction in ac- cordance with the Section 301 and 200-2, the plans and contract documents and no additional compensation will be allowed therefor. Construct 6 inch PCC Curb and Gutter per SDRSD G-2 (Bid Item No. 17) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install 6 inch PCC Curb and Gutter (Type G) per San Diego Regional Standard Drawing G-2 in accord- ance with the plans and contract documents. This includes, but is not limited to, surveying, tran- sitions, excavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb and gutter. -~ \iJ Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 118 of 247 - - - - Construct 8 inch PCC Curb per GS-18 (Bid Item No. 18) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install PCC Curb per City of Carlsbad Standard Drawing GS-18 in accordance with the plans and con- tract documents. This includes, but is not limited to, surveying, transitions, excavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb. Construct 8 inch Modified, Type G PCC Curb and Gutter per SDRSD G-2 (Bid Item No. 19) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install 8 inch PCC Curb and Gutter per San Diego Regional Standard Drawing G-2 in accordance with the plans and contract documents. This includes, but is not limited to, surveying, transitions, ex- cavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb and gutter. Construct PCC Sidewalk per SDRSD G-7 (Bid Item No. 20) Square Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install PCC Sidewalk, of the thickness indicated on plans, per San Diego Regional Standard Drawing G-7 in accordance with the plans and contract documents. This includes, but is not limited to, joints, surveying, transitions, excavation, forming, base material, compaction, and sawcutting. Construct Miscellaneous PCC Sidewalk per SDRSD G-7 (Bid Item No. 21) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove existing sidewalk, sawcutting, and reinstall new PCC Sidewalk, of the thickness indicated on plans, per San Diego Regional Standard Drawing G-7 in accordance with the plans and contract documents and at the direction of the Engineer. This includes, but is not limited to, removal and disposal of existing sidewalk, surveying, sawcutting, excavation, forming, base material, compaction, transi- tions and joints. Construct PCC Pedestrian Ramp, Type A per SDRSD G-27 (Bid Item No. 22) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install PCC Pedestrian Ramp, of the thickness indicated on plans, per San Diego Regional Standard Drawing G-27 in accordance with the plans and contract documents. This includes, but is not limited to, detectable warnings, joints, surveying, transitions, excavation, forming, base material, compaction, and sawcutting. Construct PCC Driveway per SDRSD G-14A (Bid Item No. 23) Square Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install PCC Driveway, of the thickness indicated on plans, per San Diego Regional Standard Drawing G-14A in accordance with the plans and contract documents. This includes, but is not limited to, joints, surveying, transitions, excavation, forming, base material, compaction, and sawcutting. Construct Modified PCC Driveway per COC GS-20 (Bid Item No. 24) Square Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install Modified PCC Driveway, of the thickness indicated on City of Carlsbad Standard Drawing GS-20, in accordance with the plans and contract documents. This includes, but is not limited to, joints, surveying, transitions, excavation, forming, base material, compaction, and sawcutting. Construct 6 inch AC Berm per SDRSD G-5 (Bid Item No. 25) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install 6 inch AC Berm, of the height indicated on Regional Standard Drawing G-5, in accordance with the plans and contract documents. This includes, but is not limited to, joints, surveying, transitions, ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 119 of 247 excavation, forming, base material, compaction, and sawcutting. Construct Enhanced PCC Paving (Bid Item No. 26) Square Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install Enhanced PCC Paving in the median (Section 303.6), of the thickness indicated on plans, per San Diego Regional Standard Drawings and in accordance with the plans and contract docu- ments. This includes, but is not limited to, integral color, sandblasting, concrete additives, stand- ard and special aggregate, joints, surveying, transitions, excavation, forming, base material, com- paction, and sawcutting. Adjust Manhole (Bid Item No. 27) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to adjust existing manhole frame and cover to new finish grade in accordance with Section 301- 1, the details on the plans and San Diego Regional Standard Drawings, and the contract docu- ments and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, rings and risers, miscellaneous metal, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to structure. Replace Valve Well (Bid Item No. 28) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to replace existing valve well and cap to new finish grade in accordance with the Standard Spec- ifications, the details on the plans, the San Diego Regional Standard Drawings, and the contract documents and no additional compensation will be allowed therefore. This includes, but is not limited to, surveying, rings and risers, miscellaneous metal, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to structure. Adjust Survey Monument (Bid Item No. 29) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to adjust existing survey monument well and cap to new finish grade in accordance with the Standard Specifications, the details on the plans, the San Diego Regional Standard Drawings, and the contract documents and no additional compensation will be allowed therefor. This in- cludes, but is not limited to, surveying, rings and risers, miscellaneous metal, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to structure. Adjust to Grade Existing Pressure Reducing Station at STA 533+00:t (Bid Item No. 30) LS The contract unit price paid for this bid item shall constitute full compensation for all work required to adjust to grade existing pressure reducing station to new finish grade in accordance with the Standard Specifications, City of Carlsbad Standard Drawings and Specifications, the San Diego Regional Standard Drawings, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, rings and risers, miscellaneous metal, excavation, forming, backfill, compacted fill, and adjusting removing, and replacing any equipment related to the existing pressure reducing station. Construct 18, 24, 30 or 36 inch RCP, or 38x24 inch Elliptical RCP (Bid Item Nos. 31 to 39) Linear Feet The contract unit prices paid for these bid items shall constitute full compensation to furnish and install the pipe, of the D-load indicated, with watertight joints if specified on plans, in accordance with Green Book Section 207-2 and 306-1, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, connections plugs and caps, flared end sections, fittings, adapters, bends, excavation, spoil disposal, trenching, dewatering, trench plates, shoring ..... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 120 of 247 - - and bracing, bedding, backfill, compaction, resurfacing, AC paving, aggregate base, crushed rock, compacted fill, replacing pavement markings and striping. Line Existing 18 inch and 24 inch RCP, per Specifications (Bid Item Nos. 40 and 41) Lin- ear Feet The contract unit price paid for these bid items shall constitute full compensation for all work re- quired to furnish and install lining of existing 18 inch and 24 inch RCP in accordance with Down- stream Services, Inc. (1-800-262-0999) the Blue-Tek UV-cured GFR Liners or IPR EcoCast, Ge- opolymer Liners or approved equal, and contract documents. No additional compensation will be allowed therefore. Construct Storm Drain Cleanout Type A-4, Type A-5, or Type A-8 per SDRSD D-9 (Bid Item Nos. 42, 43, and 44) Each The contract unit price paid for these bid items shall constitute full compensation for all work required to construct Storm Drain Cleanout Type indicated in accordance with Section 303-1, the details on the plans and San Diego Regional Standard Drawing D-9, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, sur- veying, extension of existing pipe if necessary, making connections, excavation, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and replacing curb, gutter and paving. Construct Modified Type B Curb Inlet per SDRSD D-2 (Bid Item No. 45) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Type B Curb Inlet, of the size indicated on the plans, in accordance with Section 303- 1, the details on the plans and San Diego Regional Standard Drawing D-2, and the contract doc- uments and no additional compensation will be allowed therefor .. This includes, but is not limited to, surveying, extension of existing pipe if necessary, making connections, excavation, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and replacing curb, gutter and paving. Construct Type B-1 Curb Inlet per SDRSD D-2 (Bid Item Nos. 46 to 53) Each The contract unit price paid for these bid items shall constitute full compensation for all work required to construct Type B-1 Curb Inlet, of the size indicated on the plans, in accordance with Section 303-1, the details on the plans and San Diego Regional Standard Drawing D-2, and the contract documents and no additional compensation will be allowed therefor .. This includes, but is not limited to, surveying, extension of existing pipe if necessary, making connections, excava- tion, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and replacing curb, gutter and paving. Construct Modified (MOD) Type B-1 Curb Inlet with A-5 Cleanout (Bid Item No. 54) Each The contract unit price paid for these bid items shall constitute full compensation for all work required to construct a modified Type B-1 Curb Inlet with A-5 Cleanout, of the size indicated on the plans, in accordance with Section 303-1, the details shown in the Appendix F, the San Diego Regional Standard Drawing D-2, D-10 and D-11, and the contract documents and no additional compensation will be allowed therefore. This inlet is modified for maintenance and access with a modified A-5 cleanout with landing due to depth of structure. This includes, but is not limited to, -surveying, extension of existing pipe if necessary, making connections, excavation, forming, back- ft '\iJ Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 121 of 247 fill, base material, compaction, sawcutting, removing and replacing pavement adjacent to drain- age structure, painting "No Dumping" stencil peir Appendix C, and removing and replacing curb, gutter and paving. Construct Type B-2 Curb Inlet per SDRSD D-2 (Bid Item No. 55) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Type B-2 Curb Inlet, of the size indicated on the plans, in accordance with Section 303-1, the details on the plans and San Diego Regional Standard Drawing D-2, and the contract documents and no additional compensation will be allowed therefor .. This includes, but is not limited to, surveying, extension of existing pipe if necessary, making connections, excavation, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adja- cent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and re- placing curb, gutter and paving. Construct Type F Catch Basin per SDRSD D-7 (Bid Item No. 56) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Type F Catch Basin in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-7, and the contract documents and no additional com- pensation will be allowed therefor. This includes, but is not limited to, surveying, extension of existing pipe if necessary, making connections, excavation, forming, backfill, base material, com- paction, sawcutting, removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, removing and replacing curb, gutter and paving. Construct Type C Curb Inlet per SDRSD D-3 {Bid Item No. 57) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Type C Curb Inlet in accordance with Section 303-1, the details on the plans, the San - Diego Regional Standard Drawing D-3, and the1 contract documents and no additional compen- sation will be allowed therefore. This includes, but is not limited to, surveying, extension of existing pipe if necessary, making connections, excavation, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adjacent to drainage structure, painting "No Dump- ing" stencil per Appendix C, removing and replacing curb, gutter and paving. Construct Bio-Retention Basin -4 Chambers (Size as Indicated) (Bid Item No. 58) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Bioretention Basins, of the size indicated on the plans, in accordance with Section 303-1, the details on the plans, the San Diego, Regional Standard Drawings, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not lim- ited to, surveying, extension of existing pipe if necessary, making connections, excavation, form- ing, backfill, reinforcing, base material, compaction, sawcutting, and removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and replacing curb and gutter. Construct Bio-Retention Basin -5 Chambers (Size as Indicated) (Bid Item No. 59) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Bioretention Basins, of the size indicated on the plans, in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawings, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not lim- ited to, surveying, extension of existing pipe if necessary, making connections, excavation, form- ing, backfill, reinforcing, base material, compaction, sawcutting, and removing and replacing pavement adjacent to drainage structure, painting "No Dumping" stencil per Appendix C, and removing and replacing curb and gutter. ft ~, Revised 11/24/10 Contract Nos. 39'57, 3643, 6302, 6303 Page 122 of 247 - - - Construct Curb Inlet and Grate per SDRSD D-25 (Bid Item No. 60) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Curb Inlet and Grate, in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-25, and the contract documents and no additional com- pensation will be allowed therefor. This includes but not limited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Pipe Collar per SDRSD D-62 (Bid Item No. 61) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Pipe Collar in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-62, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Concrete Pipe Anchor per SDRSD S-9 (Bid Item No. 62) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Concrete Anchor, of the type indicated on plans, in accordance with Section 303, the details on the plans, the San Diego Regional Standard Drawing S-9, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, sur- veying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Rip Rap Energy Dissipator per SDRSD D-40 (Bid Item Nos. 63 and 64) Square Feet The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Rip Rap Energy Dissipater, of the type and class indicated on plans, in accordance with Section 303-1 and 200-1.6, the details on the plans, the San Diego Regional Standard Draw- ing D-40, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, excavation, forming, backfill, reinforcing, base ma- terial, bedding and compaction. Construct Concrete Energy Dissipator per SDRSD D-41 (Bid Item No. 65) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Concrete Energy Dissipater in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-41, and the contract documents and no ad- ditional compensation will be allowed therefor. This includes, but is not limited to, surveying, ex- cavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Straight Headwall -Type A, Double per SDRSD D-30 (Bid Item No. 66) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Straight Headwall -Type A, Double in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-30, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Wing Type Headwall per SDRSD D-34 (Bid Item No. 67) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Wing Type Headwall and pipe size, in accordance with Section 303-1, the details on the plans, the San Diego Regional Standard Drawing D-34, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. r. •;, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 123 of247 Construct Brow Ditch per SDRSD D-75 (Bid Item No. 68) Linear Feet The contract unit price paid for this bid item shall constitute full compensation for all work required to construct Brow Ditch, of the type indicated on plans, in accordance with Section 303, the details on the plans, the San Diego Regional Standard Drawing D-75, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compaction. Construct Fill and Brow Ditch per SDRSD D-75 STA 526+43 to STA 529+00 (Bid Item No. 69) Linear Feet The contract unit price paid for this bid item shall constitute full compensation for all work required to provide and place necessary fill material and construct brow ditch, of the type indicated on plans, in accordance with Section 303, the details on the plans, the San Diego Regional Standard Drawing D-75, and the contract documents and no additional compensation will be allowed there- for. This includes, but is not limited to, surveying, removal of existing brow ditch, excavation, filling, forming, backfill, reinforcing, base material, bedding and compaction. Construct Metal Beam Guard Rail per Caltrans Errata A77L2 (Bid Item No. 70) Linear Feet The contract unit price paid for this bid item shall constitute full compensation for all work required to construct metal beam guard rail with end sections, of the type indicated on plans, in accordance with Section 303, the details on the plans, the Caltrans Standard Plan A77L2, and the contract documents and no additional compensation will be allowed therefor. This includes, but is not lim- ited to, surveying, excavation, forming, backfill, reinforcing, base material, bedding and compac- tion. Construct Signing and Striping (Bid Item No. 71) Lump Sum - The contract lump sum price paid for this bid item shall constitute full compensation for all work required to construct permanent traffic signage, striping and pavement markings in accordance with Sections 210, 214,310, and 312 of the Standard Specifications, the details on the plans, San Diego Regional Standard Drawings, Caltrans Standard Plans, Caltrans Standard Specifications and the contract documents, and no additional compensation will be allowed therefor. This item includes, but is not limited to layout, sign foundations, sign poles, special equipment, pollution controls and traffic controls required to install traffic signing and striping. Construct Traffic Signal Modification (El Camino Real and Tamarack Avenue) (Bid Item No. 72) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to construct a traffic signal modification at the specified location in accordance with Sec- tion 307 of the Standard Specifications, the details on the plans, the San Diego Regional Standard Drawings, Caltrans Standard Plans, Caltrans Standard Specifications and the contract docu- ments, and no additional compensation will be allowed therefor. This item includes, but is not limited to layout, signal poles and foundations, electrical service, conduit, cabinets, cabinet foun- dations, interconnect cable, lighting, special equipment, pollution controls and traffic controls re- quired to install traffic signals and appurtenant equipment. Construct Traffic Signal Modification (El Camino Real and Chestnut Avenue) (Bid Item No. 73) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to construct a traffic signal modification at the specified location in accordance with Sec- tion 307 of the Standard Specifications, the ~etails on the plans, the San Diego Regional Standard · --~ "\.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 124 of 247 - - Drawings, Caltrans Standard Plans, Caltrans Standard Specifications and the contract docu- ments, and no additional compensation will be allowed therefor. This item includes, but is not limited to layout, signal poles and foundations, electrical service, conduit, cabinets, cabinet foun- dations, interconnect cable, lighting, special equipment, pollution controls and traffic controls re- quired to install traffic signals and appurtenant equipment. Install Water Meter Service and Box (Bid Item No. 74) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for all work required to install water meter service and box (size as indicated on plans) in accordance with the Standard Specifications, the details on the plans, City of Carlsbad Standard Drawings W-3 and W-4, and the contract documents, and no additional compensation will be allowed therefor. Construct Irrigation System (Bid Item No. 75) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to construct landscaping Irrigation System in accordance with Section 308 of the Stand- ard Specifications, the details on the plans, San Diego Regional Standard Drawings, and the contract documents, and no additional compensation will be allowed therefor. Construct Landscaping (Bid Item No. 76) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to construct landscaping in accordance with Section 308 of the Standard Specifications, the details on the plans, San Diego Regional Standard Drawings, and the contract documents, and no additional compensation will be allowed therefor. Construct Street Light (SDRSD E-1) (Bid Item No. 77) Each The contract unit price paid for this bid item shall constitute full compensation for all work required to Construct Street Lights in accordance with Section 307, the details on the plans, the San Diego Regional Standard Drawing E-1 , and the contract documents and no additional compensation will be allowed therefor. This includes, but is not limited to, surveying, special equipment, wiring/con- ductors, installation of electrical service conduit, trenching, pullboxes, extension of existing ser- vice conduit if necessary, making connections, excavation, spoil disposal, forming, backfill, base material, compaction, sawcutting, removing and replacing pavement adjacent to street light struc- ture and appurtenant conduit trenches and pullboxes, removing and replacing curb, gutter and paving. Remove Preserve and Reinstall Existing Bus Stop Facilities (Bid Item No. 78) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to Remove Preserve and Reinstall Existing Bus Stop Facilities in accordance with Sec- tion 308 of the Standard Specifications, the details on the plans, San Diego Regional Standard Drawings, and the contract documents, and no additional compensation will be allowed therefor. Relocate Dry and Undergrounding Utilities (Bid Item No. 79) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all work required to relocate, underground, coordinate, and facilitate dry utilities that include, but not limited to, conduits and structures for SDG&E, Time Warner, Crown Castle and AT&T in accordance with Section 5 and Section 306 of the Standard Specifications, the details on the plans, San Diego Regional Standard Drawings, App_endix D, and the contract documents, and no additional com- pensation will be allowed therefor. This includes, but is not limited to, excavation, backfill, trench plates, backfill, compaction, resurfacing, aggregate base, crushed rock, compacted fill, replacing -pavement markings and striping, sawcutting, and removing and replacing pavement adjacent to -~ ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 125 of 247 Dry Utilities. Coordination with Utility Companies is to be the responsibility of contractor for con-A nection and relocation of said utilities. w, Soldier Pile Wall (Bid Item Nos. 80 to 92) Unit Price The contract lump sum price paid for this bid item shall constitute full compensation for all work required for the soldier pile retaining wall in accordance with Division 01 of the Technical Specifi- cations, the details on the plans, San Diego Regional Standard Drawings, and the contract doc- uments, and no additional compensation will be allowed. Pavement Fabric (GlasGrid 8502 Pavement Reinforcement Mesh or Approved Equal (Bid Item No. 93) Square Yard The contract unit sum price paid for this bid item shall constitute full compensation for all work required for Pavement Fabric in accordance with Section 302 of the Standard Specifications, de- tails on the plans, San Diego Regional Standard Drawings, and the contract documents, and no additional compensation will be allowed therefor. This includes, but is not limited to, cleaning of the existing pavement, tack coat, calibration of the truck mounted sprayer unit, and furnishing and placing pavement fabric material. Payment for advance spreading of tire rubber modified asphalt concrete (TRMAC) over fabric shall be considered as included in the Contract Unit Price for Con- struct TRMAC Overlay. ft "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 126 of 247 - - - - - SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm (¾") 12.5-mm (½") 9.5-mm (3/s") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-µm (no. 200) Sieve Sizes 25-mm (1") 19-mm (¾") 9.5-mm (3/a") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-µm (No. 50) 75-µm (no. 200) -~ "' Revised 11/24/10 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type B 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 Percentaqe Passino 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract Nos. 3957, 3643, 6302, 6303 Page 127 of 247 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Cal-- trans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from or- ganic matter and other deleterious substances, and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11 /2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ................................ . 11/2'' .......................... .. 1" ................................ . 3/4" ............................ .. No.4 ......................... .. No. 30 ......................... . No. 200 ...................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (A-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. ...... '-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 128 of 247 - - - - - SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) <3> PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 ( 520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300- 11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of col- ored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pig- ments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Curing: Porcelain Gray (match existing paving adjacent/along El Camino Real) Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal I\ •+' Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 129 of 247 L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manu- facturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: Random stone stamped patteirn with heavy sandblast to match existing median paving. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and nat- ural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the ma- sonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. In- stall per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.:1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours voe Content: None (0 g/1) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of Application: Airless sprayer. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company I'\ •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 130 of 247 - - - - - 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also sub- mit samples for initial selection purposes in form of manufacturer's standard bead samples, con- sisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a} of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Litho- seal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint sub- strates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. .~ \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 131 of 247 Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, non- extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyeth- ylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polysty- rene foam is not acceptable. SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conform- ance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilorneter Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as shown in Table 203-6.4.3 (A). 203-6.3 Materials. Add the following: Conventional asphalt concrete shall be class B-PG64-10- RAP. Asphalt concrete for patches shall be B-PG64-10. Asphalt concrete leveling course shall be class C2-PG64-10. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. All asphalt concrete shall conform to Sections 203 and 302-5 of the SSPWC and these - Supplemental Provisions. Rubberized asphalt concrete shall meet the requirements of Section A 203-11 of these Supplemental Provisions. W 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accord- ance with Calif. Test 125. When Wet Mix or Core samples of asphalt conc:rete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values; or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results . ...... ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 132 of 247 - - - - The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.45 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conform- ance with the mix design provided the stability of the completed mix complies with the require- ments for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as shown in Table 203-6.3.2 (A). · 203-6.8 Asphalt Concrete Storage. Replace existing section with the following: Storage of as- phalt concrete shall not be allowed. 203-14 TIRE RUBBER MODIFIED ASPHALT CONCRETE (TRMAC) 203-14.2.1 Tire Rubber Modified Paving Asphalt. Replace with the following: Tire rubber modified paving asphalt shall be PG64-28TR containing a minimum of 15% scrap tire rubber from California. The binder material must contain a minimum of 300 pounds (equivalent to 15% by weight) of tire-derived crumb rubber per ton of rubberized binder. Manufacturer shall certify that the scrap tire rubber came from California tires. Manufacturer shall provide lab test results, dated within 6 months, showing that the tire rubber modified paving asphalt conforms to the table below. 203-14.3 Composition and Grading. Replace with the following: Rubberized asphalt concrete shall be class PG64-28TR, 15% tire rubber, dense-graded C2 ag- gregate per Section 203-6.4 of the Greenbook (2012 Edition). 203-14.4 Mix Designs. Add the following: Contractor shall submit for approval an asphalt concrete mix design per Greenbook Section 203- 6.2. The asphalt concrete mix design method shall be Hveem with the optimal binder content determined by California Test 367. The mix design shall conform to Greenbook Table 203- 14.3(A) except the minimum binder content by weight of dry aggregate shall be 5.5% as deter- mined by Hveem method. Once the percent asphalt binder is determined by the mix design, the production tolerance shall be+/-0.45% as determined by California Test Method 362, 379, or 382. I"\ • ., Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 133 of 247 Performance Graded Tire Rubber Modified Pavinq Asphalt Specification Grade Property MSHTO Test Method PG PG PG 58-34 TR 64-28 TR 76-22TR Oriainal Binder Flash Point, Minimum 0 c T 48 230 230 230 Solubility, Minimum % b T 44c 97.5 97.5 97.5 Viscosity at 135°C, T 316 Maximum, Pa·s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta), kPa 1.00 1.00 1.00 RTFOTest, T240 Mass Loss, Maximum, % 1.00 1.00 1.00 RTFO Test AQed Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, 0 c 58 64 76 Minimum G*/sin(delta), kPa 2.20 2.20 2.20 Dynamic Shear, T 315 Test Temp. at 10 rad/s, 0c Note e Note e Note e Maximum (delta),% 80 80 80 Elastic Recovery!, T 301 Test Temp., 0 c 25 25 25 Minimum recovery, % 75 75 65 PAV9 Aging, R28 Temperature, °C 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T315 Test Temp. at 10 rad/s, 0c 16 22 31 Maximum G*sin(delta), kPa 5000 5000 5000 Creep Stiffness, T 313 Test Temperature, °C -24 -18 -12 Maximum S-value, MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Do not modify PG Tire Rubber Modified using acid modification. b. The Engineer will waive this specification if the supplier is a Quality Supplier as defined by the Caltrans' "Certification Program for Suppliers of Asphalt." c. ASTM D 5546 may be used instead of MSHTO T 44. d. Note deleted. e. Test temperature is the temperature at which G*/sin(delta) is 2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delta) is 2.2 kPa. A graph of (delta) versus temperature may be used to deter- mine delta at the temperature when G*/sin(delta) is 2.2 kPa. The Engineer also accepts di- rect measurement of (delta) at the temperature when G*/sin(delta) is 2.2 kPa. t. Tests without a force ductility clamp may be performed. g. "PAV" means Pressurized Aging Vessel. ft \iJ Revised 11 /24/1 0 Contract Nos. 3~157, 3643, 6302, 6303 Page 134 of 247 - - - - - - Add the following section: 203-16 ASPHALT PAVEMENT CRACK SEALANTS 203-16.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a com- position that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recom- mended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-16(A). Property Hardness (in- dentation) Tensile Strenqth Elongation Flex at -40°C Weathering Resistance Salt-Spray Re- sistance Dielectric Con- stant TABLE 203-16.1(A) ELASTOMERIC SEALANT CHARACTERISTICS Measuring Standard Results Conditions (ASTM Designation) ASTM D 2240 Rex. 65-85 25°C@ 50% relative Type A, Model 1700 humidity ASTM D 412 Die C, 3.45 MPa, minimum pulled at 508 mm (20") per minute ASTM D 412 Die C, 400%, minimum pulled at 508 mm (20") per minute 0.6 mm (25 mil) Free No cracks over 13 mm (½") Man- Film Bend (180°) drel ASTM D 822 Slight chalking Cured 7 days at 25°C @ Weatherometer 350 h 50% relative humidity ASTM B 117 28 days 3.45 MPa, minimum 5% NaCl, Die C, pulled at 38°C tensile; 400% minimum at 508 mm (20") per mi- Elonqation nute ASTM D 150 Less than 25% change over a temperature ranqe of -30EC to 50EC 203-16.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-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 (5/8") 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 (45°F). 203-16.3 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 (375°F) to 205°C (400°F). 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 per Table 203-16.3(A). .~ f..J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 135 of 247 TABLE 203-16.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard Results Conditions (ASTM Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softeninq Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, 0c ASTM D 92 288 °C, min. Viscosity, Brookfield ASTM D4402 2.5-3.5 Pa-s No. 27 Spindle, 20 Thermosel, rpm, 190°C, SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction qrade Douqlas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206-MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7 .1 Permanent Traffic Signs. Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7 .1.1 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 Transpor- tation, Division of Procurement Services, Office of Material Operations, 1900 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. - ft "' Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 136 of 247 - - Add the following section: 206-7.1.2 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". Add the following section: 206-7.1.3 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. Add the following section: 206-7 .1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, Octo- ber 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7 .1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (in- cluding bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and port- able signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic 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 Feb- ruary 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October -~ "'-J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 137 of 247 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", 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 offi- cials, such rights shall be vested in the Engineer. Add the following section: 206-7 .2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic 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. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Sp,ecifications For Reflective Sheeting Signs, Octo- ber 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7 .2.4 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 regula- tion of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation "Standard Plans" 1995 edition standard plans numbers RS1, RS:21, RS3 and RS4 for installation of roadside signs, except as follows: · a) Wood posts shall not be used. b) Back braces and blocks for sign pane,ls will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2. 1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, Oc- tober 1993". Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: - 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic 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 the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon 0 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 138 of 247 - - - 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 .2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"}. All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 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 A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be per- forated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not ex- ceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1 /8" in 20'). 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(8). TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside mm 25x25 32 x32 38x38 Dimension Inches 1 X 1 1-¼ X 1-¼ (1-½ X 1-½) -~ "' Revised 11 /24/10 Squar eness<1> Twist Permissible in 900 mm (3") mm Inches mm<2l (lnches)<2l 0.15 0.006 1.3 0.050 0.18 0.007 1.3 0.050 0.20 0.009 1.3 0.050 Contract Nos. 3957, 3643, 6302, 6303 Page 139 of 247 Nominal Outside Dimension Squar eness<1l Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm<2l (lnches)<2l 44x44 (1-',j/4 X 1-~/ 4) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/1s X 2-3/1s) 0.36 0.014 1.6 0.062 57x57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64x64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 x3) 0.46 0.018 1.9 0.075 (1) .. Tubing may have its sides fa1hng to be 90 degrees to each other by the tolerance hsted. <2l 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 ei- ther corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM 8-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a con- troller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete - PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to loca- tion as directed by the Engineer As part of the bid item "Traffic Control," one PCMS will be required in each direction of travel af- fected by the work on El Camino Real. The PCMS shall warn motorists of the work one week prior to start of the work, and for the entire duration of the work. Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of com- plete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that au- tomatically compensates for the influence of a temporary light source or other abnormal lighting 4I conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 140 of 247 - - - Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and main- tained at locations shown on the plans, specified herein, or designated by the Engineer. At a minimum, one sign will be required for each direction of traffic on El Camino Real. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract price bid for Traffic Control shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transport- ing from location to location, and delivery of the PCMS and other signs as required by the ap- proved traffic control plans and no other compensation will be made. SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designa- tions C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C- 361 for the limits shown on the plans. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Mark- ing Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm 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(A) and 207-25 (8). -~ f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 141 of247 TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elonoation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturina specifications Heat-set Mvlex Messaae repeat Manufacturinq specifications Everv 500 mm(20") Foil Manuf acturino specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom laver Manufacturina specifications Virgin LOPE Adhesives Manufacturinq specifications >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS 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 tele- vision. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 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 B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Dam- age to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid pe- troleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Spec- ification for Mechanical and Electrical Equipment-PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, Na- tional Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 -ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 86, "Signals, Lighting and Elec- trical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Compo- - - nents", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters per-- taining to the specifications for measurement, payment, warranty, materials and methods of con- struction of street lighting and traffic signals. Section 86 of the Caltrans Standard Specifications ft '-1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 142 of 247 - - - is unmodified excepted as specified herein. For electrical components provided and installed in systems NOT including street lighting and traffic signals, Section 209 SSPWC is unmodified ex- cept as specified in sections other than Section 209, herein. SECTION 86 -SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 86-2 MATERIALS AND INSTALLATION Replace Section 86-2.02 with the following: 86-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, "Trench Resurfacing", improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, 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 recon- structed 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 0.17 foot (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. Replace Section 86-2.058 with the following: 86-2.058 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 shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1 1 /2" dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2" dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). 5) For detector runs shall be Size 78 (3" dia). 6) Not otherwise specified shall be Size 78 (3" dia). Add the following: 86-2.08 Conductors. Signal cable shall be used for all new traffic signal installations. Individual conductors shall not be used. Add the following: 86-2.098 Installation. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. 86-3 CONTROLLER ASSEMBLIES Add the following: 86-3.04A Cabinet Construction. Controller cabinets shall be fabricated from aluminum sheet. Controller cabinets shall have a single front door equipped with a Best Company lock core and lock. No other manufacturers shall be accepted. Add the following section: 86-3.0SF Document Tray. Controller cabinets shall have a pull-out type document tray. Add the following section: -~ ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 143 of 247 86-3.0SG Uninterruptible Power System. An uninterruptible power system (UPS) shall be installed in each controller cabinet. The UPS shall be Clary SP 1000 series (or approved equal)and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 cabinet per Caltrans specifications. The battery cabinet door shall be equipped with a Best Company lock core and lock. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS Replace Section 86-4.06 with the following: 86-4.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON, Portland orange UPRAISED HAND and COUNTDOWN DIGITS. Pedestrian signal faces shall conform to definitions and practices described in "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI") and in the Applicable Sections of Manual on Uniform Traffic Control Devices (MUTCD) 2003 Section 4E. Add the following section: 86-4.06A Physical and Mechanical Requirements. Add the following section: 86-4.06A(1) General. Modules shall not require special tools for installation and shall fit into existing pedestrian signal housings built for the PTCSI sizes stated in Section 1 of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. Add the following section: 86-4.06A(2) The Module under Physical and Mechanical Requirements. a. The LED module shall have a visual appearance similar to that of an incandescent lamp (ie: Smooth and non-pixilated). b. The module lens shall not be a replaceable part. Screwed on lenses are not allowed. Only modules with internal mask shall be utilized. No external silk-screen shall be permitted. c. The dividers inside the module that make up the icons and digits shall be black so as to eliminate sun phantom effect. When not illuminated with the sun shining into the module, the WALKING PERSON and UPRAISED HAND and COUNTDOWN DIGITS shall not be readily visible. d. The countdown digits of the pedestrian signal module shall be located adjacent to the associated UPRAISED HAND (symbolizing DON'T WALK). When displaying a number "1" for both digits, the number "1" shall use the two segments furthest to the right. The digits shall remain on during the entire count down cycle. Flashing digits are not allowed. e. The display of the number of remaining seconds shall begin only at the beginning of the pedestrian change interval. After the countdown displays zero, the display shall remain dark until the beginning of the next countdown. - - f. The walking person, hand icons and countdown digits (16"x18" size only) shall be incandes-A cent looking. The configurations of the walking person icon, hand icon and numbers icons • are illustrated in Figures 1, 2 (per PTCSI Part 2 Specification) and Figure 3 respectively. ft ~J Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 144 of 247 - - - Figure 1 Figure 2 Figure 3 Dimensions for Figures 1, 2 and 3 For each nominal message bearing surface (module) size, use the corresponding minimum H (height) and W (width) measurements: Module Size Icon Icon Count-Count-Countdown Height Width down down Segment Height Width Width 406 x457 mm 297mm 178mm 229mm 178mm 17.78 mm (16 X 18 in) 11 in 7in 9in 7in 0.7 in Note: The units shall not have any external attachments, dip switches, toggle switches or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle or any other modification to the icons or digits. Add the following section: 86-4.06A(3) Environmental Requirements. a. All exposed components of a module shall be suitable for prolonged exposure to the en- vironment, without appreciable degradation that would interfere with function or appear- ance. As a minimum, selected materials shall be rated for service for a period of a mini- mum of 60 months in a south-facing installation. b. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of -40°C to +74°C. (-40°F to +165°F). c. A module shall be protected against dust and moisture intrusion, including rain and blowing rain. Shall be sealed and meet MIL-STD-810F Procedure I, Rain & Blowing Rain specifi- cations. d. The module lens shall not crack, craze or yellow due to solar UV irradiation typical for a south-facing Arizona Desert installation after a minimum of 60 months in service. Add the following section: 86-4.06A(4) Construction. a. To prevent water seepage between the back cover and the electrical wires, or between the copper and insulation of the wires, the electrical wires shall not penetrate the LED module housing. ft "' Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 145 of 247 b. The module shall be a single, self-contained device, not requiring on-site assembly for in- stallation into an existing pedestrian signal housing. The power supply shall be designed to fit and mount inside the pedestrian signal module. c. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Add the following section: 86-4.06A(5) Materials. a. Materials used for the lens and LED module construction shall conform to ASTM specifi- cations where applicable. b. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94 flame retardant materials. The lens of the LED module is excluded from this requirement. c. The front window shall be a transparent polycarbonate material with internal masking to prevent the icons and digits from being visible when not in operation. External masking or silk-screen technology shall not be permitted. When not illuminated, the Walking Per- son, Hand and Countdown Digits shall not be readily visible. Add the following section: 86-4.06A(6) Module Identification. a. Each module shall be identified on the backside with the manufacturer's name, model, serial number and operating characteristics of each symbol. The operating characteristics identi- fied shall include the nominal operating voltage and stabilized power consumption, in watts and Volt-Amperes. b. Modules conforming to this specification (WALKING PERSON, UPRAISED HAND only), may have the following statement on an attached label: "Manufactured in Conformance with the ITE Pedestrian Traffic Control Signal Indications -Part 2: Light Emitting Diode (LED) Pedestrian Signal Modules". Add the following section: 86-4.068 Photometric Requirements. Add the following section: 86-4.068(1) Luminance, Uniformity and Distribution. a. For a minimum period of 60 months, the maintained minimum luminance values for the modules under the operating conditions defined in Sections 2.3.1 and 4.2.1, when meas- ured normal to the plane of the icon surface, shall not be less than: • Walking person: 2,200 cd/m2; • Hand: 1,400 cd/m2• • Countdown digits: 1,400 cd/m2; The luminance of the emitting surface, measured at angles from the normal of the surface, may decrease linearly to a value of 50% of the values listed above at an angle of 15 degrees. The light output requirements in this specification apply to pedestrian signal heads without any visors, hooded or louvered (egg-crate). b. The LED module shall have a visual appearance similar to that of an incandescent lamp (i.e., smooth and non-pixilated) . ...... \.J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 146 of 247 - - - - - c. Maximum permissible luminance: When operated within the temperature range specified in Section 2.3.2, the actual luminance for a module shall not exceed three times the required peak value of the minimum maintained luminance. d. Luminance uniformity: The uniformity of the signal output across the emitting section of the module lens (i.e. the hand, person or countdown icon) shall not exceed a ratio of 5 to 1 between the maximum and minimum luminance values (cd/m2). Add the following section: 86-4.068(2) Chromaticity. a. The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and the countdown digits. The colors for these icons shall conform to the following color regions, based on the 1931 CIE chroma- ticity diagram: Walking Person -White: Blue boundary: x = 0.280. st 1 Green boundary: 0.280 ::s; x < 0.400 y= 0.7917•x+ 0.0983. nd 2 Green boundary: 0.400 ::s; x < 0.450 y = 0.4600•x + 0.2310. Yellow boundary: x= 0.450 st 1 Purple boundary: 0.450 ::s; x < 0.400 y = 0.4600•x + 0.1810. nd 2 Purple boundary: 0.400 ::s; x < 0.280 y= 0.7917•x+ 0.0483. White Point X V 1 0.280 0.320 2 0.400 0.415 3 0.450 0.438 4 0.450 0.388 5 0.400 0.365 6 0.280 0.270 Hand and Countdown Digits-Portland Orange: Yellow boundary: y = 0.390 White boundary: 0.600 s x s 0.659 y=0.990-x Red boundary: y = 0.331. Portland OranQe Point X 1 0.609 2 0.600 3 0.659 4 0.669 y 0.390 0.390 0.331 0.331 I"\ •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 147 of 247 ~-~~----------------------------, b. Color Uniformity: ~~~-- Walking Person-White: .J(b.x 2 )+ {L\y2) :::; 0.04 where flx and l:::,.y are the differences in the chromaticity coordinates of the meas- ured colors to the coordinates of the average color, using the CIE 1931 Chroma- ticity Diagram and a 2 degree Standard Observer. Hand and Countdown Digits-Portland Orange: The dominant wavelength for any individual color measurement of a portion of the emitting surface of a module shall be within ±3nm of the dominant wavelength for the average color measurement of the emitting surface as a whole. Add the following section: 86-4.06C Electrical. Add the following section: 86-4.06C(1) General. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. Maximum of three secured, color coded, 1 meter (39 in) long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at + 105°C, are to be provided for electrical connection. The conductors shall be color coded with orange for the hand, blue for the walking person and white as the common lead. Add the following section: 86-4.06C(2) Voltage. a. LED modules shall operate from a 60 ± 3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. - b. Nominal operating voltage for all measurements shall be 120 ± 3 VAC RMS. c. Fluctuations in line voltage over the range of 80 to 135 VAC RMS shall not affect luminous intensity by more than ± 1 O %. d. Catastrophic failure of one LED light source in Man & Hand icons shall not result in the loss of more than the light from that one LED. e. To prevent the appearance of flicker, the module circuitry shall drive the LEDs at frequencies greater than 100 Hz when modulated, or at DC, over the voltage range specified in Section 4.2.1. f. Low Voltage Turn Off: There should be no illumination of the module when the applied volt- age is less than 35 VAC RMS. To test for this condition, each icon must first be fully illumi- nated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. g. Turn-ON and Turn-OFF Time: A module shall reach 90% of full illumination (turn-ON) within 75 msec of the application of the nominal operating voltage. The signal shall cease emitting visible illumination (turn-OFF) within 75 msec of the removal of the nominal oper- ating voltage. h. Default Condition: For abnormal conditions when nominal voltage is applied to the unit across the two-phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. i. Icon Power Supplies: LED pedestrian countdown modules shall have two separate power supplies for powering the Walking Person and Upraised Hand icons. The circuitry shall be unrelated to power the LED Walking Person icon and the LED Upraised Hand icon, in order to virtually eliminate the risk of displaying the wrong icon ft \iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 148 of 247 - - Add the following section: 86-4.06C{3) Transient Voltage Protection. The on-board circuitry of a module shall include volt- age surge protection: • To withstand high-repetition noise transients and low-repetition high-energy transients as specified in NEMA Standard TS-2 2003; Section 2.1.8 • Section 8.2 I EC 1000-4-5 & Section 6.1.2 ANSI/IEEE C62.41.2-2002, 3kV, 2 ohm • Section 8.0 IEC 1000-4-12 & Section 6.1.1 ANSI/IEEE C62.41.2-2002, 6kV, 30 ohm Add the following section: 86-4.06C(4) Electronic Noise. The LED signal and associated on-board circuitry shall meet the requirements of the Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise by Class A digital devices. Add the following section: 86-4.06C(5) Power Factor (PF) and AC Harmonics. a. The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25°C (77°F). b. Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, and at 25°C (77°F} shall not exceed 20%. Add the following section: 86-4.06C{6) Controller assembly Compatibility. a. The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors in signal controller units. b. Off State Voltage Decay: When the module is switched from the On state to the Off state the terminal voltage shall decay to a value less than 1 O V AC RMS in less than 100 milliseconds when driven by a maximum allowed load switch leakage current of 1 O milliamps peak (7 .1 milliamps AC) Add the following section: 86-4.06C(7) Constant Current Drive. The countdown digits shall be driven by constant current to improve LED efficiency and lifespan. Add the following section: 86-4.06C(8) Power Consumption. Maximum power consumption requirements for the modules are as follows: "Hand" 'Walking Person" "Count-Down Display" Add the following section: 86-4.06D Module Functions. Add the following section: 25°c 11.0 Watts 8.0 Watts 6.0 Watts (when display shows "88") 86-4.060(1) Cycle. The module shall operate in one mode: Clearance Cycle Countdown Mode Only. The module shall start counting when the flashing don't walk turns on and will countdown to "O" and turn off when the steady "Don't Walk" signal turns on. The module shall not have user accessible switches or controls tor the purpose of modifying the cycle, icons or digits. ~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 . Page 149 of 247 Add the following section: 86-4.060(2) Learning Cycle. At power on, the module enters a single automatic learning cycle. During the automatic learning cycle, the countdown display shall remain dark. Add the following section: 86-4.060(3) Cycle Modification. The unit shall re-program itself if it detects any increase or decrease of Pedestrian Timing. The digits shall go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. Add the following section: 86-4.060(4) Recycling. The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). Add the following section: 86-4.060(5) Pre-Emption. The module shall recognize preemption events and temporarily mod- ify the crossing cycle accordingly. • If the controller preempts during the walking man, the countdown shall follow the controller's directions and shall adjust from walking man to flashing hand. It shall start to count down during the flashing hand. • If the controller preempts during the flashing hand, the countdown shall continue to count down without interruption. The next cycle, following the preemption event, shall use the correct, initially programmed values. This specification is worded such that the flashing don't walk time is not modified. Add the following section: 86-4.060(6) "Don't Walk" Steady. If the controller output displays Don't Walk steady condition or if both the hand /person go dark and the unit has not arrived to zero, the unit suspends any timing and the digits shall go dark. Add the following section: 86-4.060(7) Power Outage. The digits will go dark for one pedestrian cycle after loss of power of more than 2.0 seconds. Add the following section: 86-4.060(8) Digit Operation. The digits shall remain continuously lit during the clearance cycle and shall not flash in conjunction with the Hand/Don't Walk icon. Add the following section: 86-4.06E Quality Assurance. Add the following section: 86-4.06E(1) General. Unless otherwise specified all of the test will be conducted at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. a. The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. b. QA process and test result documentation shall be kept on file for a minimum period of seven years ., '-+' Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 150 of 247 - • Add the following section: 86-4.06E(2) Conformance. The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. Add the following section: 86-4.06E(3) Production Tests & Inspections. All lamps manufactured shall be affixed with an lntertek ETL Verified label (or other 3rd Party "Nationally Recognized Testing Laboratory/NATL") to demonstrate compliance to Section 6.3 (Production Tests & Inspections) of the latest ITE PTCSI Pedestrian specification, dated March 19, 2004. a. All new LED modules tendered for sale shall undergo the following Production Test and Inspection prior to shipment. Failure of a module to meet requirements of these Production Test and Inspection shall be cause for rejection. Test results shall be maintained for a period of 5 years following the production of the last production unit. b. All LED modules shall be tested for maintained minimum luminous intensity. A single point measurement with a correlation to the intensity requirements referred to in Section 3.0 may be used. The LED module shall be operated at nominal operating voltage and at an ambient temperature of 25°C (77°F). c. All LED modules shall be tested for power factor per the requirements of Section 4.6.1. A commercially available power factor meter may be used to perform this measurement. d. All LED modules shall be measured for current flow in Amperes. The measured current values shall be compared against those resulting from design qualification measurements in Section 5.4.6.1. Measured current values in excess of 120% of the design qualification current values shall be cause for rejection. e. All LED modules shall be visually inspected for any exterior physical damage or assembly anomalies. Add the following section: 86-4.06E(4) Design Qualification Testing. a. Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. b. High Temperature High Humidity (HTHH): 1000 hours at +60°C (+140°F), 90% Relative Humidity with cycling starting at 30 down to 0. This will ensure that each symbol is properly tested. c. Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. d. Testing shall be performed once every 5 years or when the module design or LED technology has been changed. The module manufacturer shall retain test data for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. e. Conditioning: The module shall be energized for a minimum of 24 hours in an ambient temperature of +60°C ( + 140°F), 0% Relative Humidity with cycling starting at 99 down to o. This will ensure that each symbol is properly conditioned. f. Mechanical Vibration: Mechanical vibration testing shall be performed per MIL-STD-883, Test Method 2007. g. Temperature Cycling: Temperature cycling shall be performed per MIL-STD-883, Test method 1010. The temperature range shall include the full ambient operating temperature range specified in Section 2.3.2 . . , "ti' Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 151 of 247 h. Moisture Resistance: Moisture resistance testing shall be performed per MIL-STD-810F, Test Method 506.4, Procedure I, Rain and Blowing Rain. The test shall be conducted on stand-alone modules, without a protective housing. The modules shall be vertically oriented, such that the lens is directed towards the wind source when at a zero rotation angle. The modules shall be energized throughout the test. The water shall be at 25° ± 5°C (77° ± 9°F). The wind velocity shall be 80 km/hr (50 mph). Add the following section: 86-4.06E(5) Warranty. Manufacturers will provide the following warranty provisions. Replace- ment or repair of an LED signal module that fails to function as intended due to workmanship or material defects within the first 5 years (60 months) from the date of delivery. Add the following: 86-4.09 Flashing Beacons. Reflective sheeting for W3-3 SIGNAL AHEAD signs, mounted on flashing beacons, shall be Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 86-5 DETECTORS Replace Section 86-5.01A(5) with the following: 86-5.01 A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 86-5.01 A(4), "Construction Materials." 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 lanes 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 1/a inch of the pavement surface. The sealant shall be at least one inch 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 the following: 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 (375°F) to 205°C (400°F). 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 as- phalt shall be as follows: Property ASTM DesiQnation Requirement Cone Penetration, 25°C, 150 Q, 5 s D 5329, Sec. 6 3.5mm, max. Flow, 60°C D 5329, Sec. 8 Smm,max. Resilience, 25°C D 5329, Sec. 12 25%, min. SofteninQ Point D36 82 °C, min. Ductility, 25°C, 50 mm/min D 113 300 mm, min. Flash Point, COC, 0c D92 288 °C, min. Viscosity, Brookfield Thermosel, D4402 2.5-3.5 Pa-s No. 27 Spindle, 20 rpm, 190°C - - 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 (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 152 of 247 - - - when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and 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 Engi- neer. 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 moni- toring station cabinet. Bands shall conform to the provisions in Section 86-2.09, 'Wiring." If asphalt concrete 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. Instal- lation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. Add the following section: 86-5.01 B Emergency Vehicle Pre-Emption Detector System. Each emergency vehicle pre-emption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. Add the following section: 86-5.018(1) Optical Emitter Assembly. Each optical emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: Each optical emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34 ° C to 7 4 ° C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25 ° C ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The signal from each emitter unit shall be capable of being detected at a distance of 2,500 feet when used with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz ± 0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from ft f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 153 of 247 the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. - The emitter unit shall be configured with a grating to provide precise directionality control. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 1 O and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7 .5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 watts at 17 .5 volts DC and shall have a power input circuit breaker rated at 1 O to 12 amperes, 12 volts DC. The design and circuitry of each emitter unit shall permit its use on vehicles with either negative or positive ground without disassembly or rewiring of the unit. Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion- resistant housing. The housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication A standard to enable unit configuration to be set into the emitter and read from the emitter. W Add the following section: 86-5.018(2) Optical Detection/Discriminator Assembly. Optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conform to the following: Each such assembly, when used with standard emitters, shall have a range of up to 2,500 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". Add the following section: 86-5.018(3) Optical Detector. Each optical detector shall be a waterproof unit capable of receiving optical energy from one or two separately aimable directions. The horizontal angle between the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 2,500 feet for a Class II emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable A photocell assemblies, an electronic assembly and a base. The base shall have an opening to w, permit its mounting on a mast arm. Each optical detector shall weigh no more than 2.5 pounds ~ •+' Revised 11/24/10 Contract Nos. 3Sl57, 3643, 6302, 6303 Page 154 of 247 -and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. Add the following section: 86-5.018(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75°C, Type B and the following: The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow Blue Orange Bare (Drain) - Detector Signal #1 Detector Signal #2 Power(+) Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact with the conductive surface of the shield. The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80 ° C and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCENNEMA. -The finished outside diameter of the cable shall not exceed 0.3 inches. - The capacitance of the optical detector cable, as me~sured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet. Add the following section: 86-5.018(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, "Traffic Signal Control Equipment Specifications", dated January 1989, and to all addenda thereto current at the time of project advertisement. Each discriminator module shall be capable of operating one or two channels and shall be capable of: 1 . Receiving Class 11 signals at a range of up to 2,500 feet. 2. Decoding the signal on the basis of frequency at 14.035 Hz± 0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 ± 0.5 seconds and 10 ± 0.5 seconds. 4. Providing an output for each channel that will result in "low" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. ft "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 155 of 247 Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: Pins A D E F H J K L M N Function Ground Channel A primary detector input Detector 24 VDC power output Channel A output, collector ( +) Channel A output, emitter (-) Channel B primary detector input Detector ground Earth ground AC -(in) AC+ (in) Pins p R s T u V w X y z Function Not used Detector 24 VDC power output Not used Not used Not used Detector ground Channel B output collector ( +) Channel B output emitter(-) Not used Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: Pins 13 14 15 28 Function Auxiliary detector 2 input, Channel A Auxiliary detector 1 input, Channel B Auxiliary detector 2 input, Channel B Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display active calls. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable through software for a variety of confirmation light sequences. The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical cont iguration equivalent to a D-Shell 44-Pin front panel. Wiring for a Model 332 cabinet shall conform to the following: ft "' Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 156 of 247 - - - - - - Slots 12 and 13 of the input file "J" shall be wired to accept a two-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB- 9 in the controller cabinet or on the rear of input file "J", depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows: Position 4 5 7 8 Assignment Channel A detector input, 1st module (Slot J-12) Channel B detector input, 1st module (Slot J-12) Channel A detector input, 2nd module (Slot J-13) Channel B detector input, 2nd module (Slot J-13) The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: Position 7 8 9 10 11 12 Assignment +24VDC from (J-13E) Detector ground from (J-13K) Channel A auxiliary detector input 1 Channel A auxiliary detector input 2 Channel B auxiliary detector input 1 Channel B auxiliary detector input 2 The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 21 O monitor unit and 120 volt AC power, will be available as shown on the plans and as indicated elsewhere in these special provisions. 3. One test shall be conducted using a Class II signal emitter and a distance of 2,500 feet between the emitter and the detector. All range adjustments on the module shall be set to "Maximum" for each test. 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute "on" interval and a one minute "off' interval. During the total test period: (A) the emitter signal shall cause the proper response from the Model 170 controller unit during each "on" interval and (B) there shall be no improper operation of either the Model 170 controller unit or the monitor during each "off" interval. Add the following section: 86-5.01 D Video Detection System. The video detection system shall consist of one (1) video camera and one (1) video detection processor (VDP) for each vehicle approach. A video monitor and a pointing device shall be housed in the controller cabinet. The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only a video menu and a pointing device to place zones on a video image. A minimum of 24 detection zones per camera shall be available. All video detection hardware furnished by the contractor shall be new and video detection software shall be latest available version. -~ '\J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 157 of 247 Add the following section: 86-5.010(1) Functional Requirements. The, VDP shall process video from a single source. The source can be a video camera or a video tape player. The video shall be input to the VDP in RS170 format and shall be digitized and analyzeid in real time. The VDP shall detect the presence of vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement of the detection zones and setting of zone parameters. A separate computer shall not be required for programming detection zones or to view system operations. The VDP shall store up to three different detection zone patterns. The VDP shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as they travel across each detection zone. The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the appropriate communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appmpriate communications protocol for uploading detector patterns. A Windows-based software program designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation, up to 300m (1000 ft). The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal. The system shall be capable of automatically detecting a low visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low visibility condition no longer exists. Add the following section: 86-5.010(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle detection region. A single detection zone shall be capable of replacing multiple loops and the detection zone may be AND'ed or OR'ed together to indicate vehicle presence on a single phase of traffic movement. Placement of detection zones shall be done by using a pointing device and a graphical interface built into the VDP and displayed on a video monitor. No separate computer shall be required to program the detection zones. Up to three detection zone patterns shall be saved within the VDP memory and this memory shall be preserved during power outages. The selection of the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog). Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera. The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TS1 port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector ft f..J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 158 of 247 - - - - - operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding zone is being modified. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS- 232 port. The data collection interval shall be user definable in periods of five, fifteen, thirty or sixty minutes. Add the following section: 86-5.01 D(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not exceed 180mm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a temperature range of -34°C to +74°C (-29°F to +165°F) and a humidity range of 0%RH to 95% RH, non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not exceed 1 0 watts. The VDP shall include an RS-232 port for serial communications with a remote computer. This port shall be a 9-pin "D" subminiature connector on the front of the VDP. The front of the VDP shall include one BNC video input connection suitable for RS170 video inputs. The video input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. Add the following section: 86-5.01 D(4) Video Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with a factory adjusted manual iris. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 8.1 ° to 45.9°. A single camera configuration shall be used for all approaches in order to minimize setup time and spares required by the user. The camera electronics shall include AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh less than 13.3kg (6 pounds) when the camera and lens are mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to prevent moisture condensation on the optical faceplate of the enclosure. I'\ •fl' Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 159 of 247 When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range of -34°C to +60°C (-29°F to +140°F) and a humidity range of 0% RH to 100% RH. The camera shall be powered by 120/240 VAC, 50/60 Hz. Power consumption shall be 15 watts or less under all conditions. Recommended camera placement height shall be 1 Om (33 ft) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 100m (350 ft) for reliable detection (height:distance ration of 10:100). Camera placement and field of view shall be unobstructed and as noted in the installation documentation provided by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of the video signal at the camera while the camera is installed, using a lens adjustment module supplied by the VDP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS170 or CCIR format. The video signal shall be fully isolated from the camera enclosure and power cabling. Add the following section: 86-5.010(5) Installation Requirements. The coaxial cable to be used between the camera and the VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 30m (100 ft) at 1 O MHz. Nominal outside diameter shall be 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. The power cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be provided. Add the following section: 86-5.010(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier's standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory certified personnel or factory certified installers. During the warranty period, updates to the VDP software shall be made available from the supplier without charge. Add the following section: 86-5.010(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of thH video detection system. These parts shall be made available for delivery within 30 days of placement of an acceptable order at the supplier's current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via ft "J Revised 11 /24/1 o Contract Nos. 3957, 3643, 6302, 6303 Page 160 of 247 - - - - telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's current pricing and terms of sale for on-site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. The contractor shall ensure the presence of a factory authorized representative at the time of traffic signal turn-on. 86-6 LIGHTING Replace Section 86-6.01 with the following: 86-6.01 Luminaires for Street Lighting. Luminaires for street lighting shall be 5,500 pupil lumen ( 40 watt) or 13,700 pupil lumen ( 100 watt) high efficiency induction lamps . Street lighting lumi- naires shall be US Lighting Tech catalog number HA-120/277V-040W-5K-01 and HA-120/277V- 1 OOW-5K-01 or approved equal. Replace Section 86-6.02 with the following: 86-6.02 Luminaires for Safety Lighting. Luminaires for safety lighting on traffic signal standards shall be 20,665 lumen (150 watt) or 27,540 lumen (250 watt) high efficiency induction lamps. Safety lighting lurninaires shall be US Lighting Tech catalog number HA-120/277V-150W-5K-01 or HR-120/277V-200W-5K-01 or approved equal. Replace Section 86-6.03 with the following: 86-6.03 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 spec- ifications and these special provisions. The Contractor's responsibility shall include, but is not lim- ited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control and sus- pension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (plumberizer). The 50 mm (2") diameter close 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-T1 and shall be bored through along their central axis with a 25 mm ( 1 ") diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall be clear anodized in accordance with Aluminum Association designation AA- M 12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bell luminaires shall conform to the requirements of section 86-6.01 of these special provi- sions except as noted in this section (86-6.02}. Mission bell luminaires shall use 100 watt high efficiency induction lamps featuring a color temperature of 5,000 Kelvin and shall be US Lighting Tech 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. Add the following: 86-6.07 Photoelectric Controls. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 161 of 247 ____________ TA_B_LE 210-1.5 (A) Surface to be Painted Temporary Railing type (K) Pre-treatment/ Surface Primer Pre aration Finish Coats ----+-----------------Abrasive Blast Cleaning None to a Roughened, Tex- tured A earance Two coats white Acrylic Emulsion Paint <1> ____ .._ ___ .._ ________ _ (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chev- rons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, park- ing stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specifi- cation No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type 11). CAL TRANS Specifications for water borne paint, thermo- plastic material and glass beads may be obtained from the CAL TRANS Transportation Labora- tory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section 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 (1/8") thick or thicker, a shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding W of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8") thick or thicker shall be performed after fab- rication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designa- tion: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Gal- vanizing 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, mill- ing, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvaniz- ing to remove all slab 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 ft "-J Revised 11 /24/1 0 Contract Nos. 3~157, 3643, 6302, 6303 Page 162 of 247 - - - otherwise specified, galvanizing shall be performed after fabrication. Components of bolted as- semblies 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 galva- nizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". 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 applications of unthinned zinc-rich primer (or- ganic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. SECTION 212 -LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular com- mercial 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 acidi- fication of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. Hy- droseed 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, potash and sulfur required by tables 212- 1.2.5.1 (A) through 212-1-2-5-S(A). 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amend- ment 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 herein- after. 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(8): Table 212-1.2.4(8) SOIL AMENDMENT PROPERTIES Minimum Maximum 1 1 Sieve 100% 100% 95% 100% 45% 65% 30% 40% 0% 10% 0% 2% 1 1 ht basis 0.08% 0% 6.0% 6.0 7.0 1 1 ft 'f..J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 163 of 247 For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural la-a boratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall W have an on-going quality assurance program that fulfills the requirements of the most recent ver- sion of the "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural labor- atory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212-1.2.5.1 (A) Table 212-1.2.5.l(A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate qrams per SQ. meter (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium Phos-35 (300) phate Sulfate, Plus 15% Soil Sulfur Wettinq Aqent Per Mfq. Recommendation Green Colorant Per Mfq. Recommendation (1) Required to be incorporated only when applied between the months of Nov. through Feb. Add the following section: 212-1.2.5.2 Southern Willow Scrub and Riparian Scrub Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Southern Willow Scrub and Riparian Scrub Areas the slurry mixture shall be applied at the rates shown in Table 212-1.2.5.2(A) Table 212-1.2.5.2(A) SOUTHERN WILLOW SCRUB AND RIPARIAN SCRUB AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate qrams per SQ. meter (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (38-0-0) Urea Formaldehvde 6 (50) Fertilizer (0-45-0) Triple Super Phosphate, Plus 15% 30 (250) Soil Sulfur Wettinq Aqent Per Mfg. Recommendation Green Colorant Per Mfg. Recommendation (1) (Required to be incorporated only when applied between the months of Nov. through Feb.) Add the following section: - 212-1.2.5.3 Riparian Scrub and Upland Transition Zone Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Riparian Scrub and Upland Transition Zone Areas the slurry mixture shall be applied at the rates shown in Table 212-1.2.5.3(A) - ft '-1 Revised 11/24/10 Contract Nos. 3B57, 3643, 6302, 6303 Page 164 of 247 - - - Table 212-1.2.5.3(A) RIPARIAN SCRUB AND UPLAND TRANSITION ZONE AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate arams per sq. meter ( pounds per acre) Virain Wood Cellulose Fiber Mulch 225 (2000) Stabilizinq Emulsion (1) 7 (60} Fertilizer (38-0-0) Urea Formaldehyde 6 (50) Fertilizer (0-45-0) Triple Super Phos-11 (100} phate, Plus 15% Soil Sulfur Wettina Aaent Per Mfg. Recommendation Green Colorant Per Mfa. Recommendation (1) (Required to be incorporated only when applied between the months of Nov. through Feb.) Add the following section: 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 Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and ground- cover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSQ4 H20} product -94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. 212-1.3 Seed. Add 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. 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 section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas (all areas except- ing Southern Willow Scrub and Riparian Scrub and Upland Transition Zone seeded areas}) shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 165 of 247 Table 212-1.3.1(A) SEED FOR DISTURBED AREAS Seed Variety Application Rate orams per sa. meter (pounds per acre} Rose Clover 2.5 20 (1) Festuca Megalura, Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alyssum (Carpet Of Snow} 0.35 3 Dimorpholeca 0.25 2 (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. Add the following section: 212-1.3.2 Seed for Southern Willow Scrub and Riparian Scrub Areas. Hydroseeding mix for the Southern Willow Scrub and Riparian Scrub area shall consist of no less than the seed varieties shown in Table 212-1.3.2(A). Table 212-1.3.2(A) SEED FOR SOUTHERN WILLOW SCRUB AND RIPARIAN SCRUB AREAS Seed Variety Application Rate arams Per so. meter (pounds per acre) Ambrosia Psilostachva 0.35 3 Artemesia Douglasiana 0.35 3 Artemesia Dracunculus 0.25 2 Atriplex Patula SSP, Hastata Halberd Leaf Saltbrush 0.25 2 Encelia Californica, California Sunflower 0.25 2 Festuca Megalura, Zorro Fescue 0.25 2 lsocoma Venetus, Coastal Goldenbrush 0.45 4 Leymus Condensatus, Giant Wild Rye 0.45 4 Oenothera Hookerii, Hooker's Primrose 0.10 1 Add the following section: 212-1.3.3 Seed for Riparian Scrub and Upland Transition Zone Areas. Hydroseeding mix for the Riparian Scrub and Upland Transition Zone area shall consist of not less than the seed varieties shown in Table 212-1.3.2(A). Table 212-1.3.3(A) SEED FOR RIPARIAN SCRUB AND UPLAND TRANSITION ZONE AREAS Seed Variety Application Rate grams per so. meter (pounds per acre) Encelia Californica 0.45 4 Eschscholzia Californica, California Poppy 0.25 2 Festuca Meoalura, Zorro Fescue 0.25 2 lsocoma Venetus, Coastal Goldenbrush 0.45 4 Leymus Condensatus, Giant Wild Rye 0.45 4 Lotus Scoparius, Deerweed 0.45 4 Lupinus Succulentus, Arroyo Lupine 0.35 3 Phacelia Tanacetifolia 0.25 2 ft {.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 166 of 247 - - - 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Con- tractor 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, Publica- tion 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. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-propor- tioned 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 shown on the plans. 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 pro- vision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. I\ •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 167 of 247 Any plants rendered unsuitable for planting because of this inspection will be considered as sam- ples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The no- tification shall be given not less than 1 O days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm ( 1 O") or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm {6") or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 1 O days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm {2") diameter turned lodge- pole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent-biode- gradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 lb./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm {2") apart. Erosion control matting shall be. "North American Green, DS150", "BonTerra S2", or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), U-shaped 11-gauge mild steel staples. Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1m (39") 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. 212-2 IRRIGATION SYSTEM MATERIALS. 212-2.1.3 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 conforming to the requirements of section 207-21 and identifying it as reclaimed water. 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. 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 50 mm (2") and larger A shall be PVC having a pressure rating of 2170 kPa {315 PSI), S.D.R. 13.5. Stenciled pipe is required W for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking ....... '-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 168 of 247 "Reclaimed Water" in 16 mm (5/a") high letters repeated every 300 mm (12"). PVC non-pressure -buried lateral line piping shall be PVC Schedule 40. - Add the following section: 212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the require- ments of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked "RCV", "BV" or "QC", "PB" respectively. Remote control valves 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 section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (½") to 50 mm (2") 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 manufac- turer. Ball valve must conform to Federal Specification WW-V~35B, Type II, Class A, Style 3, End Connection A or C. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitting. Add the following section: 212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a remov- able stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-µm mesh or perforated sheet with 1.14 mm (0.045") diameter holes. All other wye strainers shall be equipped with 425-µm strainer screens . .. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following re- quirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6X, Salco Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neo- prene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m {5' to 40') of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature ., '-+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 169 of 247 and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer .. Check valves shall be King Bros., Rainbird, or approved equal. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mail- ing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated but- terfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. Add the following section: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1 . Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as 4. the coupling valve. 5. Five keys for opening and locking each automatic controller and enclosure. - Add the following section: a 212-2.5 Flexible Hose.-Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose W conforming to the specifications of ASTM Designation: D 2287, Cell-type 6464500. Wall thicknesses of nonrigid PVC hose shall conform to Table 212-2.5(A) when determined in accordance with ASTM Designation: D 2122. Hose Size-Nominal (Millimeters) (Inches) 15 51a 20 ¾ 25 1 TABLE 212-2.S{A) FLEXIBLE HOSE Minimum Wall Thickness* (Millimeters) (Inches) 3.73 0.147 3.91 0.154 4.55 0.179 *as measured at any point on the cross section. Range (Percent) 12 12 12 The hose shall provide leak-free, non-separating connections suitable for the purpose intended when connected to the fittings specified herein. Fittings for flexible hose shall be injection molded PVC, Schedule 40, conforming to the specifications of ASTM Designation: D 2466. Fittings shall be solvent cemented type. Solvent cement for flexible hose and fittings shall be of commercial quality specifically manufactured for use with nonrigid PVC hose. Primer for flexible hose fittings shall be the same as specified for plastic pipe supply line fittings. 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. ft "\iJ Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 170 of 247 - - 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mm (5/8") diameter by 3 m (1 O') long stainless steel grounding rod and a 50-ohm resistance lightning arrestor. Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equip- ment shall incorporate the following elements: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; 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 ap- proval; One 15-amp circuit breaker for each irrigation controller energized by the service; One 20-amp circuit breaker for the duplex receptacle. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 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. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the irrigation controller section. No wood components shall be used in the enclosure. 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. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be lo- cated and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 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. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250 and shall be no less than 150 mm (6") thick. Anchor bolts to secure the service equipment to the concrete pad shall be 1 O mm (313") di- ameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equip- ment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm {2½" and 4"). ft '\J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 171 of 247 SECTION 213 -ENGINEERING FABRICS 213-1 PAVEMENT FABRIC MATERIAL. 213-1.1 General. Modify as follows: Pavement fabric material shall be GlasGrid 8502 Pavement Reinforcement Mesh, conforming to the manufacturer's material specifications or approved equal. 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A). Table 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aqqreqate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainaae at the Interface of Soil Structures Drainaae at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 ka (¼ Ton) Rock Slope Protection Fabric for Rock Sizes lncludinq and Above 225 kq (¼ Ton) Plant Protection Covering Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacina Erosion Control Fence with 1.8 m (6') Post Spacina and No Wire Fencina 213-3 GEOSYNTHETICS. Type Desig- nation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS 213-3.1 General. Add the following: Geogrid used for earth reinforcement shall be Tensar LH800, or approved equal. Contractor shall follow manufacturer's installation instructions and recommendations. Add the following section: 213-4 EROSION CONTROL SPECIAL TIES. Add the following section: 213-4 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (¾") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: - - 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on A the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), w, or equal thereto. ft "-J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 172 of 247 - - - TABLE 214-5.1 (A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TFPM DAPCO Davidson Plastics Company, 18726 East Valley High- way, Kent, Washington 98032, Tele hone 206 251-8140. Add the following section: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 mat night under illumi- nation of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Type Safe-Hit SH236MA Carsonite "Super Duck" SDF- 436 Repo "The Replaceable Post" TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #11 Hayward, CA 94545 Telephone (415) 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box? Stanton, CA 90680 Telephone (800) 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflec- tive channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. SECTION 215 -FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic con- struction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from -58F de- grees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 10'-0" apart and buried portion shall be no less than 2'-6" deep. Used materials may ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 173 of 247 be installed providing the used materials are good, sound, and are suitable for the purpose in- tended, as determined by the Engineer. Materials may be commercial quality providing the di- mensions and sizes of the materials are equal to, or greater than, the dimensions and sizes spec- ified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and paint- ing of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. !t"-. \.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 174 of 247 - - - SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: 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 organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contam- inated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be saw cutting asphalt pavement and removal and disposal of existing asphalt concrete berm, aggregate base, concrete curb and gutter, concrete sidewalk, striping, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing under- ground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile loca- tions and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and con- duits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of aban- doned pipelines and conduits shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 11">-'-1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 175 of 247 300-2.2.1 General. add the following: Alluvial and colluvial removal and recompaction shall con- sist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract price for unclassified excavation. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300- 4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for accordance with Section 3-3, "Extra Work," of the specifica- tion. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional mate- rial as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for accordance with Section 3-3, "Extra Work," of the specifica- tion. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be lo- cated within 3 inches (0.25'} of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all sur- plus material from the project. The Contractor shall utilize highway legal haul trucks for this ex- port of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 Payment. substitute the following: Payment for all unclassified excavation will be made at the Contract Cubic Yard price bid for unclassified excavation (streets) and unclassified exca- vation (grading, sheets 22 & 23) and shall include compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transi- tions will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. fl">- ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 176 of 247 - - -When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling of selected material will be paid for at the Contract Cubic Yard price for unclassi- fied excavation (street and or grading). Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Cubic Yard Price for unclassified excavation (street and or grading) and no additional compensation will be allowed therefore. Add the following section: 300-2.1 0 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1 ') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pump- ing, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material en- countered below grade as directed by the Engineer 300-3.6 Payment. add the following: Dewatering shall be paid for as an incidental to unclassified excavation and no additional compensation will be made therefore. Except for unsuitable materi- als removed as part of the clearing and grubbing item, unsuitable material encountered below grade will be paid for at the unit price bid for unclassified excavation. -300-4 UNCLASSIFIED FILL - 300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.5 Placing Materials for Fills. add the following: The Contractor shall perform grading such that the upper 900 mm (3') 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 Officials. Should insuffi- cient 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 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") 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 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') 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 suffi- cient room between them so that intervening voids can be adequately filled with fine material to -~ f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 177 of247 form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. 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: The Contractor shall place all fill soil at a moisture content no less than one ( 1) percent below optimum moisture as determined by ASTM test D-1557-91 . 300-4.7 Compaction. add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all ar- eas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm {2') or shall be 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. 300-4.9 Measurement and Payment. delete and substitute the following: Unclassified fill, grad- ing, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclas- sified excavation, and no additional payment will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control con- forming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water dam- age of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off 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 "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", Janu- ary 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 178 of 247 - - - - Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) 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 impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP 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 berms; graded berms around areas to eliminate erosion of embankment slopes by sur- face runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the re- sulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the require- ments of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefore. 300-11 STONEWORK FOR EROSION CONTROL. 300-11.4 Payment. delete and replace as follows: Rock protection will be included in the unit and/or lump sum prices for items which have said rock protection in their design and no additional payment will be made therefore. 300-12 ROCK SLOPE PROTECTION FABRIC. Add the following section: 300-12.1 Preparation of Subgrade. Prior to placing rock slope protection fabric the Contractor shall clear the surfaces upon or against which rock slope protection fabric is to be placed of loose or extraneous material and sharp objects that may damage the fabric during installation. Equip- ment 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. Add the following section: 300-12.2 Placement. The Contractor shall place rock slope protection fabric prior to placing rock slope protection. The Contractor shall grade surfaces to be covered by rock slope protection so as to provide full support for the fabric. Rock slope protection fabric shall conform to the provisions in Section 213-2, "Geotextiles," and shall be placed by the Contractor in accordance with the details shown on the plans and as specified herein. The Contractor shall handle rock slope pro- tection fabric with care that it is not torn or stretched and place it in accordance with the manufac- turer's recommendations, these specifications and as directed by the Engineer. The Contractor shall place and fit rock slope protection fabric 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 over- lapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacent borders of the fabric shall be overlapped not less than 61 O mm (24"). The fabric shall be placed such that ...... "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 179 of 247 the fabric being placed shall overlap the adjacent section of fabric in the direction the cover ma- terial 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 yarn shall be as recommended by the fabric manufacturer. The number of stitches per 25 mm (1") of seam shall be 6 ± 1. 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 by the Contractor and no additional payment will be made therefore. 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 1 m (3') 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. Damaged fabric that is suitable for repair, as determined by the Engineer, shall be repaired by the Contractor and no additional payment will be made therefore. Add the following section: 300.12.3 Measurement and Payment. Payment for rock slope protection fabric will be included in the unit and/or lump sum prices for items which have said fabric in their design and no additional payment will be made. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. Contractor shall conduct and schedule operations so as to minimize or avoid muddying and silting of channels, drains, and waters. Water pollution control work shall consist of constructing Best Management Practice's (BMP's) which may be required to provide prevention, control, and abatement of water pollution in accordance with the City Standard Urban Storm Water Management Plan (SUSMP), latest edition. Although the construction activities are not subject to statewide construction permit (less than 1-acre), the Contractor shall prepare a City Storm Water Pollution Prevention Plan (SWPPP) for the project. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the City SWPPP and coordination with the City and the Regional Water Quality Control Board, if any, shall be included as part of the contract price bid. 300-13.1.1 SWPPP Document The Contractor shall submit three (3) copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Add the following section: 300-13-1.2 Availability of SWPPPtemplate. A draft document intended for use as a template for the required SW PPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The Contractor shall review the template and modify it as nec- essary to reflect the Contractor's operations. Add the following section: I"\ •+' Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 180 of 247 - - - - - - 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be con- sidered included in bid item and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and main- taining the control measures included in the SWPPP and any amendments thereto and for re- moving and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP imple- mentation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SW PPP for sediment tracking, wind erosion, non-storm water manage- ment and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontin- ued. The construction site inspection checklist provided in the "Handbook'' shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspec- tion record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. ft ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 181 of 247 If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Con- tractor shall compact the upper 300 mm (12"} of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which th•~ subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or re- compact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302-ROADWAY SURFACING 302-4.4 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 268-7107. The Contractor shall accommodate mail delivery to res- idences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown below, with the appropriate infor- mation specific to the work inserted in the letter. .~ {.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 182 of 247 - - - - - - (Date) (Name of Contractor, (Address of Contractor, ( Contractor's License Number} As part of the City of Carlsbad's ongoing program to maintain our roadways, one or more streets in your area have been scheduled for resurfacing in the coming weeks. The resurfacing work requires the affected streets be closed for one day, usually from around 7:30 a.m. to 5 p.m. If your street is to be re- surfaced, you will be notified of the exact day 72 hours in advance by a flyer attached to your front door knob. If it is a street in your neighborhood, you will notice temporary "No Parking" signs on the affected streets with a specific date written on them. (PLEASE NOTE: weather conditions and other factors outside our control can sometimes cause work to be rescheduled at the last minute. If this happens, we will notify you as soon as possible of the new date.) To prepare for this street closure, we are asking neighbors to help. Here's how: • Park your car outside the affected area unless you plan to leave before 7 a.m. the morning the work starts. • If your street is affected, par~ your car in your driveway or garage ( off the street) if you aren't going to need it during these times. Cars left on a street posted "No Parking" will be towed at the owner's expense. • Avoid walking, biking and skateboarding on new roads until construction signs are removed. Please keep kids and pets off the new roadway the day of the resurfacing, too. Until it is dry, the road resurfacing material will stain your shoes, cars, carpets and floors. • During the day of the resurfacing, please try to keep the new road dry (monitor sprinklers, hoses and other water sources around your home). • Work will not affect your trash pickup. Please put trash out on your nor- mal day. • For the next few months, it is even more important to keep your car off resurfaced streets on street sweeping day. Street sweeping helps re- move small pebbles and grit from the newly paved roadways. (To see the street sweeping schedule, search "street sweeping" on the city website, www.carlsbadca.gov). (XXXXXXX) will be performing the resurfacing work for the city. You may call them at XXX-XXX-XXXX for more information about the project and to answer questions. The City of Carlsbad has the most well-maintained streets in the region thanks to the cooperation of community members like you. We appreci- ate your patience and understanding, and we will do everything we can to get this work done quickly and efficiently • ...... "\.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 183 of 247 During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routE~s, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the af- fected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's perma- nent office or field office and the other number shall be a 24 hour number answered by a repre- sentative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. The pre-cut notices shall be - as shown in the Appendix, with the day of the week circled and appropriate information specific a to the work inserted. W The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section. 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1 . 302-5.2.2 Equipment. Add the following: The machine shall be capable of grinding Asphalt Con- crete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the center- line and extending from edge to edge of a traffic lane. 302-5.2.5 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as perma-- nent paving. Ramp dimensions and compaction shall be as approved by the Engineer. ft "\.J Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 184 of 247 - - - 302-5.4 Tack Coat. Add the following: The Contractor shall place a tack coat between the suc- cessive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth para- graph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. The surface course shall be 50 mm (2"} thick. Leveling courses will be required in a variable thickness pavement section. Delete the second sentence of paragraph 7 and the subsequent subsections A thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), Add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, Add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). Delete the first paragraph and replace with the fol- lowing: The Contractor must locate and record locations of all appurtenances in the roadway including, but not limited to, sewer and storm drain manholes, water and recycled water valve boxes, air vents, sewer cleanouts, and survey monument boxes. When placing the TRMAC overlay the Contractor shall place rubber nipples/risers on top of all appurtenances, which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey mon- ument boxes, in the roadway and pave over the rubber nipples/risers. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. Contractor shall prevent debris from falling into manhole structures by use of plywood shelves or umbrella devices prior to grind- ing or paving adjacent to any manhole. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carls- bad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Riser rings or extensions shall not be used for the adjustment of City-owned appurtenances. If the precast concrete cylinders or pipe boxes cannot be re-used during adjustment, then the Con- tractor shall provide new precast concrete cylinders or pipe boxes at his expense. Raising and adjusting to grade all City-owned appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications, including traffic control and prevention from debris falling into structures. Other Agencies may provide adjustment rings or extensions for their appurtenances. See Section 5-6 COOPERATION for the Contractor's responsibilities regarding other Agency's appurtenances . . ..._ "f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 185 of 247 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete pavement section and ¾-inch minimum asphalt concrete leveling course shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. Add the following section: 302-7 PAVEMENT FABRIC 302-7.1 General. Modify as follows: Pavement fabric material shall be GlasGrid 8502 Pavement Reinforcement System and shall conform to the manufacturer's material specifications or ap- proved equal. 302-7.2 Placement. Modify as follows: Pavement fabric material shall be placed in accordance with the manufacturer's installation specifications and shown on plans. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. Damage to existing traffic loops caused by pavement repairs or grinding will require immediate replace- ment of the traffic loops unless video detection has been set up and the loops are unnecessary or determined by Traffic Engineer. If pavement fabric or petromat is encountered during any pavement repairs or grinding, the Contractor shall remove and dispose of it. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grind- ing). 302-11.3 AC Cold Mill and Fill with Conventional AC. The area shown on the plans or set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the Engineer. The Engineer will designate and mark the final limits of the cold mill areas in the field by outlining the area to be removed with paint. The Contractor shall provide Traffic Control for the Engineer to walk in the street and mark the limits of the repairs. The Con- tractor shall remove the asphalt concrete in the designated area by cold milling per the require- ments of subsection 302-5.2 of the SSPWC. The Contractor shall remove any roots beneath the pavement at the direction of the Engineer. The Contractor shall sweep the street; keep dust to a minimum; and remove and dispose of the AC and roots at the Contractor's expense. A tack coat shall be applied uniformly to all contact surfaces at a rate of 0.05 to 0.1 0 gallons per square yard in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the removal area with asphalt concrete and compact so that the finished surface of the AC is flush with the surrounding pavement. Asphalt concrete for patches shall be B-PG64-10. The Contractor is required to use a self-propelled paving machine for areas 6 feet wide and wider. The asphalt concrete so con- structed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. 302-11.4 AC Cold Milling and Disposal of Grindings. Cold Milling or grinding shall be in ac- - - cordance with the provisions of Section 302-5.2 of the Standard Specifications for Public Works Construction, latest edition. The Contractor shall cold mill or grind the existing AC to the width A and depth as shown on the plans. In the field, the Engineer may change the width and depth of W the cold milling at his discretion. If the Contractor's cold milling severs any traffic detection loops, ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 186 of 247 - - - the Contractor shall replace them immediately at the Contractor's expense. Existing advance traf- fic signal loop detectors shall be replaced by the Contractor and paid for per the bid item Traffic Signal Detector Loops, even when video detection has been installed at the intersection. Con- tractor shall construct temporary AC ramps at the cold-milled edges which are perpendicular to the direction of travel. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. As shown on the plans, some cold milling may require tapering of milled thickness. If the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor's bid price for cold milling and no additional payment will be made therefore. Add the following section. 302-11.5 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks des- ignated to be sealed before installing elastomeric sealant material. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." 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 (475°F). Applica- tion 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 (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufac- turer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum over- lap onto adjacent pavement. 302-11.6 Measurement and Payment. Quantities of pavement repairs as set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for emulsion-aggregate slurry treatments shall in- clude post emergent herbicide treatment of the areas to receive for emulsion-aggregate slurry treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and ma- terials necessary for doing the work including, saw cutting and removing and disposing 12 inches (1 ') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. Add the following section: 302-12 TIRE RUBBER MODIFIED ASPHALT CONCRETE (TRMAC). 302-12.1 General. Modify as follows: TRMAC shall conform to 203-14 and as modified herein. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 187 of 247 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.1 General. Add the following: Bio-Retention basin and curb inlet with grate shall be con- structed in conformity with the plans and standard specifications. The filter materials shall be as stated on the plans, including filter fabric and PVC drain pipe and shall be considered part of the bio-retention basin. 303-1.6.2 Falsework Design. Add the following: The Contractor shall provide all temporary brac- ing necessary to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a reg- istered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the falsework. 2. Temporary bracing or methods to be used during each phase of erection and removal of the falsework. 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. 303-1.11 Payment. Add the following: Payment for the bio-retention basins, the number of cham- - bers stated and curb inlet and grate will be at the contract unit price per each as shown on the - Bid. Such price for bio-retention basins shall constitute full compensation for all labor, materials, equipment, tools, and incidentals necessary for completing the work, including appurtenant work, as described in these specifications and plans. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 1 0 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. CROSS GUTTERS, 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markin s T e of under round facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve ft f..J Revised 11/24/1 O Contract Nos. 3957, 3643, 6302, 6303 Markin w s RW Page 188 of 247 - - - - 303-5.9 Measurement and Payment. Add the following: Combined curb and gutter and curb only shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb only will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" -1 0 guage wire mesh throughout. El Camino Real Medians. The color and finish shall be in accordance with Section 03301 "Land- scape Pavement Finish" herein. Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for Enhanced PCC Paving. Payment shall include full compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circum- stance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor 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 ful- filled 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 of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 . ...._ "J Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 189 of 247 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE a LANES = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. = total number of 24 hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. = 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. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. 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 bridg- ing 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 location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads .. 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 306-1.5. Add the following section: - 306-1.1.7.3 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 unobstructed traffic flow. In such cases, the following conditions shall apply: A a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at W the sole discretion of the Engineer, it is approved as specified hereinbefore. -~ ~, Revised 11 /24/1 0 Contract Nos. 3H57, 3643, 6302, 6303 Page 190 of 247 - - - b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. 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. The cold milling shall produce a flat surf ace that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the con- tractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . 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 and shall be secured against displace- ment by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Sub- sequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% 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 section shall be completely filled with elastomeric sealant material. 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. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width <1J Minimum Plate Thickness 0.3 m (10" 13 mm (½") 0.6 m (23" 19 mm (¾") 0.8 m (31" 22 mm (7/a") 1.0 m (41" 25 mm (1") 1.6 m (63" 32 mm (1 ¼") .. (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered c1v1I engineer and submit- ted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid sur- face on the steel plate with no less than a coefficient of friction of 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 CAL TRANS 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. ft "\J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 191 of 247 Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited a to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping W' 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 work that the bridging is installed to facilitate. 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. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans or on bid schedule. 306-1.3.1 General. add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except a that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. • 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the fol- lowing: Temporary bituminous resurfacing mat•~rials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materi- als 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 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the as- sociated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 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 Water Services with Meters. Add the following: 306-1.6.1 General. Water service connections shall be installed as located on the plans and in accordance with Carlsbad Municipal Water District Standard Drawing No. W-3. The water service and meter shall be size indicated on the landscape plans and conform to all the landscape irriga- tion requirements as stated on the plans and in the specifications. I\ ,.., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 192 of 247 - - - - 306-1.6.2 Water Service and Meter Items. A. Copper tubing shall be used for all service laterals. Minimum service size shall be 1-inch. Maximum copper tubing service size shall be 2-inch (1-1/2 inch copper tubing size is not allowed). B. No meter is to be placed within any sidewalk or driveway area without specific approval of the District. C. Before installation of meter by the District, the water service installation must be inspected and approved by the City Inspector. D. All non-residential water meters will require a reduced pressure back-flow preventer di- rectly behind the meter. 306-1.6.3 Payment. Full compensation for furnishing and installation of water service with pro- vided meter shall be at the Contract Unit Price per each on the Bid. Such price shall constitute full compensation for all labor, equipment, materials, tools, and incidentals necessary for com- pleting the work. No additional compensation will be made therefor. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless other- wise noted on plans, the Contractor shall remove 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 and shall replace said pipelines and conduits 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 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 86, "Signals, Light- ing and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Elec- trical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and meth- ods of construction of street lighting and traffic signals. 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: The traffic signal modification plans and notes shall replace Section 307-4, "Traffic Signal Construction," of the SSPWC. 307-4.1 PAYMENT. Payment for loop detector replacement will be included in the lump sum price for Traffic Signal Modification which shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in installing the loops as called for in these Supplemental Provisions, as shown on the plans, or as directed by the Engi- neer. Payment for modifying existing traffic signals will be at the lump sum price bid for each "traffic signal modification," which shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in relocating existing traffic signal stand- ards and furnishing and installing additional equipment as called for in these Supplemental Pro- visions, as shown on the plans, or as directed by the Engineer. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL modify as follows: Section 308 "Landscape and Irrigation Installation," shall be replaced by Sections 02810 "Landscape Irrigation System" and 02930 "Exterior Plants" herein. Except for Section 212 "Landscape and Irrigation Materials", Section 308-5.6, "Flushing and Test-1, •+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 193 of 247 · ing" Section 308-6, "Maintenance and Plant Establishment'', 308-7 "Guarantee" and 308-8 "Pay- ment" of the SSPWC shall remain in effect. SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, cross- walks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Con- tractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/a") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (¼") in 3m (1 O') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Con- tractor shall remove all Thermoplastic pavement markings and RPM's prior to pavement overlay. Paint can be left alone prior to pavement overlay. Either grinding or HP water jet with concurrent vacuum is allowed for removals. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 O') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contrac- tor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before es- tablishment of the necessary control points. The Contractor shall establish all traffic striping be- tween these points by string line or other method to provide striping that will vary less than 80mm per 1 oom ( 1 /2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) and then correcting the mark- ings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. After one week, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: If required by the approved traffic control plans, the - - Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be main-A tained by the Contractor so that the stripes are clearly visible both day and night. • ft f.J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 194 of 247 - - - 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final traffic strip- ing (2 coats paint), RPM's, curb markings, pavement legends, and pavement markings as shown on the plans and required by the specifications shall be included in the appropriate bid item, and no additional compensation will be allowed therefore. If required by TCP, reapplication of tempo- rary stripes and markings shall be repainted at the Contractor's expense, and no additional com- pensation will be allowed therefore. The prices bid shall include all labor, tools, equipment, mate- rials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7 .2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing perma- nent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after place- ment of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and re- move reflective channelizers the same as for pavement marker placement and removal. The Con- tractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310- 5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic . . ~ "'-J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 195 of 247 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pave- ment markers shall be cemented to the surfacing with the adhesive recommended by the manu- facturer, except epoxy adhesive shall not be used to place temporary reflective raised 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 as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pave- ment Marker Placement and Removal", except the 14-day waiting period before placing the pave- ment markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special pro- visions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheet- ing shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in sec- tion 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channeliz.ers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certif- icate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certif- icate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufac- tured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide a.nd install all temporary traffic control signs, mark- ers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is dis- covered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. -~ "IJ Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 196 of 247 - - - - Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing {Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 31 O "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the tempo- rary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing {Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201- 1 , "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/ A 36M. The bolts shall con- form to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/a") thick plate welded on the upper end with a 5-mm {3/rn") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing com- pound shall be type 2 curing compound. Temporary railing {Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the tempo- rary railing {Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved align- ment Each rail unit placed within 3 m ( 1 O') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contrac- tor. A Type P marker panel conforming to the requirements of the California Manual on Uniform Traffic Control Devices shall also be installed at each end of railing installed adjacent to a two- lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way road- bed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Tem- porary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings {Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system ,n • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 197 of 247 by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 stand- ards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cush- ions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TS FCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the appli- cation as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the California Manual on Uniform Traffic Control Devices shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical align- ment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary chan- nelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in apply- ing, installing, maintaining, and removing temporary traffic pavement markers, channelizers, sign- ing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. •>-\iJ Revised 11/24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 198 of 247 - - - - TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS SECTION 1. STRUCTURES SPECIAL PROVISIONS 1-1.01 GENERAL Section 1 includes general rules of interpretation. The Department is gradually standardizing the style and language of the specifications. The new style and language includes: 1. Use of: 1.1. Imperative mood 1.2. Introductory modifiers 1.3. Conditional clauses 2. Elimination of: 2.1. Language variations 2.2. Definitions for industry-standard terms 2.3. Redundant specifications 2.4. Needless cross-references The use of this new style does not change the meaning of a specification not yet using this style. The specifications are written to the Bidder before award and the Contractor after. Before award, interpret sentences written in the imperative mood as starting with "The Bidder must" and interpret "you" as "the Bidder" and "your" as "the Bidder's." After award, interpret sentences written in the imperative mood as starting with "The Contractor must" and interpret "you" as "the Contractor" and "your" as "the Contractor's." Omission of "a," "an," and "the" is intentional. These articles have been omitted in some specifications for streamlining purposes. Unless an object or activity is specified to be less than the total, the quantity or amount is all of the object or activity. All items in a list apply unless the items are specified as choices. Headings are included for the purposes of organization and referencing. Inclusion of a heading with no related content, "Reserved," or "Not Used" does not indicate that no specification exists for that subject; applicable specifications may be covered in a general or referenced specification. 1-2 REFERENCES 1-2.01 REFERENCES A reference within parentheses to a law or regulation is included in the contract for convenience only and is not a comprehensive listing of related laws and regulations. Lack of a reference does not indicate no related laws or regulations exist. If the version of a referenced document is not specified, use the current version in effect on the date of Notice to Bidders. A reference to a subsection includes the section's general specifications of which the subsection is a part. A code not specified as a Federal code is a California code. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 199 of 247 SECTION 2-1. GENERAL SOLDIER PILE WALL 2-1.01 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifica- tions and these special provisions. Surplus excavated material shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Reinforcement or metal attached to reinforced concrete rubble placed in embankments shall not protrude above the grading plane. Prior to placement within 2 feet below the grading plane of embankments, reinforcement or metal shall be trimmed to no greater than 3/4 inch from the face of reinforced concrete rubble. Full compensation for trimming reinforcement or metal shall be considered as included in the contract prices paid per cubic yard for the types of excavation shown in the Engineer's estimate, or the contract prices paid for furnishing and placing imported borrow or embankment material, as the case may be, and no additional compensation will be allowed therefor. SOLDIER PILE WALL EARTHWORK GENERAL - The Contractor shall submit to the Engineer working drawings, including design calculations, and A a construction sequence for the proposed method of soldier pile wall construction for the site in W conformance with the provisions in Section 5-1.02, "Plans and Working Drawings," of the Stand- ard Specifications. The drawings and calculations shall be signed by an engineer who is regis- tered as a Civil Engineer in the State of California. One set of the drawings and construction sequence, and one copy of the design calculations, shall be furnished to the Engineer. The work- ing drawings and construction sequence shall include, but not be limited to, defining order of work, traffic control, method of installation of soldier piles, method of placing lagging, limits of structure excavation lifts, and type of drilling and excavation equipment to be used. The Contractor shall allow 7 days after complete drawings and support data are submitted for the review and approval of the proposed method of soldier pile wall construction. In the event the Engineer fails to complete the review and approval within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any result- ing loss, and an extension of time will be granted, in the same manner as provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Structure Excavation (Soldier Pile Wall) Excavation and construction of the soldier pile wall shall proceed in lifts from the top down. Care shall be taken in performing structure excavation (soldier pile wall) for placement of lagging such that a minimal void behind the lagging is required to be backfilled. At the end of the work shift, lagging shall be in place the full height of the exposed excavation face. ft ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 200 of 247 - - - - Structure Backfill (Soldier Pile Wall) Material for structure backfill behind lagging shall conform to the provisions in Section 19-3, "Structure Excavation and Backfill," of the Standard Specifications. Structure backfill behind lag- ging shall be compacted by hand tamping, mechanical compaction, or other means approved by the Engineer. Structure backfill in fill areas behind the lagging shall be keyed into the existing or excavated back slope. Lean Concrete Backfill Lean concrete backfill shall conform to the provisions for slurry cement backfill in Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications, except that aggregate shall be sand suitable for making commercial quality concrete. Lean concrete backfill in the portions of the drilled holes occupied by lagging and in front of the soldier pile flanges shall be removed as necessary to install lagging. Concrete Backfill Concrete backfill of the types listed in the engineer's estimate encasing the steel soldier piles below the lagging shall be Class~ concrete conforming to the provisions in Section 90, "Portland Cement Concrete," of the Standard Specifications and these special provisions. Pervious backfill material placed within the limits of payment for retaining walls will be measured and paid for as structure backfill (retaining wall). If structure excavation or structure backfill for soldier pile wall is not otherwise designated by type and payment for the structure excavation or structure backfill has not otherwise been provided for in the Standard Specifications or these special provisions, the structure excavation or structure backfill will be measured and paid for as structure excavation (soldier pile wall} or structure backfill (soldier pile wall}, respectively. Lean concrete backfill will be measured and paid for by the cubic yard as lean concrete backfill in the same manner specified for structure backfill in Section 19-3.07, "Measurement," and Sec- tion 19-3.08, "Payment," of the Standard Specifications. Concrete backfill encasing steel soldier piles below the lagging will be measured and paid for by the cubic yard as concrete backfill of the types listed in the Engineer's Estimate in the same manner specified for structure backfill in Section 19-3.07, "Measurement," and Section 19-3.08, "Payment," of the Standard Specifications. Full compensation for removing lean concrete backfill shall be considered as included in the con- tract price paid per cubic yard for structure excavation (soldier pile wall} and no additional com- pensation will be allowed therefor. Full compensation for working drawings and construction sequence, and temporary supports and shoring, if required, for soldier pile wall construction shall be considered as included in the contract price paid per cubic yard for structure excavation (soldier pile wall} and no additional compensa- tion will be allowed therefor. -~ \iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 201 of 247 Full compensation for filter fabric shall be considered as included in the contract price paid per cubic yard for structure backfill (soldier pile wall) and no additional compensation will be allowed therefor. 2-1.02 PILING GENERAL Piling shall conform to the provisions in Section 49, "Piling," of the Standard Specifications, and these special provisions. Unless otherwise specified, welding of any work performed in conformance with the provisions in Section 49, "Piling," of the Standard Specifications, shall be in conformance with the requirements in AWS D1.1. Attention is directed to "Welding" of these special provisions MEASUREMENT AND PAYMENT (PILING) Measurement and payment for the various type!s and classes of piles shall conform to the provi- sions in Sections 49-6.01, "Measurement," and 49-6.02, "Payment," of the Standard Specifica- tions and these special provisions. The contract price paid per linear foot for steel soldier pile of the types shown in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing the steel soldier piles at - the site to the required depth, including securing the piling to maintain accurate alignment prior to A and during encasing the pile with concrete, shaping pile tops, , cleaning and preparing heat af-W fected areas of piles for splicing and furnishin•~. cleaning, and welding concrete anchors to the piles as shown on the plans, as specified in the Standard Specifications and these special provi- sions, and as directed by the Engineer. 2-1.03 DRILLED HOLES Holes for steel soldier piles shall be drilled into natural foundation materials at the location shown on the plans and shall conform to Section 49, "Piling," of the Standard Specifications and these special provisions. Drilled holes shall be accurately located and shall be straight and true. When the piles are plumbed and aligned, the steel piles shall be at least one inch clear of the sides of the hole for the full length of the hole to be filled with concrete backfill and lean concrete backfill. Holes that do not provide the clearance around steel piles shall be reamed or enlarged at the Contractor's expense. Temporary casings or tremie seals shall be furnished and placed where necessary to control water or to prevent caving of the hole. Difficult drilling is anticipated due to the presenc,e of dense soils, caving soils, high ground water, underground utilities and traffic control. Loose materials existing at the bottom of the hole after drilling operations have been completed shall be removed before placing the pile. Materials resulting from drilling holes shall be disposed of in conformance with the provisions in A Section 19-2.06, "Surplus Material," of the Standard Specifications. • ft "1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 202 of 247 - - Drilling mud or chemical stabilizers shall not be used. Surface water shall not be permitted to enter the hole and all water in the hole shall be removed before placing concrete therein. Casing, if used in drilling operations, shall be removed from the hole as concrete is placed therein. The bottom of the casing shall be maintained not more than 5 feet nor less than one foot below the top of the concrete during casing withdrawal and concrete placing operations. Separation of the concrete during withdrawal operations shall be avoided by hammering or otherwise vibrating the casing. The methods used to withdraw temporary casings shall preclude contamination of the concrete and commingling of the soil and concrete or of any ground water and concrete. The contract price paid per linear foot for drilled hole of the diameter shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in drilling holes for soldier piles, including disposing of the material resulting from drilled holes, dewatering, casing holes and removing casing, and providing tremie seals, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 2-1.05 CONCRETE STRUCTURES Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these special provisions. Shotcrete shall not be used as an alternative construction method for reinforced concrete mem- bers unless otherwise specified. CONCRETE Concrete shown on the plans that has a 28-day compressive strength of greater than 3,600 psi shall contain not less than 675 pounds of cementitious material per cubic yard. The concrete shall be considered to be designated by cementitious material content rather than by 28-day com- pressive strength. AGGREGATE GRADINGS The aggregate grading of concrete for shotcrete shall be the 3/8-inch maximum combined aggre- gate grading and shall conform to the requirements in Section 90-3, "Aggregate Gradings," of the Standard Specifications. MEASUREMENT AND PAYMENT Measurement and payment for concrete in structures shall conform to the provisions in Sec- tion 51-1.22, "Measurement," and Section 51-1.23, "Payment," of the Standard Specifications and these special provisions. Full compensation for furnishing and installing plastic pipe located at vertical drains used behind retaining walls and bridge abutments, including horizontal or sloping drains down slopes and across sidewalk areas, including excavation and backfill involved in placing the plastic pipe, shall be considered as included in the contract price paid per cubic yard for the various items of concrete work involved and no separate payment will be made therefor. 2-1.06 REINFORCEMENT Reinforcement shall conform to the provisions in Section 52, "Reinforcement," of the Standard Specifications and these special provisions. The Department's mechanical splices prequalified list can be found at: http://www.dot.ca.gov/hq/esc/approved_products_list/ ft '-1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 203 of 247 The provisions in "Welding Quality Control" cif these special provisions shall not apply to re- sistance butt welding. MEASUREMENT AND PAYMENT Measurement and payment for reinforcement in structures shall conform to the provisions in Sec- tion 52-1.10, "Measurement," and Section 52-1.11, "Payment," of the Standard Specifications and these special provisions. 2-1.07 SHOTCRETE Shotcrete shall conform to the specifications in Section 51, "Concrete Structures," and Section 53, "Shotcrete," of the Standard Specifications and these special provisions. Shotcrete shall completely encase reinforcement and other obstructions shown on the plans. Attention is directed to the section, "Order of Work," in these special provisions regarding furnish- ing preconstruction shotcrete test panels. Except for finish coats, shotcrete shall be appliE~d by the wet-mix process only. Finish coats, applied by the dry-mix process, may be used only when approved by the Engineer. The entire depth of shotcrete shall be placed during one work shift and shall include 2 "boul- derscape" architectural treatment finish coat in accordance with these special provisions. Shotcrete shall have a minimum compressive strength of 3600 psi at 28 days. No shotcrete work shall be performed before verification by the Engineer of the required compressive strength. Splicing of reinforcing bars No. 7 or larger in shotcrete shall be by butt splicing only. - The Contractor shall be responsible for obtaining and testing all required preconstruction and - production test cores. Coring and testing shall be performed in the presence of the Engineer. The Engineer shall be notified a minimum of 24 hours before the Contractor performs any coring or testing. All cores shall be obtained and tested for compressive strength in conformance with the specifi- cations in ASTM Designation: C 42/C 42M. Cores used for determining compressive strength shall be free of bar reinforcement or other obstructions. The testing shall be performed at an independent testing facility approved by the Engineer. A copy of the test results shall be furnished to the Engineer within 5 days following completion of testing. Test cylinders specified in Section 90-9 "Compressive Strength" of the Standard Specifications will not be required for shotcrete. All test panels shall become the property of the Contractor and shall be disposed of in conform- ance with the specifications in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. PRECONSTRUCTION REQUIREMENTS Before performing shotcrete work, the Contractor shall construct at least 2 preconstruction shot- crete test panels for each mixture being considered. The nozzleperson shall have a minimum of 3000 hours experience as a nozzleperson on projects with a similar application. . ..._ ~, Revised 11/24/10 Contract Nos. 3H57, 3643, 6302, 6303 Page 204 of 247 - - - - At least 15 days before constructing any shotcrete test panels, the Contractor shall submit, in conformance with specifications in Section 5-1.02, "Plans and Working Drawings," of the Stand- ard Specifications, a Quality Control Plan (QCP) for the proposed method of shotcrete placement. The plan shall include: 1. The number and qualifications of nozzlepersons available to place shotcrete, the number of nozzlepersons on the project site at any time during the shotcrete placement, descrip- tion of their work schedule, and the procedures for avoiding fatigue of any nozzleperson. 2. The proposed method of placing shotcrete, including, but not limited to, application rates, details of any proposed construction joints and their locations, and methods for achieving the required thickness and surface finish. 3. The procedure for curing shotcrete surfaces. 4. The description of a debris containment system, to be used during the cleaning of bar reinforcing steel and concrete and placing of shotcrete, as required to provide for public safety. The Engineer shall have 15 days to review and approve the QCP submittal after a complete plan has been received. No construction of shotcrete test panels shall be performed until the QCP is approved by the Engineer. Should the Engineer fail to complete the review within this time allow- ance, and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason of the delay in approving the QCP, the delay will be considered a right of way delay in conformance with the specifications in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Preconstruction shotcrete test panels shall be constructed by the nozzlepersons and application crew scheduled to do the work, using equipment, materials, mixing proportions, ambient temper- atures and procedures proposed for the work. The preconstruction shotcrete test panels shall conform to the following: 1. One shotcrete test panel, of the size determined by the Contractor, shall be unreinforced and shall have 3 cores taken from it and tested for compressive strength. The compres- sive strength shall be the average strength of the 3 cores, except that, if any core should show evidence of improper coring, the core shall be discarded and the compressive strength shall be the average strength of the remaining cores. The test panel shall be identified and submitted to the Engineer with the test results including a description of the mixture, proportions, and ambient temperature. 2. One shotcrete test panel shall have the same (1) thickness, (2) bar size and quantity of bar reinforcement or other obstructions, and (3) positioning of bar reinforcement or ob- structions as the most heavily reinforced section of shotcrete to be placed. The test panel shall be square with the length of the sides equal to at least 3 times the thickness of the most heavily reinforced section of shotcrete to be placed, but not less than 30 inches. After a minimum 7 days of cure, the test panel shall be broken by the Contractor, in the presence of the Engineer, into pieces no larger than 1 o inches in greatest dimension. The surfaces of the broken pieces shall be dense and free of laminations and sand pockets, and shall verify the bar reinforcement or other obstructions are completely encased. 3. Both test panels shall be cured under conditions similar to the actual work. 4. At the option of the Contractor, cores to be used for determining the compressive strength may be taken from the reinforced test panel described above instead of making a separate unreinforced test panel as described above. The compressive strength shall be the aver- age strength of the 3 cores, except that, if any core should show evidence of improper coring or contains bar reinforcement or other obstructions, the core shall be discarded and the compressive strength shall be the average strength of the remaining cores. If cores ft ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 205 of 247 are taken from the reinforced test panel, the panel shall not be broken into pieces, as described above, until it has cured tor a minimum of 14 days. The requirements tor constructing preconstructiion shotcrete test panels may be eliminated, when approved by the Engineer, if a test panel report and certified compressive strength test data are furnished from a State highway project with a similar application of approximately equal thickness, including similar quantities and placement of reinforcement or other obstructions. The proposed nozzleperson shall have constructed the test panel described in the test panel report. The test panel report shall list the names of the application crew, equipment used, materials, mixing pro- portions, ambient temperatures and procedures used to make the test panels. The certified com- pressive strength test data shall be tor cores taken from the same test panels. PLACING An air blowpipe shall be used during shotcrete placement to remove rebound, overspray, and other debris from the areas to receive shotcretE!. Construction joints shall be tapered and shall conform to the specifications in Sections 51-1.13, "Bonding," of the Standard Specifications. All overspray and rebound shall be removed before final set and before placement of shotcrete on adjacent surfaces. Rebound or any other material which has already exited the nozzle shall not be reused. Shotcrete shall be cured in conformance with the specifications in Section 90-7.03, "Curing Struc- tures," of the Standard Specifications. - When a finish coat is to be used, all loose, uneven or excess material, glaze, and rebound shall a be removed by brooming, scraping, or other means and the surface left scarified. Surface depos-• its which take a final set shall be removed by abrasive blasting. Before placing the finish coat, the receiving surface shall be washed down with an air-water blast. Shotcrete extending into the space shown on the plans for cast-in-place concrete shall be re- moved. TESTING AND ACCEPTANCE At least 3 production shotcrete test cores shall be taken from each 300 square feet or portion thereof of shotcrete placed each day. The cores shall be 3 inches in diameter. The location where cores are to be taken will be designated by the Engineer. Test cores shall be identified by the Contractor, and a description of the core location and mixture, including proportions, shall be submitted to the Engineer with the test cores, immediately after coring. Cored holes shall be filled with mortar in conformance with the specifications in Section 51-1.135, "Mortar," of the Standard Specifications. Upon receipt of the cores, the Engineer will perform a visual examination to determine ac- ceptance, as described below. Within 48 hours after receipt, the Engineer will return the cores to the Contractor for compressive strength testing. The compressive strength test shall be performed using the shotcrete production test cores de- scribed above. The compressive strength shall be the average strength of the 3 cores, except that, if any core should show evidence of improper coring, the core shall be discarded, and the compressive strength shall be the average strength of the remaining cores. ...... {.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 206 of 247 - - - - The basis of acceptance for production shotcrete test cores shall be (1) that the core is dense and free of laminations and sand pockets, and shows the reinforcement or other obstructions are completely encased and (2) the same as specified for test cylinders in the 4th and 5th paragraphs of Section 90-9.01, "General," of the Standard Specifications. If any production test core shows signs of defective shotcrete as described in (1) above, the shot- crete represented by that test core will be rejected, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength and quality of the shotcrete placed in the work are acceptable. The surface finish of the shotcrete shall conform to the specifications in Section 51-1.18, "Surface Finishes," of the Standard Specifications. MEASUREMENT AND PAYMENT Full compensation for the Quality Control Plan, constructing and breaking test panels, furnishing and testing cores and patching cored holes shall be considered as included in the contract price paid per cubic yard for shotcrete, and no additional compensation will be allowed therefor. Bar reinforcement in shotcrete will be paid for as bar reinforcing steel (retaining wall). 2-1.08 ARCHITECTURAL TREATMENT (TEXTURED SHOTCRETE) GENERAL Summary This work includes constructing architectural treatment (textured shotcrete) for shotcrete sur- faces. Architectural treatment (textured shotcrete) for shotcrete surfaces must comply with Sec- tion 51, "Concrete Structures," Section 53, "Shotcrete." Of the Standard Specifications and these special provisions. The architectural treatment (textured shotcrete) shall be sculpted shotcrete finish simulating the strata lines of the local geology, "boulderscape." Quality Control and Assurance General Assign a lead sculptor to supervise the placement of the sculpted shotcrete and the application of the final texture and color. Test Panel Two free-standing test panels at least 6' x 6' in size shall be successfully completed at a location approved by the Engineer before beginning work on the final shotcrete treatment. The test panels shall be constructed and finished with the materials, tools, equipment, and methods to be used in constructing, sculpting, finishing, and staining, the architectural treatment for the finished work. The test panels shall resemble in appearance the texture, pattern, surface relief, strata line detail, and staining treatment of the project references, and the color shall closely match existing rock formations on the site. If ordered by the Engineer, additional test panels shall be constructed and finished until the specified finish, texture, and color are obtained, as determined by the Engineer. The test panels approved by the Engineer shall be used as the standard of comparison in deter- mining acceptability of architectural treatment for final shotcrete surfaces. -~ ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 207 of 247 CONSTRUCTION, SHOTCRETE SCULPTING Contractor's qualifications to perform the architectural treatment (textured shotcrete) work. The Contractor shall furnish evidence of at least 1 O years' experience to the Engineer, including, but not limited to, project references, dates, names, phone numbers, and color photos. The layout of strata lines shall only be perform,~d on walls fully constructed from top to bottom of the sculpted wall. This also applies to the full length of the wall. No sectional layout, sculpting, or staining work will be allowed as the wall is constructed in sections. Sculpting and staining personnel responsible for construction of the test panels shall be the same personnel used to sculpt and stain the wall throughout the duration of the project. The layout of strata lines throughout the shotcrete surface shall be performed in 2 stages. The Contractor shall notify the Engineer not less than 3 days prior to the first stage. The first stage shall consist of applying high visibility paint to the wall face to illustrate the strata line patterns for approval by the Engineer. The same personnel who will sculpt the wall face shall perform the layout of the primary and secondary strata lines .. The first stage shall be approved by the Engineer prior to beginning the second stage. The second stage shall consist of installing reinforcing support parallel to the primary strata lines. After the second stage is approved by the Engineer, shotcrete shall be applied in conformance with "Shotcrete," of these special provisions. The sculpting personnel shall direct the amount of shotcrete to be applied during the sculpting operation to provide the desired finished architectural detail and relief. ~ Sculpted shotcrete shall have non-repetitive patterns or contours, to prevent creation of repetitive secondary shadowing. Areas to receive surface texture that do not exhibit the surface specified shall be replaced so as to exhibit the specified texture. The Engineer will determine acceptability. The test panels approved by the Engineer shall be used as the standard of comparison in deter- mining acceptability of architectural treatment for textured shotcrete surfaces. PREPARE AND STAIN TEXTURED SHOTCRETE General This work shall consist of preparing and staining textured shotcrete surfaces where shown on the plans in conformance with the provisions in Section 59-6, "Painting Concrete," of the Standard Specifications and these special provisions. Installer shall have a minimum of three years' experience in sculpted textured shotcrete staining application and successfully completed not less than six projects comparable in scale and com- plexity. Materials The stain shall consist of a base and accent stain material. The base stain shall be an organic based non-toxic iron oxide derivative or metallic salt. The accent stain shall be a water-based solution of metallic salts that penetrate and react with shotcrete to produce insoluble, abrasion- resistant color deposits in the pores of the shotcrete. The stain shall contain dilute acid to etch shotcrete so that the staining ingredients can penetrate the shotcrete. ft {.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 208 of 247 - - - - - Liquids, residues and debris resulting from preparing and staining shotcrete work shall be dis- posed of in accordance with Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications, and "Water Pollution Control" and "Construction Site Man- agement" elsewhere in these special provisions. Colors Shotcrete stain shall be formulated and applied so that the final color of the stained shotcrete closely matches existing rock formations on the site and project references specified in "Architec- tural Treatment {Textured Shotcrete)" of these special provisions. All sculptured textured shotcrete surfaces shall be stained with a minimum of four to six colors each and sealant. Colors shall include brown, tan and gray earthtone colors. Sealant shall be as recommended by the manufacturer of the applied color. The sealant shall be compatible with the stain and for the application on textured shotcrete surfaces. Surface coloring shall accurately and realistically simulate the appearance of natural rock in the local vicinity and stain treatment of existing walls listed as project references,. including the multiple colors, shades, flecking, and veining that is apparent in the real rock. It shall also demonstrate the colors that may be apparent from aging, such as staining from oxidation, rusting and/or organic staining from soil and/or veg- etation. Test Panels Two test panels constructed and approved in conformance with the requirements in "Architectural Treatment (Textured Shotcrete)" of these special provisions shall be prepared and stained as specified herein. All texture approved shotcrete test panels do not need to be prepared and stained. A representative sampling from the set of texture-approved test panels for shotcrete shall be selected by the Engineer for the Contractor to prepare and stain. The selected test panels shall be constructed, finished, and stained with the materials, tools, equipment, personnel, and methods to be used in constructing, finishing, and staining the shotcretesurfaces. Additional test panels may be ordered by the Engineer until the specified colors, shading, flecking and veining are obtained. The personnel who prepare and stain the test panels shall be the same personnel used to prepare and stain textured shotcrete surfaces. The Contractor shall provide documentation of stain oper- ation employees names to the Engineer. Following inspection, review and acceptance of the completed test panels by the Engineer, ap- proval will be given in writing by the Engineer. The approved stained test panels shall be sup- ported in a vertical position and left at the construction site for viewing. · Each test panel shall be exposed to direct sunlight for a minimum period of 7 calendar days after all colors are applied. The Contractor shall provide the Engineer with 1 quart of each of the final approved colors and sealant products. At least 7 days prior to sealing the stained textured shotcrete test panel surfaces, the Contractor shall provide the Engineer a copy of the manufacturer's written recommendations and specifica- tions for applying the sealant to the stained textured shotcrete surfaces in the field. The sealant shall be applied to the test panels in conformance with the manufacturer's written recommenda- tions. The textured test panels approved by the Engineer shall be used as the standard of comparison in determining acceptability of the final architectural texture and staining for shotcrete surfaces. ft ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 209 of 247 Surface Preparation New shotcrete surfaces to be stained shall be cured by the water cure method in conformance with the provisions in Section 90-7 .03, "Curing Structures," of the Standard Specifications and these special provisions. Shotcrete surfaces to be stained shall be prepared in conformance with the requirements of SSPC-SP 13, "Surface Preparation of Concrete," of the SSPC: The Society for Protective Coat- ings. Immediately before staining operations, the Contractor shall clean all shotcrete surfaces to be stained by water rinsing as defined in Section 59-1.03, "Application," of the Standard Specifica- tions. For textured shotcrete staining operations, the final textured surface shall be prepared for staining by removing all loose material, laitance, efflorescence, sheen, and other foreign materials. Color- ing shall be applied after pressure washing with water to remove laitence and provide a clean surface. Sandblasting will not be allowed. Staining shall only be applied after the wall has been completely sculpted. The Contractor shall take precautions in order to protect the integral colored exposed concrete barrier surfaces from shotcrete, shotcrete texturing, staining, rinsing, and sealing operations and other surface contamination. The Contractor shall remove shotcrete rebound, splatter of deposits of shotcrete and removal of any stains on the surface of the integral colored concrete barrier surface. Staining Immediately before commencing work, the Contractor shall test textured shotcrete surfaces to be stained for acceptance of stain in conformance with the manufacturer's recommendations. Areas that resist accepting stain shall be cleaned as approved by the Engineer. For textured shotcrete surfaces, color shall be obtained by applying a minimum of 4 to 6 multiple stain colors so that the textured face demonstrate individual color variations to match the test panel. Application of the shotcrete stain base shall be by air or airless sprayer; highlight coloration shall be by staining or other suitable antiquating method. Staining work will not be allowed to be performed on a partial section of the wall. The staining treatment of the test panel shall closely match. existing rock formation on the site as well as existing walls noted under project references. The Contractor shall apply the shotcrete stain in conformance with the manufacturer's recommen- dations and these special provisions. The stain shall be applied uniformly, working to avoid ex- cessive rundown. The stain shall be worked into the shotcrete surface in circular motions with a nylon-bristled brush. Drips, puddles, or other irregularities shall be worked into the shotcrete. After the last coat of stain has dried, the Contractor shall rinse stained surf aces with water and wet scrub surfaces with a stiff bristled nylon brush until the rinse water runs clear. - - The Contractor shall protect adjacent concrete surf aces during shotcrete staining operations. Upon completion of shotcrete staining and prior to sealing the structure, the stained face shall be exposed to sunlight for a minimum period of 7 days after color is applied. After this period, the face of the structure will be inspected, reviewed and accepted by the Engineer, and approved by the Engineer. Any irregularities in the staining of the face of the structure or a portion of the face - ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 210 of247 - - - of the structure shall be redone until the entire face is acceptable. Upon acceptance, the Engineer will provide written approval for that stained structure face. Upon approval by the Engineer, the Contractor shall place the sealant over all of the stained areas in conformance with the manufacturer's recommendations and specifications. The sealant shall be clear and uncolored and capable of producing a flat, non-shiny surface. The sealant shall be applied uniformly with a minimum of two coats, or as determined by the manufacturer. Surface shall be cleaned and prepared in conformance with the manufacturer's specifications for this ap- plication. MEASUREMENT AND PAYMENT Architectural treatment (textured shotcrete) will be measured and paid for by the square foot. The contract price paid per square foot for architectural treatment (textured shotcrete) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in architectural treatment, complete in place, including constructing and disposal of test panels, layout of strata lines, shotcrete sculpting, preparing and staining tex- tured shotcrete including the test panels, and repairing or replacing damaged sculptured textured areas, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Furnishing and placing bar reinforcing steel and shotcrete associated with the architectural treat- ment (textured shotcrete) will be measured and paid for separately as bar reinforcing steel (re- taining wall) and shotcrete respectively. 2-1.09 TIMBER LAGGING Timber lagging shall conform to the details shown on the plans and the provisions in Sections 57, "Timber Structures," and 58, "Preservative Treatment of Lumber, Timber and Piling, 11 of the Stand- ard Specifications and these special provisions. All timber members shall be preservative treated Douglas fir of the grades shown on the plans. Timber members shall be full sawn to the dimensions shown on the plans. Preservative treatment shall conform to AWPA Use Category System: UC4B, Commodity Speci- fication A, except that chromated copper arsenate shall not be used. Timbers 4 inches thick or less shall be installed with a 3/8-inch gap between lagging members except where shown on the plans. Timbers greater than 4 inches thick shall be installed with a 1/2-inch gap between lagging members except where shown on the plans. 2-1.10 CABLE RAILING Cable railing shall conform to the provisions in Section 83-1, "Railings," of the Standard Specifi- cations. 2-2.01 WELDING GENERAL Flux cored welding electrodes conforming to the requirements of AWS A5.20 E6XT-4 or E7XT-4 shall not be used to perform welding for this project. Wherever reference is made to the following AWS welding codes in the Standard Specifications, on the plans, or in these special provisions, the year of adoption for these codes shall be as listed: lt>-"'-1 Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 211 of 247 AWS Code Year of Adootion D1.1 2006 D1 .4 2005 D1.5 2002 D1.6 1999 Requirements of the AWS welding codes shall apply unless otherwise specified in the Standard Specifications, on the plans, or in these special provisions. Wherever the abbreviation AWS is used, it shall be equivalent to the abbreviations ANSI/AWS or AASHTO/AWS. Section 6.1.1.1 of AWS D1 .5 is replaced with the following: Quality Control (QC) shall be the responsibility of the Contractor. As a minimum, the Contractor shall perform inspection and testing of each weld joint prior to welding, during welding, and after welding as specified in this section and as necessary to ensure that materials and workmanship conform to the requirements of the contract documents. Unless otherwise specified, Sections 6.1.3 through 6.1.4.3 of AWS D1 .1, Section 7 .1.2 of AWS D1 .4, and Sections 6.1.1.2 through 6.1.3.3 of AWS D1 .5 are replaced with the following: The QC Inspector shall be the duly designated person who acts for and on behalf of the Contractor for inspection, testing, and quality related matters for all welding. Quality Assurance (QA) is the prerogative of the Engineer. The QA Inspector is the duly desig- nated person who acts for and on behalf of the Engineer. - The QC Inspector shall be responsible for quality control acceptance or rejection of materials and - workmanship, and shall be currently certified as an AWS Certified Welding Inspector (CWI) in conformance with the requirements in AWS QC1, "Standard for AWS Certification of Welding Inspectors." The QC Inspector may be assisted by an Assistant QC Inspector provided that this individual is currently certified as an AWS Certified Associate Welding Inspector (CAWI) in conformance with the requirements in AWS QC1, "Standard for AWS Certification of Welding Inspectors." The As- sistant QC Inspector may perform inspection under the direct supervision of the QC Inspector provided the assistant is always within visible and audible range of the QC Inspector. The QC Inspector shall be responsible for signing all reports and for determining if welded materials con- form to workmanship and acceptance criteria. The ratio of QC Assistants to QC Inspectors shall not exceed 5 to 1 . When the term "Inspector" is used without further qualification, it shall refer to the QC Inspector. When any work is welded in conformance with the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications, not including Section 75-1.035, "Bridge Joint Restrainer Units," of the Standard Specifications, Section Ei.1.4 of AWS D1 .1 is replaced with the following: The QC Inspector shall be responsible for quality control acceptance or rejection of materials and workmanship and shall be currently certified as an AWS CWI in conformance with the require- ments in AWS QC1, "Standard for AWS Certification of Welding Inspectors," or as a Welding Inspector Specialist (WIS) in conformance with the requirements in AWS 85.2, "Specification for the Qualification of Welding Inspector Specialists and Welding Inspector Assistants." - ., ~+' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 212 of 247 -Section 6.14.6, "Personnel Qualification," of AWS D1 .1, Section ra, "Personnel Qualification," of AWS D1 .4, and Section 6.1.3.4, "Personnel Qualification," of AWS D1 .5 are replaced with the following: Personnel performing nondestructive testing (NDT) shall be qualified and certified in conformance with the requirements of the American Society for Nondestructive Testing (ASNT) Recommended Practice No. SNT-TC-1A and the Written Practice of the NDT firm. The Written Practice of the NDT firm shall meet or exceed the guidelines of the ASNT Recommended Practice No. SNT-TC-1A. Individuals who perform NDT, review the results, and prepare the written reports shall be either: A. Certified NDT Level II technicians, or; B. Level Ill technicians who hold a current ASNT Level Ill certificate in that discipline and are authorized and certified to perform the work of Level II technicians. Section 6.5.4 of AWS D1 .5 is replaced with the following: The QC Inspector shall inspect and approve each joint preparation, assembly practice, welding technique, joint fit-up, and the performance of each welder, welding operator, and tack welder to make certain that the applicable requirements of this code and the approved Welding Procedure Specification (WPS) are met. The QC Inspector shall examine the work to make certain that it meets the requirements of Sections 3 and 6.26. The size and contour of all welds shall be meas- ured using suitable gages. Visual inspection for cracks in welds and base metal, and for other discontinuities shall be aided by strong light, magnifiers, or such other devices as may be helpful. Acceptance criteria different from those specified in this code may be used when approved by the -Engineer. - Section 6.6.5, "Nonspecified NDT Other than Visual," of AWS D1 .1, Section 7.6.5 of AWS D1 .4 and Section 6.6.5 of AWS D1 .5 shall not apply. For any welding, the Engineer may direct the Contractor to perform NDT that is in addition to the visual inspection or NDT specified in the AWS or other specified welding codes, in the Standard Specifications, or in these special provisions. Except as provided for in these special provisions, additional NDT required by the Engineer, and associated repair work, will be paid for as extra work as provided in Section 4-1.03D, "Extra Work," of the Standard Specifications. Prior to re- lease of welded material by the Engineer, if testing by NDT methods other than those originally specified discloses an attempt to defraud or reveals a gross nonconformanc!3, all costs associated with the repair of the deficient area, including NDT of the weld and of the repair, and any delays caused by the repair, shall be at the Contractor's expense. A gross nonconformance is defined as the sum of planar type rejectable indications in more than 20 percent of the tested length. When less than 100 percent of NDT is specified for any weld, it is expected that the entire length of weld meet the specified acceptance-rejection criteria. Should any welding deficiencies be dis- covered by additional NDT directed or performed by the Engineer that utilizes the same NDT method as that originally specified, all costs associated with the repair of the deficient area, in- cluding NDT of the weld and of the weld repair, and any delays caused by the repair, shall be at the Contractor's expense. Repair work to correct welding deficiencies discovered by visual inspection directed or performed by the Engineer, and any associated delays or expenses caused to the Contractor by performing these repairs, shall be at the Contractor's expense. " • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 213 of 247 The Engineer shall have the authority to verify the qualifications or certifications of any welder, QC Inspector, or NDT personnel to specified levels by retests or other means approved by the Engineer. Inspection and approval of all joint preparations, assembly practices, joint fit-ups, welding tech- niques, and the performance of each welder, welding operator, and tack welder shall be docu- mented by the QC Inspector on a daily basis for each day welding is performed. For each.inspec- tion, including fit-up, Welding Procedure Specification (WPS) verification, and final weld inspec- tion, the QC Inspector shall confirm and document compliance with the requirements of the AWS or other specified code criteria and the requirements of these special provisions on all welded joints before welding, during welding, and after the completion of each weld. In addition to the requirements specified in the applicable code, the period of effectiveness for a welder's or welding operator's qualification shall be a maximum of 3 years for the same weld process, welding position, and weld type. If welding will be performed without gas shielding, then qualification shall also be without gas shielding. Excluding welding of fracture critical members, a valid qualification at the beginning of work on a contract will be acceptable for the entire period of the contract, as long as the welder's or welding operator's work remains satisfactory. In addition to the requirements of AWS D1 .1, welding procedures qualification for work welded in conformance with that code shall conform to the following: When a nonstandard weld joint is to be made using a combination of WPSs, a single test may be conducted combining the WPSs to be used in production, provided the essential variables, in- cluding weld bead placement, of each process are limited to those established in Table 4.5. In addition to the requirements of AWS D1 .5, Section 5.12 or 5.13, welding procedures qualifica- tion for work welded in conformance with that code shall conform to the following requirements: A. Unless considered prequalified, fillet welds shall be qualified in each position. The fillet weld soundness test shall be conducted using the essential variables of the WPS as es- tablished by the Procedure Qualification Record (PQR). B. For qualification of joints that do not conform to Figures 2.4 and 2.5 of AWS D1 .5, a mini- mum of two WPS qualification tests are required. The tests shall be conducted using both Figure 5.1 and Figure 5.3. The test conforming to Figure 5.1 shall be conducted in con- formance with AWS D1.5, Section 5.12 or 5.13. The test conforming to Figure 5.3 shall be conducted using the welding electrical parameters that were established for the test conducted conforming to Figure 5.1 . The ranges of welding electrical parameters estab- lished during welding per Figure 5.1 in conformance with AWS D1 .5, Section 5.12, shall be further restricted according to the limits in Table 5.3 during welding per Figure 5.3. C. Multiple zones within a weld joint may be qualified. The travel speed, amperage, and voltage values that are used for tests conducted per AWS D1 .5 Section 5.13 shall be consistent for each pass in a weld joint, and shall in no case vary by more than ±1 O percent for travel speed, ± 10 percent for amperage, and ±7 percent tor voltage as measured from a predetermined target value or average within each weld pass or zone. The travel speed shall in no case vary by more than ±15 percent when using submerged arc welding. D. For a WPS qualified in conformance with AWS D1 .5 Section 5.13, the values to be used for calculating ranges for current and voltage shall be based on the average of all weld passes made in the test. Heat input shall be calculated using the average of current and voltage of all weld passes made in the test for a WPS qualified in conformance with Sec- tion 5.12 or 5.13. ft "' Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 214 of 247 - - - - - - E. Macroetch tests are required for WPS qualification tests, and acceptance shall be per AWS D1 .5 Section 5.19.3. F. When a nonstandard weld joint is to be made using a combination of WPSs, a test con- forming to Figure 5.3 may be conducted combining the WPSs to be used in production, provided the essential variables, including weld bead placement, of each process are lim- ited to those established in Table 5.3. G. Prior to preparing mechanical test specimens, the PQR welds shall be inspected by visual and radiographic tests. Backing bar shall be 3 inches in width and shall remain in place during NDT testing. Results of the visual and radiographic tests shall comply with AWS D1 .5 Section 6.26.2, excluding Section 6.26.2.2. Test plates that do not comply with both tests shall not be used. WELDING QUALITY CONTROL Welding quality control shall conform to the requirements in the AWS or other specified welding codes, the Standard Specifications, and these special provisions. Unless otherwise specified, welding quality control shall apply when any work is welded in con- formance with the provisions in Section 49, "Piling," Section 52, "Reinforcement," Section 55, "Steel Structures," or Section 75-1.035, "Bridge Joint Restrainer Units," of the Standard Specifi- cations. All welding will require inspection by the Engineer. The Contractor shall request inspection at least 3 business days prior to the beginning of welding for locations within California and 5 busi- ness days tor locations outside of California. The Contractor shall request inspection at: http://www.dot.ca.gov/hq/esc/Translab/OSM/smbforms.htm Continuous inspection shall be provided when any welding is being performed. Continuous in- spection, as a minimum, shall include having a QC Inspector within such close proximity of all welders or welding operators so that inspections by the QC Inspector of each welding operation at each welding location does not lapse for a period exceeding 30 minutes. When joint weld details that are not prequalified to the details of Section 3 of AWS D1 .1 or to the details of Figure 2.4 or 2.5 of AWS D1 .5 are proposed for use in the work, the joint details, their intended locations, and the proposed welding parameters and essential variables, shall be ap- proved by the Engineer. The Contractor shall allow the Engineer 15 days to complete the review of the proposed joint detail locations. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Upon approval of the proposed joint detail locations and qualification of the proposed joint details, weld- ers and welding operators using these details shall perform a qualification test plate using the WPS variables and the joint detail to be used in production. The test plate shall have the maxi- mum thickness to be used in production and a minimum length of 18 inches. The test plate shall be mechanically and radiographically tested. Mechanical and radiographic testing and ac- ceptance criteria shall be as specified in the applicable AWS codes. The Engineer will witness all qualification tests for WPSs that were not previously approved by the Department. Unless otherwise specified, an approved independent third party will witness the qualification tests for welders or welding operators. The independent third party shall be a current CWI and shall not be an employee of the contractor performing the welding. The Con- ft f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 215 of 247 tractor shall allow the Engineer 15 days to review the qualifications and copy of the current certi- fication of the independent third party. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. The Contractor shall notify the Engineer 7 days prior to performing any qualification tests. Wit- nessing of qualification tests by the Engineer shall not constitute approval of the intended joint locations, welding parameters, or essential variables. The Contractor shall designate in writing a welding Quality Control Manager (QCM). The QCM shall be responsible directly to the Contractor for the quality of welding, including materials and workmanship, performed by the Contractor and subcontractors. The QCM shall be the sole individual responsible to the Contractor for submitting, receiving, re- viewing, and approving all correspondence, required submittals, and reports to and from the En- gineer. The QCM shall be a registered professional engineer or shall be currently certified as a CWI. Unless the QCM is hired by a subcontractor providing only QC services, the QCM shall not be employed or compensated by any subcontractor, or by other persons or entities hired by subcon- tractors, who will provide other services or materials for the project. The QCM may be an em- ployee of the Contractor. Welding inspection personnel or NDT firms to be used in the work shall not be employed or com- pensated by any subcontractor, or by other persons or entities hired by subcontractors, who will provide other services or materials for the project, except for the following conditions: A. The work is welded in conformance with AWS D1 .5 and is performed at a permanent fabrication or manufacturing facility that is certified under the AISC Quality Certification Program, Category Cbr, Major Steel Bridges and Fracture Critical endorsement F, when applicable. B. The work is welded in conformance with AWS D1 .1 at a permanent pipe manufacturing or fabrication facility that maintains a QC program that is independent from production. For welding performed at such facilities, the inspection personnel or NDT firms may be employed or compensated by the facility performing the welding provided the facility maintains a QC pro- gram that is independent from production. Prior to submitting the Welding Quality Control Plan (WQCP) required herein, a prewelding meet- ing between the Engineer, the Contractor's QCM, and a representative from each entity perform- ing welding or inspection for this project, shall be held to discuss the requirements for the WQCP. The Contractor shall submit to the Engineer, in conformance with the provisions in Section 5-1.02, "Plans and Working Drawings," of the Standard Specifications, 2 copies of a separate WQCP for each subcontractor or supplier for each item of work for which welding is to be performed. - - The Contractor shall allow the Engineer 15 days to review the WQCP submittal after a complete plan has been received. No welding shall be performed until the WQCP is approved in writing by the Engineer. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of - ft f.J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 216 of 247 ,--------------------~----- - - the Engineer's delay in completing the review, the Contractor will be compensated for any result- ing loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. An amended WQCP or any addendum to the approved WQCP shall be submitted to, and ap- proved in writing by the Engineer, for proposed revisions to the approved WQCP. An amended WQCP or addendum will be required for revisions to the WQCP, including but not limited to a revised WPS; additional welders; changes in NDT firms, QC, or NOT personnel or procedures; or updated systems tor tracking and identifying welds. The Engineer shall have 7 days to complete the review of the amended WQCP or addendum. Work affected by the proposed revisions shall not be performed until the amended WQCP or addendum has been approved. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in complet- ing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Information regarding the contents, format, and organization of a WQCP, is available at the Trans- portation Laboratory and at: http://www.dot.ca.gov/hq/esc/Translab/OSM/smbresources.htm After final approval of the WQCP, amended WQCP, or addendum, the Contractor shall submit 7 copies to the Engineer of the approved documents. A copy of the Engineer approved document shall be available at each location where welding is to be performed. A daily production log for welding shall be kept for each day that welding is performed. The log shall clearly indicate the locations of all welding. The log shall include the welders' names, amount of welding performed, any problems or deficiencies discovered, and any testing or repair work performed, at each location. The daily report from each QC Inspector shall also be included in the log. The following items shall be included in a Welding Report that is to be submitted to the Engineer within 15 days following the performance of any welding: A. A daily production log. B. Reports of all visual weld inspections and NOT. C. Radiographs and radiographic reports, and other required NOT reports. D. A summary of welding and NDT activities that occurred during the reporting period. E. Reports of each application of heat straightening. F. A summarized log listing the rejected lengths of weld by welder, position, process, joint configuration, and piece number. G. Documentation that the Contractor has evaluated all radiographs and other nondestructive tests and corrected all rejectable deficiencies, and that all repaired welds have been reex- amined using the required NDT and found acceptable. The following information shall be clearly written on the outside of radiographic envelopes: name of the QCM, name of the nondestructive testing firm, name of the radiographer, date, contract number, complete part description, and all included weld numbers, report numbers, and station markers or views, as detailed in the WQCP. In addition, all interleaves shall have clearly written on them the part description and all included weld numbers and station markers or views, as detailed in the WQCP. A maximum of 2 pieces of film shall be used for each interleave. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 217 of 247 Reports of all visual inspections and NOT shall be signed by the inspector or technician and sub- mitted daily to the QCM for review and signature prior to submittal to the Engineer. Corresponding names shall be clearly printed or typewritten next to all signatures. Reports of all NOT, whether specified, additional, or informational, performed by the Contractor shall be submitted to the En- gineer. The Engineer will review the Welding Report to determine if the Contractor is in conformance with the WQCP. Except for steel pipe piling, the Engineer shall be allowed 15 days to review the report and respond in writing after the complete Welding Report has been received. Prior to receiving notification from the Engineer of the Contractor's conformance with the WQCP, the Contractor may encase in concrete or cover welds for which the Welding Report has been submitted. How- ever, should the Contractor elect to encase or cover those welds prior to receiving notification from the Engineer, it is expressly understood that the Contractor shall not be relieved of the re- sponsibility for incorporating material in the work that conforms to the requirements of the plans and specifications. Material not conforming to these requirements will be subject to rejection. Should the Contractor elect to wait to encase or cover welds pending notification by the Engineer, and in the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. For steel pipe piling, including bar reinforcement in the piling, the Contractor shall allow the Engi- neer 2 business days to review the Welding Report and respond in writing after the required items have been received. No field welded steel pipe piling shall be installed, and no reinforcement in the piling shall be encased in concrete until the Engineer has approved the above requirements in writing. In addition to the requirements in AWS D1 .1 and AWS D1 .5, second-time excavations of welds or base metal to repair unacceptable discontinuities, regardless of NOT method, and all repairs of cracks require prior approval of the Engineer. The Engineer shall be notified immediately in writing when welding problems, deficiencies, base metal repairs, or any other type of repairs not submitted in the WQCP are discovered, and also of the proposed repair procedures to correct them. For requests to perform second-time repairs or repairs of cracks, the Contractor shall include an engineering evaluation of the proposed repair. The engineering evaluation, at a minimum, shall address the following: A. What is causing each defect? 8. Why the repair will not degrade the material properties? C. What steps are being taken to prevent similar defects from happening again? The Contractor shall allow the Engineer 7 days to review these procedures. No remedial work shall begin until the repair procedures are approved in writing by the Engineer. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in complet- ing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. - The QCM shall sign and furnish to the Engineer, a Certificate of Compliance in conformance with - the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for -~ '-J Revised 11/24/10 Contract Nos. 3fl57, 3643, 6302, 6303 Page 218 of 247 - - each item of work for which welding was performed. The certificate shall state that all of the materials and workmanship incorporated in the work, and all required tests and inspections of this work, have been performed in conformance with the details shown on the plans, the Standard Specifications, and these special provisions. PAYMENT Full compensation for conforming to the requirements of "Welding" shall be considered as in- cluded in the contract prices paid for the various items of work involved and no additional com- pensation will be allowed therefor. DIVISION 02 -SITE WORK SECTION 02810-LANDSCAPE IRRIGATION SYSTEM PART 1 -GENERAL 1.1 GENERAL CONDITIONS A. The General Conditions and Special Conditions are a part of this section and the contract for this work and apply to this section as fully as if repeated herein. 1.2 SCOPE OF WORK A. The scope of work includes the construction of an irrigation system for the land- scape planting areas. The extent of the irrigation system is shown on the drawings. The work includes all services, labor, materials, transportation and equipment nec- essary to perform the work as shown and/or noted on the drawings and/or as spec- ified. Irrigation system shall be fully functional with all capabilities met. B. Contractor is responsible for close coordination with contractors involved with grading, drainage and construction of site elements. For project to be successful, it is the responsibility of Contractor to coordinate this work with other trades, as well as with the Owner's Representative, prior to, and throughout the construction period, to avoid conflicts which may interrupt another's work progress. 1.3 REFERENCES A. The latest editions of standards and specifications published by the following or- ganizations, and referenced herein, apply to the work only to the extent specified by the reference. American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) United States General Services Administration (Federal Specification) Rules and Regulations for Reclaimed Water Use and Distribution Within the City of San Diego, April 1996 ft ~, Revised 11 /24/1 o Contract Nos. 3957, 3643, 6302, 6303 Page 219 of 247 1.4 SUBMITTALS A. Submit a list of all irrigation equipment to be used, manufacturer's brochures, maintenance manuals, warrantees and operating instructions, within ten (10) cal- endar days of notice to proceed. B. Shall substitution of irrigation equipment from that specified on plans be proposed, provide in writing to the Landscape Architect, the proposed substitution for ap- proval. 1.5 GUARANTEE Furnish guarantee in accordance with the General Conditions, for a period of one (1) year from the date of final acceptance -at the conclusion of the Maintenance Period -on com- plete water irrigation system, including non-settling of the backfill in trenches and excava- tions, which if occurs, shall be corrected, including repairs and/or replacement of any ma- terial damaged thereby or there from. 1.6 SITE OBSERVATION VISITS A. In all cases where site observation visits of the irrigation system work are required and/or where portions of the work are specified to be performed under the direction and/or site observation of the Landscape Architect, the Contractor shall notify the Landscape Architect at least two (2) working days in advance of the time such site observations and/or directions are required. B. Site observation will be required for the following parts of the work at the sole op- tion of the Owner's Representative: 1. Upon installation and water pressure testing of main lines and lateral lines; when pipes are laid and are to be submitted to pressure tests. Do not cover any lines until they have been checked and approved. 2. Upon installation and testing of service and control systems, including any backflow preventers, Y-strainers, water meters, shut-off valves, flow-sens- ing devices, valves, quick couplers, pressure regulators, automatic control- ler(s ), rain sensors, and control valves and wires. 3. When the sprinkler system is completed, but prior to planting, the Contrac- tor in the presence of the Landscape Architect and/or Owner's Representa- tive, shall perform a coverage test to determine if the coverage of water afforded all existing and newly planted areas is complete and adequate. The Contractor shall furnish all materials and perform all work required to correct any inadequacies, without extra cost to the Owner. 4. A final site observation visit by the Landscape Architect and/or Owner's Representative and performance test shall be at the same time as the final site observation of the spBcified landscape maintenance period work. 1.7 TESTING A. All P.V.C. mains shall be subjected to a potable water hydro pressure test of 125 psi for a period of four (4) hours and shall be watertight. All shut-off valves to isolate the section of mainline to be tested shall be fully closed prior to testing. All testing shall be in the presence of the Landscape Architect and/or Owner's Rep- I"\ • ., Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 220 of 247 - - - - - B. C. D. E. F. resentative unless otherwise authorized. Testing will be done in sections as re- quired. Liquid filled test gauges rated to a minimum 150 psi shall be used for testing purposes. Test recycled water mains as follows: (1) add water slowly to pipe to avoid water hammer damage, (2) bleed system at pressure gauge location to ensure all air is out of pipes, (3) pressurize system to line pressure for duration specified. Visually inspect for leaks while system is under constant pressure. All P.V.C. lateral lines shall be visually observed for leaks when operating systems. All testing shall be in the presence of the Landscape Architect and/or Owner's Representative unless otherwise authorized. Prior to any grading and construction, mitigation areas shall be clearly delineated. The direction to proceed with installation of the irrigation system shall only be made only upon the authorization by Owner's Representative and Project Biologist. All installed irrigation control wiring and conduit shall be visually observed by the Landscape Architect and/or Owner's Representative. Contractor shall be solely responsible for providing and passing a wire conductivity test for all remote control wiring. Testing shall be repeated as required until facilities tested pass inspection and exhibit proper operation. Authorization to proceed with installation shall be received before backfilling any trench. Do not cover any lines, wires, conduits, cables or fittings until they have been reviewed, and authorization to proceed is given by the Landscape Architect and/or Owner's Representative. 1.8 RECORD DRAWINGS A. Before final acceptance of work, the Contractor shall provide a record set of draw- ings showing the irrigation system work. Utilize one complete set of irrigation draw- ing prints used for installing system, for indicating installed equipment. Make daily annotations thereon as project progresses, prior to burial of equipment. Lettering shall be 1/4" height. Final submitted information shall be on sepia mylar transpar- ency for reproduction purposes. All items changed/relocated from original draw- ings shall be so indicated with the same symbol in the new location, the original symbol erased. All notes/callouts pertaining to the item shall be directed to new location. All work shall be neat, in black ink and subject to the satisfaction of the Landscape Architect. Once approved by Landscape Architect, obtain one (1) re- duced print copy of record drawings (11" X 17"), laminate in plastic, and submit to Owner's Representative. B. Immediately upon the installation of any pipe or equipment, the Contractor shall indicate on the drawings the locations of said pipe or equipment. All changes in direction of main line, all conduits and sleeves shall be noted on plans with size and depth. C. All valves shall be numbered by station and corresponding numbers shall be shown on the record drawings. ...... {.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 221 of 247 D. All sensors, recycled water mains, control wiring, stubouts, points of connection to water mains, controllers, pull boxes, wire splice boxes, sleeves, flow sensor cable conduits, remote control valves, shut-off valves, drip air relief valves, drip flush valves, cross-connection test stations, quick coupling valves, conduits and sleeves shall be located by measured dimensions, to the nearest one-half foot. Dimen- sions from two different reference points minimum shall be given from permanent objects such as drain inlets, sidewalks, curbs, walls, structures and driveways. E. For the inside surface of the cover of each Automatic Controller, prepare and mount a color-coded chart showing the valves, mainline, and systems serviced by that particular Controller. All valves shall be numbered to match the operation schedule and the drawings. Only those areas controlled by that Controller shall be shown. This chart shall be a plot plan, entire or partial, showing building, walks, roads and walls. A photostatic print of this plan, reduced as necessary and legible in all details, shall be made to a size (11" X 17" size) that will fit into the Controller enclosure. This print shall be approved by the Landscape Architect and shall be hermetically laminated by plastic. This shall then be placed inside the cabinet door. F. Record drawings shall be signed and dated in black ink by the Contractor attesting to and certifying the accuracy of the record drawings. Contractor shall also include company name, supervisor's name, and company address and phone number on record drawings. 1.9 OPERATION AND MAINTENANCE MANUALS A. Prepare and deliver to the Landscape Architect within ten (10) calendar days prior to completion of construction, six (6) 3 ring hard cover binder containing the fol- lowing information: 1. Index sheet stating Contractor's business name, address, project man- ager's name, and telephone number. 2. Catalog and parts sheets on all material and equipment. 3. Equipment warranties and certificates. 4. Guarantee statement. 5. Certificate of insurance verifying coverage for completed operations. 1.10 GENERAL REQUIREMENTS A. Code requirements shall be those of State and Municipal Codes and Regulations locally governing this work, providing that any requirements of the Drawings and Specifications, not conflicting therewith, but exceeding the Code Requirements, shall govern unless written permission to the contrary is granted by the Owner's Representative. B. Extreme care shall be exercised at all times by the Contractor in excavating and working in the project area due to existing utilities. Contractor shall be fully respon- sible for expenses incurred in the repair of damages caused by Contractor's oper- ation. C. For the purpose of clarity, plan locations of heads, valves, sensors, splice boxes, existing facilities, controller and pipe lines are diagrammatic and indicate the spac- ing and relative locations of all installations. Final locations of installations shall be determined by final site conditions and plantings . . ....,. ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 222 of 247 - - - D. All lines shall have a minimum horizontal and vertical clearance of 4" from each other and 6" from lines of other trades. Parallel lines shall not be installed directly over one another. E. Point of connection shall be approximately as shown on drawings. Connect new underground piping and valves and provide all flanges, adapters or other neces- sary fittings for connection. F. Permission to shut off any existing in-use water line must be obtained 48 hours in advance, in writing from the Owner's Representative. The Contractor shall receive instructions from the Owner's Representative as to the exact length of time of each shut-off. G. It is of utmost importance, and Contractor's responsibility to preserve all existing plants in areas insofar to remain protected and undisturbed. Contractor shall be responsible for providing continued watering of the existing plants to remain during the entire construction and maintenance periods. Contractor shall, with Project Biologist's direction, utilize hose watering off quick coupling valves to ensure wa- tering to existing plants to remain are maintained in a sustained growth condition. Any cause for Contractor either not employing watering, or employing a watering program not in compliance with Project Biologist which results in plant decline or demise shall cause the Owner's Representative to have the plants replaced by the Contractor at Contractor's expense. The Owner's Representative shall cause Contractor to replace plants during the construction period, along with a plant re- placement guarantee. H. Contractor shall acquaint himself with all site conditions and proposed site condi- tions as indicated on the plans and specifications, prior to any installation. Measure site planter areas and dimensions, and compare them to drawing area dimensions. Do not proceed with installation in any area until conflicts between these measure- ments have been brought to the immediate attention of Owner's Representative, and resolved by and with Owner's Representative. Do not willfully install the irriga- tion system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences or grade discrepancies in area dimensions exist that might not have been considered in engineering. Such or differences shall be brought to the immediate attention of the Owner's Representative. In the event this notification is not performed, the Contractor shall assume full responsibility and costs involved for any revision necessary. I. Contractor to coordinate with Owner's Representative as required to help ensure that the existing site plantings are sufficient with water in the days preceding the start of demolition and construction, to provide plants with a bank of moisture to rely on when water supply is disrupted. 2. PART 2 -PRODUCTS 2.1 STANDARD PRODUCTS Materials furnished under this specification shall be new, standard products of manufac- turers regularly engaged in the production of such materials, and shall be the manufactur- ers' latest standard design that complies with the specification requirements. ft '-J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 223 of 247 2.2 POLYVINYL CHLORIDE PIPE 2.3 A. All plastic piping and sleeving shall be integral purple color (Pantone 241), Type 1, Grade 1 (impact modified) designated as Polyvinyl Chloride (PVC), conforming to ASTM D1785, for recycled water use. B. PVC Plastic Pressure Lines: For piping upstream of remote control valves, shut- off valves and quick coupling valves. All piping 2" and larger shall be Class 315 PVC 1120 (SOR 13.5). All piping 1-1/2" and smaller shall be Schedule 40 PVC. C. Plastic Non-Pressure Lines: For piping downstream of remote control valves. All pipe shall be PVC SCH 40. No ½" pipe shall be used. D. Plastic sleeving: Where required under hardscape, pavement, walls, etc., sleeving shall be PVC SCH 40, sized at twice the diameter of pipe to be sleeved, with a 2" minimum size. E. Identification: Furnish plastic pipe continuously and permanently marked with fol- lowing information: Manufacturer's name or trade mark, size, schedule or class and type of pipe, working pressure rating at 73.4 degrees F., and National Sanita- tion Foundation (NSF) rating, date of extrusion, and the noted warning on each opposite side of pipe, "RECLAIMED WATER-DO NOT DRINK." F. All plastic pipe shall conform to ASTM D2441. BRASS PIPE A. Brass pipe shall be I PS Standard weight 125 pounds, 85% red brass. 2.4 COPPER PIPE A. Copper pipe shall be Type 'K' ha.rd copper. 2.5 FITTINGS AND CONNECTIONS A. PVC solvent weld or PVC threaded pipe fittings and connections shall be high im- pact molded fittings, manufactured from virgin compounds as specified for piping tapered socket or molded threads, suitable for solvent weld or screwed connec- tions. Machine threaded fittings are not acceptable. Furnish fittings permanently marked with the following information: nominal pipe size, type and schedule of material and NSF seal of approval. PVC solvent weld or threaded fittings shall conform to ASTM D 2464 and D 2466. B. PVC Mainline fittings shall be SCH 40. PVC non-pressure (lateral) line fittings shall be SCH 40. C. PVC risers and nipples shall be Type 1, Grade 1 or Grade 2, designated as PVC 1120 or PVC 1220, SCH 80, molded, I PS threaded at both ends. Machine threaded fittings and plastic saddle and flange fittings are not acceptable. Furnish fittings permanently marked with following information: manufacturer's name or trade- mark, nominal pipe size, type and schedule of material, and National Sanitation ft ~, Revised 11/24/10 Contract Nos. 3%7, 3643, 6302, 6303 Page 224 of 247 - • - - D. E. F. G. Foundation (NSF) seal of approval. PVC fitting shall conform to ASTM D2464 and D2466. Brass Pipe Fittings and Connections: Standard 125 pound class 85% red brass fittings and connections, IPS threaded. Copper pipe fittings shall be Type 'K' hard copper. PVC swing joint assemblies for sprinklers shall be as specified in the details. Polyvinyl Chloride Schedule 80 Risers and Nipples: Type 1, Grade 1, Schedule 80, high impact molded, manufactured from virgin compounds as specified for pip- ing and conforming to ASTM D-2464. Threaded ends shall be molded threads only. Machined threads are not acceptable. 2.6 SOLVENT CEMENTS AND THREAD LUBRICANT 2.7 A. Solvent cements shall comply with ASTM D2564. Socket joints shall be made per recommended procedures for joining PVC plastic pipe and fittings with PVC sol- vent cement by the pipe and fitting manufacturer and procedures outlined in the Appendix of ASTM D2564. B. Thread lubricant shall be Teflon ribbon-type, or approved equal, suitable for threaded installations as per manufacturer's recommendations. AUTOMATIC CONTROLLER ASSEMBLY AND CONTROL EQUIPMENT A. Controller shall be furnished and installed complete with all electrical connections and ready for operation. B. Controller shall be of the latest model specified in the irrigation legend. It shall be equipped with flow sensing diagnostics and/or equipment to enable flow sensing with the flow meter specified. C. Rain Sensor shall be as specified in the irrigation legend. 2.8 Y-STRAINER A. Y-strainer shall be brass/bronze with plug as specified in the irrigation legend. 2.9 PRESSURE REGULATOR A. Pressure regulator shall be as specified in the irrigation legend. 2.10 WARNING LABELS AND TAGS A. Use T. Christy's riser markers, with "RECLAIMED WATER -DO NOT DRINK" in English and Spanish, for all sprinkler risers installed . ...... f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 225 of 24 7 B. Use T. Christy's I.D. Tags with "WARNING, -RECLAIMED WATER DO NOT DRINK" in English and Spanish for all remote control valves and irrigation equip- ment in valve boxes. 2.11 AUTOMATIC CONTROL WIRE, CABLE AND WIRE SPLICE CONNECTORS A. Electric control wiring runs to the automatic control valves shall be single, solid 14 AWG copper wire in a polyethylene jacket, Style DB (Direct Burial) or equal. Refer to irrigation notes on legend sheet indicating wire color. Common wire shall be white. Wires shall conform to Federal Specification JC-30. B. Wire for flow meter and master control valve shall be single, solid 14 AWG copper wire in a polyethylene jacket, Style DB (Direct Burial) or equal. Refer to irrigation notes on legend sheet where indicated for specific colors. C. Wire Splice Connectors for control wires shall be waterproof 'Ori-Splice' #100, with #300 sealant as manufactured by Spears, or equal. 2.12 WIRE CONDUIT A. Wire conduit shall be gray PVC SCH 40 electrical conduit, with sweeps and slip couplings as required. Where rnquired under hardscape, pavement, walls, etc., conduits shall be sized at twice the diameter of wire/wire bundle, with a 2" minimum size. Flow sensor/master control valve conduit shall be 1-1 /4" diameter size. 2.13 BACKFLOW PREVENTER AND BACKFLOW PREVENTER ENCLOSURE A. Backflow preventer shall be of make and model specified in the irrigation legend. B. Backflow preventer enclosure shall be of make and model specified in the irrigation legend. It shall be sized as for backflow preventer installed. 2.14 CONTROL VALVES A. Remote Control Valve shall be heavy duty, commercial-grade, normally closed type. Remote control valves shall be of makes and models specified in the irriga- tion legend. 2.15 VALVE BOXES A. All valve boxes shall be commercial grade, integral purple colored, with T-top, one piece, locking bolt-down purple lids, by Carson-Brooks, Ametek, or equal. Locking stainless steel bolt and washer shall be provided for each box lid. B. For each remote control valve, Y-Strainer, ball valve and cross-connection test station: 14" x 19" nom. plastic valve box. C. For each quick coupling valve and flow sensor: 1 O" nom. diameter round plastic valve box. D. For wire splice box and pull box: 1 O" nominal diameter round plastic valve box, labeled "ELECTRICAL." ...... ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 226 of 247 - - - - - E. Valve box extensions shall be of the same manufacturer as existing valve box to be adjusted to finish grade, purple in color. 2.16 SPRINKLER HEADS A. Sprinkler heads shall be of the types and sizes with diameter (or radius) of throw, pressure, nozzle discharge and/or other designations indicated on the drawings. Sprinkler head shall be of make and model specified in the irrigation legend on the drawings. B. Sprinkler heads shall all be of same manufacturer and be available in both full circle and adjustable arc configurations. Adjustments shall be possible before and after installation as well as during operation. C. The pop-up spray heads shall have integral internal check valves and fixed purple colored cover of same manufacture as sprinkler. D. Where sprinklers and bubblers are not equipped with internal check valve, an aux- iliary, exterior riser-mounted spring check valve shall be provided to stop low head drainage where drainage occurs. 2.17 QUICK COUPLING VALVE A. The quick coupling shall be reclaimed water type using a single lug key. The valve body and coupler key shall be made of cast brass, with ¾" inlet. The locking type lid shall be of purple colored vinyl material. B. The seat disc plunger shall be spring-loaded to maintain the valve in a closed po- sition at zero inlet pressure. C. Coupler seal shall be removable from the top while valve is under pressure. D. Valve shall be as in specified in the irrigation legend. 2.18 BALL VALVE A. Ball valve shall be as specified in the irrigation legend. 2.19 SPRING CHECK VALVE AND SWING CHECK VALVE A. Spring check valves shall be maintenance free and constructed of heavy duty Type 1 PVC with stainless steel and neoprene internal parts. Valves shall be adjustable from 5 to 40 feet of head and shall prevent low head drainage quickly and positively after RCV shut-off. Valves shall have a female IPS threaded inlet and outlet. Val- con ADV, Hunter Ind. HCV, King Bros. KC, or equal. B. Swing check valves shall be maintenance free and constructed of heavy duty Type 1 PVC with stainless steel and neoprene internal parts. Valves shall close upon½ pound back pressure. Valve shall prevent low head drainage quickly and positively after RCV shut-off. Valves shall have a female IPS threaded inlet and outlet. Swing check valve shall be King Bros. KSC or equal. -~ f.J Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 227 of 247 2.20 TRENCH MARKER TAPE A. Purple marker tape for pressure irrigation lines shall be 3" wide, with warning of "Re- claimed Water -Do Not Drink" labeled on it. "Alarmtape" manufactured by Paul Potter Warning Tape Inc., or equal. 2.21 CONCRETE FOOTINGS AND THRUST BLOCKS A. Concrete footings shall be 2,000 P.S.I. concrete at 28 days, 5 sack minimum mix, and natural color. 2.22 EXTRA EQUIPMENT A. Contractor shall provide to the Owner's Representative: 1. Two (2) tools for adjusting operation of each type of sprinkler. 2. Extra sprinkler heads, nozzles, and screens in amounts equal to twenty- five (25) of each type use,d on the project. 3. Two (2) quick coupler keys with swivel hose ells to match, of each type installed. 4. Two (2) keys for locking/unlocking the irrigation controller. 5. One ( 1) 75 foot long 1" virgin rubber hose, with full on-off controlled hose end nozzle. PART 3 -EXECUTION 3.1 GENERAL REQUIREMENTS A. Verification of Conditions: 1. Contractor shall acquaint himself with all site conditions and proposed site conditions as indicated on the plans and specifications. 2. All scaled dimensions on drawings are approximate. Before proceeding with any work, Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform Owner's Representative/Land- scape Architect of discrepancies between drawings and specifications and actual conditions. No work shall be conducted where discrepancies occur, until approval has been given by the Owner's Representative/Landscape Architect. B. Locations on drawings are diat1rammatic and approximate only and shall be changed and adjusted as necessary and as directed to meet existing conditions and obtain complete water coverage. Locate and stake all work and obtain ap- proval of the Landscape Architect before any installations. Drainage system com- ponents and tree placement takes precedence over location of irrigation system equipment and lines. C. Install and extend system as shown on the drawings, and as necessary to carry out the intent of the Drawings and Specifications. D. Locate existing underground utilities before digging trenches. Utilize a utility mark- out service. -~ ~, Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 228 of 247 -i - - - - - E. Paving, curb, other fixed improvements and tree plantings shall be installed or in- dicated before installation of sprinkler system mains, laterals, heads, and valve or pull boxes. F. All sprinkler heads shall be installed, adjusted and maintained to keep all water and spray off walls, walks, signs, paving and other structures or objects, areas not designated to receive water, as well as existing-to-remain plants at all times. 3.2 INSTALLATION OF IRRIGATION SYSTEM A. Excavation and backfilling of Trenches: B. 1. Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient room for pipe fittings, testing and inspecting operations. Do not backfill until the pipe system has been subjected to a hydrostatic test as specified. Do not cover any installed control wiring until it has been visually observed by the Owner's Representative. 2. Depth of Trench to Top of Pipe: a. PVC Pressure Line -18" in landscape, 24" under sidewalks, 36" under streets/vehicular traveled ways b. PVC Non-Pressure Line for 6" pop-up spray heads and bubblers -12" c. PVC Non-Pressure Line for 12" pop-up spray heads -18" d. PVC Non-Pressure Line for 12" pop-up rotary heads -18" e. Refer to trenching details for more information Soil backfill within 3" of piping shall be free of all rocks over 1" diameter, debris, and litter prior to use as backfill. C. Deposit topsoil on one side of trench and subsoil on the opposite side, then install irrigation lines and test each section. D. Repair any leaks and replace all defective pipe or fittings until lines meet test re- quirements. Do not cover any lines until they have been checked and approved for tightness, quality of workmanship and materials. E. Backfill trenches, after approval of piping, with suitable and approved material, as specified, tamping soil around pipe and thoroughly compacting all trench fills until 90% relative compaction has been achieved. Thoroughly puddle all trenches from the bottom of trench up to top of trench. 3.3 INSTALLATION OF POLYVINYL CHLORIDE PIPE A. Because of the nature of plastic pipe and fittings, exercise caution in handling, loading and storing, to avoid damage. B. The pipe and fittings shall be stored under cover until using, and shall be trans- ported 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. C. All pipe that has been dented or damaged shall be discarded unless such dent or damaged section is cut out and pipe rejoined with a coupling. ~ ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 229 of 247 D. Trench depth shall be as specified above from the finish grade to the top of the pipe. The bottom of the trench shall be free of rocks, clods, and other sharp-edged objects. E. Pipe ends and fittings shall be wiped with "MEK" primer, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess material before fitting and gluing together. F. Pipe shall be snaked from side-to-side of trench bottom to allow for expansion and contraction. G. Center load pipe at 1 O' intervals with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for site observation during test- ing. H. No water shall be permitted in the pipe until a minimum period of time indicated by solvent cement manufacturer has elapsed for solvent weld setting and curing. I. Plastic to brass/copper joints shall be made with threaded brass/copper fittings, plastic nipple/adapter hand tightE~ned, plus one turn with a strap wrench. J. Plastic to plastic joints shall be solvent-weld, assembled per pipe manufacturer's specifications and using solvent recommended by pipe manufacturer only. K. All pressure pipe shall have a continuous purple colored metallic three (3) inch wide marker tape placed nine (SI) inches below finished grade directly above the buried pipe. 3.4 INSTALLATION OF SLEEVING AND CONDUIT A. Control wiring passing under proposed paving, walls or structures shall pass through grey schedule 40 PVC conduit-size as required (minimum of twice the diameter of wire/bundle). B. Sleeving and conduit shall extend twelve inches (12") beyond farthest edge of pavement, wall or structure on each end of sleeve. C. Provide removable non-decaying plug at ends of conduits to prevent entrance of soil/contaminants. Dry-fitted PVC cap is recommended. No cloth or cloth Duct tape shall be used. D. Refer to specific plan notes and details for installation. Exercise extreme caution when working near drainage system lines, structures and walls. Ensure these fa- cilities have been staked out beforehand prior to any installation. 3.5 INSTALLATION OF BRASS AND COPPER PIPE A. Cut brass or copper piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. Ream and remove rough edges of burrs so smooth and unob- structed flow is obtained. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 230 of 247 - - - - - B. Carefully and smoothly place thread lubricant on male thread only. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 3.6 AUTOMATIC SPRINKLER CONTROLLER AND RAIN SENSOR INSTALLATION A. Automatic controller shall be installed as shown in the plans and details. Controller shall be interior wall-mounted. Prior to ordering parts and installating controller, coordinate exact location with Owner's Representative. Controller shall be tested with complete electrical connections. The Contractor shall be responsible for power to the controller for operation and testing purposes. Controller shall be fully operable with all system wires connected prior to planting operations. B. Connections to control wiring shall be made within the cabinet of the controller. C. Prior to ordering parts and installing rain sensor, coordinate exact location with Owner's Representative. Entire length of rain sensor wire shall be installed within rigid conduit. D. Program time on each station prior to coverage testing/site observation. 3.7 REMOTE CONTROL WIRE INSTALLATION A. Direct burial control wire sizes shall be as shown and as specified hereinbefore. B. Provide single conductor control wire, (one control wire, and one white common ground wire) to commonly service all valves in system. Control wire color shall be a different color than other valve wires. Provide 4' minimum expansion loop at each valve, and sufficient length to permit removal and maintenance of valves. Provide 2' minimum expansion loop at least every 100' of wire length on wire runs greater than 100'. Form expansion loops by wrapping multiple least five turns of wire around a 1-inch diameter PVC pipe then withdrawing the pipe. C. Install control wires at least 18" below finish grade and minimum of 4" from any pipe or fittings except at terminal points. D. Install control wires and irrigation pressure piping in common trenches wherever possible. E. All direct burial wires shall have a continuous red colored three (3) inch wide marker tape placed nine (9) inches below finished grade directly above the buried wire. F. Tape wires together at ten (1 O) foot intervals where more than one wire installed in same location. G. All below grade control wire splices shall be made with specified waterproof con- nectors, using manufacturer's installation instructions. All spare wire ends shall be encapsulated in waterproof epoxy. I\ •~ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 231 of 247 H. Wire splices on runs shall be placed in pull boxes. All splice boxes shall be indi- cated on As-builts. I. Numbering and Tagging: Identify direct burial control wires at each automatic valve with corresponding valve station numbers shown on the drawings. Tag wires with Wire Markers or equal. Identify spare wires as specified on drawings. J. All flow meter wire and master control valve wire shall be installed within 1-1/4" PVC electrical conduit and sweeps for the entire distance between controller and flow meter/master control valve. Install wire per equipment manufacturer's instruc- tions. 3.8 REMOTE CONTROL VALVE INSTALLATION A. Install remote control valves in sl1rub areas adjacent to paving wherever possible. Do not install in lawn areas. Install remote control valves in locations approxi- mately as shown on the drawings, as lateral lines are sized according to their lo- cation. Install a union type connection. Fit with plastic valve box and cover as shown in the detail drawings. Do not locate in paving. B. Weatherproof purple plastic valve identification tags shall be affixed to the colored conductor wire inside the valve box with nylon zip ties. 3.9 VALVE BOX INSTALLATION A. Install purple valve boxes and lids as shown in the detail drawings. Install no more than one valve per box. Set valve boxes perpendicular and plumb to adjacent hard- scape and to each other. Set boxes 12" apart, and adjacent to paved areas. Locate valves as far away as possible outside designated field of play boundary. Heat brand valve number and controller letter on top of valve box lid to 1 /8" depth with one consistent 2" height text, readable from side valve would be accessed. Size shall be consistent throughout the project. Install locking bolt and washer. B. Valve boxes shall not be modified in any way, by cutting away portions thereof, to ensure their structural integrity. Any removal of valve box material will be subject to rejection and replacement. C. Where valve boxes are to be adjusted (raised) to new finish grade following grad- ing operations, utilize valve box extensions to match existing valve box manufac- turer/model. Adjust boxes (lower) where required, to finish grade changes. 3.10 SPRINKLER HEAD INSTALLATION A. Install all sprinkler heads as shown in detail drawings, and as directed by Owner's Representative. B. Spacing of heads shall not exceed maximum shown on Drawings. In no case shall spacing exceed maximum recommended by the manufacturer. C. Lean sprinkler heads on slopes (angle varies depending upon trajectory of spray and degree of slope) to maximize uphill throw. Allow for greater sprinkler distance away from pavement edge, fence or structure to ensure spray remains inside -~ '\iJ Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 232 of 247 - - - - - - D. E. F. G. planter and not on pavement and structures. Refer to any specific plan notes and details regarding sprinkler placement. Flush and adjust all sprinkler heads for optimum performance and to prevent over- spray onto walks, roadways and buildings. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, make such adjustments prior to planting. Adjust- ments may also include changes in nozzle sizes and degrees of arc as required. Adjustments to sprinkler heads by the Contractor shall be accomplished within ten (10) days following written notification. Install recycled water warning tags/labels on riser assemblies of sprinklers above grade. 3.11 QUICK COUPLING VALVE INSTALLATION A. Install all quick coupling valves approximately where shown on drawings and as shown on the detail drawings. Do not locate in paving or lawn areas. 3.12 FLOW METER INSTALLATION A. Install flow meter approximately where shown, downstream backflow preventer, per detail and per manufacturer's instructions. Complete the installation by input- ting all flow sensing parameters. 3.13 BACKFLOW PREVENTER INSTALLATION A. Backflow preventer assembly shall be installed where located on drawings in ac- cordance with manufacturer's specifications, and as shown on detail drawings. In- stallation shall conform to all applicable code and ordinance requirements. B. Exact location and positioning shall be verified on the site and approved by the local water agency. C. Install enclosure per manufacturer's instructions. Set mounting hardware within cement when pouring for concrete pad. 3.14 Y-STRAINER INSTALLATION A. Y-strainer shall be installed per detail and local water agency's Reclaimed Water Guidelines. 3.15 PRESSURE REGULATOR INSTALLATION A. Pressure regulator shall be installed per detail and set to the recommended pres- sure as noted on the drawings. ft ~, Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 233 of 247 3.16 BALL VALVE INSTALLATION A. Install all ball valves approximately where shown on drawings and as shown on the detail drawings. 3.17 SPRING CHECK VALVE AND SWING CHECK VALVE INSTALLATION A. Install spring-check valves on sprinkler risers/lateral lines, and swing check valves on lateral lines where required to prevent low-head drainage. 3.18 CROSS CONNECTION TEST STATION INSTALLATION A. Install cross connection test station per detail and as directed by recycled water use requirements. 3.19 CONCRETE FOOTING AND THRUST BLOCK INSTALLATION A. Footings shall be placed on 90% minimum compacted or undisturbed subgrade. Construct to shapes specified and parallel to walkways. Tool finish exposed sur- faces. B. Thrust blocks should be constructed to industry standard shapes. They should be so shaped that they allow access to all fittings or joints or valves for inspection or repair. This includes the use of form lumber or equally effective form material, which shall be removed upon setting and curing. C. Thrust blocks shall be completely separated from all other trench materials placed in trench (such as, but not limited to wires, cables, conduits) and shall not be shaped so that access to inspection or other repairs cannot be made. D. To be effective, a thrust block must: a) be placed against undisturbed (freshly ex- cavated) trench wall or fully compacted earth; b) contact the fitting over a suffi- ciently large area so as not to create point stresses on the fitting; and c) have sufficient area on the soil side to restrain the thrust block without exceeding the bearing strength of the soil. Over-excavation and under-excavation of thrust block support area shall be avoided at all times. 3.20 FLUSHING OF SYSTEMS After piping and risers are in place, but prior to the installation of the sprinkler heads and lines, a full head of water shall be used to flush out the system. After system is thoroughly flushed, cap all risers. 3.21 CLEAN-UP As project progresses, maintain all areas in a neat manner and remove unsightly debris as necessary. After completion of project, remove all debris and containers used in ac- complishing work. Sweep and clean all sidewalks, asphalt, and concrete areas, and clean all vertical surfaces affected by your work, to the satisfaction of Owner's Representative. -~ "J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 234 of 247 - - - - - SECTION 02930 -EXTERIOR PLANTS PART 1 -GENERAL 1.1 GENERAL CONDITIONS A. The General Conditions, and Special Conditions are a part of this section and the contract for this work and apply to this section as fully as if repeated herein. 1.2 SUMMARY A. The work includes all services, labor, materials, transportation and equipment nec- essary to perform the work as shown and noted on the drawings and specified. 1.3 SUBMITTALS A. Contractor shall submit list of and cut sheets for all soil amendments, fertilizers, and plant material, with quantities of each and photographs (with scale) of trees. 1.4 GUARANTEES AND REPLACEMENTS A. Shrubs, vines and groundcovers shall be guaranteed to remain healthy and vigor- ously growing for 90 days, from date of final acceptance of project. B. All trees that have been supplied and installed under this Contract shall be guar- anteed to live in a healthy condition for a period of one (1) year from date of final acceptance of project. C. All plants found to be dead and all plants not in a vigorous condition noted within the Guarantee Period shall be replaced within (14) calendar days. D. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted and fertilized as originally specified. 1.5 SITE OBSERVATION VISITS A. Site observation visits herein specified shall be made by the Landscape Architect. The Contractor shall request site observation in advance of the time observation is required. B. Site observation will be required for the following parts of the work: 1. Incorporation of soil conditioner and fertilizer into the soil. 2. Upon the completion of grading prior to planting. 3. Approval of plant materials. 4. When trees and shrubs are spotted in place for planting, but before planting holes are excavated. ft {.J Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 235 of 247 5. When planting, and all other indicated or specified work, except the Mainte- nance Period, has been completed. Acceptance and written approval shall establish beginning of the Maintenance Period. 6. Final site observation visit at the completion of the sixty (60) day Mainte- nance Period. This site observation visit shall establish the beginning date for the guarantee period of plant material. C. Acceptance: Upon completion of the final site observation visit and the work of this section, the Contractor will be notified in writing (1) whether the work is ac- ceptable; (2) of any requirements necessary for completion and acceptance. D. This Contractor or his authorized representative shall be on the site at the time of each site observation visit by the, Landscape Architect. 1.6 MAINTENANCE A. The Maintenance Period begins on the first day after all landscape and irrigation work on this project is complete, checked, accepted and written approval from the Landscape Architect is given to begin the Maintenance Period, and shall continue thereafter for no less than ninety (90) continuous calendar days. B. The Contractor or his authorized representative shall be on the site at the time of each site observation visit by the Landscape Architect. C. The Contractor shall continuously maintain all involved areas of the Contract dur- ing the progress of the work and during the Maintenance Period until the Final Acceptance of the work. D. Regular planting maintenance operations shall begin immediately after each plant or lawn is planted. Plants and lawns shall be kept in a healthy, growing condition and in a visually pleasing appearance by watering, pruning, mowing, rolling, trim- ming, edging, fertilizing, restaking, pest and disease controlling, spraying, weed- ing, cleaning-up and any other necessary operation of maintenance. Landscape areas shall be kept free of weeds, noxious grass, and all other undesired vegeta- tive growth and debris. All plants found to be dead or in an impaired condition shall be replaced immediately. E. The Contract completion date of the Contract Maintenance Period will be ex- tended, when in the opinion of the Landscape Architect, improper maintenance and/or possible poor or unhealthy condition of planted material or un-established non-covering lawns are evident at the termination of the scheduled Maintenance Period. The Contractor shall be n3sponsible for additional maintenance of the work at no change in Contract price until all of the work is completed and acceptable. F. The Contractor shall be responsible for maintaining adequate protection of the ar- eas. Damaged areas shall be repaired immediately at the Contractor's expense. ft \.J Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 236 of 247 - - - - 1.7 1.8 GENERAL REQUIREMENTS A. The term "Planting Area" shall mean all areas to be planted with trees, shrubs, and groundcovers. B. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice. C. All rock and other growth or debris accumulated during the duration of the project shall be removed from the site. D. Upon completion of all grading operations, soil samples (3 locations min.) shall be taken by the contractor and analyzed by a soil laboratory. The results of these tests are to be reviewed by the Landscape Architect for any required modifications to specified soil preparation. E. Prior to excavation for planting or placing of plant materials, locate all underground utility lines still in use and take proper precautions to avoid damage to such im- provements. In the event of a conflict between such lines and plant locations, notify the Landscape Architect who shall arrange for the re-location of one or the other. The Contractor assumes all responsibility for making any and all repairs for damages resulting from work as herein specified. F. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. G. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and immediately inform the Landscape Architect of any discrepancy between the drawings and/or specifications and actual condi- tions. H. Quantities for plant materials are shown for convenience only, and not guaranteed. Check and verify count and supply sufficient number to fulfill intent of drawings. Certify any clarifications with the Landscape Architect. I. Adequately stake, barricade, and protect all irrigation equipment, manholes, utility lines, and other existing property during all phases of the soil amending planting and grading operations. TREE SELECTION A. Upon award of the project the Contractor shall inform the Landscape Architect of the nursery source of all trees. Photographs of the trees (see Submittals) will be sent to the Landscape Architect for preliminary approval. The Landscape Architect will check the trees at the project site for final approval. If the trees are rejected, the Contractor shall be responsible for locating other sources of trees. The con- tract price for the project shall not change due to rejected trees. The Contractor I'\ ,.., Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 237 of 247 shall make all necessary financial arrangements or purchase orders to reserve the trees specifically for this project. B. Shrub Samples: Typical sampleis, three each of all varieties and sizes (15 gallon and under) shrubs of all plant materials shall be submitted for approval at the site a minimum of three days prior to planting operations. Approved samples shall remain on the site and shall be maintained by the Contractor as standards of com- parison for plant materials to be furnished. Samples will be incorporated into the work. 1.9 REJECTION AND SUBSTITUTION A. All plants not conforming to the requirements herein specified and on the drawings shall be considered defective and such plants, whether in place or not, shall be marked as rejected and be immediately removed from the site of the work and replaced with acceptable plant materials. The plant materials shall meet all appli- cable inspections required by law. All plants shall be of the species, variety, size, age, flower color and condition as specified herein and/or as indicated on the draw- ings. Under no condition will there be any substitution of plant species, variety, or reduced sizes for those listed on the accompanying drawings, except with the ex- press written consent of the Landscape Architect and City of Carlsbad Landscape Architect. B. All utilities (water and electricity) used during the installation of the landscaping and irrigation systems for this project shall be paid for by the Owner. 1.10 INVOICING OF PLANT MATERIALS AND SOIL PREPARATION CONFORMANCE TEST A. A sample of the soil amendments shall be delivered to the Landscape Architect within thirty-five {35) days after recording of the Contract for review and comment (approval/disapproval). B. Upon delivery of materials and/or completion of all soil conditioning and grading, but prior to initiating planting operations, the Landscape Architect, with the signed copies of required certificates, trip slips, and invoices for soil preparation materials, shall invoice such material, comparing the total quantities of each material fur- nished against the total area to each operation. If the minimum rates of application have not been met, the Architect will require the distribution of additional quantities of these materials to fulfill the minimum application requirements specified. C. After installation of plant materials, but prior to the pre-maintenance site observa- tion visit, the Landscape Architect, with the heretofore specified signed copies of the required certifications, trip slips, and invoices for the plant materials and related items, shall invoice such material, comparing the total area and/or the amounts specified. If the minimum amounts have not been furnished, the Landscape Ar- chitect will require the installation of additional materials to fulfill the minimum re- quirements specified. ~ • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 238 of 247 - - - - - PART 2-PRODUCTS 2.1 SOIL AMENDMENT AND FERTILIZER A. Soil conditioner shall be Tri-C Plus by Tri-C Enterprises, L.L.C., 4011 Schaefer Avenue, Chino, CA 91710, {909) 590-1790, 1-800-927-3311, FAX (909) 590-3301, email: tric@earthlink.net,www.Tri-COrganics.com, or approved equal. B. Iron Sulphate -20% Iron by volume. WARNING: Fertilizers containing chelated iron will stain concrete surfaces. The Contractor shall take care not to stain concrete and shall be responsible for removing all iron stains from concrete, at no additional cost to the Owner. C. Pre-plant Fertilizer shall be a slow-release, (6-20-20) commercial, dust-free homogeneous pellet fertilizer. "Best" or approved equal. D. Post-plant Fertilizer shall have 5-3-1 NPK analysis with 50% humus, humic acids, soil strain bacteria, micronutrients, and 1 % soil penetrant. "Gro-Power Plus" or equal. E. Gypsum -Commercially packaged, free flowing gypsum containing not less than 95% by volume of calcium sulphate as active ingredient. F. Soil Sulphur -Agricultural soil sulphur, 90% elemental minimum. G. Wetting Agent -NAIAD, EZ-Wet by Grow More, or equal. 2.2 PLANTING BACKFILL A. Planting backfill shall be a thoroughly blended mixture of excavated soil from the planting pits and soil amendments at the following mixture: Soil Conditioner On Site Soil Iron Sulphate Pre-plant Fertilizer 40% 60% 2-lbs./cu.yd. 3-lbs./cu.yd. 2.3 STAKING MATERIALS A. Staking: Stakes shall be of lodgepole pine. These shall be straight shafts, shaved and cut clean and bare of branches and stubs, of uniform thickness with a mini- mum diameter of 2 inches, free of loose knots, splits or bends. Stakes shall be no less than ten (1 O) feet in length. B. Tree ties shall be V.I.T. Cinch-Tie or approved equal. 2.5 PLANT MATERIALS A. Nomenclature: The scientific and common names of plants herein specified con- form with the approved names given in "A Checklist of Woody Ornamental Plants ft '-J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 239 of 247 of California", published by the University of California, College of Agriculture, Pub- lication 4091 (1979). See list of plant material on drawings. - B. Container stock (1 gal., 5 gal., 15 gal. boxes) shall have grown in containers for at least six months, but not over two years. No container plants that have cracked or broken balls of earth, when taken from the container, shall be planted, except upon special approval. No trees with damaged roots or broken balls shall be planted. C. Pruning shall not be done, prior to delivery, except by written approval by the Land- scape Architect. D. Inspection of Plant Materials, required by City, County or State authorities, shall be a responsibility of the Contractor, and where necessary he shall secure permits or certifications prior to delivery of plants to site. E. Plants shall be subject to approval or rejection, at the project site at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Rejected plants shall be removed from the project site immediately. F. Substitutions will not be permitteid except that if proof is submitted that any plant specified is not obtainable, a proposal will be substituted subject to Landscape Architect and City of Carlsbad representative written approval. G. Quantities shall be furnished as needed to complete work shown on drawings. H. The Landscape Architect reserves the right to check root condition of any species, particularly those grown from seed, and if found defective, to reject the plants rep- resented by the defective sample. I. Identify plant species or varieties correctly on legible, weatherproof labels attached securely to the plant material. There shall be a minimum of one labeled plant for each 25 plants in a lot. J. Groundcover plants shall be healthy vigorous rooted cuttings grown in flats until transplanting. 2.6 PLANTING TABLETS A. Use Tri-C Myco Tabs. Contact manufacturer for tab information. Tri-C Enterprises, L.L.C., 4011 Schaefer Avenue, Chino, CA 91710, (909) 590-1790, 1-800-927-3311, FAX (909) 590-3301, email: tric@earthlink.net, Or approved Equal. · 2.7 BARK MULCH 2.8 A. Clean, graded pea size (1/4"-1/2") fir or redwood bark chips, free of trash, leaves, animal waste, metal, painted, stained or chemically treated wood. Submit sample for approval. ROOT CONTROL BARRIER A. Root control barrier, Model UB 24-2, 24" high X 24" wide panels by ft ~, Revised 11 /24/1 o Contract Nos. 3957, 3643, 6302, 6303 Page 240 of 247 - - - - • Deep Root Partners, L.P. 81 Langton Street Suite 4 San Francisco CA 94103 P: 800-458-7668 F: 800-277-7668 info@deeproot.com Or approved Equal. 2.9 HYDROSEED: A. See Sheet LP-8 for seed mix. PART 3-EXECUTION 3.1 SOIL CONDITIONING, FERTILIZING AND ROTOTILLING A. After the areas have been graded, the following rates of soil conditioning and amendment materials shall be evenly spread over all planting areas and shall be thoroughly scarified to an average depth of six (6) inches by rototilling a minimum of two (2) alternating passes. 1. Iron Sulphate: 20 lbs. per 1,000 sq. ft. 2. Soil Conditioner: 75 lbs. per 1,000 sq. ft. 3. Pre-plant Fertilizer: 30 lbs. per 1,000 sq. ft. 8. Rate of application is for bidding purposes only. Soil test may reduce or increase total soil amendment yardage. Adjustment (plus or minus may be necessary.) Contractor shall obtain at least three soil tests of final grade at site and submit results to Landscape Architect for interpretation and recommendation. The Con- tractor shall submit a binding unit price for each itemized soil amendment, which will be used to determine changes to the contract amount in the event of modifica- tions to rates of applications as specified herein. C. The thoroughness and completeness of the rototilling and incorporation of the soil conditioners/amendments shall be acceptable to the Landscape Architect. 3.2 DEEP WATERING: A. After complete installation and testing of the Irrigation system, all areas shall be deep watered and compacted and settled by continuous application of irrigation water until the soil is moist to a minimum depth of 8". B. Care shall be taken that the rate of application of water does not cause erosion or sluffing of soils. C. All depressions, voids, erosion scars and settled trenches generated by the deep watering shall be filled with_ conditioned topsoil and brought to finish grade . ft ~J Revised 11 /24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 241 of 247 3.3 FINISH GRADING A. Finish grades shall be as indicated on the civil engineer's drawings and landscape drawings. B. Finish grades shall be measured as the final water compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the drawing. C. Finish grades shall be measured at the top surface of surface materials. D. Molding and rounding of the grades shall be provided at all changes in slope. E. All undulations and irregularities in the planting surfaces resulting from tillage, ro- totilling and all other operations shall be leveled and floated out before planting operations are initiated. F. The Contractor shall take every precaution to protect and avoid damage to sprin- kler heads, irrigation lines, and other underground utilities during his grading and conditioning operations. G. Final finish grades shall insure positive drainage of the site with all surface drain- age away from buildings, walls, and toward roadways, drains and catch basins. H. Final grades shall be acceptable to the Landscape Architect before planting oper- ations will be allowed to begin. I. Planting surfaces shall be graded with no less than 1 percent surface slope for positive drainage. 3.4 PLANTING A. The layout of locations for plants and outlines of groundcover to be planted shall be approved on the site by the Landscape Architect, prior to their planting. All such locations shall be checked for possible interference with existing underground pip- ing, prior to excavation of holes. If underground construction or utility lines are encountered in the excavation of planting areas, other locations for the planting may be selected by the Landscape Architect. Damage to existing utilities shall be the responsibility of the Contractor. 3.5 PLANTING TREES, SHRUBS AND VINES A. Planting holes shall be of size as shown on the drawings. B. Excavation shall include the stripping and stacking of all acceptable soil encoun- tered within the areas to be excavated for plant pits and planting beds. Protect all areas that are to be trucked over and upon which soil is to be temporarily stacked pending its re-use for the fillings of holes, pits and beds. C. Excess soil, generated from the planting holes shall be removed from the site, or distributed thereon with, and only with, approval of the Landscape Architect. ft '-J Revised 11 /24/1 O Contract Nos. 3957, 3643, 6302, 6303 Page 242 of 247 - - - - - - D. All used containers shall be removed to the storage area or from the site. E. The plants shall be planted at approved locations with the heretofore-specified conditioner and soil planting backfill. F. The plants shall be placed in the planting pits on the backfill material, which has been hand tamped and water settled to the root ball base levels prior to the place- ment of the plants. After setting the plants, the remaining backfill material shall be carefully tamped and settled around each root ball to fill all voids. G. Each tree and shrub shall be placed in the center of the hole and shall be set plumb and held rigidly in position until the planting backfill has been tamped from around each root ball. H. All plants shall be set at such a level that after settling they bear the same relation- ship to the surrounding finish grade as they bore to the soil line grade in the con- tainer. I. Planting tabs shall be placed in each tree or shrub-planting hole at the following rates: J. K. 2 tabs per 1-gallon container. 8 tabs per 5-gallon container. 16 tabs per 15-gallon container. 1 O tabs per inch of stem width for trees. No plant will be accepted if the root ball is broken or cracked, either before, during or after the process of installation. All plants shall be thoroughly watered into the full depth of each plant hole imme- diately after planting. L. All trees 24" box and smaller shall be staked with two wood stakes, 36" box and larger shall be staked with three wood stakes. These shall be driven into the ground on each side of the tree. The stakes shall be driven in plumb and secure. Special care shall be taken that the driving in of the stake does not damage the tree roots or root ball. Tree ties shall be fastened to each tree and stake by looping figure B's with the inside diameter of the tie at 2 or 3 times the diameter of the tree and by tacking the back of the tie to the stake (See Detailed Drawings). M. The staking shall be accomplished in such a manner as to insure the proper and healthy growth and the safety of the plants, property, and the public. N. Pruning after planting shall be required on all trees, shrubs and vines when nec- essary to provide the specified or approved standard shapes, form and/or sizes characteristic to each plant. Pruning may include thinning, topping, and/or cutting and shall be under the direction of the Landscape Architect. 3.6 PLANTING GROUNDCOVERS A. Groundcovers shall be planted in the areas indicated on the drawings. The groundcover plants shall be rooted cuttings grown in flats, and shall remain in those flats until transplanting. -~ f.J Revised 11 /24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 243 of 247 B. All groundcover plants shall be planted with soil around roots in staggered rows evenly spaced at the intervals called out on the drawings. C. The groundcover plants shall be planted sufficiently deep to cover all roots. A planting tablet shall be placed in each planting hole and shall be immediately sprin- kled with water after planting until the entire area is soaked to the full depth of all holes. Keep tablet 1" away from roots of flat plants. 3.7 HYDROSEED: A. Inspection of Conditions: Before proceeding with any work, the hydroseeding land- scape contractor shall carefully check planting area conditions and shall immedi- ately inform the Landscape Architect of any discrepancies between the drawings and actual conditions. No work shall be done on any area where there are such discrepancies or where conditions are unsuitable for successful plant material es- tablishment until approval has been given by the Landscape Architect. B. Quality of Work: The hydroseeding work shall be performed by a competently trained individual or hydroseeding company in accordance with the best standards and practices related to the trade. C. Soil Preparation: 1. Water all planting areas thoroughly and continuously for three (3) consec- utive days to saturate upper layers of soil prior to hydroseeding operation. 2. Allow planting area soil surface to dry out for one day only prior to the hy- droseeding application. Care must be taken to not allow the soil surface to be super saturated with water prior to the hydroseeding installation. At the same time the soil surfacie should not be bone dry. There should be some residual moisture within the first 1 /4 inch of soil surface. 3. Begin the hydroseeding operation on all areas as specified herein. D. Materials: All materials shall be standard, approved, first grade quality and in prime condition when installed. All commercial process or packaging material shall be delivered to the site in the original unopened containers bearing the manufac- turer's guaranteed analysis. 1. Hydromulching Application and Planting Schedule: The hydromulching shall be applied in the form of a slurry consisting of organic soil amend- ments, commercial fertilizer, and other chemicals called for. When hydrau- lically sprayed onto the soil, the mulch shall not form a blotter like material. The spray operation must be so directed that the slurry spray will also pen- etrate the soil surface as to drill and mix the slurry components into the soil, thus ensuring maximum impregnation and coverage. E. Preparation of Hydroseeding Mixture: 1. The slurry shall be prepared at the site and its components shall be mixed to supply the rates of application as per specifications . ...... ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 244 of 247 - - - - - - 2. Slurry preparation shall begin by adding water to the link when the engine is at one-half throttle. When the water level has reached the height of the agitator shaft and good recirculation has been established, the fertilizers shall be added to the mixture (the tank shall be at least 1/3 filled with water at this time). 3. The engine throttle shall be open to full speed when the tank is 1/2 filled with water. All organic amendments, fiber, and chemicals shall then be added by the time the tank is 2-1/3 to 3/4 full. At this time the seed mix shall also be added. 4. Spraying shall commence immediately when the tank is full and the slurry is mixed. F. Application: The operator shall spray the area with a uniform visible coat using the dark color of the cellulose fiber or organic amendment as a visual guide. The slurry shall be applied in a downward drilling motion via a fan stream nozzle. G. Time Limit: The hydromulching slurry components are not to be left in the hy- dromulch machine for more than two hours. If slurry components are left for more than two hours in the machine, the Contractor shall add 50% more of the originally specified seed mix to any slurry mix which has not been applied within the two hours after mixing. The Contractor shall add 75% more of the original seed mix to any slurry mixture which has not been applied eight hours after mixing. Any mix- ture not applied after eight hours shall be rejected and disposed of off-site at Con- tractor's expense. H. Protection: Special care is to be exercised by the Contractor to prevent any of the slurry from being sprayed onto any adjacent property, etc. Any slurry sprayed onto these areas shall be cleaned off at the Contractor's expense. I. Application Rates: J. 1. Cellulose Fiber -2000 lbs. per acre. M-Binder -140 lbs. per acre. Seed Mix -as specified on drawings. 16-6-8 -275 lbs. per acre (for Non-Irrigated Hydroseed areas only). Soil Seal Concentrate -20 parts water to 1 of concentrate 60 gallons per acre (for 2:1 and greater slope areas). Hydroseeding Equipment: The specified components shall be mixed to- gether in a hydroseeding machine described as follows: The hydromulching equipment shall meet the minimum requirements of a slurry distribution line large enough to prevent closing and shall be equipped with a set of hydraulic spray nozzles which will provide a contin- uous nonfluctuating discharge of at least 25 psi at the end of the spray nozzle. The slurry tank shall have a minimum capacity of 2000 gallons and I\ • ., Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 245 of 24 7 shall be mounted on a traveling unit either self-propelled or drawn by a separate unit. 2. The equipment shall have a built-in agitation system under operating ca- pacity sufficient to agitate, suspend and homogeneously mix a slurry con- taining not less than 20 kilos (44 lbs.) of organic mulching amendment plus fertilizer chemical additives and solids for each 100 gallons of water. 3.8 POST FERTILIZATION A. Post Fertilization, with an organic fertilizer, for all areas shall occur 45 days after planting at a rate per manufacturer's recommendations. 3.9 CLEAN UP A. As project progresses, Contractor shall maintain all areas in a neat manner and remove unsightly debris as necessary. After completion of project, Contractor shall remove all debris and containers used in accomplishing work and shall sweep and clean all sidewalks, asphalt, and concrete areas adjacent to plantings. SECTION 03301 -LANDSCAPE PAVEMENT FINISH PART 1 -GENERAL 1.1 GENERAL CONDITIONS A. The General Conditions and Special Conditions are a part of this section and the contract for this work and apply to this work and apply to this section as fully as if repeated herein. 1.2 SUMMARY A. The work includes the furnishing and installing of cast-in-place concrete work as indicated and specified herein. 1.3 REFERENCES A. Except as modified by the requirements specified herein or as indicated, work shall conform to the applicable provisions of the following codes and standards: 1. California Building Code, Chapter 19, Concrete. 2. American Concrete Institute: ACI 301-81 Structural Concrete for Buildings. ACI 318-77 Building Code Requirements for Reinforced Concrete. 3. American Society for Testing and Materials (ASTM): Specifications and standards referred to herein. 1.4 SU BM ITT ALS A. Provide sample panels on the project site. ,,...._ ~, Revised 11/24/1 0 Contract Nos. 3957, 3643, 6302, 6303 Page 246 of 247 - - - - B. Sample panels shall be approved before proceeding with the respective work. Sample panels, if approved, may be left in place as part of the completed construc- tion. 2.1 CONCRETE FINISHES A. Median Concrete: Color and pattern of concrete to match adjacent paving north of project site on El Camino Real. 3.1 CLEAN-UP A. Do not allow any concrete spill or waste on planting areas. B. Remove all concrete debris and spill from all planting areas, leaving the area clean and free of all noxious materials. ft ~, Revised 11/24/10 Contract Nos. 3957, 3643, 6302, 6303 Page 247 of 247 - - - APPENDIX A GEOTECHNICAL REPORTS EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 ; f--- i GEOTECHNICAL ENGINEERING INVESTIGATION REPORT EL CAMINO REAL ROAD WIDENING PROJECT El Camino Real Road between Chestnut Avenue & Tamarack A venue, City of Carlsbad, California Prepared for: Mr. Keith Gillflllan Berryman & Henigar, Inc. 11590 West Bernardo Court, Suite 100 San Diego, CA 92127 Prepared by: Testing Engineers -US Labs, Inc. 7895 Convoy Court, Suite 18 San Diego, California 92111 Contract No. 103582 March 28, 2006 Revised May 31, 2006 - - - - - -I Berryman & Henigar, Inc. 11590 West Bernardo Court, Suite 100 San Diego, California 92127 Attention: Keith Gillfillan Subject: Geotechnical Erntineering Investigation Report Project: El Camino Real Road Widening Dear Mr. Gillfillan: Contract No.: 103582. March 28, 2006 Revised May 3 1, 2006 1bis report presents the results of the geotcchnical engineering investigation for the proposed widening of El Camino Real Road between Chestnut A venue and Tamarack A venue in the City of Carlsbad, California. Based on the information obtained during this investigation, it is our opinion that the proposed development is geotechnically feasible, provided recommendations contained in this repo11 are followed. Testing Engineers -US Labs, Inc., appreciates the opportunity to be provide this geotechnical engineering service for this project and look forward to continue our role as your geotechnicaJ engineering consultant on this project. Respectfully submitted, Testing Engineers -U.S. Laboratories, Inc. oz;;~ ~~ ,,,-~7-.,,•·~•1 Laith I. Namiq, Ph.D., P.E. Principal Engineering Distribution: (4) Addressee UNiVO nun l:·.<ieotcclwkal Fiks'.l'roj0cts\Contrart Numbers\ I 03582 El Camino Real Road Widening\ Ucotedmical Repon ',''.i''·' t_ 1111'.'11_; f \11111 "iuik Ii{ ,'.;;i:-Iltl~u. t·;.il!!ui:}1:1 1),:Jll \.,"Hj j_.., -.1,1JI\ , , ~!\ ,;~)!\• ·-'1.---s.,10 l'(;sting Engineers -UoS, l,nboratorit'~ ➔; I 4t, 1.Jrn 1-.:!rn'I \ntll .-\ , ... :·n r<i·-.t·,,11·!1 Pi!-,( '.--uw : l\1!111 Sprmr"-, ·.1!:/,,irii:1 {i_~.1(1·.: 1:•~,()1 Y.1:c-.:,,.:.·.::,-1 hi._ , .. hl:, t?..:.."i.L~O i ~- EXECUTIVE SUMMARY The following is a summary of our geotechnical investigation, conclusions, and recommendations, as presented in the body of this report. Please refer to the appropriate sections of the report for complete conclusions and recommendations. In the event of a conflict between this summary and the report, or an omission in the summary, the report shall prevail. • The El Camino Real Road is proposed to be improved by widening to full arterial with a design TI value equal to 9 between Chestnut A venue and Tamarack A venue in the City of Carlsbad, California. • The improved subject road will consist of 6 travel lanes (3 northbound/3 southbound -106 feet improved width with 126 feet right of way width) 8-foot bike lanes on both sict~s of the street, 18 foot wide landscaped median island and 10 foot wide parkways consisting of a 5 foot sidewalk and 5 foot native vegetation. • Field investigation included 1 1 exploratory borings located generally along the proposed road realignment and 4 hand auger holes located within the channel along the east side of the existing road alignment. Seven cores were obtained at planned locations within the subject road existing asphalt concrete pavement. The cored existing asphalt concrete pavement sections showed average asphalt concrete (AC) and aggregate base (AB) thicknesses of 5.1 inch each. Bulk and relatively undisturbed samples were obtained from the exploratory borings and hand augers for further laboratory testing. •Laboratory tests results yielded R-values of 8, 9, and 13. An average R-value of 10 was chosen for design. • Based on the design TI value of 9, an R-value of 10, and a 20 year design period a 6 inch thick rubberized hot mix AC and an 18 inch thick AB are recommended for the new asphalt concrete pavement section. However, the AB thickness may be reduced to I 1.5 inches with the installation of Tensar BX 1200 geogrid at the design subgrade elevation and Glassgrid mesh 8502 installed at the design AB elevation. • Contingent on the City approval, a 1.8 inch thick rubberized hot mix AC with Glassgrid mesh 8502 installed at the existing AB elevation will provide the required overlay for the existing AC for a IO year design period. However, a 4.1 inch thick rubberized hot mix overlay with Glassgrid mesh 8502 installed at the existing AB elevation will be required for a 15 year design period. • The sloughed and the failed slopes of the earth fill road embankment may be restored to their initial inclination of about 1: 1 (H: V) by over-excavating the sloughed and the failed slopes and grade restore the initial inclination with reinforced earth per figure 4 herein. • 1.5: 1 (H:V) cut slopes may be constructed in formational material along the sides of the subject road. • All backfill material should be compacted to a minimum 90 percent relative compaction. The upper one (1) foot of backfill beneath the pavement section should be compacted to 95 - percent relative compaction. In addition, two-sack slurry back fill or as deemed appropriate - - • by the utility owner should comprise the top foot of compacted fill to achieve finish grade in utility trenches. Based on the results of the field explorations and engineering analyses, it is TE-USL's opinion that the proposed construction is feasible from a geotechnical standpoint, provided that the recommendations in this report are incorporated into the design plans and implemented during construction. The above summary and conclusions are a general synopsis of the scope of work, findings and recommendations for the proposed El Camino Real Road widening project. Please refer to the pertinent sections of the geotechnical engineering investigation report for complete findings and recommendations. - TABLE OJ? CONTENTS Page 1. INTRODUCTION ................................................................................................................... 1 2. SCOPE OF SERVICES .......................................................................................................... 1 3. SITE DESCRIPTION ............................................................................................................. 2 4. PROPOSED IMPROVEMENTS ............................................................................................ 2 5. FIELD EXPLORATIONS AND LABORATORY TESTING ............................................... 3 -5.1. FIELD EXPLORATIONS ............................................................................................ ~ .......... 3 5.2. LABORATORY TESTING .................................................................................................... 3 6. GEOLOGY ............................................................................................................................. 3 6.1. GEOLOGIC SETTING .......................................................................................................... 3 6.2. GEOLOGIC MATERIALS ............... ·········" .......................................................................... 4 6.3 GROUNDWATER ............................................................................................................... 5 6.4. FAULTS ............................................................................................................................ 5 6.5. GEOSEISMICHAZARDS ..................................... ; ............................................................... 6 7. EXISTING ROAD CONDITIONS ......................................................................................... 7 - 7.1. PAVEMENT SECTION ........................................................................................................ 7 7 .2. EASTERN SLOPE OF PAVEMENT EARTH EMBANKMENT .................................................... 7 8. DESIGN RECOMMENDATIONS ........................................................................................ 8 8.1. GENERAL ......................................................................................................................... 8 8.2. SITE PREPARATION ........................................................................................................... 8 8.3. Tol\1PORARY EXCAVATIONS ............................................................................................. 9 -8.4. UTILITY TRENCH EXCAVATIONS .................................................................................... 10 8.5. NEW FLEXURAL ASPHALT CONCRETE (AC) PAVEMENT ................................................ 10 8.6. RUBBERIZED ASPHALT HOT Mrx CONCRETE (AC) OVERLAY PAVEMENT ..................... 12 8.7. SLOPE CONSTRUCTION .................................................................................................... 13 . 8.8. SHORING SYSTEMS/RETAINING WALLS DESIGN PARAMETERS ...................................... 14 8.9. FOUNDATIONS FOR ANCILLARY STRUCTURES ................................................................ 16 8.10. PIPEBEDDING ..... , ........................................................................................................... 18 8.11. SIDEWALK CONCRETE SLABS ................................................................. · ........................ 18 9. DESIGN REVIEW AND CONSTRUCTION MONITORING ........................................... 18 9.1. PLANS AND SPECIFICATIONS .......................................................................................... 18 9.2. CONSTRUCTIONMONiTORING ........................................................................................ 19 10. LIMITATIONS ..................................................................................................................... 19 i l ... 11. SELECTED REFERENCES ................................................................................................ 20 - I l \ - • • FIGlJRES FIGURE 1 -SITE LOCATION MAP FIGURE 2 -PLOT PLAN FIGURE 3 -SURFICIAL SLOPE STABILITY ANALYSIS (FAILED SLOPE) FIGURE 4 -FILL SLOPE DETAIL FIGURE 5 -SLOPE STABILITY ANALYSIS (RESTORED SLOPE) APPENDICES APPENDIX A-LOGS OF EXPLORATORY BORINGS APPENDIX B -LABORATORY TESTING APPENDIX C -SEISMIC ANALYSIS DAT A APPENDIX D -ASFE lNFORMA TION ABOUT GEOTECHNICAL REPORT i l. El Camino Real Road Widening 1. INTRODUCTION Contract No.: 103582 March 28, 2006 Revised May 31, 2006 This report presents the results of the geotechnical engineering investigation for the proposed El Camino Real Road Widening improvements between Chestnut Avenue and Tamarack Avenue in the City of Carlsbad, California. The location of the subject project is presented on Figure 1, Site Location Map. The purpose of this study was two fold. Firstly, to evaluate pavement and subsurface conditions of the existing road and provide recommended pavement structural section based on the provided traffic index and subgrade conditions. Secondly, to evaluate pavement embankment slope stability and the need for remedial grading and/or ground improvements. This report summarizes the data collected and presents our findings, conclusions, and recommendations. 2. SCOPE OF SERVICES Our scope of services for this project consisted of the following tasks: e Review of readily available background data, including in-house geotechnical data, geotechnical literature, geologic maps, topographic maps, and seismic hazard maps and literature relevant to the subject site. • Conduct a site reconnaissance to observe the general road, abutting areas and existing channel conditions, and to select boring locations. • Perform two field exploratory programs to assess and characterize existing conditions. The first program included drilling, logging, and soil sampling of 11 exploratory borings located generally along the alignment and east shoulder of the proposed roadway improvements to depths up to approximately 30 feet below the existing grade. The program included coring the asphalt concrete pavement at seven locations along the subject road alignment. The second program included hand augering, logging and sampling of 4 exploratory holes generally located within the existing channel along the eastern side of the subject road to depths up to approximately 6 feet below the existing grade. Soil samples obtained from the field exploration programs were transported to our in-house laboratory for further testing. • Engineering evaluation of the geotechnical data collected to develop relevant geotechnical recommendations for the design and construction of the proposed improvements. Specifically addressing the following items: • Evaluation of pavement and subgrade conditions of the existing road and provide recommendation for pavement structural section based on the City of Carlsbad street design criteria and in-situ subgrade conditions. Recommendation for pavement structural section includes alternative subgrade treatment to reduce pavement section thickness. • Evaluation of existing pavement embankment slope stability, and provide recommendations for remedial grading and/or ground improvements. • Determination of seismic design parameters in accordance with chapter 16 of the 2001 California Building Code (CBC). 1 - • - -, , El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 • Recommendations for utility trench backfill, and design of suitable foundation systems for light poles including allowable bearing capacity, lateral resistance, and settlement estimates. • Preparation of this report, including reference maps and graphics, summarizing the data collected and presenting our findings, conclusions, and geotechnical recommendations for the design and construction of the proposed development. 3. SITE DESCRIPTION The site for the proposed El Camino Real Road Widening improvements is that portion of the subject road and its east side abutting chatmel extending between Chestnut A venue and Tamarack Avenue, in the City of Carlsbad, California. The subject site is delineated by residences to the west, and vacant land to the east, except for approximately the northern 1000 feet where a row of residences are next to the east side of road. The abutting channel 6ettom is densely vegetated by various shrubs, trees, and bushes. At the time of our site visit the channel was surface dry. The existing road consists of 6 travel lanes including 3 northbound and 3 southbound lanes separated by a paved median at1d bike lanes on each side of the road. The asphalt concrete pavement exhibits several areas of fine alligator cracks especially at the northern portion of the subject road. The 5 foot wide concrete paved sidewalk on the east side of the road shows some distress at various locations along its length. The approximately 5 to 10 foot wide eastern earth shoulder of the pavement embankment has tension cracks and also signs of surface water scour at several locations along its length. The eastern slope of the pavement earth embankment exhibits several distress areas among which sloughing and slope failure at two locations situated approximately along the middle third of the subject road, (see Figure 2, Plot Plan). The lots to the west slope toward the subject road. Signs of surface slope wash were observed at several locations along the toe of the slope. Existing grades along the subject road alignment range from approximately 286 feet above mean sea level (AMSL) at the north end (intersection with Chestnut Avenue) down to approximately 77 feet AMSL at the south end (intersection with Tamarack Avenue). General topography in the vicinity of the site is also shown on Figure 2, Plot Plan. 4. PROPOSED IMPROVEMENTS El Camino Real is a major north/south roadway serving as a vital parallel circulation element to 1-5 for the cities of Encinitas, Carlsbad and Oceanside. Based on the El Camino Real Widening, Scope of Work, prepared by Benyman & Henigar, dated September 28, 2005, it is proposed that this project entails widening of El Camino Real Road between Chestnut A venue and Tamarack A venue to full prime arterial standards within the City of Carlsbad, California. The improved subject road will consist of 6 travel lanes (3 northbound/3 southbound -106 feet improved width with 126 feet right of way width) 8-foot bike lanes on both sides of the street, 18 foot wide landscaped median island and 10 foot ·wide parkways consisting of a 5 foot sidewalk and 5 foot native vegetation. 2 ' i i \. i I t. i ! l L i ,--- El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 5. FIELD EXPLORATIONS AND LABORATORY TESTING 6. 5.1. Field Explorations The soil and groundwater conditions beneath the site were explored by drilling, logging, and sampling of 11 exploratory borings located generally along the proposed realignment to depths up to approximately 30 feet below the existing grade. The borings were drilled using a truck mounted 8-inch-diameter hollow-stem auger drill. In addition, 4 hand auger holes located within the channel along the road alignment were bored, logged, and sampled to depths up to approximately 6 feet below the existing grade. Before starting our field exploration program, a field reconnaissance accompanied by the City of Carlsbad representative ,vas conducted to observe site conditions and I]1ark the locations of the planned explorations. As required by the law, Underground Service Alert was notified of the locations of our exploratory borings 48 hours prior to drilling. Details of the explorations and the logs of the borings are presented in Appendix A. The approximate locations of the exploratory borings and hand auger holes are shown on Figure 2, Plot Plan. 5.2. Laboratory Testing Laboratory tests were performed on selected samples obtained from the borings and hand auger holes to aid in the soil classification and to evaluate the engineering properties of the foundation soils. The following tests were performed: • In-situ moisture content and dry density:, • Particle-size distribution; • Percent finer than sieve No. 200; • Atterberg limits; • Maximum density and optimum moisture content; • Direct shear; and • R-value Testing was performed in general accordance with applicable ASTM standards and California Test Methods. The laboratory test results are presented in Appendix B. Details of the laboratory-testing program are also included in Appendix B. GEOLOGY 6.1. Geologic Setting The site is located on the coastal plain of San Diego County within the Peninsular Ranges geomorphic province. This province is characterized by northwest-trending mountain ranges bordered by relatively straight-sided, sediment-floored valleys. The northwest trend is also reflected in the direction of the dominant geologic structural features, which consist of 3 - - - - - - EI Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 no1thwesHrending faults and fault zones. Two major northwest-trending fault zones traverse the San Diego metropolitan and the inland county areas: the Rose Canyon fault zone on the south and the Elsinore fault zone on the east. The Peninsular Ranges geomorphic province is located within what was fom1erly known as the Southern California Batholith, but is now termed the Peninsular Ranges Batholith. This batholith forms the core of the Peninsular Ranges, which extends from the Los Angeles Basin in the north to the tip of Baja California, Mexico in the south. The Peninsular Ranges Batholith is a major link in the chain oflate Mesozoic batholiths that rim the Pacific Basin. The Peninsular Ranges Batholith is a large igneous complex consisting of many well-defined plutons ranging in exposed diameter from a few hundred yards to nearly 30 miles. Igneous rock types range .from peridotite to granite with granodiorite and tonalite being the most common. The granites are exposed in the central and interior portions of the region. - The site is located within the near-coastal portion of the Peninsular Ranges Geomorphic Province of California. The near-coastal areas of the province in San Diego County are typically made up of shallow westward dipping sediments that form low mesas which are dissected by west-draining stream channels. According to information obtained in our investigation, the site is underlain by alluvium deposited on the relatively flat lying Tertiary- age sandstone sedimentary materials. 6.2. Geologic Materials Geologic materials encountered during the subsurface explorations consist in general of fill and alluvium materials overlying weathered Santiago Formation. Generalized descriptions of the units encountered in our field exploration are provided below. Detailed descriptions of the earth materials encountered in our exploration are presented on the boring logs in Appendix A. 6.2.1. Fill Fill was encountered in all the exploratory borings and hand auger holes other than hand auger hole 1, HA-1. The fill soils were in general light brown, damp, silty sand, clayey sand, and/or sandy clay, dense or soft to firm in consistency. The depth of fill ranged in thickness between 2 to 15 feet, approximately. 6.2.2. Alluvium Alluvial soils were encountered in borings 1, 3, 4, 7, 8, and 9, and hand auger holes 1, and 4. The alluvium generally consisted of light brown sandy clay/clayey sand that was moist and medium soft to stiff in consistency. As observed in our borings, the alluvium depth ranged up to approximately 30 feet below the existing grade. 4 \. i-i El Camino Real Road Widening 6.2.3. Santiago Formation Contract No.: 103582 March 28, 2006 Revised May 31, 2006 Santiago Formation was encountered in borings 5, 6, 7, 8, 10, 11, and hand auger hole 3 at depths ranging approximately between 2 to 15 feet. The formation is moderately . weathered at contact and was obsc:rved to be light olive brown silty sand and silty clay, weakly cemented, friable to stiff, and in a damp to moist state. The depth to the Santiago Formation appears to increase toward the east. 6.3 Groundwater Perched groundwater was observed in hand auger holes 1 and 4 at a depth of approximately 4 feet below existing grade. It is anticipated that this water is retained in low channel bed areas above the lower laying relatively impervious layers, since other deeper borings-did not encounter groundwater. However, it should be noted that groundwater conditions may vary due to different seasonal precipitations, channel flow, and other factors. 6.4. Faults The numerous faults in southern California include active, potentially active, and inactive faults. As used in this report, the definitions of fault terms are based on those developed for the Alquist-Priolo Special Studies Zones Act of 1972 and published by the California Division of Mines and Geology (Hart and Bryant, 1997). Active faults are defined as those that have experienced swface displacement within Holocene time (approximately the last 11,000 years) and/or have been included within any of the state-designated Earthquake Fault Zones (previously known as Alquist-Priolo Special Studies Zones). Faults are considered potentially active if they exhibit evidence of surface displacement since the beginning of Quaternary time (approximately two million years ago) but not since the beginning of Holocene time. Inactive faults are those that have not had surface movement since the beginning of Quaternary time. 6.4.1. Active Faults The closest known active fault to the site is the Rose Canyon fault zone, located approximately 6 miles from the site. Other important active faults in the San Diego area include Elsinore-Julian, Newport-Inglewood, Coronado Bank, and Elsinore- Temecula fault zones. These fault zones are located approximately 23 miles, 6.5 miles, 22 miles, and 23 miles from the site, respectively. The San Andreas Fault, which is generally considered to be capable of generating the largest earthquake in California, is located approximately 64 miles from the site. :5 - - - - • ! El Camino Real Road Widening 6.5. Geoseismic Hazards 6.5.1. Fault Rupture Contract No.: 103582 March 28, 2006 Revised May 31, 2006 The site is not located within any Earthquake Fault Zone delineated by the State of California for the hazard of fault surface rupture. The surface traces of any active or potentially active faults are not known to pass directly through, or to project toward the site. Therefore, the potential for surface rupture due to faulting occurring beneath the site during the design life of the proposed roadway is considered low. 6.5.2. Seismic Shaking The site is located in a seismically active area, as is the maJonty oC southern California. The most significant seismic hazard at the site is considered to be shaking caused by an eaiihquake occurring on a nearby or distant active fault. Active faults within a 62-mile radius of the site include the Rose Canyon, Coronado Bank, Newport-Inglewood (offshore segment), Elsinore (Julian, Temecula, Glenn Ivy, and Coyote Mountain, segments), Earthquake Valley, San Jacinto (Coyote Creek in Los Angeles, Anza and Borrego Segment), and Palos Verdes faults. 6.5.3. Liquefaction and Seismically-induced Settlement Liquefaction of soils can be caused by ground shaking during earthquakes. Research and historical data indicate that loose, relatively clean granular soils are susceptible to liquefaction and dynamic settlement, whereas the stability of the majority of clayey silts, silty clays and clays is not adversely affected by ground shaking. Liquefaction is generally known to occur in saturated cohesionless soils at depths shallower than approximately 50 feet. Dynamic settlement due to earthquake shaking can occur in both dry and saturated sands. The site is underlain predominately by relatively dense Santiago Formation overlain by shallow, fine-grained, alluvial deposits, without a !:,'TOundwater table, which is not considered to be subject to liquefaction. Therefore, the potential for liquefaction and the associated ground defonnation occurring beneath the site is considered low. 6.5.4. Subsidence The site is not located in an area of known ground subsidence due to the withdrawal of subsurface fluids. Accordingly, the potential for subsidence occurring at the site due to the withdrawal of oil, gas, or water is considered remote . 6 El Camino Real Road Widening 6.5.5. Tsunamis, f nundation Seiches, and Flooding Contract No.: 103582 March 2R, 2006 Revised May 31, 2006 The project site is located at an elevation ranging from approximately 77 to 286 feet AMSL. Therefore, tsunamis (seismic sea \vaves) are not considered a hazard at the site. The site is not located downslope of any large body of water that could affect the site in the event of an earthquake-induced failure or seiche ( oscillation in a body of v,rater clue lo earthquake shaking). 7. EXJSTING ROAD CONDITIONS 7.1. Pavement Section The ex1stmg pavement was cored at seven researched/planned locations, depicted as B-6 through B-12 on Figure 2, Plot Plan. The cored pavement sections were found to consist of a layer of asphalt concrete (AC) supported on silty sandy gravel aggregate base (AB Class 11). The observed total pavement section thickness as well as the thickness of the J\.C and AB components at each coring location arc presented in Table I, Existing Pavement Sections. TABLE 1 E_~i_~ting Pav~ment Sections 6 7 8 9 10 11 12 Average 6.5 55 4.0 4.0 50 55 5.0 5 1 50 4.5 4.5 5.0 5.0 6.0 6.0 5 1 ---~ ---- 11.5 10.0 8.5 90 10.0 11.0 11.0 10.2 ---------------==-------· Approximately l foot thick light brown, damp, medium dense silty sand \Vas observed beneath th<: pavement at all con:J locations except at B-6 and 13-l I. 7.2. Eastern Slope of Pavement Earth Embankment As described in Section 3., the eastern slope of the pavement earth embankment, which forms the western slope of the abutting channel, exhibits several distress areas among which sloughing and slope failure at two locations situated approximately along the middle third of the subject road. The slope varies in height from about 5 feet or less to about 15 feet, with the height increasing generally toward the north. In general, the slope is steep with an approximate inclination of 1:l(H:V) for most of its length. Four borings, B-1, and B-3 through B-5, as well as hand auger hole-2 were drilled at the top and 3 hand auger holes 7 - - - - - - r--- El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 were drilled at the side and toe of the slope. The borings showed that the slope material is fill that consists primarily of loose to medium dense silty sand down to the alluvium. The fill thickness varies from about 10 feet at B-4 to about 15 feet at B-1. The heavy and above normal rainfall during the 2004/2005 winter season had a negative impact on the slope which included surface erosion and tracks of shallow water rivulets at various locations along the top and side surfaces of the slope. 8. DESIGN RECOMMENDATIONS 8.1. General Based on the results of the field explorations and engineering analyses, it is TE-USL's opinion that the proposed construction is feasible from a geotechnical standpoint, provided that the recommendations in this report are incorporated into the design plans and implemented during construction. Recommendations for the geoteclmical design and construction of the subject road improvements are presented below. 8.2. Site Preparation Clearing and Grubbing Prior to grading, the project area should be cleared of any existing structures, surface vegetation, rubble, trash, debris, etc. Any buried organic debris or other unsuitable contaminated material encountered during subsequent excavation and grading work should also be removed. Excavations made for removal of any existing footings, utility lines, tanks, and any other subterranean structures, laying within any proposed road alignment, should be processed and backfilled in the following mam1er: 1. Clear the excavation bottom and side cuts of all loose and/or disturbed material. 2. Prior to placing backfill, the excavation bottom should be moisture conditioned to within 2 percent of the optimum moisture content and compacted to at least 90 percent of the ASTM D-1557 laboratory test standard. 3. Backfill should be placed, moisture conditioned (i.e., watered and/or aerated as required and thoroughly mixed to a uniform, near optimum moisture content), and compacted by mechanical means in approximate 6-inch lifts. The degree of compaction obtained should be at least 90% of the ASTM D-1557 laboratory test standard. 8 ' ' i l. El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 It is also critical that any surficial subgrade materials disturbed during initial demolition and clearing work be removed and/or recompacted in the course of subsequent site preparation earthwork operations. Site Grading In view of the non-unifonn characteristics of alluvial deposits and in order to create a uniform and firm bearing support for the proposed development, the following earthwork operations are recommended. • New Pavement/Concrete Sidewalks: Over-excavate the existing soils to a depth of at least 1.0 feet below existing ground surface or design subgrade, whichever is deeper, and to a lateral distance of at least 2 feet beyond the road embankment footprint or a'l constrained by existing features (e.g., utilities, walkways, etc.). • Light Standards: Over-excavate the existing soils to a depth of at least 2 feet below base of footing, and to a lateral distance of at least 2 feet beyond lateral extents of the footings or as constrained by existing adjacent features. All bottoms of over-excavations should be scarified a minimum of 8 inches, moisture conditioned to within 2 percent of the optimun1 moisture content, and compacted to at least - 90 percent of the maximum dry density per ASTM D-1557 test method. The bottom of over-- excavations should be inspected and tested by a representative of TE-USL prior to the placement of any compacted fill materials. Fill placement associated with the removal and re-compaction of any existing artificial fill and upper alluvium soils, utility trench backfill, and fill placed to achieve finish grade or subgrade elevations, should be moisture-conditioned to within 2 percent of the optimum moisture content. The fill should be compacted to at least 90 percent of the maximum dry density (note: at least 95 percent for the upper 12 inches in pavement areas), as evaluated by the latest version of ASTM D1557. In addition, two sack slurry back fill or as deemed appropriate by the utility owner should comprise the top foot of compacted fill to achieve finish grade in utility trenches. Import soils should be sampled, tested, and approved by TE-USL prior to arrival on site. Imported fill materials should consist of granular soils free from vegetation, debris, or rocks larger than 3 inches maximum dimension "'~th an Expansion Index of20 or less. 8.3. Temporary Excavations Excavation of the on-site soils may be achieved with conventional heavy-duty grading equipment. Temporary, unsw-charged, excavation walls may be back sloped at an inclination of l:l(H:V) in existing undocumented fill or alluvium. Personnel from TE-USL should observe any temporary excavations so that any necessary modifications based on variations in the encountered soil conditions can be made. All applicable safety requirements and regulations, including CalOSHA requirements, should be met. 9 - - - ! • El Camino Real Road Widening ContractNo.: 103582 March 28, 2006 Revised May 31, 2006 Where sloped excavations are used, the tops of the slopes should be barricaded so that vehicles and storage loads are not within 10 feet of the tops of excavated slopes. A greater setback may be necessary when considering heavy vehicles, such as concrete trucks and cranes. TE-USL should be advised of such heavy loadings so that specific setback requirements may be established. If the temporary construction slopes are to be maintained dw-ing the rainy season, berms are recommended along the tops of the slopes, to prevent runoff water from entering the excavation and eroding the slope faces. Vertical excavations greater than 4 feet high should not be attempted without proper shoring to prevent local instabilities. Shoring may be accomplished with hydraulic shores and trench plates, trench boxes, and/or soldier piles and lagging. The actual method of a shoring system should be provided and designed by a contractor experienced in installing temporary shoring under similar soil conditions. All trench excavations should be shored in accordance with CalOSHA regulations. 8.4. Utility Trench Excavations Temporary, shallow excavations with vertical side slopes less than 4 feet high may be stable, although localized sloughing should be anticipated. Vertical excavations greater than 4 feet high should not be attempted without proper shoring to prevent local instabilities. Shoring may be accomplished with hydraulic shores and trench plates, trench boxes, and/or soldier piles and lagging. The actual method of a shoring system should be provided and designed by a contractor experienced in installing temporary shoring under similar soil conditions. All trench excavations should be shored in accordance with CalOSHA regulations. For planning purposes, on-site fill and shallow alluvial deposits may be considered a Type B soil, as defined the current CalOSHA soil classification. For design of temporary shoring, a triangular distribution of lateral earth pressure may be used. It may be assumed that the retained soils with a level, unsurcharged, surface behind the shoring will exert a lateral pressure equal to that developed by a fluid with a density of 40 pollllds per cubic foot (pcf). Unless reflected in the shoring design, stockpiled (excavated) materials should be placed no closer to the edge of a trench excavation than a distance defined by a line drawn upward from the bottom of the trench at an inclination of 1:l(H:V), but no closer than 4 feet. All trench excavations should be made in accordance with CalOSHA requirements. 8.5. New Flexural Asphalt Concrete (AC) Pavement Laboratory testing of the near surface subgrade materials from test boring nos. 7, 8, and 10 yielded R-values of 13, 9, and 8, respectively. In any case an average R-value of 10 is recommended for the design of pavement sections. According to the City of Carlsbad Engineering Standards, Vol.I, General Design Standards, General Design Criteria, Table A, Street Design Criteria, the minimum traffic index, TI of a Prime Arterial is 9. And the minimum structural section is 6 inches AC over 18 inches AB for an R-value of 10 per the City of Carlsbad Supplemental Standard No. GS-17. The subject road is a prime arterial as IO L. ! 1 l_. i i l. I El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 discussed in Section 4 of this report and hence the TI value of 9 should be used for pavement design. Based on these design parameters, analysis in accordance with the current Cal-Trans Highway Design Manual, and assuming compliance with site preparation recommendations, TE-USL recommends the following alternative pavement structural sections for the proposed road widening portion: 9.0 9.0 (I) (2) (3) (4) (5) Note: TABLE2 Asphalt Concrete Pavement Sections .. • 6.0 18.0 14.5 13.5 17.0(6)/15.0<7> Asphalt Concrete. . :Ar3'6J\ . . (inc"e~> 11.5 Crushed Aggregate Base (CAB), Gm,n Book section 2002.2, compacted to at least 95% relative compaction (ASTM D-1557). Aggregate Base section utilizing Tensar BX I 100 geogrid installed at the design subgrade elevation Aggregate Base section utilizing Tensar BX 1200 geogrid installed at the design sub grade elevation. Aggregate Base section utiizing Glassgrid mesh 8502 installed at the design AB elevation and Tensar BX 1200 geogrid installed at the design subgrade elevation. The upper 12-inches ofsubgrade soils should be compacted to at least 95% relative compaction (ASTM D-1557). (6) AC Full Section (?) AC Full Section with Glassgrid mesh S502. It is recommended that R-value testing is performed on representative soil samples after rough grading operations on the upper 2 feet to confirm applicability of the above pavement sections. The aggregate base should confonn to the Crushed Aggregate Base per Greenbook requirements, Section 200-2.2. The base course should be compacted to a minimum dry density of 95% of the materials maximum density as determined by the ASTM 0-1557 test procedure. Field testing should be used to verify compaction, aggregate gradation, and compacted thickness. The asphalt concrete pavement should be compacted to 93% of the maximum theoretical unit weight as tested in accordance with the ASTM D-2041 procedure. The maximwn lift thickness should be two inches. The asphalt concrete material shall conform to Type III, Class C2 or C3, 2006 edition of the Greenbook Standard Specifications for Public Works Construction. An approved mix design should be submitted 30 days prior to placement. The mix design should include propo1tions of materials, maximum density and required lay-down 11 - - - - - • El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 temperature range. Laboratory testing should be done to verify oil content, aggregate gradation, and maximum theoretical unit weight. Field testing should be used to test compaction, lift thickness, and lay-down temperature. If the paved areas are to be used during construction, the pavement section should be re- evaluated for the anticipated traffic. 8.6. Rubberized Asphalt Hot Mix Concrete (AC) Overlay Pavement Section 7 .1, Pavement Section, presented an average thickness of the existing pavement section equal to 10.2 inches comprised of 5.1 inch AC supported on 5.1 inch .AB. The existing pavement appears to be in good condition other than some distress signs-of fine alligator cracks primarily within the northern portion of the subject road. Rubberized asphalt concrete overlay is recommended to upgrade the pavement structural section corresponding to the design TI of 9 as reported in the preceding section and to mitigate these relatively minor distress areas. For a TI of 9 and a 20 year design period a 9 inch rubberized asphalt concrete pavement overlay is recommended. Nonetheless, the overlay thickness may be reduced to 7 inch with the installation of Glassgrid mesh 8502 or similar at the surface of the existing pavement prior to the application of the rubberized asphalt concrete overlay. However, and to minimize the immediate cost of overlay treatment a rehabilitation period of 10 years may be adopted, contingent upon the City approval, as a minimum life cycle of the overlay pavement section. If this approach is acceptable then a reduced thickness rubberized asphalt concrete overlay pavement may be designed to provide the required improvement. Based on Table 602.4A of the current Cal-Trans Highway Design Manual, the ESAL value corresponding to a TI of 9 ranges from 798,000 to 1,270,000 for a 20 year design period. If the ESAL value of 798,000 is chosen, then the ESAL value for a period of 10 years is 199,000 which correspond to a TI equal to 7. Accordingly, the minimum required thickness of the rubberized asphalt concrete pavement overlay is 4.0 inches. However, if Glassgrid mesh 8502 or similar is installed at the surface of the existing pavement prior to the application of the rubberized asphalt concrete overlay then the required overlay thickness may be reduced to 2.0 inches with an improved reduction of reflective cracking in the overlay pavement. On the same token, a 15 year design period will require a minimum rubberized asphalt concrete pavement overlay thickness of 4.0 inches with Glassgrid mesh 8502 or similar, or 6.0 inches without. However, if the ESAL value of 1,000,000 for a 20 year design period as computed according to the equation presented in the current Cal-Trans Highway Design Manual is chosen then the required rubberized asphalt concrete overlay thickness is 4 inches with Glassgrid mesh 8502 and 6 inches without, for a minimum life cycle period of 10 years . 12 i l El Camino Real Road Widening 8.7. Slope Construction Earth Fill Road Embankment Contract No.: I 03582 March 28, 2006 Revised May 31, 2006 As discussed in Section 7.2. the eastern side of the subject road earth fill embankment had suffered various levels of distress including sloughing and slope failure at the locations depicted on Figure 2, Plot Plan. The maximum height of the slope in these locations is about 15 feet. Figure No. 3 shows the factor of safety of the slope after the abnormally heavy rainfall season of the year 2004/2005. Surficial slope stability analysis indicated that the subject slope has a factor of safety less than I, signifying failure, which is the case as observed and reported earlier. To mitigate this failure as well as the sloughed area shown on Figure 2, Plot Plan, and maintain the pre-failure slope inclination, both slopes should be over- excavated and reconstructed as detailed in Figure 4, Fill Slope Detail. The fill should be compacted as described in Section 8.2. Slope stability analysis of mitigated 15 foot maximum height. slope produced a minimum factor of safety of 1.6, Figure 4, Fill Slope Detail. Higher values of the factor of safety are anticipated for similarly mitigated fill slopes less than 15 feet in height. The on-site soils, except alluvial clays or any contaminated soil, debris, organic matter, or other deleterious materials, may be used for backfill in the upper backfill zone. Any rock or - other soil fragments greater than 3 inches in size should not be used in fiJls. All imported fill, A if any, should consist of granular, non-expansive soil with an Expansion Index of 20 or less. W Import material should be evaluated by ow-firm prior to transport to the site and not contain any contaminated soil, expansive soil, debris, organic matter, or other deleterious materials. Western Existing Slopes The existing slopes along the west edge portion of El Camino Real Road approximately between Station 79+50 and Station 93+00 increases from about 1.5: 1 (H:V) at Station 79+50 to about 1:1 (H:V) at Station 84+00 throughout Station 87+00 then decreases more or less gradually to about 2.7:1 (H:V) at Station 93+00. If up to 8 foot high vertical cuts are proposed for widening this portion of the road then a tie-back wall is recommended to provide lateral support for these steepened slopes. Soldier piles with tie-back anchors will allow top down slope cut providing lateral support during construction. Alternatively a heavy counterfort retaining wall or similar will provide the required lateral support. However, temporary shoring will be required during construction of the latter alternatives. The actual shoring design should be provided by a registered civil engineer in the State of California experienced in the design and construction of these structures. Soldier pile and tie-back design parameters are presented in Section 8.8. Eastern Existing Slopes The existing slopes along the northeast edge of El Camino Real Road approximately between Station 68+00 and Station 77+00 are mainly in formational material. A cut slope of 1.5: I (H: V) may be constructed in these fonnational materials. Pe1manent steeper cuts or cuts in loose soil pockets should be supported by adequately designed retaining walls. 13 - - I I --- El Camino Real Road Widening 8.8. Shoring Systems/Retaining Walls Design Parameters 8.8.1. Lateral Earth Pressure Parameters Contract No.: 103582 March 28, 2006 Revised May 3J, 2006 The recommended lateral ea11h pressures for retaining walls free to rotate, with level, 2:1 (H:V), and 1.5:1 (H:V) slope, are 40, 55, and 75 pounds per cubic foot (equivalent fluid pressure), respectively. For restrained walls, at-rest lateral equivalent fluid pressures are 60, 75, and 95 pounds per cubic foot. If additional surface surcharge pressures and point loads are present then this office should be contacted to provide the lateral magnitude and distribution resulting from surchai·ge loads. In addition to the above-mentioned lateral earth pressures the retaining walls should be designed to support a seismic lateral pressure. The actual magnitude of the seismic lateral-pressure \vill depend on the slope inclination and the type and height of the retaining wall. Our office should be contacted to provide the seismic earth lateral pressure when the wall type and height has been chosen. 350 pounds per cubic foot ultimate equivalent fluid passive pressure in level grotmd is recommended for design. The recommended earth pressure is calculated assuming that a drainage system will be installed behind the retaining walls, so that extemal water pressure will not develop. 8.8.2. Soldier Pile Design The soldier piles should be designed in accordance with the geotechnical parameters presented in the table below. Soldier piles should be spaced no fmther apart than 8 feet on center. Table 3 G eotec mca es1~n h ' ID . P arame ers or ee 0 1er I e t :t St 1 S Id. P"l The depth of embedment of an isolated soldier pile into formation materials can be calculated using ultimate lateral passive 350 pcf resistance (EFP) Maximum ultimate lateral passive resistance (EFP) 5,000 pcf Increase (multiplier) of the ultimate lateral passive resistance due to arching (This value is applicable for soldier piles that are spaced no 3.0 closer than 3 diameters.) The above ultimate passive soil resistances should be reduced by a FS = 1.5 Factor of Safety to obtain the actual design values. For temporary construction continuous treated timber lagging should be used between the soldier piles. If treated timber is used, the lagging may remain in place. However, 14 i ' l .... !-! ' \. El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 reinforced concrete lagging may be used between the soldier piles in permanent retaining walls. To develop the full lateral resistance, provisions should be taken to assure firm contact between the soldier piles and the formational materials. The concrete placed in the soldier pile excavations may be a lean-mix concrete. However, the concrete used in that portion of the soldier pile that is below the planned excavated level should provide sufficient strength to adequately transfer the imposed loads to the surrounding materials. Drilling of the pile shafts should be accomplished using heavy-duty excavation equipment. Although not anticipated, if water seepage is encountered during installation of shafts, dewatering and tremie seals may be necessary. 8.8.3. Tie-back. Anchor Design Tie-back friction anchors may be used to resist lateral loads. For design purposes, it may be assumed that the failure wedge adjacent to the shoring is defined by a plane drawn at 30 degrees from the vertical from the toe of the wall. The anchors should extend at least 20 feet beyond the potential failure wedge; this provision is to provide global stability for the shored wall. The bonded length should commence at least 5 feet beyond the failure wedge. · - Conventional drilled anchors (gravity grouted) may be designed for an allowable bond - stress of 1,500 psf. Pressure-grouted anchors may be designed for an allowable bond stress of 4,000 psf. Only the resistance developed within the bonded length should be used in resisting lateral loads. If the anchors are spaced at least 6 feet on center, no reduction in the capacity of the anchors need be considered due to group action. In no event should the anchors extend less than the minimum length beyond the potential failure wedge as given above. If the tie-back anchor system is intended for temporary use, provisions should be made in the design to de-tension and abandon the tie-backs when the retaining walls are able to support the lateral loads (note: consideration should be given to the utilization of fiberglass tendons where future excavations may occur). 8.8.4. Anchor Installation The anchors may be instal]ed at angles of 15 to 30 degrees below the horizontal. Difficult drilling conditions during installation of the anchors may occur within dense formational materials. In addition, localized caving may occur within uncemented formational materials. The anchors should be filled with concrete placed by pumping from the tip out and the concrete should extend from the tip of the anchor to the failure wedge. The portion of the anchor tendons outside of the bonded length should be sleeved in plastic. If the anchor tendons are sleeved, it is acceptable to grout the entire length of the anchor. 1.5 - - • - ' ,- i El Camino Real Road Widening 8.8.5. Anchor Testing .•. ,Q;, Contract No.: 103582 March 28, 2006 Revised May 3 1, 2006 All of the production anchors should be tested to at least 150% of the design load; the total deflection during the tests should not exceed 4 inches. The rate of creep under the 150% test should not exceed 0.1 inch over a 15-rninute period for the anchor to be approved for the design loading. After a satisfactory test, each production anchor should be locked-off at the design load. The locked-off load should be verified by rechecking the load in the anchor. If the locked-off load varies by more than 10% from the design load, the load should be reset until the anchor is locked-off within 10% of the design load. To reduce chances of caving during tie-back testing, the portion of the anchor shafts within the failure wedge may need to be backfilled with sand before testing the anchor. This p01tion of the shaft should be filled tightly and flush with the face of the excavation. The sand backfill may contain a small amount of cement to allow the sand to be placed by pumping. 8.8.6. Monitoring ' Monitoring the perfonnance of the shoring system and/or tie-back walls is considered necessary adjacent to El Camino Real Road and existing structural areas. Monitoring should consist of periodic surveying of lateral and vertical locations at the tops of selected soldier piles or proximate bench marks on existing buildings. The actual monitoring program should be developed jointly with the design consultants and the contractor when the design of the shoring system or tie-back retaining wall has been finalized. Deflections of the shoring or tie-back wall supporting cut slopes should not exceed one-inch. Movements in excess of one inch may occur as a result of construction- related disturbances or unforeseen site conditions. TE-USL should review the survey data as it relates to movements of the shoring, and provide recommendations for remedial measures, if necessary. 8.9. Foundations for Ancillary Structures A shallow foundation system may be used for support of relatively lightly loaded ancillary structures, such as site screen walls, light standards, etc. The foundations for each feature should be supported entirely on compacted fill prepared in accordance with the recommendations in Section 8.2. of this report. Recommendations for the design and construction of these shallow foundations are presented below. 8.9.1. Design Parameters Shallow foundations should be designed using the geotechnical design parameters presented in Table 4. Footings should be designed and reinforced in accordance with 16 El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 the recommendations of the structural engineer and should conform to the 2001 California Building Code. TABLE4 Geotech,nkal Design Parameters Spread Footint? Foundations for Ancillary Structures Foundation :Dimensions •• •••• •• • • :-·. ' ,_. < -•• • ~:,; •• , ••• : ••••• MloWabte Coifficient of . f:tlctiqn AlloWable Lateral Passive Resistance At least 12 inches wide At least 18 inches below the lowest adjacent grade 1,500 pounds per square foot (psf). The allowable bearing value may be increased by one-third for transient live loads from wind or seismic. Less than 1-inch/ less than ½-inch 0.4 250 pounds per cubic foot (pcf; EFP) The total allowable lateral resistance can be taken as the sum of the friction resistance and passive resistance, provided the passive resistance does not exceed two-thirds of the total allowable resistance. The passive resistance values may be increased by one-third when considering wind or seismic loading. 8.9.2. CBC Seismic Design Parameters The seismic design of the project may be performed using criteria presented in the 2001 California Building Code, Volume 2, Chapter 16, division IV and V, using the following seismic design parameters. Table 5 2001 CBC Seismic Factors Seismic Zone 4 Soil Profile Type Seismic Source/ Type<1) Rose Canyon/ Type B Distance to Source 9.6 km Seismic Zone Factor, Z 0.4 Near Source Acceleration Factor, Na 1.0 Near Source Velocity Factor, Nv 1.02 Seismic Acceleration Coefficient, Ca 0.44 Seismic Velocity Coefficient, Cv 0.65 17 - - - - - El Camino Real Road Widening Contract No.: 103582 March 28, 2006 Revised May 31, 2006 9. 8.10. Pipe Bedding It is recommended that pipes be supported over 6 inches of¾" washed gravel. The gravel bed should be covered with filter fabric Mirafi 140N or approved equivalent. The edges of filter fabric should overlap a minimwn of 2 feet. Overlying the gravel on the sides and up to 1 foot above the pipe should be backfilled with ASTM C-33 concrete sand or approved granular soil with sand equivalent (SE) of 30 or greater. This pipe backfill material should be compacted in accordance with the recommendations in Section 8.2. of this report. 8.11. Sidewalk Concrete Slabs Side,;o.'alk concrete flatwork should have a minimum concrete thickness of four inches. All concrete should be supported on at least 4 inches of Class 2 aggregate base compacted to at least 95 percent of the maximum dry density. The upper 12 inches of subgrade soil located below the aggregate base should reconditioned to achieve a moisture content of within 2% of optimum moisture content, and compacted to 90 percent relative compaction (D-1557). Where driveways occur, the concrete aggregate base sections should be increased to 6 inches. For sidewalk concrete flatwork, we recommended that narrow strip concrete slabs, be reinforced with at least No. 3 reinforcing bars placed longitudinally at 36 inches on-center. Wide sidewalk slabs should be reinforced with at least No. 3 reinforcing bars placed 36 inches on-center, each way. The reinforcement should be extended through the control joints to reduce the potential for differential movement. Control joints should be constructed in accordance with recommendations of the civil or structural engineer. DESIGN REVIEW AND CONSTRUCTION MONITORING Geotcchnical review of plans and specifications is of paramount importance in engineering practice. The poor performance of many structures has been attributed to inadequate geotechnical revie,v of construction documents. Additionally, observation and testing of the subgrade \Vill be important to the performance of the proposed improvements. The following sections present our recommendations relative to the review of construction documents and the monitoring of construction activities. 9.1. Plans and Specifications The design plans and specifications should be reviewed and approved by TE-USL prior to bidding and construction, as the geotechnical recommendations may need to be reevaluated in the light of the actual design configuration. This review is necessary to evaluate whether the recommendations contained in this report and future reports have been properly incorporated into the project plans and specifications. Based on the work already performed, this office is best qualified to provide such review. 18 El Camino Real Road Widening 9.2. Construction Monitoring Contract No.: 103582 March 28, 2006 Revised May 31, 2006 Site preparation, removal of unsuitable soils, assessment of imported fill materials, fill placement, and other earthwork operations should be observed and tested. The substrata exposed during the construction may differ from that encountered in the test borings. Continuous observation by a representative of TE-USL during construction allows for evaluation of the soil conditions as they are encountered, and allows the opportunity to recommend appropriate revisions where necessary. 10. LIMITATIONS The recommendations and opinions expressed in this report are based on TE-USL's review of background documents and on information obtained from field explorations. It should fie noted that this study did not evaluate the possible presence of hazardous materials on any portion of the site. Due to the limited nature of our field explorations, conditions not observed and described in this report may be present on the site. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation and laboratory testing can he performed upon request. It should be understood that conditions different from those anticipated in this report may be encountered during construction, e.g., the extent of removal of unsuitable soil, and that additional effort may be required to mitigate them. Site conditions, including groundwater elevation, can change with time as a result of natural processes or the activities of man at the subject site or at nearby sites. Changes to the applicable laws, regulations, codes, and standards of practice may occur as a result of government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which TESD has no control. TE-lJSL's recommendations for this site are, to a high degree, dependent upon appropriate quality control of subgrade preparation, fill placement, etc. Accordingly, the recommendations are made contingent upon the opportunity for TE-USL to observe the earthwork operations for the proposed construction. If parties other than TESD are engaged to provide such services, such parties must be notified that they will be required to assume complete responsibility as the geotechnical engineer of record for the geotechnical phase of the project by concurring with the recommendations in this report and/or by providing alternative recommendations. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. TE-USL should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. - - TE-USL has endeavored to perform our evaluation using the degree of care and skill ordinarily exercised under similar circumstances by reputable geotechnical professionals with experience in - this area in similar soil conditions. No other warranty, either expressed or implied, is made as to the conclusions and recommendations contained in this report. 19 -El Camino Real Road Widening 11. SELECTED REFERENCES Contract No.: 103582 March 28, 2006 Revised May 31, 2006 ASTM, 2001, Soil and Rock: American Society for Testing and Materials: vol. 4.08 for ASTM test methods D-420 to D-4914; and vol. 4.09 for ASTM test methods D-4943 to highest number. City of Carlsbad Engineering Standards, Volume I, General Design Standards, 2005. Kennedy, M.P., 1975, Geology of the Western San Diego Metropolitan Area, California: California Department of Conservation, Division of Mines and Geology, Bulletin 200, Part A, 39 pp. plus 3 plates, map scale l :24,000. California Department of Conservation, Division of Mines and Geology, 1997, Guidelines for Evaluation and Mitigation of Seismic Hazards in California: Special Publication 117, 74 pp. California Department of Conservation, Division of Mines and Geology, 1998, Maps of Known Active Fault Near-Source Zones in California and Adjacent Portions of Nevada: International Conference of Building Officials, dated February, Scale 1" = 4 km. -California Department of Transportation, Highway Design Manual 2004. • Hart, E.W., and Bryant, W.A., 1997, Fault-Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zone Maps: California Department of Conservation, Division of Mines and Geology Special Publication 42, 38 pp. International Conference of Building Officials, 2001, California Building Code: Volume 2. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas with Locations and Ages of Recent Volcanic Eruptions: California Department of Conservation, Division of Mines and Geology Geologic Data Map No. 6, scale 1 :750,000. Rocscience Inc., SLIDE, Program for the Analysis of Slope Stability, Version 5, 2005 Youd, T.L. and Idriss, I.M., 2001, Liquefaction Resis4tnce of Soils: Summary report of NCEER 1996 and 1998 NCEER/SF Workshops on Evaluation of Liquefaction Resistance of Soils: Journal of Geotechnical and Geoenvironmental Engineering, dated April, pp. 297-313. Youd, T.L. and Idriss, J.M., 2001, Liquefaction Resistance of Soils: Summary report of NCEER 1996 and 1998 NCEER/SF Workshops on Evaluation of Liquefaction Resistance of Soils: Journal of Geotechnical and Geoenvironmental Engineering, dated April, pp. 297-313 . 20 - I : II FIGURES II - i '·. - - - -Ref: NOTE: This figure may contain areas of color. TE-U.S. Labs cannot be responsible for any subsequent misinterpretation of the information result- Ing from black and wMe reproductions of this figure. Project: Drwn: Date: Testing Engineers -U.S. Labs, Inc. 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 Site Location Map El Camino Real Road Widening NJT Contract No: 103582 March, 2006 Figure: 1 ,( '-i / ·,.< ··< - ( ··;i ii :; !! ii ) .. I r ·,. ( -~'"->--I \ .... • g Area Sloughm LEGEN_ D . (Approx.) L auons ..IL Boring oc ) ~ Locations (Approx. @ Hand Auger . - - -fI~};:i ;.y.~;}'~C-~ ·:,· C,°':-: CJ Gut Sior:,,:__; iv( i,:-jtl}. ~L,'1"! '"'· ~,.,_ ... ~j __ ...... ,J ... ::-,,• ,·· .,. .. ...-'jC!.. P.arameters 7 ::. iJ0pth cf Sa1ma1ion (fe-;;;t) ~::: 5 ·r\ --Huoyani Unit WeiqU of Soil (pcf) 62.6 45 0 o: ::-:: Slope Angie :::, .. li, ,:, J\nt;ile 01 internal Friction c :·. Cohi:-::sion (psf) ::-: 200 33° C: ·· "), -~~ -c·1· 1 ··: :;;,_ ci1·••J -312 5 lb 'n -'-y,CV,.,C.,·fff. ··--;,c..(1,,-. l( .. G .. -~-. fm(;..e_Tendinqto_Resist fv1cvemeni 125 i.: ::-. 7-, ros?,-,j3p('l', + c =1()1 .6' +200 :::. 301 .6 ' ' .,--, ! i:.:.,r . ..... 1..,. 1 ,¾, ,, Factor of Safetv -··-·------·----__ ,. ___ .,~---.... ---J- F.S., 2Z·✓~0SLata11,_k-i 2c. ______ 301.6 __ . 0.97<1.0 LJ1\Sin2n: 312.5 Testing Engineers -U.S. Labs, Inc. 7895 Convoy Court, Suite 18 Title S , . (F .1 Surficial lope Stability Analysis a1 ed Slope) San Diego. CA 92111 Tel (858) 715-5800 Fax (858) 715-5810 Project: El Camino Real Road Widening 1------------Drwn: D.M.M. Contract No: 103582 NOTE: This figure rnay contain areas of color. TE·U.S. Labs cannot be responsible for any subsequent misinterpretation of the informalion result- ing from black and while reproductions of this figure. Date: March, 2006 Figure: 3 -----------8' min.------~ ---------·------.... ··---1' wide concrete drainage channel -.....,...-----i------,..-~.,..-.~~~~""!"."~~l,~"E.J"...,,.•1--6" high water retainer berm 111 :/\):\\\:/:/:?\.\:)/{\?(:\:\//:/-::--. 15' ---I -· ~· .. -· -· -· ...... -· .... -• .. --· ... • .. -·. _____ ~= _I I _ r--·.-::;>_?:/_-//-/:::-:::/:\/:·//·//:\·:\\·: ... -::.:--:.-·:-. ~~ =-=:!II-== 121--+--- Typical "Bench" 3' width -+------rl'r-:--:-=-t-tll"'1 3' heigh, Min. 2% heal into back of slope . Geogrid Reinforcement •Tensar UX 1100 • Lenght: 8' min. • Vertical separation 1' max. SCALE: 1/4" = 1' (approx.) :114' washed draim:-d mck Tensa, UX 1100 geogr«l layer ----8' min. key width-------l Subdrain • 4 inch PVC sch. 40 peri. pipe • Encapsulaie in gravel 3ft. 3/ft. SCHEMATIC ONLY -NOT A CONSTRUCTION DRAWING Testing Engineers -U.S. Labs, Inc. 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 Fill Slope Detail Proj13ct: El Camino Real Road Widening Drwn: D.M.M. Contract No: 103582 ..,-,.......,. NOTE: This figure may contain areas of color. TE-U.S. Labs cannot be responsible for any subsequent misinterpretation of the information result- ing from black and white reproductions of this figure. Date: March, 2006 Figure: 4 - - ··r -- -Safety Fe.cto.c 0.000 0.500 1.000 1. 500 2.000 2.500 3 .000 I I 3 .500 ! 0 4.000 I N l 4 .500 5 .000 I 5.500 l I I 6 .000+ I ________ _, 0 -30 ft -20 -10 0 Testing Engineers -U.S. Labs, Inc. 7895 Convoy Court. Suite 18 San Diego, CA 92111 Tel: (858) 71 5-5800 Fax: (858) 715-5810 NOTE: This figure may contain areas or color TE-U.S. Labs cannot be responsible tor any subsequent misinterpretation or the information result- ing from black and white reproductions of this figure. ---- --J Safely Factor (Minimum)! • I • 20 30 40 50 60 Title SJope Stability Analysis (Restored Slope) Project: El Camino Real Road Widening Orwn: D.M.M. Contract No: 103582 Date: Figure: March. 2006 5 -APPENDIXA LOGS OF EXPLORATORY BORINGS - - - • GENERAL NOTES SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N: Standard ''N" penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2-inch O.D. split-spoon. Qu: Unconfined compressive strength, tst: Qp: Penetrometer value, unconfined compressive strength, tsf. Mc: Water content,%. LL: Liquid limit,%. Pl: Plasticity index,%. DD: Natural dry density, PCF. V : Apparent groundwater level at time noted after completion. DRILLING AND SAMPLING SYMBOLS B CAL: Modified California Sampler -2 5/8" l.D., 3.0" O.D., except where noted. I ~ SS: Split-Spoon -1 3/8" I.D., 2" O.D., except where noted. BULK: Bulk sample. DB: Diamond Bit. CB: Carbide Bit. WS: Washed Sample. RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION TERM (NON-COHESIVE SOILS) Very Loose Loose Medium Dense Dense Very Dense TERM (COHESIVE SOILS) Very Soft Soft Medium Stiff Stiff Very Stiff Hard PARTICLE SIZE Boulders Cobbles Gravel 12 in.+ 12 in -3.in 3 in-Smm ST AND ARD PENETRATION RESISTANCE (SPTI 0 to 4 SPT 0 to2 2 to4 4 to 8 8 to 16 16 to 32 Over 32 Coarse Sand Medium Sand Fine Sand 4to 10 11 to 30 31 to SO Over 50 5nun-0.6mm 0.6mm-0.2mm 0.2mm-0.074mm OU-(TSF} 0 -0.25 0.25 -0.50 0.50 -1.00 1.00 -2.00 2.00-4.00 4.0()+ Silt Clay 0.074 mm-0.005nun -0.005mm -~ Log of Boring No. 1 Date Drilled: February 22, 2006 Driving Weight: 140 lbs/30" -~ 0 (!) ! a. (l) 0 . Q) E -·u. u. mg-~. Material Description .f: (/j co g_. .c C: Cl) V) (/) a,.~i UCI) . Drilling Equipment: 8" HSA Surface Elevation (feet):±204 ;.., '#-u s: C e Q) ·E~' ::i en U) 'vi ::> ,3: ·5 C c 0 Moisture Content (% Dry Weight) Q.ii::=,.Q 0 0 CD Q:J ::l 1 Q 20 30 40 50 n: --~-/17_;_s_A_N_D_, 1-ig-ht-b-ro_wn_, -da_m_p_t_o_m_o-is-t,--S-M----.----'-----1---,--,,-.-----.----.---~ --,,-----,-; 2 0 0 firm, very fine grained, high plasticity. 12 Interlaced with tan clayey SAND, SM/SC becomes soft to firm. Silty SAND/Clayey SAND, tan, moist to . . 10 ~ very moist, soft to firm, fine grained, low to medium plasticity, inclusions of dense 7 slightly cemented sandstone, friable. l 15 ~ ALLUVIUM. Silty CLAY: trace fine sand, 27 dark olive, moist, stiff slightly porous, minor dark organic stains, minor orange brown iron staining. CL 17 105 20 107 I ' . • I 20------------------------------'-----'-----'----''----'-----' Geologist: CBM I 1=111;1:l·l'I i'lt;ilt·~ ... Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.:103582 I Figure No.:A-1 - - - I LOQ of Boring No. 1 (continued) • 1-----------'--------------l W I D t D ·11 d i:-br ar 22 2006 Drilling Equipmert· 8" HSA - - ae_n e .e u y ' Driving Weight: 140 lbs/30" .Cl>• 0 .. m Q.. G) 0 (l) ~ ''"6. ~ LL ·:U E G) Material Description .... tt) (t, Cl. .c C ({j (;1 (/) 0.. Q) 3 u > ~ tf) ·c ::, .Q <!) J 0 0 CC•O) -~ ALLUVIUM, Silty CLAY: trace fine sand, CL 15 dark olive, moist, stiff slightly porous, minor dark organic stains, minor orange brown iron staining. --------------------Color change to tan, damp to moist, 25 very stiff. I I I I Lr i->J Total Depth 30' No Groundwater Encountered 35 40 r.; 4,. Geologist: CBM IY 1:111:i=l·i•I ti=l;lif·f.."I Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 -. '. Surface Elevation (feet}:±204 I i >-. I ~ Ll s 0 C E-~ G,'.I ."!::: c:--Moisture Content (% Dry Weight) c,-;; C. () U) "U) :'.)~ ·c, ?5 .,., c... "" u .c, 10 20 30 40 50 .. .!':. l I ! l I I I i I ' -- ! i I I i I I i ' I I I i i I I ! ; El Camino Real Road Widening Contract No.:103582 Figure No.:A-1 (continued) l ! ! I Log of Boring Date Drilled: March 3, 2006 Driving Weight: N/A \l) 0 C) ci-m o C) E Q.. LL lJ.. C tf; E <D Material Description ro u ,-CU) (/) ff) :g_ §! = :?: 0 L') C) ·.:: :J .Q ooroco :) E1LL Sandy CLAY: olive gray, moist firm, CL fine grained, medium plasticity. B sB Total Depth 6' No Groundwater Encountered. 10 15 20 . /; 2:.) Geologist: CBM ~I:) ~✓ i:lll;lftil ...•. , ...... Testing Engineers-LI .S.Labs 7895 Convoy Court, Suite 16 San Diego. CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 No. 2 (Hand Auger) Drilling Equipment: 8" HSA -Swiace Elevation (feet):N/A ;:;, .. ~ ~ ~ ~ 0 f:'. .§ ::::: c-Moisture Content (% Dry Weight) "' C L) u; 'ui ::, .3 '6 c:: C >, ""' '-""-' (.) 0 10 20 30 40 50 -I , : I I 16 96.4 • 18 106 .;. - I I I - ! I j ' El Camino Real Road Widening - Contract No.: 103582 Figure No.:B-2 - - - Log of Boring No. 3 Date Oril!ed: March 3, 2006 Driving Weight: 140 lbs/30" Drilling Equipment: 8" HSA Surface Elevation (feet}:±177 .2 o mo..0° o i:,· ~ j l i Material Description ~ -[ ~ c- i:;; § U) <f! t3 ~ 'tr) ;g .-9: Moisture Content (% Dry Weight} Q~~~ ~ ~ C A 2 ~ ~ _~ _______________ => _____ i __ 8_1 -,--L~--+---1.,.0;......-,--__,;;;;2,-;,o-,--_..;:3;.,.:o;.._,...,.._4,_," o.;;..,_, __ __:..sQ I . I ElL.l. Clayey SAND, light gray brown, moist firm, fine grained sand, high plasticity. SC I I i I 5 B I i ! l 17 Inter-layered with Sandy CLAY, few gravel 1/2" max. size. SC I 17 112 • Hl B 18 Sandy SILT, light gray green, moist, firm, ML line to medium grained, medium plasticity. 14 114 ! ! • i ALLUVUJM: Sandy CLAY/clayey SAND, CL 15 ~ grayish brown, moist to very moist, I soft to fine, fine grained, slightly porous. 5 : -' 20 ~ Sandy CLAY, light brown, moist, stiff to very stiff, fine grained, medium lo high 24 plasticity. slightly porous, trace dark I manganese staining. ! i Total Depth 20' I I No Groundwater Encountered. I : i I ! i ! ! I I 25 I i Geologist: CBM ~·~ Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 El Camino Real Road Widening San Diego, CA 92111 '-..!_!!_!.!....- 1=11lil■·l•I Tel: (858) 715-5800 Fax: (858) 715-5810 I ll'Hl'IH-U. Contract No.: 103582 Figure No.:B-3 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" _., :~ 0 Q) a. (lj 0 <P EC'IJ.. Log of Boring No. 4 Drilling Equipment: 8" HSA Surface Elevation (feet):±153 >, ~ u s 0 C LL {U j:: 0) S(.f)iiio. ,r:_C(/)V) a.·~~:s:· Material Description £! Cl) .3 c., ::C-Moisture Content (% Dry Weight) U) C· (.) ·en ::J3 cu ·c :S _Q ooc.om 0 <I) 0 C >, Cl) 0 :J 2 0 n ---~~.=----.:-;:. EJ.L.L Clayey SAND, light green, damp to moist, firm, fine, grained, medium plasticity. .o 10 20 30 40 SC/CL 15 ~ 13 Inter-layered with Sandy CLAY, few gravel 1/2" max. size. ALLUVIUM: Sandy CLAY, light gray 13 brown, moist, firm to stiff, fine grained, medium to high plasticity. 16 Inter-bedded with clayey SAND, fine to coarse grained. CL Silty SAND, damp, medium dense, fine to SM coarse grained, trace pebbles-rounded 24 to sub-rounded. Total Depth 21.5' No Groundwater Encountered. 15 111 I • I I I I I 50 l l 125----------------------------'----'-----'-----'-----L----1 Geologist: CBM j:jliil#•ill A'iM;lll·\.'I Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858} 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.:103582 I Figure No.:B-4 - - - - - - Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" Material Description Loa of Borina No. 5 _., ._,, U) u [J) Drilling Equipment: 8" HSA Surface Elevation (feet):±103 -·· >, /f:. (..) :? C > e (t.l .--:::C-Moisture Content (% Dry Weight) ::, ·w ,-l) ;;:; ·v5 :.5 3 ·o 5 >, =) 2. u 0 10 20 30 40 50 andy SILT, damp, medium dense, ained sand, low plasticity. 18GQ EQBM8IIQ~: SANDSTONE, 44 .sANT tan, d cemen ry to damp, dense weakly ted friable, very fine to fine grained. ML SM 10 ~_;-Clayey SAND, light orange brown, damp, SC 15 20 med1u rn dense, contains minor FE 03 g. Mottled with gray clay, s!i&itly 12 stainin porous , highly weathered. epth 11.5' Total D No Gro undwater Encountered. 10 105 : I ' I I I -l I - i ' I I I j ; ' l i ! ' I i I i i i I I I i I l I ! I I I I l : j I ! ;.~5 ___________________________ _,__ __ _,__ __ _,_ __ __,_ __ _,_ __ _, Geologist: CBM Testing Engineers~U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.:103582 Figure No.:B-5 l : __ .,_,, ______ . ____________________ .L_. ___________ ,_ _________ ...._..1 I i Log of Boring No. 6 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" --~ 8' gi ~~ L!.. LJ_ iii a.E ~ C U) (l). ·-(1) a. ..cC (/)v,• -(!) , •. '?;. g--~ ~ 6 : o o en ·in Material Description AC-6.5" thick (f) u (/) ::J .EJ.L.L: Silty Sandy GRAVEL (Qass II) gray brown, GW 10 15 20 25 '-~..e.._ m~. den~ lo d~l:J'~i~ ______ . Silty CLAY. tan, damp, firm to stiff, CL 24 trace organics somewhat blocky. SANTIAGO FORMATION: Silty CLAY, tan. damp, stiff to very stiff, staining in minor vertical fractures, minor specs of 49 white calcium carbonate. high plasticity. Total Depth 6.5' No Groundwater Encountered. Geologist: CBM l =l*i;i:f·l 11 li◄;ill·J."I Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: {858) 715-5810 Drilling Equipment: 8" HSA Surface Elevation (feet):±235 >, ~ ~ u C ~ Q) .-:: C" Moisture Content (% Dry Weight) ::, V) ,... u vi "Y-! :5 .3 '6 6 ;:'." 2 0 0 10 20 30 40 50 : I : 19 106 ! I ! ! I I I I ' I I ! ! I El Camino Real Road Widening Contract No.:103582 I Figure No.:B-6 - - - - - I L.og of Boring No. 7 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" Material Description AC 5.5" thick flLL: Silty Sandy GRAVEL (Class II}, light \brown, damp, medium dense, 4.5" thick. Silty SAND (decomposed granite) Ji_ght brown, da~. medium dense. 39 !>ancfy C[AY.li brown7o Tr gray°brOwn -- damp to moist, stiff, fine to med. grained sand. Some inclusions of rock and clay clods .. Clayey SAND, brown. damp to moist. i: • medium dense. fine grained. ;) B 23 _ (/) u Cl) ::) GW --SM -- CL SC Silty CLAY with sand, brown, moist, stiff, CH fine grained sand, high plasticity. ,o WI ~ 13 becomes soft to firm. 15 ~ 20 SANTIAGO FOllNDATIQN:-It.olive ML 21 browndamp, stiff, dark colored manganese staining, medium. plasticity. Total Depth 16.5' No Groundwater Encountered. . Drilling Equipment: 8" HSA Surface Elevation (feet}:±148 >, n~ l) s: C: g; <I> .--=:C Moisture Content(% Dry Weight} ;;; cu ·v. ::) ..9: vi ·5 C ~ 0 2 u 0 10 20 30 40 50 .. ' - 15 99 • i 25-------------------------------'---'-il __ ___., ___ I _____ ..._ __ _, Geologist: CBM ~-, ~-!.U.!.- i:l*i;i#l·l•I Ui;lli·\."i Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.:103582 Figure No.:B-7 I '----------------------------''-------------'--------------' ,.,£, Log of Boring No. 8 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" 5 10 15 20 Material Description tf) (.) U) :::) AC-4" thick EJLL: Silty Sandy GRAVEL (Class II base) damp . GW --lo moist, med. dense, 4.5" thick. _ Silly SAND, It. browm, moist, med. dense, SM \ fine to med. grained, some coarse grained. 52 Native: Sandy CLAY, II. brown, moist, stiff, CL moderately weathered. some fine lo med. grained sands. SANTIAGO FORMATION: It. olive gray to - 17 tan, damp to moist. stiff lo very stiff, med lo high plasticity, manganese staining. Total Depth 6.5' No Groundwater Encountered. Drilling Equipment: 8" HSA Su1iace Elevation (feet):±235 ~ 0 >, ~ ~ 0) 2 .::::: :;_ .... :i v; C u <ii "if, :::) .2: Moisture Content (% Dry Weight) ·5 C >, 0 2 u 0 10 20 30 40 50 9 123 • I I I i l i I l l 25-------------------------'----'-----'---'----'------' Geologist: CBM i:ili;i#•lil l!Jil;iili'"I Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.: 103582 I Figure No.:8-8 - - - - - - !- Log of Boring No. 9 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" o.i Q) LL .!:: ,.. C. (!) 0 15 20 (l.l 0 ~.!!?t? C Q. . ro E iii U) ro o.. Material Description (/) C (/) (/) u -~ ~ ! (/) o en m :J AC-4" thick EJLL: Silty Sandy GRAVEL (Class II ) It. brown GW I damp, mea. dense, 5" thick. _ _ _ Silty SAND, (decomposed granite) It. brown, SM damp. med. dense to dense. 6c':layey SAND: brow~damp to moist,--SC . medium dense, fine to mediu~ grain~ __ Sandy CLAY, trace line sand, brown, CL moist. soft lo firm, high plasticity. 4 Silty CLAY, trace sand, brown, stiff, 12 fine grained sand: high plasticity. Total Depth 10' No Groundwater Encountered. Drilling Equipment: 8" HSA Swiace Elevation (feet}:±95 #- >, ~ ~ a; E-! in :-;::C Moisture Content (% Dry Weight) ::, C 8_ 'V} ii: :J ~ 6 C >, 0 0 L 0 10 20 30 40 50 9 121 ·• 25----------------------__._ __ _,_ _ __._ __ ...__ _ __,_ _ __, Geologist: CBM 1=111:1#1·1•1 iil=l;IH·H Testing Engineers-LI .S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.: 103582 Figu re No.:B-9 j- ' Log of Boring No. 10 Date Drilled: March 3, 2006 Driving Weight: i 40 lbs/30" .2 0 9:! a.: Q) ,'? = E'c. ...,_ LL (v'Elii · .!:: (/) (1) 0. .c C: (/) <fl -(l) cs;·,.. g-·E -s .Q · o ococo Material Description (/) u (/) ::J AC-5" thick £ILL Silty Sandy GRAVEL (Class II ) II. brown GW damp, meo. dense. _ _ 5 10 15 20 Silty SAND, (deco-;:;;posed granite) llbrown SM damp, med. dense. med. grained, micaceous. 49 SANTIAGO FORMATION: Silty CLAY, trace sand, IL gray brown, damp to moist, CUCH stiff to very stiff, moderately weathered, @ contact, high plasticity. 50/ Inter-bedded with line clayey sands & s.s· medium grained silty sand. Total Depth 6.5' No Groundwater Encountered. Drilling Equipment: 8" HSA Surface Elevation (feet):±1 85 >, ~ (,) ~ C: e C) ~~ ::, :0 ·cu :) 3 Moisture Content (% Dry Weight) V, j:! ·5 0 >, ~ 0 0 10 20 30 40 50 13 118 • 25------------------------------~--~--,___ _ __. __ __, Geologist: CBM ~,) ~V i :iii;l#·t•I l!li;iil·I--W Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.: 103582 Figure No.:B-10 I ~----------------------....__, _____________ __..__ ____________ _ - - - - - • I Log of Boring No. 11 Date Drilled: March 3, 2006 Driving Weight: 140 lbs/30" 5 10 15 20 25 Material Description AC-5.5" thick Eil.L: Silty Sandy GRAVEL (Class 11 ) It. brown ~ moist to v~ moist, med. dense, 6" thick. _ 28 Sandy CLAY, II. gray brown, moist, stiff, fine to med._grainea sand, high plasticity, mottled, some indus1ons of daystonc. sltghlly m1caceous. tf) 0 en ::::, GW CL SANTIAGO FORMATION: Claystone, It. CUCH olive to It. yellow brown, dry to damp, very stiff, specs of gypsum, some orange brown Fe2O3 staining 29 Total Depth 9.5' No Groundwater Encountered. Geologist: CBM Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 Drilling Equipment : 8" HSA Su1iace Elevation (teet)::.!-:95 Moisture Content (% Dry Weight) 10 20 30 40 50 16 113 • I j I I • l i I I i i I i I I I I i I I I El Camino Real Road Widening Contract No. :103582 I Figure No.:B-11 Log of Boring No. 12 Date Drilled: March 3, 2006 Driving Weight: 10 15 20 Material Description AC-5" thick (/) CJ (f) :::, Ell.I.: Siliy Sandy GRAVEL (Class II} IL brown, GW ~ damp, meo. dense, 6' thick. Silty: SAND (DG), IL golden brown, damp, SM mei:tlum dense, line to coarse ~rned. _ _ _ Clayey SAND, It. gray brown, moist, medium dense, fine to medium grained, SC contains pieces of asphalt. Total Depth 3.5' No Groundwater Encountered. Drilling Equipment: Hanel Auger Surface Elevation (feet):±235 >, ~ :..> C: C) :=C-vi C l) ·m :) ~~ Moisture Content(% Dry Weight) § >, ,... CJ 0 10 20 30 40 50 I I . 25-----------------------------'-----'-----'-----'-----'-----' Geologist: CBM i:111;1#·1•■ U#l#lii·U Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 El Camino Real Road Widening Contract No.:103582 Figure No.:8-12 I ~----------------------.__-----------'-----------.....J • - - • - - Log of Borino v No. HA-1 Date Drilled: March 3, 2006 Driving Weight: ()J 0 0 ·;s_ Q) 0. ID E ci tL u ... ro ,-.\.... Material Description C: VJ § ~ if.• C (J) ..c (/j u _, (l..) ,_. <' fr -t =§ :_§ (/) ::) 0 0 co CO ,_ ·Alluvium: Sandy CLAY, It. gray brown, 'moist, soft to firm, fine grained, medium CL plasticity 5 B Total Depth 5' Groundwater Encountered at 4' 10 ,, 15 20 ·,r:, Geologist: CBM Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 1:111;1 #·l!I i!l#l;ill·\. .. Tel: (858) 715~5800 Fax: (858) 715-5810 · Drilling Equipment: Hand Auger s.urface Elevation {feet): >, ~ " s 0 e w 1£? .--:::C Moisture Content (% Dry Weight) .2 ,-D -Cl. L? /./,' ::::i ---r 0 0 ;>, '-:: () 0 10 20 30 40 50 = ; I I j I 29 93 I • I ' I I I ___ "g_. ! ... I I I ! ' I ; I i I ! ! I l I I ! ' I I ' I I ! i i 1 l I i I I El Camino Real Road Widening Contract No.: 103582 Figure No.· HA-1 I ' Log of Boring No. HA-3 Date Drilled: March 3, 2006 Driving Weight: C.> 0 'lii .~g & 0) u. C 0. l'-'), E ID Material Description .s ., (';) Cl. l/) .c C (n if: a. 0) ..x: ~ 0 ·E :, ..2 Cf) 0) ::, 0 o-m ro: .Ell..l.: Silty CLAY, It. yellow brown, moist, CL • soft medium to high ~lasticify, color change to light olive rown at 1 ft. SANTIAGO FORMATION: Claystone, It. CUCH pale olive-green, damp, firm, moderately to highly weathered, becomes firm to stiff ~3__!!_. ---------- 5 Lt. yellow brow, dry to damp, stiff. Total Depth 5' No Groundwater Encountered. 10 15 20 •),:; f..v Geologist: CBM IY ~-1:111-1:t•Jil ■!i=l:lli·i-11 Testing Engineers-U.S.Labs 7 895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 Drilling Equipment: Hand Auger Swiacc1 Elevation (feet): >, t cf:. 0 ,-_.,. (ii (1\ -:::C"' Moisture Content (% Dry Weight) :i U} C U V) 'yj ::i 3 ·a 5 c 2 0 0 10 20 30 40 50 ; I I - I I ' I I ! I ! ' I I ! i l I I I I I i El Camino Real Road Widening Contract No. 103582 Figure No.: HA-3 • ! ! - ! ; - • - Log of Bo Date Drmed: March 3, 2006 Driving Weight: 5 10 15 20 Material Des~ription (/) 0 {f) ::, EILL: Silty SAND, It. brown, moist, loose, SM ~tly m1caceous. _ _ _ _ _ _ _ Sandy CLAY, It. brown, moist, soft to firm, Cl medium plasticity. ALLUVIUM: Clayey SAND, It. brown, -. damp. medium dense, fine to medium \ gr~ei·. _ _ _ _ _ _ _ · Light brown, moist, medium dense, fine to medium grained, slightly micaceous, contains some rounded pebbles, becomes very moist at 4 ft. Total Depth 6' Groundwater Encountered at 4.5' SC 25-------------------- Geologist: CBM Testing Engineers-U.S.Labs 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858) 715-5800 Fax: (858) 715-5810 No. HA-4 ! ring I l Drilling Equipment: Hand Auger Surface:: Elevation (feet): >--§; ~ 0 0 c.: E:: C) .-=.·C Moisture Content (% Dry Weight) .2 !;I) C g_ co !11 ::i --~ ·o C >~ 0 0 .. "" 0 C 10 ?O 30 40 50 "" I i I ' I l --~-I I ! -! I I i I ; I I ! I ' i I i I I ' l ' i I I El Camino Real Road Widening Contract No.:103582 I Figure No.: HA-4 APPENDIXB LABORATORY TESTING - - - LABORATORY TEST RESULTS Classification -Soils were classified visually according to the Unified Soil Classification System (USCS). Visual classifications were supplemented by laboratory testing of selected samples in accordance with ASTM D2487. The soil classifications are shown on the Exploration Logs, Appendix A. Moisture Content and Natural Dry Density -The moisture content and natural dry density of representative relatively undisturbed ring soil samples were detennined in accordance with ASTM D-221 and D-2937. The test results are shown on the Exploration logs, Appendix A.. Sieve Analysis -Particle size analyses were perfonned on five selected representative samples in accordance with ASTM D-422. The results are presented in the tables herein. Percent Finer than Sieve No. 200 -The amount of material finer than sieve No. 200 of a near surface representative soil sample was determined by washing in accordance with ASTM D-1140. The test result is presented in a following table. Attcrberg Limits -Atterberg Limits tests were performed on a selected representative .near surface bulk sample in accordance with ASTM D-423. The results are presented in a following table. Maximum Dry Density/ Optimum Moisture Content -The laboratory maximum dry density and optimum moisture content of a selected representative near surface bulk soil sample was determined in accordance with ASTM D-1557, Method A. The test results are provided in a following table. Direct Shear Test -In order to detennine relevant geotechnical strength parameters, a direct shear test was performed on two representative soil sample in accordance with ASTM D-3080. The test results are included herein. R-vaJue Test -R-value testing was perf01med on four select representative samples in accordance with Caltrans Test Method 301. The test results are presented in a following table. -SUMMARY OF LABORATORY TEST RESULTS PARTICLE SIZE DISTRIBUTION 3/8" 100.0 #4 99.0 #10 98.0 1 10 #20 92.0 #40 81.0 #60 64.0 #100 44.0 #200 27.5 Soil classification CL 3/4" 100.0 l/2" 99.4 3/8" 99.0 #4 97.8 6 1-5 #10 96.0 #20 88.0 #40 75.0 #60 64.0 #100 56.0 #200 48.3 Soil classification CL \. - - • PARTICLE SIZE DISTRIBUTION Bore hole · Depth,. · ·•·•· ·• · . US $tan~4 ··.· '.··· :·· ' · 'feet ' 8 5 Soil classification 9 2 Soil classification Sieve •· #4 #10 #20 #40 #60 #100 #200 -tJssttnid~d< Sieve : · · 3/8" #4 #10 #20 #40 #60 #100 #200 CL SC '. 100.0 99.0 94.0 88.0 80.0 71.0 63.1 100.0 99.3 98.4 90.9 73.7 52.1 37.4 28.0 PARTICLE SIZE DISTRIBUTION 1" 100.0 3/4" 99.4 1/2" 94.9 3/8" 93.3 HA 0-2 #4 #10 90.6 87.0 #20 80.0 #40 68.0 #60 52.0 #100 34.0 #200 I 9.91 Soil classification SM - 5 0-1 #200 28.8 Soi1 classification CL ATTERBERG LIMITS :?3?tr~l~'.i:; '"i·:D::~~ , .. _, _:Liqw.i~L~mit Pl~t;ft ·:;:Pl~t·/·· 3 0-5 48 16 32 Soil classification ML - - - MAXIMUM DENSITY-OPTIMUM MOISTURE CONTENT BorelI~li · ·.·· No.·· .. 4 · Bpre hole No.·_. 3 HA-1 7 8 9 10 0-5 Depth, ft; 10 2 · Maxi.tnum dry aeuiityi . Pct• 123.5 DIRECT SHEAR TEST Friction Angle, ·· d~rees 30 29 R-value 2 -5 1-2 2-5 ...,.-i-.: ..... '-'J{~l~up. moisture-· coiitenf _.·· % ... 10.0 Cohesfo~ psf 300 100 . Soil- Clayey Silt State undisturbed undisturbed 9 72 8 - DIRECT SI-IEAR TEST 600 0 500 0 400 0 300 200 100 0 ..,. / 2750 psf / 0 V 1450 psi, / 0 ~ V ~ 600 psf - 0 1 2 3 4 5 NORMAL STRESS (KSF) FOH SCHEMATIC USE ONLY -NOT A CONSTRUCTION DRAWING Testing Engineers -U.S. Labs, Inc. 7895 Convoy Court, Suite 18 San Diego, CA 92111 Tel: (858} 715-5800 Fax: (858) 715-5810 LOCATION:B-3@ 10 fl. Direct Shear Test LAB NUMBER:16781 CLASSIFICATION:Lt. gray Sandy SILT (CL) COHESION:C = 300(psf) Project El Camino Real Road Widening Drwn: DM.M. Contract No: 103582 -FRICTION ANGLE: 30° SCALE:==1:10 March 20, 2006 Figure No: 81 !- - - DIRECT SHEAR TEST 5000 ~ i 4000 if) 3000 0:: <( UJ I (/)j 2000 1000 0 1 2 3 4 5 NORMAL STRESS (KSF) FOR SCHEMATIC USE 0 NLY -NOT A CONSTRUCTION DRAWING Testin g Engineers • U.S. Labs, Inc. 7895 Convoy Court. Suite 18 San Diego. CA 92111 ltflj; , .... , Tel: (858) 715-5800 Fax: (858) 715-5810 LOCATION:HA-1 @ 2 LAB NUMBER:16801 _fl_. ---------; ritle ======= irect Shear Test D CLASSIFICATION: Da rk gray Sandy SILT (CL) psf) COHESION:C:::: 100( FRICTION ANGLE: 29 SCALE:=1 :10 Project: Drwn: Date: EiC amino Real Road Widening D.M.M. Contract No: 103582 March 20. 2006 Figure No: 82 I ----------·---··-·----·--------·--•-----------·-·---•··-··-·-----------·----- i I !I APPENDIXC SEISMIC ANALYSIS DATA - - - JOB NUMBER: 103582 JOB NAME : EL •:AMINO R8A;.. U B C S £ I S Version 1. 03 COMPUT.l,1'l0N •:r 1_99·: tJNI FORM BUILDING CODS SEISMIC DESIG!'I PARAMETERS Fi\ULT-DATA-F·ILE N./IME: CDMGUBCR.DAT SITE COORDINATES; SITE LATITUDE: 33. 1592 117.3181 S1TE LONGITUDE; □BC SEISMIC ZONE: 0.4 lJBC SOlL PROFILE TYPE: SD NEAREST TYPE A FAUL'f: rwm: ELSrNORE-.T\JLihN DISTANCE: 37. 3 km NEAREST TYPE B :'AUL~': NJIM.E: ROSE CANYON DISTANCE: 9.6 km NEAREST TYPE ,; FP.UL'J': NAME: :J~~:~~: i:_;r ·!"1 .n·-•.· 1:. :r :i_n--;.--;r0::_,··~;. DISTANCE: 99999.0 km S£LECTED OBC 3EISMIC CQEFFICIENTS: Na: l.0 Nv: 1.0 Ca: 0.4t1 Cv: 0.65 Ts: 0.591 1'0: 0.118 CAUTION: The diqtL1zed data points usf:~d ::a model fau.lts arr:! limited .in number and have been diqit:;..zed fron-1 smal.:- scale rnaps { t?. q. , 1 : 7 50, 000 3i::al(,>, l . Consequently, t:he estimated fili;.lt-site-dist.ances may be in error by .'::leve:tal kilometers. Therefor~, i': is important that the di stanc1;:os b? careful 1 y checked for nccuracy ..ind e· ::tdjust1:-1d as needed, Uo.Co.te t:.hey are used in desig-1:. Page l IcBBR!,;'✓lA'IBD FAULT NAME ROSE CANYOJ, NEWPORT-INGLEWOOG (Offshore; CORONADO BANK ELSINOl'\E-TEl.fECULJ>. ELSINORE-JULH\11 ELSINORE-GLEN IVY PALOS VERDES EARTHQUAKE V~.LLEY SAN JACINTO-ANZA SAN JACINTO-SA[; JACINTO 'JAl.1£~ NEWPOR1'-INGLEWOOD \L.l' .. Basllli CHINO-CENTRAL AVE. (Elsinore; SAN JACINTO-COY07E CREEK E:LSINORE-WliITT!ER ELSINORE-COYOTE MOUN'J'l\W SAN JACINTO-SAil BERW\RDINC SAN .. tU-lDREAS -Southi?rn SAN JACINTO -BORfU!GO SAN JOSE CUCAMONGA SIERru\ MADRE (Central; PINTO HOUNTAIN l·lORTli FRONTAL FAULT 2OITT; (Westi BORn MTN. CLEGHORl, EURE:Kl"\ eBAK RAYMOND CLAMSHELL-SAWPIT SAN ANDREAS·-:.SS? Rupture HORTH E'RONT.Pu. F_",ULT ZONE iEa$Li SUPERSTITION MTN. (San .Tacintc) VERDUGO HOLLYWOOD ELMORE RANCH SUPERSTITION HILLS (San .7aciut0; LANDERS HELENDALE -S. :.,ocKlihRD1 ELS INORE-L!I.GONA SAJ.JillA SANTA MONICA LENWOOD-LOCKl!ART-Oi,C WO!-Ll\J>I Sl.'RG£ l-lALIBU COAST BRl',ill,EY SEISMIC ZONE JOHNSON --:,'Al.LEY ;Northe.r:ni ! r~PPROX. l SOUF.CE l 1"1AX.. i f>1STANCE I TYPE I HAG. I I \Klil/ i tA, B, C) I {MW} l 9.6 10.3 35.6 37.1 37.3 53.9 59.3 68.6 73.6 74.6 ! 75.i 7G.5 82.4 i 82 .8 91. 6 95.6 1 103.2 104.7 ! 109.8 114 .0 114 .1 114 .3 122.0 I 123.B 124.1 128.3 129.0 129.<J 129. 5 130.0 131. 3 133.2 136.4 137.0 1.38. 7 139.6 lH.U 142 .l 144. 3 147 .3 148.9 151.4 152 .2 I B B B 8 A B B B A 8 B B B B B B A B B A B B B B B B B B A B 8 B B B B B B 8 B B B B B 6. 9 6.9 7. 4 6.8 7.1 6. 8 1.1 6.5 7.2 6.9 6.9 6.7 6.8 6.8 6,8 1 6,7 7.4 6.6 b.5 7.0 7.0 7.0 7.0 6.5 6.5 6.5 6.5 6.5 7.8 6 " 6.6 6.7 i 6.5 6.6 6.6 7.3 7.1 7.0 ! 6.6 7.3 6.1 6. 5 I 6.7 SLIP E'J.JJLT RATE I TY~E (mrn/y.rj i (SS, DS, BT} 1.50 l.50 3.00 5,00 5 .00 5.00 3.00 2.00 12.00 12.00 1.00 1.00 4.00 2.50 • .00 12. 00 24.00 4.00 0.50 5.00 3.00 2.50 1.00 a.6C 3.00 0. 60 U.50 0.50 34.00 0.50 5.00 0.50 l.00 LOG 4.00 0.60 0.60 3.50 1.00 0.60 0.30 25.00 0.60 ss ss ss ss ss ss ss ss ss ss ss OS ss ss ss ss ss ss D5 DS DS ss DS ss ss ss DS DS ss OS ss DS OS ss ss ss ss ss DS ss OS ss ss - APPENBIXD - ASFE INFORMATION ABOUT GEOTECHNICAL REPORT - - - :.~ · Important Information About Your , . . .; Geotechnical Engineering Report SubsU! [::ice problems are a principal cause of constwction delays. cost ove1 runs. claims. and disputes. · . The foilowing Jnformanon is provided ta help you manage your nsks. Geotechnical Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engi- neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solelyfor the client. No , one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one --not even you -should apply the report for any purpose or project except the one originally contemplated. Read the f1dl Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. : =-~:i~~:s-00 Geotechnical engineers consider a number of unique, project-specific fac- tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site: and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates oth- erwise, do not rely on a geotechnical engineering report that was " not prepared for you, • not prepared for your project, " not prepared for the specific site explored, or • completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, -• elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership. As a general rule, always inform your geotechnical engineer of project changes-even minor ones--and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability tor problems that occur because their reports do not consider developments of which they were not informed. Sollsurface C8ndl1itms Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineer- ing report whose adequacy may have been affected by: the passage of time; by man-made events, such as construction on or adjacent to the site: or by natural events, such as floods, earthquakes. or groundwater fluctua- tions. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. Mest Geotechnical FiH1R1S Are Prolesll8ul Opiniens Site exploration identifies subsurface conditions only at t110se points where subsurface tests are conducted or samples are taken. Geotechnical engi- neers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ-sometimes significantly- from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most ettective method of managing the risks associated with unanticipated conditions. A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engi- neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual ,;ubsurtace conditions revealed during construction. The geotechnical ·engineer who developed your report cannot assume responsibility or liability tor the report's recommendations if that engineer does not perform construction observation. A Geoteclmical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geo- technical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review perti- nent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. Do Not Redraw the Engineer1s Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should f1ever be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Give Contractors a co•te Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give con- tractors the complete geotechnical engineering report, but preface it wit~1 a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and 1hat the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contrac- tors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responslility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disci- plines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsi- bilities begin and end, lo help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenviron- men!a/ study differ significantly from those used to perform a geotechf1ica/ study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoen- vironmenlal information, ask your geotechnical consultant for risk man- agement guidance. Do not rely on an environmental report prepar&d for -- someone else. Obtain Professional Assistance To Deal with Mold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight by a professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mold infestations, a num- ber of mold prevention strategies focus on keeping building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project is not a mold prevention consultant; none of the services per- formed in connection with the geotechnical engineer's study were designed or conducted tor the purpose of mold preven- tion. Proper implementation of the recommendations conveyed in this report wi!! not of itself be sufficient to prevent mold from growing in or on the structure involved. Rely, 811 Your AlfE Mellller Ge&IIChncial ~ tor Addllienal AssiltaRce Membership in ASFE/The Best People on Earth exposes geotechnical engineers to a wide array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with you ASFE-member geotechnical engineer for more information. ~-------------------------··-···-----·------------------·------------------··----------•-.•·---·~---------·-------·-·--· --·-·----- AS.-=e TU 1111 '"•'• u tarn 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone 301/565-2733 Facsimile: 301/589-2017 e-mail: inlo@asfe org www.asfe.org - - Copyright 2004 by ASFE, Inc. Duplication, reproduction, or copying of this document. in whale or in part, by any means whatsoever, Is strictly prohibited, except with ASFE's - specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of ASFE, and only tar purposes at scholarly research or book review. Only members of ASFE may use this document as a complement to or as an element of a geotechnlcal engineering report. Any other firm, individual, or other entity that so uses this document without being an ASFE member could be committing negligent or intentional (fraudulent) misrepresentation. IIGER06045.0M - - .. GEOTECHNICAL EVALUATION EL CAMINO REAL WIDENING RETAINING WALLS AAND B CARLSBAD, CALIFORNIA PREPARED FOR: Bureau Veritas/Berryman & Henigar 11 S90 West Bernardo Court, Suite 100 San Diego, California 92127 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants S710 Ruffin Road San Diego, California 92123 October 15, 2009 Project No. 106641001 57!0 Ruffin Road • San Diego, Gallfomla 92123 • Phone (858}576--1000 • Fax (8581576-9600 san Otego • Irvine, • Rancho Cucamonga • Los Angeles • Oakland • Las Vegas • Phoenix • Denver • 8 Paso Mr. Omar Atayee Bureau Veritas/Berryman & Henigar 11590 West Bernardo Court, Suite 100 San Diego, California 92127 Subject: Geotechnical Evaluation El Camino Real Widening, Retaining Walls A and B Carlsbad, California Dear Mr. Atayee: October 15, 2009 Project No. 106641001 In accordance with your authorization, we have performed a geotechnical evaluation for the pro- posed Retaining Walls A and B, which will be constructed as part of the El Camino Real widening project in Carlsbad, California. This report presents our geotechnical findings, conclusions, and recommendations regarding the proposed projec:t. Our report was prepared in accordance with our proposal dated April 12, 2009. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & MOORE Emil Rudolph, P.E., G.E. Senior Engineer ~7 Gregory T. Farrand, C.E.G Principal Geologist ER/FOM/GTF /gg Distribution: (5) Addressee Senior Geologist 57f0.Ruffln Road • San Diego, Gallfomia 92l2J • Phone {858)576--1000 • Fax (858) 576~9600 san Oiego • Irvine: • Rancho Cucamonga • Los Mgeles • Oakland • Las Vegas • PhOenlx • Denver • El Paso - - - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California TABLE OF CONTENTS October 15, 2009 Project No. 106641001 Page 1. IN1RODUCTION .................................................................................................................... 1 2. SCOPE OF SERVICES ............................................................................................................ ! 3. SITE AND PROJECT DESCRIPTION ................................................................................... 2 4. SUBSURFACE EVALUATION AND LABORATORY TESTING ...................................... 2 5. GEOLOGY AND SUBSURFACE CONDITIONS ................................................................. 3 5 .1. Regional and Geologic Setting ..................................................................................... 3 5.2. Site Geology ................................................................................................................. 3 5.2.1. Fill ....................................................................................................................... 3 5 .2.2. Alluvimn ............................................................................................................. 4 5.2.3. Santiago Formation ............................................................................................. 4 5.3. Groundwater ................................................................................................................. 4 6. GEOLOGIC HAZARDS .......................................................................................................... 5 6.1. Faulting and Seismicity ................................................................................................ 5 6.1.1. Strong Ground Motion ........................................................................................ 5 6.1.2. Ground Surface Rupture ..................................................................................... 6 6.1.3. Liquefaction and Seismically Induced Settlement .............................................. 6 6.2. Landsliding ................................................................................................................... 6 7. CONCLUSIONS ...................................................................................................................... 6 8. RECOMMENDATIONS .......................................................................................................... 7 8.1. Earthwork ..................................................................................................................... 7 8.1.1. Site Preparation ................................................................................................... 8 8 .1.2. Excavation Characteristics .................................................................................. 8 8.1.3. Materials for Fill ................................................................................................. 8 8.1.4. CompactedFill .................................................................................................... 9 8.1.5. Fill Slopes ......................................................................................................... 10 8.1.6. Site Runoff ........................................................................................................ 11 8.2. Slope Stability ............................................................................................................. 11 8.3. Retaining Walls .......................................................................................................... 12 8.3.1. Soldier Pile and Lagging Wall .......................................................................... 12 8.3.2. Buried Vaults .................................................................................................... 15 8.4. Seismic Design Parameters ......................................................................................... 16 8.5. Corrosion .................................................................................................................... 16 8.6. Concrete ...................................................................................................................... 17 8. 7. Pre-Construction Conference ...................................................................................... 17 8.8. Plan Review and Construction Observation ............................................................... 17 9. LIMITATIONS ....................................................................................................................... 18 10. REFERENCES ....................................................................................................................... 20 10&541001 R.dac El Camino Real Widening, Retaining Walls A and B Carlsbad, California Tables October 15, 2009 Project No. 106641001 Table 1 -Recommended Materials .................................................................................................. 9 Table 2 -Soldier Pile Wall Design Parameters ...................................................... ~ ..................... .13 Table 3 -Seismic Design Parameters ............................................................................................ 16 Figures Figure 1 -Site Location Map Figures 2A and 2B -Geotechnical Map Figure 3 -Fault Location Map Appendices Appendix A-Boring Logs Appendix B -Laboratory Testing 106641001 R.doc ii - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California 1. INTRODUCTION October 15, 2009 Project No. 106641001 In accordance with your request and our proposal dated April 12, 2009, we have performed a geo- technical evaluation for the proposed Retaining Walls A and B, which will be constructed as part of the El Camino Real widening project located in Carlsbad, California (Figure 1 ). The purpose of this study was to evaluate the subsurface conditions at the project site and to provide design rec- ommendations for the construction of the proposed retaining walls. This report presents our fmdings, conclusions, and recommendations regarding the subject project. 2. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a geologic reconnaissance and subsurface evaluation, and engineering analysis with regard to the proposed project. Specifically, we performed the following tasks: • Reviewing background data listed in the References section of this report. The data reviewed included geotechnical literature, topographic maps, geologic data, fault maps, and a site plan -for the project. - • Performing a geologic reconnaissance of the proposed retaining wall sites including the ob- servation and mapping of geologic conditions and the evaluation of possible geologic hazards which may impact the proposed project. • Marking proposed boring locations prior to contacting Underground Service Alert (USA) for underground utility clearance at the project site. • Performing a subsurface evaluation consisting of drilling six small diameter borings to evaluate the subsurface conditions. • Performing geotechnical laboratory testing on selected soil samples to evaluate design parameters. • Compiling and analyzing the data obtained from our background research, subsurface evaluation, and laboratory testing. • Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical design and construction of the project. 106641001 R.dO<: El Camino Real Widening, Retaining Walls A and B Carlsbad, California 3. SITE AND PROJECT DESCRIPTION October 15, 2009 Project No. 106641001 The proposed Retaining Walls A and B project is located along the west side of El Camino Real at approximate Stations 513+70 to 526+40 between Tamarack and Chestnut Avenues in Carls- bad, California. The project area consists of a four-lane asphalt paved street bordered by ascending slopes to the west. The site is developed with paved curbs and gutters along the west side of the street. Several underground utility lines were observed within the project area includ- ing storm drains crossing the proposed retaining wall alignment. Overhead electrical lines and communication lines were also observed along the east side of El Camino Real in a residential area Elevations along El Camino Real at the project site range from a low of approximately 156 feet above mean sea level (MSL) to a high of a11proximately 216 feet MSL at the northern end of the site. Vegetation on the slopes adjacent to the proposed retaining wall generally consists of a moderate growth of grass, weeds, brush, and trees. Based on our review of the retaining wall plan and profile provided to us by Simon Wong Engi- neering (2009), it is our understanding that the proposed soldier pile retaining walls with sculpted shofcrete over timber lagging will be constructed in two segments. Retaining wall '.N will be approximately 338 feet long and retaining wall 'B' will be approximately 896 feet long, with heights of 10 and 14 feet, respectively. Natural slopes above the proposed retaining wall vary in gradient from approximately 2: 1 to 1: 1. 4. SUBSURFACE EVALUATION AND LABORATORY TESTING Our subsurface evaluation was conducted on August 20 and 21, 2009 and consisted of drilling six small diameter borings with a truck mmmted drill rig to depths of up to approximately 41.5 feet. The boring locations were selected based on the results of our background review, field reconnaissance, the anticipated construction at the site, and locations of existing utilities. Prior to commencing the subsurface evaluation, USA vvas notified for mark-out of the existing utilities. The approximate locations of the borings are presented on Figures 2A and 2B. The boring logs are presented in Appendix A. 106641001 R.doc 2 - • - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 Laboratory testing of representative soil samples included an evaluation of in-place moisture and density, shear strength, and soil corrosivity. The results of the laboratory tests performed are pre- sented in Appendix B. 5. GEOLOGY AND SUBSURFACE CONDITIONS Our findings regarding regional and site geology and groundwater conditions at the subject site are provided in the following sections. 5.1. Regional and Geologic Setting The project area is situated in the San Diego County coastal section of the Peninsular Ranges Geomorphic Province. This geomorphic province encompasses an area that extends approximately 900 miles from the Transverse Ranges and the Los Angeles Basin south to the southern tip of Baja California (Norris and Webb, 1990). The province varies in width from approximately 30 to 100 miles. In general, the province consists of rugged mountains underlain by Jurassic metavolcanic and metasedimentary rocks, and Cretaceous igneous rocks of the southern California batholith. The portion of the province in San Diego County that includes the project area consists generally of Tertiary sedimentary rock. 5.2. Site Geology Geologic units encountered during our reconnaissance and subsurface evaluation included fill, alluvium, and materials of the Santiago Formation. Generalized descriptions of the units encountered are provided in the subsequent sections. More detailed descriptions are pro- vided on the boring logs in Appendix A. 5.2.1. Fill Fill was encountered in borings B-1 through B-6 from beneath the existing pavement section to depths of approximately 2 to 3 feet. As observed and encountered, the materi- als generally consisted of brown, damp to moist, medium dense, silty fme to coarse sand. Fill materials are not expected to be encountered at the retaining wall locations. 106641001 RdOG 3 El Camino Real Widening, Retaining Walls A an.d B Carlsbad, California 5.2.2. Alluvium October 15, 2009 Project No. 106641001 Alluvium is present along portions of the site and was encountered in beneath the roadway in borings B-1, B-2, and B-6 from beneath the fill to depths of approxi- mately 21, 35, and 9 feet, respectively. As encountered, the materials generally consisted of various shades of brown and reddish brown, moist to wet, medium dense to dense, clayey, silty, or poorly graded sand and very stiff sandy clay. 5.2.3. Santiago Formation Materials of the Santiago Formation were encountered in borings B-1, B-3, B-4, B-5, and B-6 ·underlying the fill and/or alluvium to the depths explored. As encountered, the materials generally consisted of light 1to dark shades of olive gray, brown, and white, damp to moist, weakly to moderately cemented, clayey, silty, fine to coarse-grained sandstone interbedded with moderately indurated, sandy and clayey siltstone and sandy claystone. Boring B-4 met shallow drilling refusal at approximately 20 feet due to the cemented nature of the underlying mat,erials. Materials of the Santiago Formation were observed in the existing cut slope and as outcrops along El Camino Real adjacent to borings B-3, B-4, and B-5. 5.3. Groundwater Groundwater was not encountered in our borings during the time of our exploration. Based on our background review of the site, groundwater is estimated to be located at a depth in excess of 20 feet below the ground surface. Fluctuations in the groundwater level may occur due to variations in ground surface topography, subsurface geologic conditions and struc- ture, rainfall, irrigation, and other factors. However, seepage, particularly at geologic . contacts, should be anticipated based on site geology and topography. 1<1664100 I R.doc 4 - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 6. GEOLOGIC HAZARDS In general, hazards associated with seismic activity include ground surface rupture, strong ground motion, tsunamis, and liquefaction. These considerations and othe:r:: geologic hazards such ,, .i as landsliding are discussed in the following sections. .:..:~ ... 6.1. Faulting and Seismicity The project area is considered to be seismically active. Based on our review of the refer- enced geologic maps and stereoscopic aerial photographs, as well as our geologic field reconnaissance, the subject site is not underlain by known active or potentially active faults (i.e., faults that exhibit evidence of ground displacement in the last 11,000 years and 2,000,000 years, respectively). Major known active faults in the region consist generally of en-echelon, northwest-striking, right-lateral, strike-slip faults. These include the San Clemente, Agua Blanca-Coronado Banlc, Newport-Inglewood, and Rose Canyon faults, lo- cated to the west of the site, and the Whittier-Elsinore, San Jacinto, and San Andreas faults, located to the east of the site. The locations of these faults are shown on Figure 3. The nearest known active fault is the Rose Canyon fault system, located approximately 6 miles..west of the site, which can generate an earthquake magnitude of up to 7.2 (Cao, etal., 2003)._ 6.1.1. Strong Ground Motion The 2007 California Building Code (CBC) recommends that the design of structures be based on the peak horizontal ground acceleration having a 2 percent probability of ex- ceedance in 50 years, which is defined as the Maximum Considered Earthquake (MCE). The statistical return period for PGAMcE is approximately 2,475 years. The Design Earthquake (PGAnE) corresponds to two-thirds of the PGAMcE, and this value is typi- cally used for residential and commercial structures. Based on our review of subsurface data, the project site corresponds to a Site Class C. The site modified PGAMcE and PGA08 were estimated to be 0.49g and 0.33g, respectively, using the United States Geo- logical Survey (USGS) (USGS, 2009) ground motion calculator (web-based). These ' 106641001 lldoc 5 El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 estimates of ground motion do not include near-source factors that may be applicable to the design of structures on site. 6.1.2. Ground Surface Rupture Based on our review of the referenced literature and our site reconnaissance, no active faults are known to cross the project site~. Therefore, the potential for ground rupture due to faulting at the site is unlikely. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. 6.1.3. Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earth- quakes. Research and historical data indicate that loose granular soils and non-plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. Based on the dense nature of the formational materials underlying the site and the esti- mated depth to groundwater, the potential for liquefaction is not a design consideration. 6.2. Landsliding Based on our review of published geologic literature and aerial photographs, and our geo- logic reconnaissance, landslides or related features have not been recognized as underlying the project site. 7. CONCLUSIONS Based on our review of the referenced background data, geologic field reconnaissance, and sub- surface exploration, it is our opinion that construction of the proposed project is feasible from a geotechnical standpoint. Geotechnical considerations include the following: • The proposed retaining wall will be installe:d in Santiago Formation materials consisting of claystone, siltstone, and sandstone. Although not anticipated, alluvium may be encountered during drilling. 106641001 R.doc 6 - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 • The proposed earthwork should be feasible with earthmoving equipment in good working or- der. However, strongly cemented zones within materials of the Santiago Formation may be encountered which would entail the use of heavy ripping, rock breakers, or core barrels. • Although groundwater was not encountered during drilling, seepage, particularly at geologic contacts, should be anticipated based on site geology and topography. • Except where select backfill is recommended, on site materials are generally considered suitable for reuse as engineered fill provided that they are processed and prepared in accor- dance with the following recommendations. • Our analysis indicates that the factor of safety against surficial instability is marginal (not more than 1.5) for a slope inclination of 1: 1 (horizontal to vertical). Therefore, maintenance of the slope above the wall should be anticipated as the proposed wall system will not ad- dress surficial slope stability. • The site is subject to strong ground motion in the event of a nearby major earthquake. • Earthquake induced liquefaction is not considered a design consideration due to the density and consistency of soils encountered during our subsurface exploration and the depth to the historic high groundwater table. -• Toe potential for an earthquake induced landslide is considered low. - 8. RECOMMENDATIONS Based on the results of our subsurface evaluation and our understanding of the proposed con- struction, we present the following geotechnical recommendations relative to the design and construction of the proposed retaining walls. The proposed construction should also be per- formed in accordance with the requirements of applicable governing agencies. 8.1. Earthwork Based on our understanding of the project, earthwork is anticipated to consist of excavating earth materials as the soldier pile walls will be constructed utilizing a ''top down" approach. Earthwork should be performed in accordance with the requirements of applicable govern- ing agencies and the recommendations presented in this report. 106641001 R.doc . 7 El Camino Real Widening, Retaining Walls A an.d B Carlsbad, California 8.1.1. Site Preparation October 15, 2009 Project No. 106641001 Prior to excavation, the project site should be cleared of surface obstructions, existing pavement sections, and stripped of rubble, debris, vegetation, any loose, wet, or other- wise unstable soils, as well as surface soils containing organic material. Existing utilities within the project limits should. be abandoned, rerouted, or protected from dam- age by construction activities. Obstructions that extend below finish grade, if any, should be removed and the resulting holes filled with compacted soils. Materials gener- ated from the clearing operations shoulld be removed from the site and disposed of at a legal dumpsite away from the project area. As indicated in the preliminary plans, the proposed soldier pile walls will be constructed against existing cut slopes with inclinations ranging from 0.66:1 to 2:1. Based on the weathered nature of shallow formational materials, we anticipate that :further excavation may be recommended during construction beyond the scheduled cut for the soldier pile and lagging wall. The geotechnical rc,presentative should evaluate the cut materials should potentially expansive or othervli.se unsuitable soil be encountered behind the planned retaining wall. 8.1.2. Excavation Characteristics We anticipate that excavation of the site materials can generally be accomplished with heavy construction equipment in good operating condition. Strongly cemented zones within the Santiago Formation (concretions) may be encountered at the site and will be difficult to rip or drill through. The use of heavy ripping and/or rock breaking equip- ment or core barrels should be anticipated. 8.1.3. Materials for Fill On-site soils relatively free of organics are suitable for reuse as fill. Fill material should generally not contain rocks or lumps over approximately 3 inches, and generally not more than approximately 30 percent larger than 3/4 inch. Utility trench backfill material should not contain rocks or lumps over approximately 3 inches in general. Soils classi- J06641001 ll.doc - - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 fled as silts or clays should not be used for backfill behind retaining walls or in the util- ity pipe zone. Larger chunks, if generated during excavation, may be broken into acceptably sized pieces or disposed of off site. Imported fill material, if needed for the project, should generally be granular soils with a very low to low expansion potential (i.e., an EI of 50 or less as evaluated by the American Society for Testing and Materi- als [AS'IM] D 4829). Import material should also be non-corrosive in accordance with the Caltrans (2003) corrosion guidelines. Materials for use as fill should be evaluated by Ninyo & Moore's representative prior to filling or importing. A summary of these rec- ommendations are presented in the following table. Table 1 -Recommended Materials Material and Use Source Recommendation1,2 Select Fill Sand Equivalent of20 or more -for retaining wall backfill5 Import 100 percent passing 1-inch sieve 0 to 12 percent passing No. 200 sieve General Fill On-site borrow No additional requirements1 -for uses not otherwise specified Select Penneable Aggregate Import Class 2; CSS4 Section 68-1.025 -subdrain, soldier-pile-and-la2em2 wall Notes: 1 In genera], fill should be free of rocks or lumps in excess of 3 inches in diameter, trash, debris, roots, vegetation or other deleterious material. 2 · In general, import fill should be tested or documented to be non--corrosive3 and free from hazardous materials in concentrations above levels of concern. 3 Non-corrosive as defined by the Corrosion Guidelines version 1.0 (Caltrans, 2003). 4 CSS is California Standard Specifications (Caltrans. 2006) 5 Placed above a plane risina up and away from the bottom of the wall la2llin2 at a 1: 1 angle. 8.1.4. Compacted Fill Prior to placement of compacted fill, the contractor should request an evaluation of the exposed ground surface by Ninyo & Moore. Unless otherwise recommended, the exposed ground surface should then be scarified to a depth of approximately 8 inches and watered or dried, as needed, to achieve moisture contents generally above the optimum moisture content. The scarified materials should then be compacted to a relative compaction of 90 percent as evaluated in accordance with ASTM D 1557. The evaluation of compaction by the geotechnical consultant should not be considered to preclude any requirements for 106641001 R.doc 9 El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 observation or approval by governing agencies. It is the contractor's responsibility to no- tify the geotechnical consultant and the appropriate governing agency when the project area is ready for observation, and to provide reasonable time for that review . . Fill materials should be moisture conditioned to generally above the laboratory opti- mum moisture content prior to placement. The optimum moisture content will vary with material type and other factors. Moisture conditioning of fill soils should be generally consistent within the soil mass. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to receive fill. Preparation may include scarification, moisture conditioning, and recompaction. Compacted fill should be placed in h01izontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift should be watered or dried as needed to achieve a moisture content generally above the laboratory optimum, mixed, and then compacted by mechanical methods, using sheepsfoot rollers, multiple-wheel pneumatic-tired rollers or other appropriate compacting rollers, to a relative compaction of 90 percent as evalu- ated by ASTM D 1557. Successive lifts should be treated in a like manner until the desired :finished grades are achieved. 8.1.5. Fill Slopes Should fill slopes be needed to accomplish the project, fill slopes should not be steeper than 2: 1, unless otherwise recommended by Ninyo & Moore and approved by the regulating agencies. Compaction of the face of fill slopes should be performed by backrolling at inter- vals of 4 feet or less in vertical slope height, or as dictated by the capability of the available equipment, whichever is less. Fill slope~ should be backrolled utilizing a conventional sheepsfoot-type roller. Care should be t:lken to maintain the desired moisture conditions and/or reestablish them, as needed, prior to backrolling. · l06641001 R.doc 10 - - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California 8.1.6. Site Runoff October 15, 2009 Project No. 106641001 Site runoff should not be permitted to flow over the tops of slopes. Positive drainage should be established away from the top of slopes. This may be accomplished by utiliz- ing brow ditches placed at the top of slopes to divert surface runoff away from the slope face where drainage devices are not otherwise available. The on-site soils will be susceptible to erosion; therefore, the project plans and specifi- cations should contain design features and construction requirements to mitigate erosion of on-site soils during and after construction. Slopes and other exposed ground surfaces should be appropriately planted with protective ground cover. 8.2. Slope Stability Both surficial and global stability analyses were performed for the proposed retaining wall system. The intent of the surficial stability analysis was to evaluate the surficial erosion po- tential of the slope area behind the soldier pile wall. Our analysis indicates that the factor of safety against surficial instability is marginal (not more than 1.5) for a slope inclination of 1: 1 with a 4-foot zone of saturation beneath the slope face. Global stability analyses for the retaining wall system were performed using the surface and subsurface profile of geologic units based on the preliminary project plans and the results of our exploratory borings. Global stability analysis was performed on a representative section where the wall height is about 14 feet, and a soldier pile and lagging system would be utilized. The intent of the global stability analysis was to evaluate the potential for deep-seated, rota- tional failures (Simplified Janbu type) through Santiago Formation materials. The global stability analysis was also used as a tool to evaluate the need for tieback anchors and the lat- eral load bearing capacity of the soldier pile wall. A two-dimensional stability analysis program, GSTABL 7, was used for this purpose. The design factors of safety under static and pseudo-static loading conditions were 1.5 and 1.1, respectively, following accepted geotech- nical practices and agency guidelines. A horizontal acceleration coefficient of 0.15g was used to evaluate the pseudo-static stability. The bedrock layers were assigned homogeneous, 106641001 R.doc ll El Camino Real Widening, Retaining Walls A and B Carlsbad, California October l S, 2009 Project No. 10664100 l isotropic strength properties derived from laboratory direct shear tests performed during this evaluation. Ultimate and peak shear strength values were used for evaluating stability under static and pseudo-static loading conditions, respectively. Our global stability analyses indicate that th€~ proposed soldier-pile-and-lagging walls retain- ing slopes up to I: l inclination have adequate factors of safety under static and pseudo-static loading conditions provided the recommendations presented in the following sections are implemented into project design and construiction. 8.3. Retaining Walls Recommendations are presented in the following section for a soldier-pile-and-lagging wall to support the planned cut. Soldier pile:, and lagging walls are typically constructed in a top-down fashion and generally do not entail significant excavation behind the wall. As such, soldier pile and lagging walls are well-suited to support cut faces, particularly on slopes. We understand that buried vaults 1111ay also be constructed on the order of 8 feet deep as part of the project. 8.3.1. Soldier Pile and Lagging W alll Soldier pile and lagging walls may be used to retain soil adjacent to the proposed road widening. A soldier pile and lagging wall generally consists of wide-flange steel beams set into drilled concrete piers. Wood, stt:,el, or pre-cast concrete lagging supports the re- tained soil between the soldier piles. Wood lagging should be appropriately treated to reduce the potential for deterioration. Steel and concrete lagging should be specified with consideration for the corrosive or deleterious nature of the on-site soil materials (Section 8.1.3). Use of non-corrosive wall backfill material may reduce the potential for corrosion of steel members or sulfate attack on concrete. Recommendations for concrete cover over steel in the drilled piers are presented in our Concrete section. Soldier-pile-and-lagging walls may be designed for yielding conditions wherein the wall rotates away from the retained soil and the at-rest earth pressures are reduced to 106641001 R.doc 12 - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 active pressures. The movement of the top of the wall to develop active pressures should be about one tenth of one percent of the wall height for walls retaining formational materials, assuming weathered, expansive materials are generally removed. Soldier-pile-and-lagging walls should be designed for the active and passive earth pres- sures listed in Table 2. Where the engineer indicates that cut exposes expansive on-site soils, they should be removed from the zone of influence behind the wall and replaced with select fill to reduce the relatively high active lateral earth pressures characteristic of expansive soils. Active lateral earth pressures for anticipated cut materials and select import backfill are presented. Walls retaining flat ground are not anticipated, however, sloping ground above the cut is considered. The recommended pressures should be con- sidered ultimate values and do not include a factor of safety. !06641001 R.doc Table 2 -Soldier Pile Wall Design Parameters Active Seismic Passive Retained Assumed Backfill Equivalent Fluid Earth Equivalent Slope Material 111 Pressure Pressure Fluid (H:V) Ya (pct) [21[31 Ye (pcf)l4l Pressure v ... (ocf) 151 2:1 Rising Select Fill or Formation 30 350 with Drainage -- 1.5: 1 Rising Select Fill or Formation 36 350 with-. --e 1:1 Rising Select Fill or Formation 50 350 with Drainage - Notes: 1 BacldiU material within the zone ofinfluence which is above a plane rising up and away from the bottom of the lagging at a 1: l gradient. 2 Lateral pressure assumes no additional surcharge from structures or equipment. 3 Equivalent fluid pressure acting on the soldier piles and lagging in pounds per cubic foot (pcf). 4 Seismic earth pressure may be neglected for short walls (retaining less than 12 feet of soil). 5 Equivalent ultimate fluid pressure acting on the soldier piles. The passive pressure should be neglected to a depth of one foot below the backfill surface when the backfill surface is not covered by a concrete slab or as- phalt pavement The passive resistance may be increased by one-third when considering loads of short duration such as wind or seismic forces. Once the depth of embedment and point of rotation are selected to meet static and mo- ment equilibrium at the tip (base) of the soldier pile, the depth of embedment should be increased by 20 to 40 percent for an approximate factor of safety of 1.5 to 2.0, respec- tively. Global stability of retaining walls is addressed previously. 13 l(ln90,$t JV\OOl"ll El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 Soldier piles may be designed for an idlowable side friction of 16L pounds per square foot to resist vertical loads where 'L' is the pile embedment length in feet. The soldier piles may be considered to have an effective width (with respect to earth pressures) of 3B, where 'B' is the diameter of the ,concrete pier, provided that the center-to-center spacing of the soldier piles is equivalent to 3B or wider. An effective pier width equiva- lent to the pier spacing may be assumed where the center-to-center spacing is less than 3B. On level ground, lagging should be continued to 1 foot below grade at the bottom of the wall. On sloping ground, the lagging should be continued to 1 foot below the point where there is 5 feet of lateral clearance between the wall and the slope face. Passive pressure should be neglected above the bottom of the lagging. The vertical distance from the bottom of the lagging to the grade of the retained soil should be used as the wall height for design purposes. Should granular backfill be used to fill gaps between the cut and the wall, measures should be taken to reduce potential for erosion and loss of the retained soil. Filter fabric (Mirafi 140NC or equivalent) should be placed against the backside of the cut to sepa- rate the granular backfill. To reduce discoloration and corrosion attack due to seepage through the wall facing, sealant may be placed between lagging members. Because the wall will receive a shotcrete texture, g,:ocomposite drain panels (Miradrain 6000XL, or similar) should be carefully installed as strip drains between the lagging members and the retained soil. The strip drain panels should be 2 feet wide or more and each panel outlet by weepholes if a slip hazard is not present at the toe of wall. If seepage at the toe of wall is not tolerable, the strip drain should extend below the lagging into a subdrain trench constructed in front of the wall, below the bottom elevation of the lagging. The subdrain trench should be backfilled with select permeable aggregate (Section 8.1.3) and capped with a pavement, concrete~ slab, or 1 foot of native soil. Perforated pipe (Schedule 40 PVC) should be placed °"ithin the subdrain trench and sloped at 1 percent or more towards a solid collector pipe (Schedule 40 PVC). Approximately 4 cubic feet of select permeable aggregate per linear foot should be placed around the perforated pipe. Crushed rock wrapped with filter fabric is not a suitable alternative to select per- 106541001 R.doc 14 - - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 10664100 I meable aggregate for this application. The collector pipe should be sloped at 2 percent or more to discharge at a suitable outlet away from the wall. Cleanouts should be pro- vided to facilitate periodic maintenance. The outfall from the collector pipe should be equipped with an energy dissipater and rodent screens. The geotechnical engineer should be provided an opportunity to observe subdrain construction, should it be the se- lected drainage method. Soldier piles should be installed close to the planned location. The soldier piles should not be out of plumb by more than 5 percent over the length of the pile. Furthermore, the top of the pile should be within 3 inches of the design location. Cast-in-drilled-hole sol- dier piles should be drilled to the specified depth, and the shaft bottom should be cleaned of loose material prior to pouring concrete. Excavations may not remain stable for a significant length of time. The contractor should be prepared to use temporary cas- ing or drilling fluid to inhibit the shaft excavation from collapsing. Standing water should be removed from the pier excavation or the concrete should be delivered to the bottom of the excavation, below the water surface, by tremie pipe. Casing, if used, should be removed from the excavation as the concrete is placed. Concrete should be placed in a manner that reduces the potential for segregation of the components. The drilled hole above the poured concrete may need to be backfilled with lean concrete to stabilize the hole while the excavation proceeds and lagging is installed. The geotechnical consultant should be permitted to observe the drilling and construction of the soldier piles to check that the embedment criteria are satisfied, the materials en- countered match the design assumptions, and that the appropriate construction procedures were followed. 8.3.2. Buried Vaults Should buried vaults be planned for the site as part of a storm drain system, the vault walls may be designed to resist an earth pressure from backfill equivalent to a fluid with 106641001 R.doc 15 El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 a unit weight of 60 pounds per cubic foot. Vaults should be underlain with approxi- mately 1 foot of crushed rock. 8.4. Seismic Design Parameters Proposed improvements should be designed in accordance with the requirements of govern- ing jurisdictions and applicable building codes. Table 3 presents the seismic design parameters for the site in accordance with CBC (2007) guidelines and mapped spectral ac- celeration parameters (USGS, 2009). Table 3 -SeisJDic Design Parameters Parameten Values Site Class C Site Coefficient, Fa 1.000 Site Coefficient, Fv 1.338 Mapped Short Period Spectral Acceleration, Ss 1.221g Mapped One-Second Period Spectral Acceleration, S1 0.462g Short Period Spectral Acceleration Adjusted For Site Class, SMs 1.221g One-Second Period Spectral Acceleration Adjusted For Site Class, SM1 0.618g Design Short Period Spectral Acceleration, Sos 0.814g Design One-Second Period Spectral Acceleration, S01 0.412g 8.5. Corrosion Laboratory testing was perfonned on two representative samples· of the on-site soils to evaluate pH and electrical resistivity, as weU as chloride and sulfate contents. The pH and electrical resistivity tests were perfonned in accordance with the California Test (CT) 643 and the sulfate and chloride content tests were perfonned in accordance with CT 417 and 422, respectively. These laboratory test results are presented in Appendix B. The results of the corrosivity testing indicated that the electrical resistivity ranged from 850 to 3,000 ohm-cm, a soil pH of 6.9, a chloride content range of 250 to 290 parts per mil- lion (ppm) and a sulfate content range of 0.006 to 0.060 percent (i.e., 60 to 600 ppm). Based on the Caltrans (2003) criteria, the project site would not be classified as corrosive, which is 10664100I R.dac 16 - - - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 defined as a site having soils with more than 500 ppm of chlorides, more than 0.2 percent sulfates or a pH less than 5 .5. 8.6. Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates can be subject to premature chemical and/or physical deterioration. The soil samples tested in this evaluation indicated water-soluble sulfate content range of 0.006 to 0.060 per- cent (i.e., 60 to 600 ppm). Based on the American Concrete Institute (ACI) criteria (2008), the potential for sulfate attack is negligible for water-soluble sulfate contents in soils ranging from about 0.0 to 0.10 percent by weight (0 to 1,000 ppm) and Type II cement may be used for concrete construction. However, due to the variability of site soils, consideration should be given to using Type IIN cement and concrete with a water-cement ratio no higher than 0.45 by weight for normal weight aggregate concrete and a 28-day compressive strength of 4,500 pounds per square inch or more for the project. A 3-inch thick concrete cover should be maintained over reinforcing steel where concrete is in contact with soil in accordance with Section 7.7 ofACI Committee 318 (ACI, 2008). 8.7. Pre-Construction Conference We recommend that a pre-construction meeting be held prior to commencement of construc- tion activities. The owner or his representative, the agency representatives, the architect, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the plans, the project, and the proposed construction schedule. 8.8. Plan Review and Construction Observation The conclusions and recommendations presented in this report are based on analysis of ob- served conditions in widely spaced exploratory excavations. If conditions are found to vary from those described in this report, Ninyo & Moore should be notified, and additional recom- mendations will be provided upon request. Ninyo & Moore should review the final project 106641001 R.doc 17 El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 drawings and specifications prior to the commencement of construction. Ninyo & Moore should perform the needed observation and tc~sting services during construction operations. The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide geotechnical observation and testing services during construction. In the event that it is decided not to utilize the services ofNinyo & Moore during construction, we request that the selected consultant provide the client with a letter (with a copy to Ninyo & Moore) indicating that they fully understm11d Ninyo & Moore's recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. Construction of proposed improvements should be performed by qualified subcon- tractors utilizing appropriate techniques and construction materials. 9. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions pre- sented in this report. There is no evaluation detailled enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through addi- tional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the pres- ence ofhaz.ardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completene:ss of this document. 106641001 R.dac 18 - :-------- - El Camino Real Widening, Retaining Walls A and B Carlsbad, California October 15, 2009 Project No. 106641001 lbis report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotecbnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical cpnditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government ac- tion or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no controls. -This report is intended exclusively for use by the client. Any use or reuse of the findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. 106641001 R.doe 19 El Camino Real Widening, Retaining Walls A and B Carlsbad, California 10. REFERENCES October 15, 2009 Project No. 106641001 American Concrete Institute (ACI), 2005, ACI 318-05 Building Code Requirements for Struc- tural Concrete and Commentary. American Concrete Institute, 2009, ACI Manual of Concrete Practice. California Building Standards Commission (CBSC), 2007, California Building Code (CBC), Ti- tle 24, Part 2, Volumes 1 and 2. California Department of Conservation Division of Mines and Geology (CDMG), 1998, Maps of Known Active Fault Near-Source Zones in California and Adjacent Portions of Nevada: dated February. California Department of Transportation (Caltrans), 2003, Corrosion Guidelines (Version 1.0), Divi- sion of Engineering and Testing Services, Corrosion Technology Branch: dated September. Cao, T., Bryant, W.A., Rowshandel, B., Branum,, D., and Wills, C.J., California Geological Sur- vey (COS), 2003, The Revised 2002 California Probabilistic Seismic Hazard Maps. County of San Diego, 1963, Topographic Survey, Sheet 362-1671, Scale I" = 200'. County of San Diego, 1975, Orthotopographic Survey, Sheet 362-1671, Scale 1" = 200'. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas: California Division of Mines and Geology, California Ge:ologic Data Map Series, Map No. 6, Scale 1:750,000. Kennedy, M.P. and Tan, S.S., 2005, Geologic Map of the Oceanside 30 x 60 Quadrangle, Cali- fornia, Scale 1: 100,000. Norris, R. M. and Webb, R. W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. Public Works Standards, Inc., 2006, "Greenbook,''' Standard Specifications for Public Works Con- struction. Tan, S.S., and Giffen, D.G, 1995, Landslide Hazards in the Northern Part of the San Diego Metro- politan Area, San Diego County, California, Oceanside and San Luis Rey Quadrangle: Scale 1 :24,000. United States Department of the Interior, Bureau of Reclamation, 1998, Engineering Geology Field Manual. United States Geological Survey, 2009 Ground Motion Parameter Calculator v. 5.0.8, World Wide Web, http://earthquake.usgs.gov/research/hazmaps/design/. United States Geological Survey, 1968 (photo-revised 1975), San Luis Rey Quadrangle, Califor- nia, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000. 106641001 R.doc 20 - - - El Camino Real Widening, Retaining Walls A and B Carlsbad, California AERIAL PHOTOGRAPHS October 15, 2009 Project No. 106641001 Source Date Fli2ht Numbers Scale United States Department of I April 11, 1953 I AXN-SM I 102 and 103 I 1·20000 Agriculture · ' 106641001 Rdoc 21 REFERENCE: 2005 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY, APPROXIMATE SCALE 0 2400 4800 FEET NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. MapC Rand McNelly, R.L.07-5-129 PROJECT NO. DATE 106641001 10/09 N A SITE LOCATION MAP EL CAMINO REAL WIDENING RETAINING WALLS AAND B CARLSBAD, CALIFORNIA - - FIGURE -1 0 - LEGEND APPROXIMATE LOCATION OF 8-3 ♦ EXPLORATORY BORING TD-41' TD=TOTAL DEPTH IN FEET Qal Tsa -?• APPROXIMATE LOCATION OF SOLDIER BEAM WALL ALLUVIUM SANTIAGO FORMATION GEOLOGIC CONTACT QUERIED WHERE QUESTIONABLE - NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. APPROXIMATE SCALE PROJECT NO. DATE 100 200 FEET 106641001 10/09 GEOTECHNICAL MAP m C\I w ~ ::> (!) u:: w w Cl) w z :::i :c (.) !;j: :ii: EL CAMINO REAL WIDENING RETAINING WALLS AAND B CARLSBAD, CALIFORNIA - FIGURE 2A 0 LEGEND B-6 ♦ TD-41.5' Qal Tsa -?• APPROXIMATE LOCATION OF EXPLORATORY BORING TD=TOTAL DEPTH IN FEET APPROXIMATE LOCATION OF SOLDIER BEAM WALL ALLUVIUM SANTIAGO FORMATION GEOLOGIC CONTACT QUERIED WHERE QUESTIONABLE NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. APPROXIMATE SCALE PROJECT NO. DATE 100 200 FEET 106641001 10/09 -- GEOTECHNICAL MAP EL CAMINO REAL WIDENING RETAINING WALLS AAND B CARLSBAD, CALIFORNIA FIGURE 28 - - - LEGEND t CALIFORNIA FAULT ACTIVITY CY.' ,_; .J..i HISTORICALLY ACTIVE HOLOCENE ACTIVE LATE QUATERNARY (POTENTIALLY ACTIVE) QUATERNARY (POTENTIALLY ACTIVE) STATE/COUNTY BOUNDARY f NOTES: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE '·" 0 N A :, ./'- j APPROXIMATE SCALE CALIFORNIA 25 50 MILES e}L-_~_:__rJIJ_'fJ_rJ_&_~_:__D_D_r_e_--+ ____ F_A_U_LT_L_O_C_A_T_IO_N_M_A_P ___ _ FIGURE PROJECT NO. DATE 106641001 10/09 EL CAMINO REAL WIDENING RETAINING WALLS A AND B CARLSBAD, CALIFORNIA 3 El Camino Real Widening, Retaining Walls A and B Carlsbad, California APPENDIXA BORINGLOGS Field Procedure for the Collection of Disturbed Samples October 15, 2009 Project No. 106641001 Disturbed soil samples were obtained in the field using the following methods. Bulk Samples Bulle samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. The Standard Penetration Test Sampler Disturbed drive samples of earth materials were obtained by means of a Standard Penetra- tion Test sampler. The sampler is composed of a split barrel with an external diameter of 2 inches and an unlined internal diameter of 1-3/8 inches. The sampler was driven into the ground 12 to 18 inches with a 140-pound hammer free-falling from a height of 30 inches in general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of pene- tration. Soil samples were observed and removed from the sampler, bagged, sealed and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified Split-Barrel Drive Sampler The sampler, with an external diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D 3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. 10664100111..doc • - - 0 15 XX/XX ....J 0 ID :::? &'5 z 0 i= . ~ "-l -0 LL • ~~ (.) SM BORING LOG EXPLANATION SHEET Bu samp e. Modified split-barrel drive sampler. No recovery with modified split-barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). No recovery with a SPT. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. Groundwater encountered during drilling. Groundwater measured after drilling. ALLUVIUM: Solid line denotes unit change. ashed Tine ctenotes matenafchange. ------------------- Attitudes: Strike/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Sheared Bedding Surface e tota depth boring. ottom o t e BORING LOG EXPLANATION OF BORING LOG SYMBOLS PROJECT NO. DATE FIGURE Rev. 01/03 L U .S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES Well graded gravels or gravel-sand mix tu res, little or no fines GRAVELS Poorly graded gravels or gravel-sand (More than 1/2 of coarse .,_.;.,.,.,.,.,___,.;;.m;.;i....;xt....;u_r....;es"-'--l....;it.c..tl....;e....;o....;r_n....;o;..;.;;fi....;n....;es....;_ _______ -1 fraction > No. 4 sieve size) SANDS (More than 1/2 of coarse fraction <No. 4 sieve size) SILTS & CLAYS Liquid Limit <SO SILTS & CLAYS Liquid Limit >SO HIGHLY ORGANIC SOILS GRAIN SIZE CHART RANGE OF GRAIN SIZE CLASSIFICATION U.S. Standard Grain Size in Sieve Size Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 305 to 76.2 GRAVEL 3"toNo.4 76.2 to 4.76 Coarse 3"to3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.l to 4.76 SAND No. 4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 to No. 200 0.420 to 0.075 SILT&CLAY Below No. 200 Below0.075 uses Soil Classification Silty gravels, gravel-sand-silt mixtures Clayey gravels, gravel-sand-clay mixtures Well graded sands or gravelly sands, little or no fines Poorly graded sands or gravelly sands, little or no fines Silty sands, sand-silt mixtures Clayey sands, sand-clay mixtures Inorganic silts and very fine sands, rock flour, sit or cla e fine sands or eta e silts with Inorganic clays of low to medium plasticity, ravell eta s sand eta s sit cla s lean Organic silts and organic silty clays of low lasticit Inorganic silts, micaceous or diatomaceous fine sand or silt soils elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, or anic silt cla s or anic silts Pt Peat and other highly organic soils 70 GO ~ 50 ~ e:. ◄O ~ i 30 8 ~ 20 Q, 10 0 PLASTICITY CHART / V J/ I/ CH / / V /~ V CL V MH&OH V / / , ,1 ✓ CL-11/L / ML&OI. ✓ I 0 10 ~ H ~ ~ ~ ro 00 00 g LIQUID LIMIT(LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION Upda1cd Nov. 2004 - (/) w ..J U::-a.. ~ l (.) z if § !?:.. 0 (/) ~ uj ~ w ~ ...I LL. 0::: 0 (.) . ::c: ~ :::, iii al _(.) :l: LL. • I-I-z >--r.n a.. en w (/) . w ::!!: ~ 0 0 en en:::, 0 ~-~ al ::1: >-~ 0 0::: (.) 0 5 18 10.0 111.9 CL SM 10 18 IO.I 117.0 SP 15 30 DATE DRILLED 8/20/09 BORING NO. B-1 GROUND ELEVATION 156' ± (MSL) SHEET I OF 2 METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT I 40 lbs. (Auto-Tri}!) DROP 30" SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION 6 inches thick. fine to medium SAND. iirkorowii,moisf, very snft,ffiiesaiidy CLAY:"--------------- ecl Frown, moTst to wet, meomm clense, Silty fine to mecnum SAND. Light rea orown, moTst;-meruum dense,poorTy griuleo SA"ND; little clay. ------ BORING LOG EL CAMINO REAL WIDENING, RETAINING WALLS AND B CARLSBAD, CALIFORNIA PROJECT NO. 106641001 DATE 10/09 FIGURE A-1 en w ..J u::-' a. ! ...... (.) ..... t5 ~ !:. '1ii ~ --0 w ~ LL a:: ~ I ~ ~ w w .¥ C 9 0 0 Q :i.i CD ::ii ~ mo 0 20 48 ~ ---I- 1-1- I-,_ 25-,_ I 50/3" '-'- -'- -'- -'- 30-:1 5015" L--1- --- ,__ 35->-I- "-1- 1-1- '-'- ,__ An z 0 ~~ ..J 0 m u::~ :::z ~ -U, (/) . en::::, s (.) I SC IW lill :h m1 m m1 ===1 Hh UH m1 im m1 1111 m: llii f' ! !: hil lhl ::: DATE DRILLED ___ .;;:.8/2=0::.:..;/0:..:.9 __ _ BORING NO. ___ ...;B;;..·;;..1 __ _ GROUND ELEVATION .;.:15:..::6..::' ±:..li(MS=L='-) ____ _ SHEET _2_ OF _..;:2;..__ METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ___ ..:1..:.;40::.:1:.:;:bs:::..· ::,:.(A=u=to..:•T:..:.ri:c.p)'----DROP __ __;3:..::0_" __ _ SAMPLED BY MAH LOGGED BY MAH REVIEWED BY ---=-RI=--- DESCRIPTIONIINTERPRETA TION ALLUVIUM: (Continued) Light red to yellow brown, moist, dense, clayey fine SAND; chunk of olive gray, clayey siltstone in sampler .. SANTIAGO FORMATION: Olive gray, moist, moderately cemented, clayey silty fme-grained SANDSTONE. Yellowish gray. IT otal lJepth = 30.!I teet Groundwater not encountered during drilling. Backfilled with 6 cubic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. Note: Groundwater,. though not encountered at the time of drilling, may rise to a higher level due to seasonEtl variations in precipitation and several other factors as discussed in the report. - - l BORING LOG A EL CAMINO REAL WIDENING, RETAINING WALLS AND B • CARLSBAD, CALIFORNIA 1----,,,P..,RO:-J::::,E-.,,CT=-:N:-:-:o=-. -... ,----=o..,.,ATE-=----.,----.,Fl""G.,.,U""'RE----1, 106641001 10/09 A-2 f3 ..J ii:" a. :::ii: ~ ~ i' ;}j b ._, ._, ~ f2 UJ ~ ..J 0:: 0 ~ ~ ~ en co 2 z ~ .I<: C en w w 0 0 0 -~ i·c co 2 >-0 0:: 0 5 10 15 DATE DRILLED 8/21/09 BORING NO. B-2 z Q GROUND ELEVATION 162'±(MSL} SHEET OF 5~ -0 METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Dri1ling) LL • -en en::; 5 DRIVE WEIGHT 140 lbs. !Auto-TriJ!} DROP 30" (.) SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION CL ALLUVIUM: Brown, moist, sti~ fine sandy CLAY. Dark brown; more sand. Light brown. BORING LOG EL CAMINO REAL WIDENING, RETAINJNG WALLS AND B CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE 106641001 10/09 A-3 2 "' w ..J U:-a. ~ ~ 0 z Q-8 e:. 0 ! en ~-w ~ ..J l!:: a: 0 o<I.! i= :::, ci5 IXI u::q ~ ti z :E -en a. w ~ "' . w ~c g 0 0 Cl) :::, 0 :i.~ :5 IXI ._ IXI ::E >-C a::: 0 0 SC 25 CL 30 35 DATE DRILLED 8/21/09 BORING NO. B-2 GROUND ELEVATION 162'±(MSL) SHEET 2 OF 2 METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30" SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTIONnNTERPRETATION ALLUVIUM: (Continued) Reddish brown, moist, medium dense, clayey fine to medium SAND. dfsnbrown:-mo1lsf, very siitr, fine sanely-CO. Y. -------------- Brown. Ota p = Groundwater not encountered during drilling. Backfilled with 7 ct1bic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. - BORING LOG A u--------:E:::-L--::CAMIN=-:-:-:=o-:::REAL;-:-;-:,WID=ENIN=-:,:G;-;, RET=AINJN==a-=w.,.,.AL-;-,LS:-::-,AND-:-=e:-B------1, - PROJECT NO. 106641001 CARLSBAD, CALIFORNIA DA 10/09 FIGURE A-4 CJ) w ...J a. :ii =-~ 8 J LI. :c ! Ii: w .¥ C g 0 -~ ::::,,c C0 !XI 0 5 34 10 68 15 [:' l (.) e:.. w ~ tC ::> en ti z w 0 0 :E ~ 0 9.4 111.9 7.4 119.3 ...J g :ii ~ im ma •• ·= mi 11'1 !1I !1• hi =•1 :5 !11 :ii !E.1 :::1 m= 1111 1111 i1 1 il I :: .1,11 n 1= iii !iii iii! 1111 :::: !Iii 11=1 : h iiii !!ii :::i 1m iiii 1H: =:a: !ill sm ma n:: H!i z 0 ~ . (.) ~ -U LI. • -en Cl) • en=> :5 (.) DATE DRILLED ___ ..;.;.8/2.;...0_/0_9 __ _ BORING NO. ____ B-_3 ___ _ GROUND ELEVATION _17_5_'±_.(M_SL..,_) ____ _ SHEET OF 3 --- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ 14_0_1b_s-'. (,._A_ut_o-_T_rip._.) __ _ DROP 30" ------- SAMPLED BY MAH LOGGED BY MAH REVIEWED BY __ RI __ DESCRIPTION/INTERPRETATION ASPHALT CONCRETE: roximatel 6 inches thick. ----i.BASE: roximatel 6 inches thick. FILL: Brown, moist, medium dense, silty fine to medium SAND; trace clay; trace mica. SANTIAGO FORMATION: Light olive gray, moist, weakly cemented, silty fine to medium-grained SANDSTONE; trace clay and mica. White to light gray; damp; silty fine to coarse-grained; friable. BORING LOG EL CAMINO REAL WIDENING, RETAINING WALLS AND B CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE 106641001 10/09 A-5 en w ....J ll. G:' ! ~ u p r-e:, a, 0 ...I ~ 0 w ~ 0 LL a: :I: ~ :::> ci5 Cl] :l: r-r-z ll. en w >-w .:.:: C: 0 0 0 en 0 -~ ...I ::, ·c: Cl] :Ji; >-mo 0:: 0 50/5" 25 30 50/5" 35 z 0 ~ ~0 -U LL , -en en . en=> ::5 u BORING NO. B-3 DATE DRILLED ____ 812_0"""'/0_9 __ _ --------- SHEET 2 OF 3 GROUND ELEVATION 175'±(MSL) --~~--------- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ___ ...:;1_40_l_b_s._,_(A_u_to:...•..;.;Tn'-'·p'-') __ _ DROP --------30" SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION SANTIAGO FORMATION: (Continued) Olive gray, moist, moderately indurated, fine sandy SILTSTONE with clay interbedded with very· light gray, moist, weakly cemented, silty fme to medium-grained SANDSTONE; chunks of brown claystone in sampler; friable. ight gray, damp, weakTy to mooerately cementea, cTayey silty l'iiie-gramed -- SANDSTONE. - - BORING LOG A 1-----E=L"""C""'AMIN-=-=-:-:o""REAL=,-,:--:-:,WID=,:,ENIN=-:=-,=o"". RE,.,..;.TAININ~==o""'w,,_AL_L_S_A_ND--'---B------U- PROJECT NO. 106641001 CARLSBAD, CALIFORNIA DATE 10/09 FIGURE A-6 (J) UJ ..J a. U:-::11: -(.) m <( I-~ ~ en 0 ~ '--0 w ~ ~ 0:: J: ::, en I-:§: I-z a. (J) UJ C 0 w :::!!: ~ 0 0 0 ..J ::l.c: Ol ::11: >-mo 0:: 0 40 ' 50/6" 45---- -- 50-'-'- _.,_ -'- 55--'- .. n ..J 0 C0 ::11: ~ z 0 ~cri (.) . -0 LL • -en (J) • (J) ::, :5 (.) DATE DRILLED ___ .c...8/2.;;..0;.;.../0:..:..9 __ _ BORING NO. ____ B_-_3 ___ _ GROUND ELEVATION _17_5_' ±....,(M;;..;_;_;SL'""') ____ _ SHEET 3 OF 3 --- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ I_40_1_b_s . ..,_(A_u_to_-T_r_.ip...:..) __ _ DROP ---=3~0•_• __ _ SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTIONJINTERPRETA TION SANTIAGO FORMATION: (Continued) Light gray, damp, weakly to moderately cemented, clayey silty fine-grained ----SANDSTONE. 1 otal Depth == 41 feet. Groundwater not encountered during drilling. Backfilled with 8 cubic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG EL CAMINO REAL W!DENJNG, RETAINING WALLS AND B CARLSBAD, CALIFORNIA PROJECT NO. 106641001 I DATE 10/09 I FIGURE A-7 en w ....J a. G:' :E ;e-{.) -:;:;-cJJ I-e:. Q) 8 ~ ....J ~ w ~ 0 LL a:: :c uS ;:) 1i5 Ill :E I-~ I-z a. ,::: en w >-w ~ 0 0 en 0 =i .?: ..J al ... Ill ::!: >-0 a:: 0 5 50/6" 7.3 109.1 10 15 50/1" z 0 ~ Cl) {.) . _(.) LL . -en en . en ::, ~ {.) DATE DRILLED 8/20/09 BORING NO. B-4 ------------------ GROUND ELEVATION _18_4'_±....a..(M_S_L"-) ____ _ SHEET OF ---2 METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ 1_40_l_b_s.~(A_u_to_-T_r~ip~) __ _ 30" DROP ------- SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION ---- ASPHALT CONCRETE: roximatel 6 inches thick. roximatel 6 inches thick. - FILL· -----hnro~, moist, medium dense sil fine to coarse SAND. SANTIAGO FORMATION: Light brown gray, moist, weakly cemented, fine to medium-grained sandy CLA YSTONE. 'WTiiie to fight gray, aamp:-wealclycemenied;lme To coarse-gramecl SANO-STONE witn silt; friable. Very difficult drilling. - BORING LOG A t------,E;::;L-;C""'AMIN~""o::-::REAL=-:--:-::,WID=ENIN=-=,:a-=, RE=TAININ-:-===G-::W.,.,ALL~S,-AND~""'B----4\- CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE 10664100 I 10/09 A-8 C J~ G::' ! ...... ~ ! b ~ --.__ 0 w ~ I!:: 0:: j!: I ::, <i5 I-z 0. S!2 w w ~i ~ 0 0 0 til -~ ~ ~ 0 0 zu ... ur.z· 1-~ -- '-- .__ 2S-'-- .__ .__ .......... 1-1- 30-1-1- .......... ........ ---- -- 3S-.......... i-- -- .......... I-~ Aft z 0 ~-..J 0 (.)~ co -<.> ~ u.. • -en ~ Cl) • w=> :s (.) DATE DRILLED ___ .;..8/2;;:;.0:c.../0:..:..9 __ _ BORING NO. ____ B_-4 ___ _ GROUND ELEVATION __ 1& ..... 4'.;;;±-"(MS..;;.;;.;;;L,,_) ____ _ SHEET 2 OF __ 2 __ METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ___ .;..14:..:..0.;:,;lb;.;;;s."""(A'-'-u:..:..toa..•T.;;.;n .. ·p,,_) __ _ DROP __ __;3'-'-o• __ _ SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION SANTIAr.Q FORMATION: (Continued) White to light gray, moist, moderately cemented, fine-grained SANDSTONE with silt. !Practical refusal. TotafDepth = 20~2 feet. Groundwater not encountered during drilling. Backfilled with 4 cubic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG EL CAMINO REAL WIDENING, RETAINING WALLS AND B CARLSBAD, CALIFORNJA PROJECT NO. 106641001 I DATE 10/09 I FIGURE A-9 en UJ ..J G:' a. ! l (.) z ~ 6 e:, 0 ~ 0 UJ ~ ..J ~Cl) I:!:: a:: 0 (.) . J: ::> en m _(.) en :ii: u. . h'. ~ I-z -en ~~ Cl) w >-en . w 0 0 en Cl) ::> 0 cil ·E: m ~ ~ :5 0 (.) 0 5 50 13.3 110.5 ]O 33 15 DATE DRILLED --------8/20/09 BORING NO. ____ B_-_s ___ _ GROUND ELEVATION _20_1_' ±_,(M_SL __ ) ____ _ SHEET I OF _.;:;.,2_ METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ 1_40'-l_bs_. (.:c..A_u_to_-T_ri.._.p).__ __ DROP ---~30~"--- SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI -----DESCRIPTION/INTERPRETATION roximatel 5 inches thick. BASE· roximatel 6 inches thick. FILL: Grayish brown, moist, medium dense, silty fine to coarse SAND; micaceous. SANTIAGO FORMATION: Light brownish gray, moist, weakly cemented, clayey silty fine-grained SANDSTONE; interbedded with brown fine sandy SILTSTONE. White to gray; moist to wet; less clay; friable; micaceous. BORING LOG EL CAMINO REAL WIDENING, RETAINING WAUS AND B CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE l06641001 10/09 A-10 - - ffl DATE DRILLED 8/20/09 BORING NO. B-5 ...I .. -. a. Ci:' I ;e-~ z ,a-l5 0 GROUND ELEVATION 201'±(MSL) SHEET 2 OF 2 a, ~ ...I ~Cl) --~ 1--0 w ~ 0 I a:: ~o :c ~ (/) m METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) :!! LL • ~ z -U, (/) w ~ (/) . w :!!!i i 0 C 5 ::> DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30" C ~-f: m :!! ~ C 0 C SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION ;tU J :::. SANTIAQO FORMATION: (Continued) 50/4" 17.2 108.0 ii ii White, moist to wet, weakly cemented, silty fine-grained SANDSTONE; friable. ;m ==== ._._ ml 11n '-'-1lil ,__ iii: 1111 25- -' iill Light olive brown; damp; moderately cemented. 59/10" Ei!i -!Iii ma 1 otal Deptn = -2o.ITeet. --Groundwater not encountered during drilling. Backfilled with 5 cubic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. -- Note: Groundwater, though not encountered at the time of drilling, may rise to a higher '-'-level due to seasonal variations in precipitation and several other factors as discussed in the report. 30-'-'- '-'- '-~ -'- -- 35--- '-'-- ,_ - ,_ '- -- Al\ JVln9a&Jf..Oa-re BORING LOG EL CAMINO REAL WIDBNINO, RETAINING WALLS AND B CARLSBAD, CALIFORNIA PROJECT NO. I DATE I FIGURE 106641001 10/09 A-1 I ~ ~ :r: I-a. w C 5 10 15 (/) w ...J a. G:' :1: -(.) c:s I-~ e:.. 8 ...J w ~ 0 LL a: ci5 ::) en Ill :i: ~ I-z ~ C: en w ► a 0 (/) =i.~ ...J Ill ~ aJ :1: ~ 0 0 z 0 i== <(en (.) . _(.) LL • -en en . Cl) ::) :5 (.) DATE DRILLED 8/20/09 ---------BORING NO. ----=B-..c:;6 ___ _ GROUND ELEVATION _21_1'_±~(MS_L~) ____ _ SHEET OF 3 --- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ 14_0_1_bs_. (~A_ut_o_-T_ri~p) __ _ DROP __ ___;;3~o•_• __ _ SAMPLED BY MAH LOGGED BY MAH REVIEWED BY ----'-Rl'--_ DESCRIPTION/INTERPRETATION ASPHALT CONCRETE: roximatel 6 inches thick. t-----1,BASE: roximatel 7 inches thick. FILL: -+----+---+---W~--C-l--1.0live brown moist, medium dense sil fine to medium SAND; trace mica. 23 18.0 107.5 31 19.1 98.2 5014'' ALLUVIUM: Brown to red brown, moist, very stiff, fine sandy CLAY. Moist to wet. Light brown; more sand. SANTIAGO FORMATION: Light gray, moist to wet, weakly cemented, clayey fine-grained SANDSTONE interbedded with light olive brown, moist, weakly to moderately indurated, clayey SILTSTONE. Moist. - BORING LOG A t-----EL=-:C::-:AMIN~""O"""REAL="'"~wm=EN~IN==o-=. RE==TAININ"'="===o=w-=-ALL~S,...A..,.ND=-=B-----1,w, CARLSBAD,CALIFORNIA PROJECT NO. DATE FIGURE 106641001 10/09 A-12 ----- en LU ..J a.. r2 ~ @: (.) 'fil' I-e::. en 0 ~ 0 w ~ ..J lL ex: 0 ~ ::> ci5 co :.; I-z en w >-.><=,::: g 0 0 (/) -g? ::i.c co ~ >-coo er. 0 25 30 35 z 0 ~0 -U lL • -CJ) en . C/) ::> ::'j (.) BORING NO. B-6 DATE DRILLED ____ 812_0_/0_9 __ _ -------- SHEET 2 OF 3 GROUND ELEVATION _21_1_' ±...,(M_SL....:.) ____ _ --- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ I4_0_Ib_s_. (,_A_uto_-_T_ri~p) __ _ DROP -------30" SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION SANTIAGO FORMATION: (Continued) Light gray, moist, weakly cemented, clayey fme-grained SANDSTONE interbedded with light olive brown, moist, weakly to moderately indurated, clayey SIL TS TONE. ~~mkoro~~m~~~ry~me~a.me~n~~crsrom;numerou~Te~o light brown; moderately indurated; silty claystone. Light brown. Very difficult drilling. BORING LOG EL CAMINO REAL WIDENING, RETAINlNG WALLS AND B CARLSBAD,CALIFORNIA PROJECT NO. DATE FIGURE 106641001 10/09 A-13 - =-! ::c I-a. w 0 'IU 45 • so- 55- ,;n (/) w ...I u:-a. I l 0 z I-e:. 0 ,....,.... ~ w ~ ...I ~~ a: 0 I ~ ii.i C0 -<J ::Ii LL. • z ~ -(/) Cl) w Cl) • .11:c 9 a 0 ~::, -!!? :, ·c C0 ::Ii >-mo a: (,) 0 11 44 I-ii 1-.1 -- ,__ 1-1- 1-1- -,- ,__ -- ,-,- I->- -- t->- ,__ ,__ -- t->- t->- ,-,- DATE DRILLED 8/20/09 BORING NO. B-6 ---------------- SHEET 3 OF 3 GROUND ELEWITION _21_1'_±..._(MS-'-L..._) ____ _ --- METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT ____ 14_0_lb_s ..... (Au_io.;_'I'_n_·p,._) __ _ 30" DROP ------- SAMPLED BY MAH LOGGED BY MAH REVIEWED BY RI DESCRIPTION/INTERPRETATION SANTIAGO FORMATION: (Continued) Light olive gray, moist, weakly cemented, clayey ime-grained SANDSTONE. ; Tow Depth -41.5 reet Groundwater not encountered during drilling. Backfilled with 8 cubic feet grout and capped with asphalt concrete shortly after drilling on 8/20/09. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. - - l(ln9a&/ft&•e BORING LOG A lt-----:EL:::-,::CAMIN~,,..O~REAL~-=-=wm=BNJN=o=-."='RIIT=AININ==o-=w .... AL"""LS~AND=-="'B------il., PROJECT NO. 106641001 I CARLSBAD, CALIFORNIA DATE 10/09 I FIGURE A-14 - - - ~ El Camino Real Widening, Retaining Walls A and B Carlsbad, California Classification APPENDIXB LABORATORY TESTING October 15, 2009 Project No. 106641001 Soils were visually and texturally classified in accordance with the Unified Soil Classification System in general accordance with ASTM D 2488-00. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the ex- ploratory borings were evaluated in general accordance with ASTM D 293 7. The test results are presented on the logs of the exploratory borings in Appendix A. Direct Shear Tests Direct shear tests were performed on relatively undisturbed samples in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of selected materials. The samples were inundated during shearing to represent adverse field conditions. The results are shown on Figures B-1 through B-3. Soil Corrosivity Tests Soil pH, and electrical resistivity tests were performed on a representative sample in general ac- cordance with CT 643. The chloride content of the selected sample was evaluated in general accordance with CT 422. The sulfate content of the selected sample was evaluated in general ac- cordance with CT 417. The test results are presented on Figure B-4. 106641001 R..doc 5000 e1 4000 / / V / ,r , -~ LL Cl) / e:, 3000 ir ,, Cl) en / w ~ If ct: v/ ?"' I-en 0:: ~~ u5 2000 V "'' 1,,,1"" J: / en I, ~ .-- 1000 -I'-' ~ ~ ~ ~ 0 0 1000 2000 3000 4000 5000 -NORMAL STRESS (PSF) Description Symbol Sample Depth Shear Cohesion, c Friction Angle, tj, Soil Type Location (ft) Strength (psf) (degrees) Clayey SANO -B-1 5.0-6.5 Peak 230 39 SC Clayey SAND --x--8-1 5.0-6.5 Ultimate 230 34 SC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 l(lll!JO&lj\llllT8 DIRECT SHEAR TEST RESULTS FIGURE PROJECT NO. DATE EL CAMINO REAL WIDENING, RETAINING WALLS A AND B B-1 106641001 10/09 CARLSBAD, CALIFORNIA - 106841001 SHEAR B-1 @ 5.IMl.6.xts . ·~ -5000 4000 / -v~ LL en .....-. ~ e:, 3000 V ,,,,, en V en ,,,,, w ' " 0:: V 6i u/ ,,,,, 0:: ,,._ ii) 2000 ~ 1,,1""" .,. J: ~v ,,,,, en ~ . V ' ,' /. 4 ' 1000 ,,,,, V ,, /:, .~ ,,,,, -0 .. 0 1000 2000 3000 4000 5000 NORMAL STRESS (PSF) Description Symbol Sample Depth Shear Cohesion, c Friction Angle, ♦ Soil Type Location (ft) Strength (psf) (degrees) Silty SANDSTONE -B-3 10.0·11.5 Peak 670 32 Formation - Silty SANDSTONE --x-. B-3 10.0.11.5 Ultimate 50 32 Formation PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 l(ln9o&Jft••-r• DIRECT SHEAR TEST RESULTS FIGURE -PROJECT NO. DATE EL CAMINO REAL WIDENING, RETAINING WALLS A AND B B-2 106641001 10/09 CARLSBAD, CALIFORNIA 108641001 SHEAR 11-3 Q 10.0-11.5.xli .-·-, 5000 - 4000 -u.. CIJ e:, 3000 CIJ CIJ w a::: I-CIJ ~ a::: _,,. ~ 2000 ~ ;~ :I: CIJ ~ ~-II"" • ~:: 1000 ~ - ~ ~ F V""-.. ,, _,,,, 0 0 1000 2000 3000 4000 5000 -NORMAL STRESS (PSF) Description Symbol Sample Depth Shear Cohesion, c Friction Angle, 4j, Soil Type Location (ft) Strength (psf) (degrees) Sandy CLAY -B-6 5.0-6.5 Peak 320 22 CL Sandy CLAY --x-. B-6 5.0-6.5 Ultimate 200 22 CL PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 l(lll!JO&'f.1111~8 DIRECT SHEAR TEST RESULTS FIGURE PROJECT NO. DATE EL CAMINO REAL WIDENING, RETAINING WALLS A AND B B-3 106641001 10/09 CARLSBAD,CAUFORNIA - 106841001 SHEAR 8-6 Cl 5.0-8.5.xll ,·· RESISTIVITY 1 SAMPLE SAMPLE DEPTH pH 1 LOCATION (FT) (Ohm-cm) B-2 6.0-10.0 6.9 3,000 B-5 2.0-5.0 6.9 850 1 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 SULFATE CONTENT 2 (ppm) (%) 60 0.006 600 0.060 CORROSIVITY TEST RESULTS PROJECT NO. DATE 106641001 1084141001 CORROSMTY Pagt 1.ldl 10/09 EL CAMINO REAL WIDENING, RETAINING WALLS A AND B CARLSBAD, CALIFORNIA CHLORIDE CONTENT 3 (ppm) 250 290 FIGURE B-4 GEOTECHNICAL EVALUATION EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA PREPARED FOR: City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 Ruffin Road San Diego, California 92123 December 31, 2009 Project No. 106641002 5710 Ruffin Road • San Diego. Callfomia 92123 • Phone 18581 576-1000 • Fax 1858) 576-9600 San Otego • Irvine • Rancho Cucamonga • Los Angeles • Oakland • Las Vegas • Phoenix • Denver • El Paso - - - - 7l(ln9o&l(toure ~· (J,;;,,i:t-,.nrnc(~/ .Jnd lnvm .. 1nrr~t.r1L,.1I Stiern t'5 Ci1-nsurr~ir,t, Ms. Eva Plajzer City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: Geotechnical Evaluation El Camino Real Widening, Sprague Property Carlsbad, California Dear Ms. Plajzer: December 31, 2009 Project No. 106641002 In accordance with your authorization, we have performed a geotechnical evaluation for the pro- posed Sprague property cut and fill slopes, which will be constructed as part of the El Camino Real widening project in Carlsbad, California. This report presents our geotechnical findings, conclu- sions, and recommendations regarding the proposed project. Our report was prepared in accordance with our proposal dated October 5, 2009. We appreciate the opportunity to be of ser- vice on this project. ER/FOM/GTF/gg Distribution: (5) Addressee 571 o Ruffin Road • San Diego. California 92 I 23 • Phone (8581 576-1000 • Fax (858) 576-9600 San Diego • IMne • RanchO Cucamonga • Los Angeles • Oakland • Las Vegas • PhOenix • Denver • 8 Paso El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 TABLE OP CONTENTS Page 1. INTRODUCTION .................................................................................................................... 1 2. SCOPE OF SERVICES ............................................................................................................ l 3. SITE AND PROJECT DESCRIPTION ................................................................................... 2 4. SUBSURFACE EVALUATION AND LABORATORY TESTING ...................................... 2 5. GEOLOGY AND SUBSURFACE CONDITIONS ................................................................. 2 5.1. Regional and Geologic Setting ..................................................................................... 3 5.2. Site Geology ................................................................................................................. 3 5.2.1. Fill ....................................................................................................................... 3 5.2.2. Very Old Paralic Deposits ................................................................................... 3 5.2.3. Santiago Formation ............................................................................................. 4 5.3. Groundwater ................................................................................................................. 4 6. GEOLOGIC HAZARDS .......................................................................................................... 4 6.1. Faulting and Seismicity ................................................................................................ 4 6.1.1. Strong Ground Motion ........................................................................................ 5 6.1.2. Ground Surface Rupture ....... ,, ............................................................................. 5 6.1.3. Liquefaction and Seismically Induced Settlement.. ............................................ 6 6.2. Landsliding .................................................................................................................... 6 7. SLOPE STABILITY ................................................................................................................ 6 8. CONCLUSIONS AND RECOMMENDATIONS ................................................................... ? 8.1. Earthwork ..................................................................................................................... 8 8.1.1. Site Preparation ................................................................................................... 8 8.1.2. Treatment of Proposed Cut Slopes ...................................................................... 9 8.1.3. Excavation Characteristics .................................................................................. 9 8.1.4. Materials for Fill ................................................................................................. 9 8.1.5. Compacted Fill .................................................................................................. 10 8.1.6. Slopes ................................................................................................................ 11 8.1.7. Site Runoff ........................................................................................................ 11 8.2. Pre-Construction Conference ...................................................................................... 12 8 .3. Plan Review and Construction Observation ............................................................... 12 9. LIMITATIONS ....................................................................................................................... 12 10. REFERENCES ....................................................................................................................... 14 Fie:ures Figure 1 -Site Location Map Figure 2 -Test Pit Location Map Figure 3 -Cross Section A-A' Figure 4-Cross Section B-B' Figure 5 -Fault Location Map 106641002 R,doc - - - - - El Camino Real Widening, Sprague Property Carlsbad, California Appendices Appendix A -Test Pit Logs Appendix B -Laboratory Testing I 06641002 R.doc 11 December 31, 2009 Project No. 106641002 El Camino Real Widening, Sprague Property Carlsbad, California 1. INTRODUCTION December 31, 2009 Project No. 106641002 In accordance with your request and our proposal dated October 5, 2009, we have performed a geotechnical evaluation for the proposed cut and fill slopes on the Sprague property, which will be constructed as part of the El Camino Real widening project located in Carlsbad, California (Fig- ure 1). The purpose of this study was to evaluate the subsurface conditions at the project site and to provide design recommendations for the construction of the proposed slopes. This report pre- sents our findings, conclusions, and recommendations regarding the subject project. 2. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a geologic reconnaissance and subsurface evaluation, and engineering analysis with regard to the proposed project. Specifically, we performed the following tasks: • Reviewing background data listed in the References section of this report. The data reviewed A included geotechnical literature, topographic maps, geologic data, fault maps, and a site plan W for the project showing existing and proposed grades. • Performing a geologic reconnaissance of the proposed slope site including the observation and mapping of geologic conditions and the evaluation of possible geologic hazards which may impact the proposed project. • Marking proposed test pit locations prior to contacting Underground Service Alert (USA) for underground utility clearance at the project site. • Performing a subsurface evaluation consisting of excavating six test pits to evaluate the sub- surface conditions. • Performing geotechnical laboratory testing on selected soil samples to evaluate design pa- rameters. • Compiling and analyzing the data obtained from our background research, subsurface evaluation, and laboratory testing. • Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical design and construction of the project. 106641002 R.doc l(ln90& /ftOO~e -El Camino Real Widening, Sprague Property Carlsbad, California 3. SITE AND PROJECT DESCRIPTION December 31, 2009 Project No. 106641002 The proposed cut and fill slopes are located along the east side of El Camino Real at approximate Stations 529+50 to 536+00, south of Chestnut Avenue in Carlsbad, California (Figure 2). The prop- erty east of El Camino Real consists of ascending slopes rising from the roadway to a relatively flat property above. The northern portion of the existing slope is near vertical and the southern portion is moderately sloped. An asphalt concrete driveway extends from the roadway to the property above. The parcel is currently vacant, however, remnants of a previous structure remain. Elevations range from a low of approximately 230 feet above mean sea level (MSL) along El Camino Real at the south end of the site to a high of approximately 290 feet MSL at the top of the existing slope. Vegeta- tion generally consists of a sparse to moderate growth of grass, weeds, brush, and trees. 4. SUBSURFACE EVALUATION AND LABO RA TORY TESTING Our subsurface evaluation was conducted on November 5, 2009 and consisted of excavating six -exploratory test pits with a backhoe to depths of up to approximately 17 feet. The test pit loca- tions were selected based on the results of our background review, field reconnaissance, and the anticipated grading at the site. Prior to commencing the subsurface evaluation, USA was notified for mark-out of the existing utilities. The approximate locations of the test pits are presented on Figure 2. The test pit logs are presented in Appendix A. - Laboratory testing of representative soil samples included an evaluation of in-place moisture and density, grain size analysis, and shear strength. The results of the in-situ dry density and moisture content tests are presented on the test pit logs in Appendix A. The results of the other laboratory tests performed are presented in Appendix B. 5. GEOLOGY AND SUBSURFACE CONDITIONS Our findings regarding regional and site geology and groundwater conditions at the subject site are provided in the following sections. 106641002 R.doc 2 El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 5.1. Regional and Geologic Setting The project area is situated in the San Diego County coastal section of the Peninsular Ranges Geomorphic Province. This geomorphic province encompasses an area that extends approxi- mately 900 miles from the Transverse Ranges and the Los Angeles Basin south to the southern tip of Baja California (Norris and Webb, 1990). The province varies in width from approxi- mately 30 to 100 miles. In general, the province consists of rugged mountains underlain by Jurassic meta volcanic and metasedimentary rocks, and Cretaceous igneous rocks of the south- ern Californ\a batholith. The portion of the province in San Diego County that includes the project area consists generally of Quaternary and Tertiary sedimentary rock. 5.2. Site Geology Geologic units encountered during our reconnaissance and subsurface evaluation included fill, very old paralic deposits, and materials of the Santiago Formation. Generalized descriptions of the units encountered are provided in the subsequent sections. More detailed descriptions are provided on the test pit logs in Appendix A. I 06641002 R.doc 5.2.1. Fill Fill was encountered in our test pits from approximately 1 foot to depths ofup to 15 feet. As observed and encountered, the materials generally consisted of light brown, <hy to moist, loose, silty fine to medium sand. Scattered to abundant construction debris is present within the fill including concrete, asphalt concrete, steel, rebar, glass, and wood. 5.2.2. Very Old Paralic Deposits Very old paralic deposits were encountered from the surface in test pits TP-1 to a depth of approximately 8.5 feet and beneath the fill in test pits TP-2 and TP-3 to depths of ap- proximately 6.5 and 12.4 feet, respectively. As encountered, the materials generally consisted of light reddish brown, damp, moderately cemented, silty fine-to coarse- grained sandstone with scattered layers of gravel and cobbles. 3 - - - El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 5.2.3. Santiago Formation Materials of the Santiago Formation were encountered in test pits TP-1 through TP-3 under- lying the very old paralic deposits and in TP-6 underlying the fill to the depths explored. As encountered, the materials generally consisted of light brown, damp to moist, weakly ce- mented, silty, fine-to medium-grained sandstone. Mudstone beds are commonly encountered within the sandier portions of the Santiago Formation. Previous consultants ( Geosoils, Inc. 1989) mapped such a mudstone bed at the toe of the existing cut slope north of the entrance driveway. This bed is currently covered by erosional debris and we could not confirm its presence: Materials of the Santiago Formation were also observed in the ex- isting cut slope along El Camino Real beneath the very old paralic deposits and fill. 5.3. Groundwater Groundwater was not encountered in our test pits during the time of our exploration. Based on our background review of the site, regional groundwater is estimated to be located at a depth in excess of 20 feet below the ground surface. Evidence of seepage was noted at the toe of the slope just north of the site. Fluctuations in the groundwater level may occur due to variations in ground surface topography, subsurface geologic conditions and structure, rain- fall, irrigation, and other factors. Seepage, particularly at geologic contacts, should be anticipated based on site geology and topography. 6. GEOLOGIC HAZARDS In general, hazards associated with seismic activity include ground surface rupture, strong ground motion, tsunamis, and liquefaction. These considerations and other geologic hazards such as landsliding are discussed in the following sections. 6.1. Faulting and Seismicity The project area is considered to be seismically active. Based on our review of the referenced geologic maps and stereoscopic aerial photographs, as well as our geologic field reconnais- sance, the subject site is not underlain by known active or potentially active faults (i.e., faults 10664 I 002 R.doc 4 JVln90,<-JY\OO\"e El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 that exhibit evidence of ground displaceme:nt in the last 11,000 years and 2,000,000 years, re- spectively). Major known active faults in the region consist generally of en-echelon, northwest-striking, right-lateral, strike-slip faults. These include the San Clemente, Agua Blanca-Coronado Bank, Newport-Inglewood, and Rose Canyon faults, located to the west of the site, and the Whittier-Elsinore, San Jacinto, and San Andreas faults, located to the east of the site. The locations of these faults are shown on Figure 3. The nearest known active fault is the Rose Canyon fault system, located approximately 6 miles west of the site, which can generate an earthquake magnitude ofup to 7.2 (Cao, et al., 2003). 6.1.1. Strong Ground Motion The 2007 California Building Code (CBC) recommends that the design of structures be based on the peak horizontal ground acceleration (PGA) having a 2 percent probability of exceedance in 50 years, which is defined as the Maximum Considered Earth- - quake (MCE). The statistical return period for PGAMcE is approximately 2,475 years. The - Design Earthquake (PGA0E) corresponds to two-thirds of the PGAMcE, and this value is typically used for residential and commercial structures. Based on our review of subsur- face data, the project site corresponds to a Site Class C. The site modified PGAMcE and PGAoE were estimated to be 0.49g and 0.33g, respectively, using the United States Geo- logical Survey (USGS) (USGS, 2009) ground motion calculator (web-based). These estimates of ground motion do not include near-source factors that may be applicable to the design of structures on site. 6.1.2. Ground Surface Rupture Based on our review of the referenced. literature and our site reconnaissance, no active faults are known to cross the project site. Therefore, the potential for ground rupture due to faulting at the site is unlikely. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. I 06641002 R.doc 5 - - - El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 7. 6.1.3. Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earthquakes. Research and historical data indicate that loose granular soils and non- plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. Based on the dense nature of the formational materials underlying the site and the estimated depth to groundwater, the potential for liquefaction or seismically induced settlement is not a design consideration. 6.2. Landsliding Based on our review of published geologic literature and aerial photographs, and our geo- logic reconnaissance, landslides or related features have not been recognized as underlying the project site. SLOPE STABILITY Both surficial and global stability analyses were performed for the existing and proposed slope con- figuration. The intent of the stability analysis was to evaluate the potential for deep seated failures of the slope. Global stability analyses for the proposed slope configurations were performed using the surface and subsurface profile of geologic units based on the preliminary project plans and the results of our field exploration. Global stability analysis was performed on cross sections A-A: and B-B'a representative section where the 1.5:1 (horizontal:vertical) cut slope is about 14 feet high, and a pro- posed fill slope is planned at an inclination of 1.5: 1 up to about 50 feet high. The intent of the global stability analysis was to evaluate the potential for deep-seated, rotational (Simplified Janbu type) or bedding plane failures through Santiago Formation or fill materials. A two-dimensional stability analysis program, GSTABL7, was used for this purpose. The design factors of safety under static and pseudo-static loading conditions were 1.5 and 1.1, respectively, following accepted geotechnical practices and agency guidelines. A horizontal acceleration coef- ficient of 0.15g was used to evaluate the pseudo-static stability. The bedrock layers were 106641002 R.doc 6 El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 assigned homogeneous, isotropic strength properties derived from laboratory direct shear tests performed during this evaluation. Our global stability analyses indicate that the proposed cut and fill slopes up to 1.5:1 inclination have adequate factors of safety under static and pseudo-static loading conditions provided the recommendations presented in this report are implemented into project design and construction. 8. CONCLUSIONS AND RECOMMENDATIONS Based on our review of the referenced background data, geologic field reconnaissance, and sub- surface exploration, it is our opinion that construction of the proposed project is feasible from a geotechnical standpoint. Geotechnical considerations include the following: • Although the current cut slope has performed adequately in its near vertical state, the pro- posed cut slope will expose adversely dipping bedding within the Santiago Formation, particularly a reported mudstone depositional bed which possesses poor strength parameters. Additionally, erosion which has affected the current steepened slope will continue to affect the proposed 1.5: 1 cut slope as vegetation will be very difficult to establish in sandstone. • In order to mitigate the marginal stability and erosion potential of the proposed 1.5: 1 cut slope, we recommend that the cut slope be overcut and replaced as a geogrid reinforced fill slope planted appropriately in accordance with the recommendations of the landscape archi- tect. However, steepened slopes will need increased maintenance and will be difficult on which to establish vegetation. • The proposed fill slope on the southern portion of the site will overlie existing dumped fill mate- rials. Our slope stability analysis indicates that these dumped fill materials should be removed as indicated on Figure 3 to provide a fill slope condition with an appropriate factor of safety. • The proposed earthwork should be feasiblt! with earthmoving equipment in good working order. However, strongly cemented zones within the very old paralic deposits or materials of the Santiago Formation may be encountered which would entail the use of heavy ripping or rock breakers. • Although groundwater was not encountered during our subsurface evaluation, evidence of seepage was observed north of the site and should be anticipated, particularly at geologic contacts, during grading. 106641002 R.doc ,, , l(ln90& l,\OO~e - - - El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 • The existing materials derived from the very old paralic deposits and Santiago Formation are generally considered suitable for reuse as engineered fill provided that they are processed and prepared in accordance with the following recommendations. • The on-site fill materials are generally not considered suitable for reuse as engineered fill unless processed to remove the abundant asphalt, concrete, metal, and wood debris within the fill. • Our analysis indicates that the factor of safety against surficial instability is marginal (not more than 1.5) for the proposed slope inclination of 1.5:1. Therefore, recommendations are provided herein for geogrid reinforced slopes. • The site is subject to strong ground motion in the event of a nearby major earthquake. • Earthquake induced liquefaction is not considered a design consideration due to the density and consistency of soils encountered during our subsurface exploration and the depth to the groundwater table. • The potential for landsliding or an earthquake induced landslide is considered low. Based on the results of our subsurface evaluation and our understanding of the proposed grading, -we present the following geotechnical recommendations relative to the design and construction of the proposed slopes. The proposed grading should also be performed in accordance with the requirements of applicable governing agencies. - 8.1. Earthwork In general, earthwork should be performed in accordance with the recommendations pre- sented in this report. Ninyo & Moore should be contacted for questions regarding the recommendations or guidelines presented herein. 106641002 R.doc 8.1.1. Site Preparation Prior to excavation, the project site should be cleared of surface obstructions, existing pave- ment sections, and stripped of rubble, debris, vegetation, any loose, wet, or otherwise unstable soils, as well as surface soils containing organic material. Existing utilities within the project limits should be abandoned, rerouted, or protected from damage by construction activities. Obstructions that extend below finish grade, if any, should be removed and the resulting holes 8 El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 filled with compacted soils. Materials generated from the clearing operations should be re- moved from the site and disposed of at a legal dumpsite away from the project area. 8.1.2. Treatment of Proposed Cut Slopes We recommend that the proposed 1.5: 1 cut slope be overcut and replaced as a geogrid re- inforced stability fill slope. The stability fill should be constructed as recommended in the Slopes section of this report. I Oo64 l 002 R.doc 8.1.3. Excavation Characteristics We anticipate that excavation of the site materials can generally be accomplished with heavy construction equipment in good operating condition. Strongly cemented zones within the very old paralic deposits and Santiago F01mation (concretions) may be encoun- tered at the site and will be difficult to rip. The use of heavy ripping and/or rock breaking equipment should be anticipated. As a result, oversize material may be generated. 8.1.4. Materials for Fill On-site soils relatively free of organics are suitable for reuse as fill. Fill material should generally not contain rocks or lumps over approximately 3 inches, and generally not more than approximately 30 percent larger than 3/4 inch. Utility trench backfill material should not contain rocks or lumps over approximately 3 inches in general. Soils classi- fied as silts or clays should not be used. Larger chunks, if generated during excavation, may be broken into acceptably sized pi,eces or disposed of off site. Imported fill material, if needed for the project, should generally be granular soils with a very low to low expansion potential (i.e., an EI of 50 or less as evaluated by the American Society for Testing and Materials [ ASTM] D 4829). Import material should also be non-corrosive in accordance with the Caltrans (2003) corrosion guidelines. Ma- terials for use as fill should be evaluated by Ninyo & Moore's representative prior to filling or importing. 9 - - - - - El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 106641002 R.uoc 8.1.5. Compacted Fill Prior to placement of compacted fill, the contractor should request an evaluation of the exposed ground surface by Ninyo & Moore. Unless otherwise recommended, the exposed ground surface should then be scarified to a depth of approximately 8 inches and watered or dried, as needed, to achieve moisture contents generally above the op- timum moisture content. The scarified materials should then be compacted to a relative compaction of 90 percent as evaluated in accordance with ASTM D 1557. The evaluation of compaction by the geotechnical consultant should not be considered to preclude any requirements for observation or approval by governing agencies. It is the contractor's responsibility to notify the geotechnical consultant and the appropriate governing agency when the project area is ready for observation, and to provide rea- sonable time for that review. Fill materials should be moisture conditioned to generally above the laboratory opti- mum moisture content prior to placement. The optimum moisture content will vary with material type and other factors. Moisture conditioning of fill soils should be generally consistent within the soil mass. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to receive fill. Preparation may include scarification, moisture conditioning, and recompaction. Compacted fill should be placed in horizontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift should be watered or dried as needed to achieve a moisture content generally above the laboratory optimum, mixed, and then compacted by mechanical methods, using sheepsfoot rollers, multiple-wheel pneumatic-tired rollers or other appropriate compacting rollers, to a relative compaction of 90 percent as evalu- ated by ASTM D 15 57. Successive lifts should be treated in a like manner until the desired finished grades are achieved. 10 l(inga"' JV\OOl"e El Camino Real Widening, Sprague Property Carlsbad, California 8.1.6. Slopes December 31, 2009 Project No. 106641002 Cut and fill slopes should not be steeper than 2: 1, unless otherwise recommended by Ninyo & Moore and approved by the regulating agencies. Steepened slopes may be con- structed up to an inclination of 1.5:1 if reinforced with geogrid. Steepened slopes should be constructed upon a key excavated to a width of 30 feet and a depth of 1 foot into competent formational materials. The back cut should be benched. We recommend that a geogrid such as Tensar LH800 or equivalent be incorporated into the slope at 2-foot vertical increments and extend into the fill 8 feet from the slope face. The fill should be granular material, com- pacted as recommended in the Compact,ed Fill section of this report, and planted. Compaction of the face of slopes should be performed by overbuilding and cutting back the slope face. Alternatively, the slopt: face may be compacted by backrolling at inter- vals of 4 feet or less in vertical slopi;! height, or as dictated by the capability of the available equipment, whichever is less. Fill slopes should be backrolled utilizing a con- ventional sheepsfoot-type roller. Care should be taken to maintain the desired moisture conditions and/or reestablish them, as needed, prior to backrolling. I 06641002 R.doc 8.1.7. Site Runoff Site runoff should not be permitted to flow over the tops of slopes. Positive drainage should be established away from the top of slopes. This may be accomplished by utiliz- ing brow ditches placed at the top of slopes to divert surface runoff away from the slope face where drainage devices are not otherwise available. The on-site soils will be highly susceptible to erosion. Therefore, the project plans and specifications should contain design features and construction requirements to mitigate erosion of on-site soils during and after construction. Slopes and other exposed ground surfaces should be appropriately planted with protective ground cover consisting of a combination of shallow and deep rooted vegetation in accordance with the landscape architect's recommendations. The erosiion potential of the slope face may be improved by considering the use of an intermediate geogrid or geotextile. 11 - - - - El Camino Real Widening, Sprague Property Carlsbad, California 8.2. Pre-Construction Conference December 31, 2009 Project No. 106641002 We recommend that a pre-construction meeting be held prior to commencement of construc- tion activities. The owner or his representative, the agency representatives, the architect, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the plans, the project, and the proposed construction schedule. 8.3. Plan Review and Construction Observation The conclusions and recommendations presented in this report are based on analysis of ob- served conditions in widely spaced exploratory excavations. If conditions are found to vary from those described in this report, Ninyo & Moore should be notified, and additional recom- mendations will be provided upon request. Ninyo & Moore should review the final project drawings and specifications prior to the commencement of construction. Ninyo & Moore should perform the needed observation and testing services during construction operations. The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide geotechnical observation and testing services during construction. In the event that it is decided not to utilize the services ofNinyo & Moore during construction, we request that the selected consultant provide the client with a letter (with a copy to Ninyo & Moore) indicating that they fully understand Ninyo & Moore's recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. Construction of proposed improvements should be performed by qualified subcon- tractors utilizing appropriate techniques and construction materials. 9. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or im- plied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and 106641002 R.doc 12 El Camino Real Widening, Sprague Property Carlsbad, California December 31, 2009 Project No. 106641002 conditions· not observed or described in this report may be encountered during construction. Uncertain- ties relative to subsmface conditions can be reduced through additional subsmface exploration. Additional subsmface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government ac- tion or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no controls. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. 106641002 R,doc 13 - - - - - - El Camino Real Widening, Sprague Property Carlsbad, California 10. REFERENCES December 31, 2009 Project No. 106641002 California Building Standards Commission (CBSC), 2007, California Building Code (CBC), Ti- tle 24, Part 2, Volumes 1 and 2. California Department of Conservation Division of Mines and Geology (CDMG), 1998, Maps of Known Active Fault Near-Source Zones in California and Adjacent Portions of Nevada: dated Febmary. Cao, T., Bryant, W.A., Rowshandel, B., Branum, D., and Wills, C.J., California Geological Sur- vey (CGS), 2003, The Revised 2002 California Probabilistic Seismic Hazard Maps. County of San Diego, 1963, Topographic Survey, Sheet 362-1671, Scale 1" = 200'. County of San Diego, 1975, Orthotopographic Survey, Sheet 362-1671, Scale l" = 200'. Geosoils, Inc., 1989, Preliminary Geotechnical Study, El Camino Real Near Chestnut, Carlsbad, California: dated September 11. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas: California Division of Mines and Geology, California Geologic Data Map Series, Map No. 6, Scale 1 :750,000. Kennedy, M.P. and Tan, S.S., 2005, Geologic Map of the Oceanside 30 x 60 Quadrangle, Cali- fornia, Scale 1: 100,000. Norris, R. M. and Webb, R. W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. Public Works Standards, Inc., 2006, "Greenbook," Standard Specifications for Public Works Con- struction. Tan, S.S., and Giffen, D.G, 1995, Landslide Hazards in the Northern Part of the San Diego Metro- politan Area, San Diego County, California, Oceanside and San Luis Rey Quadrangle: Scale 1 :24,000. Testing Engineers, 2006, Geotechnical Engineering Investigation Report, El Camino Real Wid- ening: dated May 31. Thielen, D.L., and Collin, J.G., 1993, Geogrid Reinforcement for Surficial Stability of Slopes, Proceedings of GeoSynthetics '93, Vancouver, BC, Canada. United States Department of the Interior, Bureau of Reclamation, 1998, Engineering Geology Field Manual. United States Geological Survey, 1968 (photo-revised 1975), San Luis Rey Quadrangle, Califor- nia, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000. United States Geological Survey, 2009 Ground Motion Parameter Calculator v. 5.0.9a, World Wide Web, http:/ /earthguake.usgs.gov/research/hazmaps/design/. 106641002 R.doc 14 El Camino Real Widening, Sprague Property Carlsbad, California AERIAL PHOTOGRAPHS December 31, 2009 Project No. 106641002 Source Date Flieht Numbers Scale United s::c~l~::ment of I April 11, 1953 I AXN-8M I 102 and 103 I I :20,000 106641002 R.doc 15 - - REFERENCE: 2005 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY, APPROXIMATE SCALE 0 2400 4800 FEET NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Map C Rand McNall , R.L.07-S-129 PROJECT NO. DATE 106641002 12/09 N A SITE LOCATION MAP EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA FIGURE 1 \ N A \ \ \ \ \ \ \ ': \ . \ APPROXIMATE SCALE 0 80 160 FEET NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE PROJECT NO. DATE 106641002 12/09 I I \ I \ / I • 1~A,y \ \ ~--··, ',, LEGEND -$-TP-6 APPROXIMATE LOCATION OF T0=17.0' EXPLORATORY TEST PIT B B' TD=TOTAL DEPTH IN FEET L____J CROSS SECTION TEST PIT LOCATION MAP EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA - REFERENCE: BUREAU VERITAS. FIGURE -2 - A 320 290 i=" w w !:!::. z 0 260 ~ ...J w 230 200 APPROXIMATE SCALE 0 30 - UNDOCUMENTED FILL TO BE REMOVED 8' REINFORCED ZONE ~ > ✓,7----- PROPOSED / / - GRAD~ / // // / / /// // / / / / Qaf TD=10.5' Tsa EXISTING GRADE A' 320 290 ?--· 260 ~3°BEDDING /_J1 MUDSTONE ---\--LAYER POSSIBLE / 60 FEET \. ________ _, 1 l-30'-l KEY BACK CUT TO BE LEGEND TP-4 l TD=9.5' BENCHED APPROXIMATE LOCATION OF EXPLORATORY TEST PIT TD=TOTAL DEPTH IN FEET Qaf FILL Tsa SANTIAGO FORMATION 230 200 NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE l(ln9a•1(t••r• CROSS SECTION A-A' PROJECT NO. 106641002 DATE 12/09 EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA - i=" w w !:!::. z 0 i= <! > w ...J w FIGURE 3 ... Cl .., 0 - B 300 280 ~ TP-2 I 8' REINFORCED ZONE, l-?--\ .,,,.,,,.,,,// Qvop --~7?---- .,,,✓ / / </ /~ PROPOSED .,,, .,,, / // TD=7.5' Tsa GRADE'-...,.,..,,,✓,..__ ,,L. /L .,. 7 /~1 -.,,,✓ / / 1 EXISTING /GRADE -?---?-- w !:!:. z 0 ~ .,,,✓✓ • ./ ~ .,,,"_/ -/ ~ 260 -~=-----30-;-------r/ BACKCUTTOBE I KEY I BENCHED ~D= MUDSTONE LAYER POSSIBLE ....J w 240 220 APPROXIMATE SCALE 20 40 FEET LEGEND TP-2 l TD=7.5' APPROXIMATE LOCATION OF EXPLORATORY TEST PIT TD= TOTAL DEPTH IN FEET Qvop VERY OLD PARALIC DEPOSITS Tsa SANTIAGO FORMATION NOTE: ALL DIMENSIONS, DIRECTIONS ANO LOCATIONS ARE APPROXIMATE PROJECT NO. DATE 106641002 12/09 - CROSS SECTION B-B' EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA e· 300 280 260 240 220 ~ w !:!:. z 0 ~ ....J w FIGURE 4 - - - - gtf--L_EG_EN_D ____________________ _ N A al CALIFORNIA FAULT ACTIVITY ~J I;·· HISTORICALLY ACTIVE " HOLOCENE ACTIVE i LATE QUATERNARY (POTENTIALLY ACTIVE) QUATERNARY (POTENTIALLY ACTIVE) STATE/COUNTY BOUNDARY APPROXIMATE SCALE NOTES: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE 0 25 PROJECT NO. DATE 106641002 12/09 FAULT LOCATION MAP EL CAMINO REAL WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA CALIFORNIA 50 MILES FIGURE 5 · El Camino Real Widening, Sprague Property Carlsbad, California APPENDIXA TEST PIT LOGS Field Procedure for the Collection of Disturbed Samples December 31, 2009 Project No. 106641002 Disturbed soil samples were obtained in the field using the following methods. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified Split-Barrel Drive Sample][ The sampler, with an external diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer. The driving weight was permitted to fall freely. The samples were removed from the sampl,e barrel in the brass rings, sealed, and transported to the laboratory for testing. 106641002 R.doc - - -r, G5 C ::0 m .., ' ,_, ~· ----7r-~~re Explanation of Test Pit, Core, Trench and Hand Auger Log Symbols PROJECT NO. DATE SCALE: 1 inch = 1 foot r=-w w !6. :c I-(l. w 0 0 1 2 3 4 s CJ) w ..J (l. l I w ex: ::> I-Cl) CJ) C: 0 ~53 8 :: ffi! i:, ~ ~ ---- '--[I'~ ' ;_ ~ . 1 ~ y· .. ~ . ... xx/xx \ ... U::-z (.) e:. 0 ~-~ EXCAVATION LOG (.) ~ ci5 _(.) LI. . . EXPLANATION SHEET z -CJ) w CJ) • 0 CJ) ::> ~ & (.) 0 SM FILL: Bulk sample. 1------------D~hed line denotes material change. -ML Drive sample. Sand cone performed. Seepage Groundwater encountered during excavation. No recovery with drive sampler. Groundwater encountered after excavation . Sample retained by others. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches No recovery with Shelby tube sampler. SM ALLUVIUM Solid line denotes unit change. Attitude: Strike/Dip b:Bedding c: Contact j: Joint f: Fracture F:Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Sheared Beddin1? Surface The total depth line is a solid line that is drawn at the bottom of the excavation loll'. Teslp/1 explanalioo.xb "Tl GS C ::0 m ),> ..... l(ln9a11clft.D&re TEST PIT LOG EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA PROJECT NO. DATE 106641002 12/09 \ I I I I I I 1 \ \ \ \ \ I \ I \ I \ \ I ' I ' ........__ / ~ SCALE-.ft. -I-w w LL -J: I-a.. w 0 V 2 4 6 8 10 1? (/J w -DATE EXCAVATED ...J LL 11/5/09 TEST PIT NO. TP-1 a.. -(.) z ~ ';I:. a.. 0 <( --~ Cl) GROUND ELEVATION 290'± (MSL) LOGGED BY (/J w ~ RTW 0:: (.) . ::> ci5 -(.) METHOD OF EXCAVATION LL , BACKHOE WITH 24" BUCKET Q) I-z -(/J C: C: (/J w (/J • .lo:: Q) 0 5 0 (/J ::> ~->(.) ::5 LOCATION ;:: "'C ~ ~ SEE SITE PLAN 0 C: (.) (U 0 (/J DESCRIPTION SM FILL: Light brown, diy to damp, loose, silty fine to medium SAND. VERY OLD PARALIC DEPOSITS: Light reddish brown, damp, moderately cemented, silty fine-to coarse-grained SANDSTONE. @ 6' to 6.5': Layer of gravel and cobbles. In', 8.5': Sham contact with underlvinl!. SANTIAGO FORMATIQN: Light brown, moist, weakly cemented, silty fine-grained SANDSTONE. Total Depth= 9.6 feet. No groundwater encountered. No caving. Backfilled on 11/5/09. 1'yin90 &'l"aare Cf) w -DATE EXCAVATED 11/5/09 TEST PIT NO . ..J u.. TP-2 -Q. -(.) z I-::E ~ Q. 0 0 TEST PIT LOG w ~ --j::: • GROUND ELEVATION 290'± (MSL) LOGGED BY w w ~ <( Cf) RTW ~ a:: (.) . :::::, en -(.) METHOD OF EXCAVATION EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY I u.. . BACKHOE WITH 24" BUCKET Q) I-z _Cf) I-C: Cf) w Cf) • CARLSBAD, CALIFORNIA Q. ::l!!: 5i 8 Cf) :::::, w 5 0 0 ::, ·E: "C ::E ~ :5 LOCATION SEE SITE PLAN PROJECT NO. DATE r::ao C: (.) ca 0 106641002 12/09 Cf) DESCRIPTION I I I ( V SM FILL: Brown to light brown, damp, loose, silty fine SAND; scattered roots. VERY OLD PARALIC DEPOSITS: I Light reddish brown, damp, moderately cemented, silty fine-to coarse-grained SANDSTONE. 2 \ \ I ~ ✓ 4 @ 4': Layer of gravel and cobbles. ~ ~ ' ) .......... / 6 r---,.... ' I-SANTIAGO FORMATION: l 9.9 111.9 Light brown, moist, weakly cemented, silty fine-grained SANDSTONE; few .J clay . Total Depth= 7.5 feet. 8 No groundwater encountered. No caving. Backfilled on 11/5/09. 10 ::!J G) C ~ =r-I\) 1? SCALE = 1 in./2 ft. Tl cS C lt----------'-~-rin_,_,,,_1zl(t_L..__D_ar_e _ __j 1 i=' TEST PIT LOG tfi U) LU ...J a.. ! --.ft. - 11----------------------------ll !:!:. 1-----r--.-~ w ~ ::> J: ~ ~ ~ ~c:o u, w 3 ~(.) o EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA n---=-=---:------------,-----------ll O Ill ·c: "C :;E 0 i PROJECT NO. DATE 106641002 12/09 U) V -LL z ~ 0 > ~ cri ~ (.) . en ~ ~ z U) • ~ U) ::> ~ ct 0 DATE EXCAVATED _ ___;;;.1~1/5:.:.../0=9 __ TEST PIT NO. TP-3 GROUND ELEVATION 289'± (MSL) LOGGED BY RTW ------- METHOD OF EXCAVATION BACKHOE WITH 24" BUCKET LOCATION SEE SITE PLAN DESCRIPTION SM FILL: \ I I \ I I / I t----+----+--------1,·Brown, dry to damp, loose, silty fine SAND; scattered debris including broken concrete, rebar, etc. ' I ' ' 11-----------t----tt---t-----+-----l---l-+----l----...ll-3 VERY OLD PARALIC DEPOSITS: Li~t reddish brown, damp, moderately cemented, silty fine-to medium- gramed SANDSTONE. 6 ) ..... 9 \ ~ '-----I ......... ., 12 '-...I_./ 1--------+----+------1. SANTIAGO FORMATION: Light brown, damp to moist, weakly cemented, silty fine-grained ,SANDSTONE. Total Depth= 12.8 feet. 11-----------t----t---+----+---+---+----l---~L-15,____,__, No groundwater encountered. No caving. Backfilled on 11/5/09. 1Sl SCALE=wft. "Tl c5 C :,J m ~ 1'jin9aa.~oore TEST PIT LOG EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA PROJECT NO. DATE 106641002 12/09 \ \ I \ I ' I \ / \ I \ I \ I ' \ j \ J "' '--./ SCALE -1 in./2 ft. (/) w ..J f=" CL. :lE w <C w (/) LL -::c I-CL. .:.:::c w -g! Cl ~-i:: Cl V 2[ --4 6 8 IO 1? G:' DATE EXCAVATED 11/5/09 TEST PIT NO. TP-4 -(..) z '#. CL. 0 --~ . GROUND ELEVATION 286'± (MSL) LOGGED BY w ~ <C (/) RTW Ck:: (..) . ::::, ci5 _(..) METHOD OF EXCAVATION Q) LL • BACKHOE WITH 24" BUCKET I-z -(/) C (/) w (/) . 0 (/) ::::, (..) 0 Cl <C LOCATION SEE SITE PLAN -c :lE 1l: ..J C (..) cu Cl (/) DESCRIPTION SM FILL: Brown, damp to moist, loose, silty fine SAND; abundant broken concrete rubble, broken glass, pieces of pipe, rock and other debris. - >-- Scattered zones of light gray material. Total Depth= 9.5 feet. No groundwater encountered. Caving in rubble. Backfilled and tamped on 11/5/09. .,, TEST PIT LOG EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY CARLSBAD, CALIFORNIA C/J UJ ...J a. ::iE ~ --;ft. -UJ 0:: :::, I ~ I-t ~c:o C/J UJ :i g?U 0 11-----==:-=--:=-==-:-:--=-----,------------ll Cl m ·c: -o ::iE PROJECT NO. 1 DATE Cl fij ' \ \ 106641002 12/09 C/J I \ ( \ : I I / ,/ / / // / 2 I _, -I -J I 4 7 6 \ :-+-----+--+--+----U-----l~g \ ' J r----t-----t---...P..........._~-f------+---l--~~+--------11-101--1-----1---1 ........... ,...c_-i-_ ___... / G5 $!r----t---+--+---~--l----l--------1----ll- m ~ Cl> 1? SCALE -.2 ft. -LL (.) a. -~ ci5 z UJ Cl ~ Cl z 0 j:: . <( C/J (.) . _(.) LL • -C/J C/J • C/J :::, ~ (.) DATE EXCAVATED __ l_l/...:..5...:../0.:....9 __ TEST PIT NO. GROUND ELEVATION 284'± (MSL) LOGGED BY METHOD OF EXCAVATION BACKHOE WITH 24" BUCKET LOCATION SEE SITE PLAN DESCRIPTION TP-5 RTW SM FILL: Brown to light brown, damp to moist, loose, silty fine SAND· scattered debris including broken glass, concrete rubble, wood, cans, etc. ' Caving between 3 feet and 10 feet; abundant concrete (up to 24 inches wide) asphalt chunks and other debris. ' Total Depth= 10.5 feet. No groundwater encountered. Caving from 3 feet to 10 feet. Backfilled and tamped on 11/5/09. ~in90&~1111re Cf) w -DATE EXCAVATED ..J LL 11/5/09 TEST PIT NO. TP-6 -0.. -t) z I-~ ';fl. 0.. 0 TEST PIT LOG w <( --~ CJ) GROUND ELEVATION 289'± (MSL) LOGGED BY w Cf) w ~ RTW LL. er:: t) . -ci5 _t) EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY J: (I) ::> LL • METHOD OF EXCAVATION BACKHOE WITH 24" BUCKET I-z -Cf) I-C: Cf) • CARLSBAD, CALIFORNIA 0.. .¥: C: 0 Cf) w Cf) ::> w -!e t) 0 Cs <( LOCATION SEE SITE PLAN Cs &l ·c: -0 ~ & ..J PROJECT NO. DATE Cs C: t) ctl Cs 106641002 12/09 Cf) DESCRIPTION I V SM FILL: Dark brown, damp to moist, loose, silty fine SAND· few cobbles· scattered debris (broken glass, concrete, rubble, wood debris ~d brick). ' 3l ..- '-6 \ 9 \ \ 12 \ \ 15 "Tl SANTIAGO FORMATION: c5 Light brown, moist, weakly cemented, silty fine-to medium-grained C j SANDSTONE. ~ "r-/ Total Depth -17 feet. =!> ...., No groundwater encountered . lR No caving. Bacfilled on 11/5/09. SCALE -1 in./3 ft. El Camino Real Widening, Sprague Property Carlsbad, California Classification APPENDIXB LABORATORY TESTING December 31, 2009 Project No. 106641002 Soils were visually and texturally classified in accordance with the Unified Soil Classification System in general accordance with ASTM D 2488-00. Soil classifications are indicated on the logs of the exploratory test pits in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the ex- ploratory borings were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory test pits in Appendix A. Gradation Analysis Gradation analysis tests were performed on selected representative soil samples in general accor- dance with ASTM D 422. The grain-size distribution curves are shown on Figures B-1 and B-2. These test results were utilized in evaluating the soil classifications in accordance with the Uni- - fied Soil Classification System (USCS). - Direct Shear Test A _direct shear test was performed on a relatively undisturbed sample in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of selected material. The sample was inundated during shearing to represent adverse field conditions. The results are shown on Figure B-3. 106641002 R.doc - - GRAVEL SAND FINES I Coarse Fine coarse Medium Fine SILT CLAY I U.S. STANDARD SIEVE NUMBERS HYDROMETER 3" 'Z 1½" 100.0 1" ¾" 14■J II 4 8 16 30 50 100 200 I I I I I I I ~ I I I 90.0 I Ii I I I I I I I I I I I \! I I 80.0 1, I I ii I II I I I I II I II I ,, I - I I I I I I I I I I !i: 70.0 II I I I I I (!) I I I I I I I I I I I w s: 60.0 I I 11 I I I I ~ I I I I I I I I I ~ I I 0:: 50.0 UJ I I I I I II z u:: I I I I I I I I I \ I I !z 40.0 I II I I I 1, I UJ I I I I I I I I I I\._ I I (.) 0:: 30.0 I I I I '~ UJ 0. 20.0 I I I I I I I I I I I I I I I I I I I I 10.0 I I I I I I I I I I I I I I I I I I I I I I 0.0 II I I I I I I 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Sample Depth Liquid Plastic Plasticity D10 D:io Dfltl Cu c. Passing Equivalent Symbol Location (fl) Limit Limit Index No.200 uses (%) • TP-2 6.5-7.5 -------------18 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 -}(ln90&1f..Oo-ra GRADATION TEST RESULTS FIGUH!E PROJECT NO. DATE 8-1 EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY 106641002 12/09 CARLSBAD, CALIFORNIA 1068'1002 SIEVE TP-2 0 8.>7.5.xls I GRAVEL SAND FINES l r Coarse Fine Coarse Medium Fine SILT CLAY I U.S. STANDARD SIEVE NUMBERS HYDROMETER 100.0 3" 2' 1½" r ¾· % .. -%" 4 8 16 30 50 ·100 200 I I I I I I ... ,_ r;. r-----1 I I 90.0 I I II I I I I I I I I I I I ~ I I 80,0 I I I I ~--I --I I I I I I I I I I I I I I I\ I I t-70.0 I I :I: II I I I I I\ I el I I I I I I I I I I I ~ \ 60.0 I I I I \ I II lo I I I I I I I I I I I a: 60.0 w I I I I 1\i z ii: I I I I I I I I I I t-40.0 !l I II I z II I I I"\ UJ I I I I I I I I I I t) a: 30.0 I I I I I UJ a. 20.0 I I I I I I I I I I I I I I I I I I I I I I 10.0 I I I I I I I I I I I I I I I I I I I I - 0.0 II I I I I I 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Symbol Sample Depth Liquid Plastic Plasticity Dw Cu c. Passing uses I Location (It) Limit Limit Index D10 D30 No.200 (%) I • TP-6 2.0-3.0 -------------30 SM I PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 l(ln9a&}V\oo .. a GRADATION TEST RESULTS FIGURE PROJECT NO. DATE B-2 EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY -106641002 12/09 CARLSBAD, CALIFORNIA 1081141002S1EVETP.f O 2~3.0.xls -5000 4000 / / ~ ~ / II"' , -' ,,, LL (/) ..,,, ' e:_ 3000 (" lo-' (/) • (/) .A / w 0:: L, I-V, ,, (/) / // 0:: ~ ' uS 2000 ./ ,, / :c (/) / ~ V / / ,, 1000 V / ,;-. / ,,,. -~ ~ ,, / -0 / 0 1000 2000 3000 4000 5000 NORMAL STRESS (PSF) Description Symbol Sample Depth Shear Cohesion, c Friction Angle, cj> Soil Type location (ft) Strength (psf) (degrees) Silty SANDSTONE -TP-2 6.5-7.5 Peak 420 37 Formation Silty SANDSTONE --x -. TP-2 6.5-7.5 Ultimate 0 36 Formation PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 -1(ln90&1ft.OO-re DIRECT SHEAR TEST RESULTS FIGURE PROJECT NO. DATE B-3 EL CAMINO REAL ROAD WIDENING, SPRAGUE PROPERTY 106641002 12/09 CARLSBAD, CALIFORNIA 106641002 SHEAR TP•2@ 6.5-7.5.xls - - APPENDIX B PERMITS EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 DEPARTMENT OF THE ARMY REPLY 10 ATTENTION OF: Office of the Chief Regulatory Division Los Angeles District, Corps of Engineers San Diego Section, carlsbad Field Office 6010 Hidden Valley Rd., Suite 105 C8rlsbad, CA 92011 January 21, 2010 DEPARTMENT OF THE ARMY NATIONWIDE PERMIT AUTHORIZATION Eva Plajzer City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Dear Ms. Plajzer: This is in reply to your application (File No. SPL-2008-01075-SAS) dated October 24, 2008, for a Department of the Army Permit to discharge fill into waters of the U.S., in association with the El Camino Real Widening Project per the attached figures (Enclosure 1). The proposed work would take place within two unnamed, intermittent tributaries to Agua Hedionda Creek, between Tamarack and Chestnut Avenues on El Camino Real, in the City of Carlsbad, San Diego, California. Based on the information you have provided, the Corps of Engineers has determined that your proposed activity complies with the enclosed terms and conditions of Nationwide Permit No. 14, Linear Transportation Projects, as described in Enclosure 2. SpecificaHy, you are authorized to: 1. Place storm drain headwalls and associated energy dissipaters within the two unnamed tributaries to Agua Hedionda Creek in the project area as depicted in the attached figures (Enclosure 1), totaling 0.03 acre of permanent fill. Furthermore, you must comply with the following non-discretionary Special Conditions: - - - - - -2- Construction: 1. The Permittee shall clearly mark the limits of the workspace with flagging or similar means to ensure mechanized equipment does not enter avoided waters of the U.S. Adverse impacts to waters of the U.S. beyond the Corps-approved construction footprint are not authorized. Such impacts could result in permit suspension or revocation; administrative, civil or criminal penalties; and/or substantial, additional, compensatory mitigation requirements. Endangered Species Act and Migratory Bird Treaty Act: 2. This Corps permit does not authorize the take of any federally listed species as threatened or endangered species, or adversely modify their designated critical habitat. In order to legally take a listed species, you must have separate authorization under the Endangered Species Act (ESA) {e.g. ESA Section 10 permit, or a Biological Opinion (BO) under ESA Section 7, with "incidental take" provisions with which you must comply]. Cultural Resources: 3. Pursuant to 36 C.F .R. section 800.13, in the event of any discoveries during construction activities of human remains, archeological deposits, or any other type of historic property, the Permittee shall notify the Corps Project Manager, Ms. Shanti Santulli at 760-602-4834 and the Corps Archeology Staff, Steve Dibble at 213-452-3849, John Killeen at 213-452-3861, or Amy Holmes 213-452-3855, within 24 hours of the find. The Pennittee shall immediately suspend all work in any area(s) where potential cultural resources are discovered. The Permittee shall not resume construction in the area surrounding the potential cultural resources until the Corps re-authorizes project construction, per 36 C.F.R. section 800.13. Regional Water Control Board: 4. The Permittee must comply with the conditions specified in the water quality certification No. 0BC-074, issued by the Regional Water Quality Control Board December 17, 2009, for your project as a special condition to this permit. Non-compliance with any of the special conditions outlined in the above mentioned certification will be considered non-compliance and would result in possible revocation of this Corps permit. Post-Construction: 5. Within 45 calendar days of project completion, the Permittee shall submit to the Corps a memo including the following: 1. As-built construction drawings with an overlay of waters of the U.S. that were impacted, 2. Dated and labeled photographs of waters of the U.S. that are impacted (including latitude and longitude coordinates), -3- 3. A summary of all project activities which documents that authorized waters impacts were not exceeded, and demonstrates compliance with all permit special conditions listed above, and 4. A completed Certification of Compliance Form (attached). This letter of verification is valid through January 21, 2012. All nationwide permits expire on March 18, 2012. It is incumbent upon you to remain informed of changes to the nationwide permits. li the Corps of Engineers modifies, reissues, or revokes any nationwide permit at an earlier date, we will issue a public notice announcing the changes. A nationwide permit does not grant any property rights or exclusive privileges. Also, it does not authorize any injury to the property or rights of others or authorize interference with any existing or proposed Federal project. Furthermore, it does not obviate the need to obtain other Federal, state, or local authorizations required by law. Thank you for participating in our regulatory program. If you have any questions, please contact Shanti Santulli of my staff at 760-602-4829 or via e-mail at Shanti.A.Santulli®usace.army.mil. Please be advised that you can now comment on your experience with Regulatory Division by accessing the Corps web-based customer survey form at: http://per2.nwp.usace.army.mil/survey.html. Sincerely, . ,,/;--· / !,~ \ (. t ~/'--- Terry Dean South Coast Branch San Diego Section Regulatory Division U.S. Army Corps of Engineers Enclosures: 1. Figures 2. NWP No. 14 Terms and General Conditions - - - - - -4- LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS CERTIFICATION OF COMPLIANCE WITH DEPARTMENT OF THE ARMY NATIONWIDE PERMIT Permit Number: SPL-2008-01075-SAS Name of Permittee: City of Carlsbad, Eva Plajzer Date of Issuance: January 21, 2010 Date of Expiration: January 21, 2012 Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: U .S Army Corps of Engineers Regulatory Division ATTN: CESPL-RG-SPL-2008-01075-SAS Los Angeles District, Corps of Engineers San Diego Section, Carlsbad Field Office 6010 Hidden Valley Rd., Suite 105 Carlsbad, CA 92011 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 nationwide permit you may be subject to permit suspension, modification, or revocation procedures as contained in 33 CFR 330.5 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit condition(s ). Signature of Permittee Date Orange County Camp Pendleton A -C:::IIS:::::JMiles Vo 4 a Fallbrook USA Mexico B Camino Real Widening Project -Joint Permit Application I FIG~RE I Regional Map - • - - • le· .. -1·-~--;f1)#,: ( ~~" .. (; .. ~v~ ... ,:, ~-."E.1 (;am/'l(o: :' i)'• _.,,r. < CGunhy Cl•b. ~ . --•.r-. "'b-r_ :· ,. ,,, ., ... . •\,.·:;,-, n ·I .. , ) -i ) ~~ ( ·.i~ ~) -~·. .r~..,. ,,. \ • ·,. ~ (°-Re...-, - ... ...:-- .. _., t 7'- I . ( ., -- ' ., 1_._ ,, ,, I ,. .A ; ! ., ·\\~7 , ,>-' SOURCE: USGS; 7.5 ~in~e~riea,San L~~~ R_ ey 9~~~rangle . -· :.--1 ' 't'--~--\ "'' . ···-•-.\. \ ····•· ....... , __ . ·-.-.r..-'. { J • ; •• -· ":!. -f , ,, -, -, --- ·- -- ~~: ., ~ l :r 'J:;; • ..,• f ':! . )'• .. ./ ' ..... ,,, • _., J f\ ) ! .. r \ I El Camino Real Widening Project • Joint Permit Application I FIG~R• I Vicinity Map l BASE SOURCE. D«ryman & Henigar, Oeumbor 2005 ~ ! i • ~ I l ~ o--,•so==~- /\I" El C.mlno Real APE Lmib /'/ Coetlal Zone Bourdary • DataSlalk>n Jurl1cllctklnal Delineation Jurisdictional Waters of the U.SJState -Sou1hem Wilow Scrub ec,hetne<al Walers -Sou1hem WIiow Saub (COFG o~ly) lnlenniltent Wa1611 D claturbad Southern WIiiow Saub (COFG only) - El Camino Real Widening Project • Joint Permit Application I FIGURE I Jurisdictional Delineation Map 3 - dCSS .. l> ;r .. .. I .. n " .. < rn TOPO SOURCE: Benyman & Honiga,. -2005 • OIIISlllion e o--40-==::i; ... -- EL CAMINO REAL VEGETATION TYPES/LAN0COVERS: AGL.: Annual Gree.i.nd CSS: Coaslal Sage Scrub dCSS: dlllufbtd Coettal S.ge Serub DEV: Developed DH: Dillurtod ... bi!AII EUC: EUQllyptus Woodland NGL: *live Grusland dNGL: dmturtlod NIIINe Gres•nd ORN:Oma..-i JURISOICTIONAL wen.ANDS -SWS: Soulhern WI-S<;tub -sws_ C: Soulhorn WIiiow SCrub (CDFO only) dSWS_C: ditlurbed Soolhem Willow Soul> (COFG only) Jurtsdlctlonal Waters of the U.S./State ---Ephemo<al Wllon Ephemenll Walen (concr..,.ff,.._,) ,,_nl'Natars -nt waiers (a,ncrato-lnod) Nole. tu'ntmt .ndicattt -'dlh ol chlw'IIII ...,..,U~11nwb. El Camino Real Widening Project • Joint Permit Application Jurisdictional Delineation Map with APE Impacts • Impact Area 1 i i ! 1 ' ~ I I -.,.__.._ __ TOPO SOURCE; 114nymon & Hen'91r. -2005 /\/ APEUmilS N Co1111lal ZOno Boundary f A ---==:::iFoet " "1 0 olO 80 - EL CAMINO REAL ' 2' \, 1·,, 0$10 ------------\~!' VEGETATION TYPES/LANDCOVERS: Ml'-'AMual GnrHlend CSS: Conllll Sage Scrub dCSS: disturbed CoHtal Sage Saul:> DEV: Developed OM: Dlllufbed Habitat EUC: Eucalyplls Woodland NGL: Nlllve Gtassland ~ ---DH dNGL: disturbed Nallve Orualana ORN: Oma menial JURISOICTIONAL WETI.ANOS -SWS: Soulhem Wilow Scrub -sws_c: Southern WIiiow Scrub (CDfG only) dSWS_C: cHoturbed Southern Willow Scrub {COFG only) --------~ Jurisdiction.I Wallffll of the U.SJState --eo-..- Ephernen,I WllerS (~ --· lnleima&nt WaloB lnlomlllent 'Nolors {c:onc,eta-linod) _, __ "_"'_ --- El Camino Real Widening Project • Joint Permit Application I FIGURE I Jurisdictional Delineation Map with APE Impacts . Impact 2 & 3 48 -- - css - I I -.---••..,__ >--•...._ •-.""'\ ~ . ../ .. ' css I TOPO SOURCE: Berryman & HonQaf. ~ 2005 I i i ~- • 0.Slallon I f l 0 o--"°==«J r:..t -- I ------------ I I I BIC VEGETATION TYPES/1.ANOCOVERS: AGL:AMual Grauland CSS: Co•tal S8go Scrub dCSS: disturbed Coattal Sage Saub DEV: Dewolopod OH: OillUrt>ed Habitat EUC: Eucalypl\Jt Woodland N~ NttlYe G..-nd dNGL: dillurbed NaliYC Gru11and ORN: Ornamental JURIBOICTIOMAL WETl.ANDS -sws· Southam Willow scrub -sws_c: Soulllem Wll<1w Saub (COFG only) dSWS_C: disturbed Soulhem W•ow Scrub (COFG only) I \__ ---css I Jl.riadictional W__,. of the U.SJStata ---• E~- -E~W.-(-.-11,.d) -··-lntannltoni w.,.-. -lntom,j!Qnl -(c:onc:ratHnod) ----'"-"'"------ El Camino Real Wideni,g Project • Joint Permit Application I FIGURE I Jurisdictional Delineation Map with APE Impacts -Impact Area 4, 5, 6 & 7 4c NOTTO'SCALE -- = -=:=;q;:<====c .=..;:+---- ..o+oo \ " ------·-~ STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS, 60% SUBMITTAL, JULY 2008 El Camino Real Widening Project -Joint Permit Application I FIGURE I Impact Area 1 Storm Drain Detail 5 - - - - - ' J STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS, 60% SUBMITTAL, JULY 2008 El Camino Real Widening Project • Joint Permit Application I FIGURE I Impact Area 2 Storm Drain Detail 6 STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS, 60% SUBMITTAL, JULY 2008 El Camino Real Widening Project -Joint Permit Application I FIGURE I Impact Area 3 Storm Drain Detail 7 - - - - - i i\,, : l · STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS, 60% SUBMITTAL, JULY 2008 ;1· I • I -- El Camino Real Widening Project -Joint Permit Application I ••G~RE I Impact Area 4 Storm Drain Detail \ t I I STORM DRAIN PROFILE NOT TO SCALE / I I I STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS. 60% SUBMITTAL, JULY 2008 - - l l . ,I /: ) : El Camino Real Widening Project -Joint Permit Application I AGURE I Impact Area 5 Storm Drain Detail 9 e - - - STORM DRAIN PROFILE NOTTO SCALE ---- STORM DRAIN PLAN VIEW NOTTO SCALE SOURCE: BUREAU VERITAS. 60% SUBMITTAL, JULY 2008 El Camino Real Widening Project • Joint Permit Application I FIGURE I Impact Area 6 Storm Drain Detail 1 O 80URCE: BUReAU 1/ERITAS, JlllY 2008 -- ~ --------_, e ~ WAt/TU,..IIIIMI a:r::m -·-illB __ ...., • ,,__,. _ __ ..,, -_.__ ~ ~ ~-----,.,_., f!l!....._ ,..._ _"'.,,., ~ fJDWNI CIDlaCIL aft ~m , ' 1' ---_...,_ ~-- El Camino Real Widening Project • Joint Permit Application I FIGURE I BMP Location Map (North Half) 11 A - - ~ ~ _ _, , I 1& I - SOURCE: 8UREAU"1:RITAS, JIJlYaool ~ --~-11!1()1 ----· IIO.tSM a ..... -·-------,....,_..., ------............... -·· ta.re.~~ .. ------~- 9 m::m 11111 • -• !!.t!..... ~m - -- El Camino Real Widening Project • Joint Permit Application I FIGURE I BMP location Map (South Half) 11 B Enclosure 2: NATIONWIDE PERMIT NUMBER(S) NWP If Linear Transportation Projects. TERMS AND CONDITIONS 1. Nationwide Permit(s) NWP 14 Linear Transportation Projects. Terms: Your activity is authorized under Nationwide Permit Number(s) NWP 14 Linear Transportation Projects subject to the following temlS: 14. Linear Transportation Projects. Activities required for the construction, expansion, modification, or improvement of linear transportation projects (e.g., roads, highways, railways, trails, airport runways, and taxiways) in waters of the United Stat:es. For linear transportation projects in non-tidal waters, the discharge cannot cause the loss of greater than 1/l-acre of waters of the United States. For linear transportation projects in tidal waters, the discharge caimot cause the 1065 of greater than 1/3-acre of waters of the United States. Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills, and work necessary to construct the linear transportation project. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. 'This NWP cannot be used to authoril~ non-linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings, parking lots, train stations, or aircraft hangars. Notification: The permittee must submit a pre-construction notification to the district engineeJ· prior to commencing the activity if: (1) the loss of waters of the United States exceeds 1/10 acre; or (2) there is a discharge in a spedal aquatic site, including wetlands. (See general rondition 27.) (Sections 10 and 404) Note: Some discharges for the construction of farm roads or forest roads, or temporary roads for moving mining equipment. may qualify for an exemption under Section 404(f) of the Qean Water Act (see 33 CFR 323.4). Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as appropriate, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should ah10 contact the appropriate Corps district office to determine the status of Oean Water Act Section 401 water quality - certification and/or Coastal Zone Management Act consistency for an NWP. 2. Nationwide Permit General Conditions: The following general conditions must be followed in order for any authorization by an NWP to be valid: 1. Nll'Digation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that. if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocat:e, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aqu4ltic Lift Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 3. Spmoning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorwed. 4. Migratory Bird Brading Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must - - - - 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. be avoided to the maximum extent practicable. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. Suitable Material No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Oean Water Act). Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. Adverse Effects From Impoundmtnts. 1f the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. Management of Water Flows. To the maximum extent practicable, the preconstruction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the preconstruction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturban~. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. Rem6val of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre- construction elevations. The affected areas must be revegetated, as appropriate. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 16. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 17, Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or criticaJ habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees shall notify the district engim!er if any listed species or designated critical habitat might be affected A or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the • activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-lisb:!d endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s) of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non-Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shal1 not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. {d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add spedesspecific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under t:he ESA. In the absence of separate authorization ( e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, both lethal and non- lethal "takes" of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide Web pages at http://www.fws.gov/ and http://www.nOR11.guvlfismries.html respectively. 18. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedurt:!S for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. - (c) Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the preconstruction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps, the non- Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective perm:ittee within 45 days of receipt of a complete preconstruction notification whether NHP A Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106 consultation is complleted. (e) Prospective permittees should be aware that section U0k of the NHPA (16 U.S.C. 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHP A, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP}, det:errnines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, explaining the degree of damage to the integrity of any - - - - 19. historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO(fHPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. Designated Critical Resource Waters. Critical resource waters include: NOAA-designated marine sanctuaries, National Estuarine Research Reserves, state natural heritage sites, and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the district engineer after notice and opportunity for public comment. The district engineer may also designate additional critical resource waters after notice and opportunity for comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, and 50 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 27, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 20. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10 acre and require preconstruction notification, unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. For wetland losses of 1110 acre or less that require pre-construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. ( d) For losses of streams or other open waters that require pre-construction notification, the district engineer may require compensatory mitigation, such as stream restoration, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1,2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1,2 acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases, the mitigation provisions will specify the party responsible for accomplishing and/or complying with A the mitigation plan. W (h) Where certain functions and s~rvkes of waters of the, United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of- way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 21. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additilonal water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22. CORStal ZAne Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zom! management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 23. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tnl>e, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 24. Use of Multiple Nationwide .Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if ,1 road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage Joss of waters of the United States for the total project cannot exceed 1/.3-acre. 25. Transfer of Nationwide Permit Verifications. If the permitteti sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate A Corps district office to validate the transfer. A copy of tht! nationwide permit verification must be attached to the letter, and W the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwtde permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (D,1te) 26. Compliance Certification. Each permittee who received an NWP verification from the Corps must submit a signed certification regarding the oompleted work and any required mitigation. The certification form must be forwarded by the Corps with the NWP verification letter and will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee certifying the completion of the work and mitigation. 27. Pre-Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt arid, as a general rule, will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, - ' - - - then the district engineer will notify the prospective permlttee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity: (1) Until notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) If 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the permlttee cannot begin the activity until receiving written notification from the Corps that is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(£)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. lf the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee cannot begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and, when provided, result in a quicker decision.); (4) The PCN must include a delineation of special aquatic sites and other waters of the United States on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters of the United States, but there may be a delay if the Corps does the delineation, especially if the project site is large or rontains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate; (5) If the proposed activity will result in the loss of greater than 1110 acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied. As an alternative, the prospective permlttee may submit a conceptual or detailed mitigation plan; (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non-Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre-COnstruction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include a11 of the information required in paragraphs (b )(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP 48 activities requiring pre-construction notification and for other NWP activities requiring preconstruction notification to the district engineer that result in the loss of greater than 1/.2-acre of waters of the United States, the district engineer will immediately provide (e.g., via facsimile transmission, overnight mail, or other expeditious manner) a copy of the PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific· comments. If so contacted by an agency, the district engineer will wait an additional 15 calendar days befoni making a decision on the preconstruction notification. The district engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The district engineer will indicate in the adminii..irative record associated with ead, preconstruction notification that the resource ager.cies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer wiU provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson-Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps multiple copies of pre-construction notifications to expedite agency coordination. (5) For NWP 48 activities that require reporting, the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e) District Engineer's Decision: In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If the proposed activity requires a PCN and will result in a Joss of greater than 1110 acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impa<:ts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are min~mal, after considering mitigation, the district engineer will notify the permittee and include any conditions the district engineer deems necessary. The district engineer must approve any comper.satory mitigation proposal before the permittee c:ommences work. If the prospective permittee elects to submit a comper.satory mitigation plan with the PCN, the district engineer will expeditiously review the proposed comper.satory mitigation plan. The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensuire no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (1) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) That the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (3) That the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-day PCN period. The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. - - - Regional Conditions for the Los Angeles District: In accordance with General Condition Number 23, "Regional and Case-by-Case Conditions," the following Regional Conditions, as added by the Division Engineer, must be met in order for an authorization by any Nationwide to be valid: 1. For coastal watersheds from the southern reach of the Santa Monica Mountains in Los Angeles County to the San Luis Obispo County/Monterey County boundary, all road crossings must employ a bridge crossing design that ensures passage and/or spawning of steelhead (Oncorhynchus mykiss) is not hindered in any way. ln these areas, bridge designs that span the stream or river, including designs for pier-or pile-supported spans, or designs based on use of a bottomless arch culvert simulating the natural stream bed (i.e., substrate and streamflow conditions in the culvert are similar to undisturbed stream bed channel conditions) shall be employed unless it can be demonstrated the stream or river does not support resources conducive to the recovery of federally listed anadromous salmonids, including migration of adults and smolts, or rearing and spawning. This proposal also excludes approach embankments into the channel unless they are determined to have no detectable effect on steelhead. 2. For the State of Arizona and the Mojave and Sonoran (Colorado) desert regions of California in Los Angeles District (generally north and east of the San Gabriel, San Bernardino, San Jacinto, and Santa Rosa mountain ranges, and south of Little Lake, Inyo County), no nationwide permit, except Nationwide Permits 1 (Aids to Navigation), 2 (Structures in Artificial Canals), 3 {Maintenance), 4 (Fish and Wildlife Harvesting, Enhancement, and Attraction Devices and Activities), 5 (Scientific Measurement Devices), 6 (Survey Activities), 9 (Structures in Fleeting and Anchorage Areas), 10 (Mooring Buoys}, 11 {Temporary Recreational Structures), 20 (Oil Spill Cleanup), 22 (Removal of Vessels), 27 (Stream and Wetland Restoration Activities), 30 (Moist Soil Management for Wildlife), 31 (Maintenance of Existing Flood Control Projects), 32 (Completed Enforcement Actions), 35 (Maintenance Dredging of Existing Basins), 37 (Emergency Watershed Protection and Rehabilitation), 38 (Cleanup of Hazardous and Toxic Waste) and 47 (Pipeline Safety Program Designated Time Sensitive Inspections and Repairs), or other nationwide or regional general permits that specifically authorize maintenance of previously authorized structures or fill, can be used to authorize the discharge of dredged or fill material into a jurisdictional special aquatic site as defined at 40 CFR Part 230.40-45 (sanctuaries and refuges, wetlands, mudflats, vegetated shallows, coral -reefs, and riffle-and-pool complexes). - 3. For all projects proposed for authorization by nationwide or regional general permits where prior notification to the district engineer is required, applicants must provide color photographs or color photocopies of the project area taken from representative points documented on a site map. Pre-project photographs and the site map would be provided with the permit application. Photographs should represent conditions typical or indicative of the resources before impacts. 4. Notification pursuant to general condition 27 shall be required for projects in all special aquatic sites as defined at 40 CFR Part 230.40-45 (sanctuaries and refuges, wetlands, mudflats, vegetated shallows, coral reefs, and riffle-and-pool complexes), and in all perennial waterbodies in the State of Arizona and the Mojave and Sonoran (Colorado) desert regions of California in Los Angeles District (generally north and east of the San Gabriel, San Bernardino, San Jacinto, and Santa Rosa mountain ranges, and south of Little Lake, Inyo County), excluding the Colorado River from Davis Dam downstream to the north end of Topock and downstream of Imperial Dam (Federal Register dated March 12, 2007 (72 FR 11092) -regional conditions requiring notification do not apply to Nationwide Permit 47). 5. Notification pursuant to general condition 27 shall be required for projects in all areas designated as Essential Fish Habitat by the Pacific Fishery Management Council (i.e., all tidally influenced areas -Federal .Register dated March 12, 2007 (72 FR 11092), regional conditions requiring notification do not apply to Nationwide Permit 47). 6. Notification pursuant to general condition 27 shall be required for projects in all watersheds in the Santa Monica Mountains in Los Angeles and Ventura counties bounded by Calleguas Creek on the west by Highway 101 on the north and east, and by Sunset Boulevard and Pacific Ocean on the south (Federal Register dated March 12, 2007 (72 FR 11092)-regional conditions requiring notification do not apply to Nationwide Permit 47). 7. Individual permits shall be required for all discharges of fill material in jurisdictional vernal pools. 8. Individual permits shall be required in Murrieta Creek and Temecula Creek watersheds in Riverside County for new Final Initial Study and Mitigated Negative Declaration El Camino Real Widening Project Tamarack Avenue to Chestnut Avenue City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Dudek 605 Third Street Encinitas, California 92024 FINAL INITIAL STUDY AND MITIGATED NEGATIVE DECLARATION for the EL CAMINO REAL WIDENING PROJECT Carlsbad, California Prepored for: CITY OF CARLSBAD 1635 Faraday Avenue Carlsbad, CA 92008 Prepored by: DUDEK 605 Third Street Encinitas, California 92024 JANUARY 2008 - - :- EIA Form -Part II Table of Contents Page No. Background ................................................................................................................................ 1 Project Description ..................................................................................................................... 2 Enviro111Tiental Impacts ......................................................................................... , .................. 18 I. Aesthetics ............................................................................................................... 29 II. Agricultural Resources ........................................................................................... 33 III. Air Quality ............................................................................................................. 34 IV. Biological Resources ............................................................................................. 37 V. Cultural Resources ................................................................................................. 47 VI. Geology and Soils .................................................................................................. 52 VII. VIII. IX. X. XI. XII. XIII. Hazards and Hazardous Materials ......................................................................... 54 Hydrology and Water Quality ................................................................................ 57 Land Use and Planning .......................................................................................... 61 Mineral Resources ................................................................................................. 63 Noise ...................................................................................................................... 63 Population and Housing ......................................................................................... 67 Public Services ....................................................................................................... 67 XIV. Recreation .............................................................................................................. 69 XV. Transportation/Traffic ..................................................................... : .... ; ................. 69 XVI. Utilities and Services Systems ............................................................................... 72 XVII. Mandatory Findings of Significance ...................................................................... 74 XVIII. Earlier Analysis Used and Supporting Information Sources ................................. 75 List of Mitigating Measures ..................................................................................................... 77 LIST OF FIGURES Figure 1 Figure 2 Figure 3 Figure 4 · Figure 5 Figure 6a Figure 6b Figure 6c September 2007 Regional Map .......•................ : .......................................... ~ ....................................... 3 V1c1n1ty Map ................................. , .......................................................................... 4 APE with Aerial Photograph ................................................................................... 5 APE Site Plan ............................................................................................. , ............. 7 Intersection Improvements ....................................................................................... 9 Landscape Concept Plan ........................................................................................ 12 Landscape Concept Plan ........................................................................................ 13 Landscape Concept Plan ........................................................................................ 14 4926-01 El Camino Real Widening Project Figure 6d Figure 7 Figure 8 Figure 9 Figure 9a Figure 9b Figure 9c Figure 9d Figure 10 EIA Form -Part II Table of Contents(Con't.) Landscape Concept Plan ........................................................................................ 15 Visual Simulation l ................. , .............................................................................. 31 Visual Simulation 2 ................... : .......................... : ................................................. 32 Biological Resources with APE Limits Index Map ............................................... 38 Biological Resources with APE Limits ................................................................. 39 Biological Resources with APE Limits ........ : ....................................................... .40 Biological Resources with APE Limits ...... : ......................................................... .41 Biological Resources with APE Limits .... : ........................................................... .42 Noise Measurement & Receiver Locations ........................................................... 64 LIST OF TABLES Table 1 Table 2 Table 3 Table 4 September 2007 Project Impa_cts to Vegetation Communities and Land Covers ............................. 37 Recommended Mitigation for Impacts to Sensitive Vegetation and Jurisdictional Waters ....................................................................................... 44 Project Impacts to Jurisdictional Areas ................................................................. .46 Permanent BMP Operation and Maintenance Requirements ................................ 59 4926-01 El Camino Real Widening Project ii - - - EIA Form -Part II ENVIRONMENTAL IMPACT ASSESSMENT FORM -PART II (TO BE COMPLETED BY THE PLANNING DEPARTMENT) CASE NO: CDP 07-22 HDP 07-02 SUP 07-04 HMPP07-08 DA TE: September 2007 BACKGROUND 1. CASE NAME: El Camino Real Widening Project 2. LEAD AGENCY NAME AND ADDRESS: City of Carlsbad. 1635 Faraday Avenue. Carlsbad CA 92008-7314 CONTACT PERSON AND PHONE NUMBER: Pam Drew. (760) 602-4644 3. 4. PROJECT LOCATION: El Camino Real, between Tamarack Avenue and Chestnut A venue in the City of Carlsbad. San Diego County. California. PROJECT SPONSOR'S NAME AND ADDRESS: City of Carlsbad. 1635 Faraday A venue Carlsbad CA 92008-7314 5. GENERAL PLAN DESIGNATION: Prime Arterial 6. ZONING: El Camino Real Corridor Overlay 7. OTHER PUBLIC AGENCIES WHOSE APPROVAL IS REQUIRED (i.e., permits, financing approval or participation agreements): The U.S. Army Corps of Engineers (ACOE) will consider the MND in its issuance of a Clean Water Act (CWA) Section 404 Nationwide Permit. The California Department of Fish and Game (CDFG) will consider the MNp in its issuance of a Section 1602 Stream bed Alteration Agreement.· Lastly. the San Diego Regional Water Quality Control Board (RWOC~) will consider the MND in approval of the Storm Water Pollution Prevention Plan (SWPPP) and a CWA Section 401 Permit. 8. PROJECT DESCRIPTION/ ENVIRONMENTAL SETTING AND SURROUNDING LAND USES: See attached project description September 2007 4926-01 El Camino Real Widening Project EIA Form -Part II Project Description-El Camino Real Widening Project This section provides a description of the proposed project, the environmental effects of which are evaluated in the Discussion of Environmental Evaluation Section of this MND. The site description and project location are described in this section, followed by a description of project characteristics and a summary of the discretionary approvals that would be required. Site Description and Background The El Camino Road Widening project site is located in the northeastern part of the City of Carlsbad, California (Figure 1, Regional Map and Figure 2, Vicinity Map). As shown in Figures 2 and 3 the project's Area of Potential Effects (APE) extends from Tamarack Avenue, at approximately 70 feet above mean sea level (AMSL) in the southeast to Chestnut A venue, at an elevation of approximately 300 feet AMSL in the north. The APE is the area within which potential environmental impacts would occur, including construction-related and potential long term effects. The APE is approximately 18.5 acres for the El Camino Real Widening Project. The length of the APE :from Tamarack Avenue to Chestnut Avenue is approximately 4,600 linear feet or 0.87 miles. El Camino Real was built in a small canyon between northwest-southeast trending hills. The site is located on the U.S. Geological Service (USGS) 7.5 minute San Luis Rey quadrangle map in projected sections 4, 5 and 9; Township 12 South, Range 3 West (Figure A 2). An isolated, intermittent blue line stream was mapped in the project area, running parallel W and east of El Camino Real and dissipating into the valley extending southward toward Agua Hedionda Creek into which Tamarack A venue was constructed. The APE lies within the Habitat Management Plan for Natural Communities in the City of Carlsbad (HMP) plan area. El Camino Real is classified as a Prime Arterial in the City's Circulation Plan. It is a four-lane divided roadway between Chestnut and Tamarack A venues. The posted speed limit is 55 miles per hour within the APE and a bus stop and bike lanes are provided. Curbside parking is prohibited .. Existing traffic volume along the project site is approximately 24,360 average daily traffic (LLG 2006). Residential development surrounds the APE. Aboveground utilities exist along the length of both sides of the APE and a concrete-lined drainage ditch occurs along a portion of the project's west side. There is a small grove of mature eucalyptus trees located at the northwest comer of the APE, and south of the eucalyptus grove, there are several private residences with a gravel- covered driveway connecting El Camino Real to asphalt-paved private driveways. The portion of the APE located south of the residences has steep slopes overlain by a relatively level · vegetated area. September 2007 4926-01 El Camino Real Widening Project 2 - - Orange County Camp Pendleton A ••==-•c:::::JMiles WO 4 8 Fallbrook Riverside County Alpine ;::; ... ~\\;:c••••· USA Mexico El Camino Real Widening Pro1ect · MNO 1 . I FIGURE I Regional Map - L L - El Camino Real Widening Project . MND I Fm3unE I APE with Aerial Photograph • EIA Form -Part II A drainage ditch is located along the southern half of the east side of the APE. A cleared area is maintained along the eastern edge of the drainage. A paved sidewalk runs along the east side of the APE, most of which is open space with a mix of native and non-native grasses and low shrubs. The northern portion of the east side of the project is a vertical cutbank. Project Description The City of Carlsbad (City) proposes to improve the section of EI Camino Real from Tamarack Avenue north to Chestnut Avenue. EI Camino Real is a major north/south roadway serving as a vital parallel circulation element to Interstate 5 (I-5) for the Cities of Encinitas, Carlsbad and Oceanside. As various developments including subdivisions have . occurred in the project vicinity, developers have been required to widen EI Camino Real to full prime arterial standards. This section of roadway, from Tamarack Avenue to Chestnut Avenue, is one of the few remaining sections of El Camino Real that has not been widened to its full width of 6 travel lanes with 3 northbound and 3 southbound lanes. The proposed roadway improvements would result in a total width of 126 feet including: • 8-foot-wide bike lanes on both sides of the roadway • three southbound lanes, 12 feet wide each • three northbound lanes, 12 feet wide each • an 18-foot-wide landscaped median island • 5 ½ -foot-wide sidewalks on both sides of the roadway • 4 ½-foot-wide native planted area (including a native planted swale) on both sides of the roadway In the middle section of the roadway, the roadway would transition between the previously discussed typical section to a modified width of 116 feet including: • a 6 ½-foot-wide bike lane on the west side of the roadway • a 5-foot-wide bike lane on the east side • three southbound lanes, 12 feet wide each • a 14-foot-wide landscaped median island • three northbound lanes, 11 ½ feet wide each • 5. ½-foot-wide sidewalks on both sides of the roadway • 4 ½-foot-wide native planted area (including a native planted swale) on both sides of the roadway The project proposes to keep the existing vertical profile of the road, and construction is anticipated to extend approximately 9 months. The project's site plan and APE is displayed in Figure 4. September 2007 4926-01 El Camino Real Widening Project 6 .... .. .J LEGEND AA.EA Of POTENTlAL EFFECT - Pre'.ened Alema1ive {Bolr,dary Lile) PROPOSED AC PAI/EMEITT PROPOSED PCC SIDE.WAU< PROPOSED RIP RAP r m BASIS w-:()fCCw-oc ~c--- ,, ~ ~ ~ w ~ OIII...B,D flllEl,£t ~ ~ ~ IW,Ul--°'1't. ::, ~ .i/Vl!:s:JI ~ a:-Jt[T e. en ~-:. r. OMiL',O ....._ I a:a,o,mi-:k ~ ~ --... , .. 11/lllfa> ------------------ : I _}-----------------------i ------·----------.___ ________ ~-.. -... -----· EL CAMINO REAL ROAD WIDENNG AREA of POTENTIAL EFFECT • - El Camino Real Widening Project -MND APE Site Plan • i....... L - EIA Fonn -Part II Additional characteristics of the proposed project are described below . Intersection Improvements. A traffic study was prepared for the subject project in April 2006 (LLG 2006). The purpose of the report was to analyze the operations at the two intersections along this segment of El Camino Real, for the existing conditions and Year 2030 conditions. The report then identified intersection improvements required to achieve acceptable level of service (i.e., LOS D). These intersection improvements were consequently incorporated into the project design. The 2030 traffic forecast analysis shows that in 2030, the El Camino Real/Tamarack A venue intersection would result in an LOS F during AM and PM peak hours (LLG 2006). As such, the project plans include an additional northbound and southbound thru lane on El Camino Real, and an additional northbound left-tum lane on El Camino Real at its intersection with Tamarack A venue, as shown in Figure 5. This improvement would improve the LOS at this intersection to LOS D or better in the AM peak hour and LOS C in the PM peak hour. Accommodating the additional northbound and southbound lanes, just north of the intersection, would consist primarily of re-stripfag the existing roadway, as sufficient width exists within the current roadway geometry. Associated signal modifications to accommodate the new lane configuration would also be provided. At the El Camino Real/Chestnut Avenue intersection, the project would result in the removal of the existing free right tum islands located at the northwest and southwest comers of the intersectfon and replace these with standard curb returns, pedestrian ramps, and associated signal modifications to accommodate the road widening improvements. These intersection improvements must satisfy Americans with Disabilities Act (ADA) requirements, and therefore, ramps that meet ADA gradient criteria would be constructed near the northwest and southwest comers to connect the improvements to existing sidewalks. Storm Drains. Currently, the roadway in the APE exhibits erosion on the embankment on the east side, pavement cracking and weathering, and bumps/sags. Storm water from the storm drains currently outlets at erosive velocities into a ditch east of the roadway. Storm drains within the APE would be replaced and/or improved, as shown in Figure 4. The project includes the placement of erosion protection in the ditch and/or construction of check dams within the ditch to remedy the issue. The pavement for the roadway would be overlaid with asphalt concrete and/or replaced with a full structural section as necessary. Brow ditches are proposed along the west side of El Camino Real to prevent hillside stormwater from flowing over the sidewalk and onto El Camino Real. The proposed locations are at Stations 513+50 and 536+00. The sizes of the brow ditches would vary from approximately 12-inch minimum depth to 24-inch maximum depth. September 2007 4926-01 El Camino Real Widening Project 8 L LEGEND II) -Traffic Signal BS -Bua stop 40 -f'our lone divided roadway RTOL-Right-tum Ovenop -----.-Existing lane Configuration ___...,_ Proposed Lane Configuration RE.V. 12/111/015 UDll291 F1C7-1.0WC SOURCE: LINSCOTT, LAW a: GMENSPAN EMG1NE1RS NORTH 0 NOT TO SCALE El Camino Real Widening Project -MND I ••a~RE I Intersection Improvements - --- - •-, --- EIA Form -Part II Lighting. Overhead lighting is proposed as part of the project. Lighting would be installed per applicable City standards for wattage and spacing. Each light pole would produce up to 22,000 lumens and would be staggered at 300-foot intervals along both sides of the project section of El Camino Real. Bus Stops. One existing North County Transit District (NCTD) bus stop located on the west side of El Camino Real just south of Chestnut A venue would be relocated as part of the project, although the specific location is in the process of being determined in concert with North County Transit District. It is assumed that the chosen location would not b~ located outside of the project APE. A second bus stop exists along the east side of El Camino Real north ofTainarack A venue. No improvements or alterations to this bus stop are proposed. Utilities. Depending on the availability of funding, the existing overhead power lines along the west and east sides of El Camino Real may be undergrounded as part of the project. Should funding be available at the time of construction, possibly as a joint cost sharing effort with SDG&E, the City would underground these electrical utilities. If a funding source for undergrounding is not located, the existing power poles along the west side, north of APN 207- 090-20, Station 526+00, are proposed to be relocated 5 to 10 feet to the west. The relocation or undergrounding of these poles is necessary to accommodate the proposed street widening. Grading. Minor grading would occur along the west side of El Camino Real to accommodate construction of proposed retaining walls, which are described below. Additional· grading behind and at the top of the retaining walls would occur to construct brow ditches and drainage facilities. The proposed grading at the top of the walls would be contoured to a 1.5: I or 2: 1 inclination to blend into the natural look of the existing terrain. The proposed grading would range from 5 to 8 feet in height above the top of wall. Both minor grading and major grading would occur on the east side of the project. Minor re- grading is required at two locations (at approximately Station 512+50 and Station 517+00) to stabilize the existing fill slope adjacent to the east edge of the roadway, which also represents the west edge of the existing drainage channel. These two locations are situated approximately in the middle third of the APE and represent distressed areas where slope failure (Station 512+50) and sloughing (Station 517+00) have occurred. The existing slope height at these areas varies from 5 feet or less to approximately 15 feet with the height generally increasing toward the north. Both of these areas would be over-excavated and reconstructed with reinforced earth or equal methods in accordance with the geotechnical report for the project to stabilize the slope and re-establish the initial slope inclination. Major grading is proposed along the northern segment of the east side of El Camino Real, predominantly across Assessor Parcel Numbers 167-230-24 and 167-230-25. Slope heights September 2007 4926-01 El Camino Real Widening Project 10 L I L L L EIA Form -Part II would range from 30 to 50 feet with the height increasing toward the south. The proposed grading will be contoured to a L5:1 or variable slope inclination and be graded in such a fashion as to replace the in-kind driveway access to the property. Retaining Walls. Retaining walls are proposed on the west side of El Camino Real in the approximate midpoint of the APE. A portion of the proposed retaining walls would be located outside of the project ROW, therefore, property acquisition of 6,946 square feet (0.16 acre) would be required on Czajkowski property (within parcel numbers 207-180-08, -09, -10, and - 12), which is located approximately 2000 feet south of the El Camino Real/Chestnut A venue intersection. The height of the retaining walls would vary from 6 feet to a maximum of 15 feet high. The specific wall types would be Caltrans cast-in-place concrete or masonry block cantilever with fascia for walls less than 10 feet in height. These have a concrete spread footing and a vertical retaining face. For walls over 10 feet in height, a tieback wall type would be implemented. This type of retaining wall is an anchored wall system that relies on steel bars grouted into the retained slope and a reinforced facing. The anchors are prestressed to provide an active clamping force. The facing is typically constructed with reinforced shotcrete or cast-in-place concrete, and is constructed with a "top-down" approach that does not require substantial excavation behind the wall face. The retaining walls are proposed to be built with a boulderscape architectural treatment and landscaping screening. Drainage systems would be included behind the walls to allow proper drainage of the adjacent hillside. Landscape Concept Plan. A Landscape Concept Plan has been prepared as part of the project to provide a transition between the ornamental landscape and natural landscape on either side of the project reach of El Camino Real. The Landscape Concept Plan takes into account the City's El Camino Real Corridor Development Standards by incorporating a median landscape treatment that continues adjacent median designs. The Landscape Concept Plan is displayed in Figures 6a through 6d. The specific objectives of the design include low water use, minimization of fire hazards, minimization of visual impacts of the proposed retaining walJs, and stabilization of disturbed slopes. Staging Areas. Staging areas for temporarily storing construction equipment would be identified during final design of the project, and would be located within previously paved areas within the APE. September 2007 4926-01 El Camino Real Widening Project 11 - - NATrVE 1 GALLON----.. ~COYER &TAMPl:D COLORED---.. CONCRETE PAVING TRl&T ANIA CGN=ERf'.a-----,. 24• eox RMAPWtoLEPI& 'PINK ..-,,.lf!i,,,il CLOUD' & GAL. / / / / / / / / / / / / / / / / / / / l ffll ft" ...... ft I Ii 1·1 ==--.._ ........... .,,.,-- 7/6/06 -REVISED 12/14/06 0 / / / / / / / / / /. / ~--NATIVE ~ MIX HITMrN R.O.H. • GRADE06LOFE& / / NOTE; / / / / / / I. 6EE.61-1EET 3 FOR 61.IGGE6TED NATIVE ~ MIX, NATIVE ~.NATIVE &•.P le&, • VINE&. 2.6EE8MEET-4FOR 61'EET5CAFE &ECTION& SECTION A -EL CAMINO REAL, TYPICAL 10 20 40 SCALE: 1-= 2l1 EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING {200' SECTION} PAGE1 El Camino Real Widening Project -MND I FIGURE I landscape Concept Plan 6 A r ~RETAINING---.. HALL FER CIVIL ENGINEER NATIVE M7DROOEED Mf>< ' - NATtYI: !i GAi I ON 5MRJ5&-- 11"16TANIA CONFERTA _ ---_ ----- 24~80}<---~ ----- RI-IAFMIOLEPl9 'PINK _ ----------\~ f_\) ~QUD'_.GAL;----lli NATIVEMYDRl06E:DMI ~1 · 6L _-------""' ------------... --- --' • --- SECTION B -EL CAMINO REAL AT RETAINING WALL --•-·..-. -- ------ _...---~ ------ ------ rs , .... --· -- ----- -H<>M:----- I.SEE&MEET3FOR 61.kiCiE&TED NATJYI: ~ED MIX. NATIVE ~~ .. NATl'Yf: 51-R.1e6, C VINE&. 2. 9EE !lfEET 4 ~ &TFEET&CAPS 6ECTION& lffll ft 1 .. , .... ftlU ilwr· EL CAMINO REAL ROAD WIDENING .......... ~ .. ..- 716/06 -REVISED 12/14/06 SCALE: 1"= 20' LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING (200' SECTION) PAGE2 El Camino Real Widening Project • MND I FIGURE I Landscape Concept Plan , 68 NATIVE ~YDROSEED MIX: IC )I BOTANICAL NAME: ARtEMl&IA CAL~ICA ENCELlA CAL~ICA ERIOFM'Y'LLUH ca-FERTFLOfU'1 ERIOGQU1 FASCICULAT\M E5CM5CMOLZIA CALl~JCA LOTU& &c:oPARIU& NAe&ELLA RJLa.RA PLANT AGO INSULARI& &AL VIA MELLIFEAA YIGIEIRA LACINIATA CQM'1QNNAME: CALIFOFi!NIA &~ eu&Met.N=LOWER GOLI::>&I Y AlcA:>H CALIFOfiiNIA e&ICtCJ°" EAT CAL~IA POFF r DE~ R.lfii!PLE NEEOLE ~ NO cot'110N NAME a.ACK &AGE &AN DIEGO &lH~ NATIVE I GALLON ~OUNDCOVER5 SUCH AS: l("")I BAOC~ARf& PILUL..AR16 'PIGEON POrNT' COYOTE eRJ6M CEANOTI-1.1& GRl&l:U& ~Z0NTALI& 'Y ANC:El: POINT' CAR1EL a.EEFE~ AFi?CTo&TAPMYLOS WA-URSI ~ NATIVE 1 GALLON SHRUBS SLJ0.4 AS:<) BOTANICAL, NAME; 1-ET~I E& ~IFOLIA ~ IN'TEGRIFOLIA &A1'1eUCU& ME>clCANA CQM'1QN NAME: TOYON LEMONDADEeERRT" MEXICAN ~~ NATIVE s GALLON S~RUBS sue~ A&:O BQTAN.ICAL NAME; ENCE.LIA CALIFOflii!NICA ~IARIGENS &AL V1A CLEVELANOII 1 GALLo,'J VINES sue~ AS: - BOTANICAL NAME: FICU& RJ11LA PARTMEN0618U6 TRICU&PIDATA fiiel-lOICl6SU& CAFEN&IS COl:1 1QN NAME: eu&M el.N=LOHER PEERiRAS& CLEVELAND &AGE Km9~ 0 10 20 40 60 .... ,; 1 APR ---- 7f6/06-REVISED 12/14/06 SCALE: 1-= 20' EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING {200' SECTION) PAGE3 El Camino Real Widening Project -MND I FIGURE I Landscape Concept Plan 6 C -, 4'-6· s·-•· 8 ' P.A. WAI It" LANE -I# L# # • • • l# lffllO=r- ----._.......J-;_ ll•-1111 7/6/06-REVISED 12/14106 12 ' LANE # . ' 0 5 12' LANE "" 12' LANE . 12· LANE 12' LANE 10 2D SCALE: 1-= 10' 1:z1 181 MEDIAN LANE "" . 126' SECTION A 12· 111-61 LANE l41 MEDIAN LANE 116' SECTION B 12' LANE l# . 12' LANE ~ . 11·-•· LANE e· &·-•· LANE l.JAI ll" -~ # "" . /\ -______. ( • ""' , t 4•-•· P.A. 4•-•· P.A. 30 EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING (200' SECTION} PAGE4 El Camino Real Widening Project . MND FIGURE landscape Concept Plan 1 6 D L L -L L L '- I L" I I L EIA Form -Part II Discretionary Actions The MND serves as an informational document for use by public agencies, the general public, and decision makers. This MND discusses the impacts of road improvements and related components. This 11:NU will be used by the City of Carlsbad in assessing impacts of the proposed project. Discretionary actions required for project approval from the City include a Hillside Development Permit (HDP), a Special Use Permit (SUP) due to the project's location within the El Camino Real Corridor, a Coastal Development Permit (CDP), and a Habitat Management Plan Pelinit (HMPP). Also, the San Diego Regional Water Quality Control Board will consider the MND in issuing a Storm Water Discharge Requirements (WDR) Permit, Section 401 Water Quality Certification, and approval of the Storm Water Pollution Prevention Plan (SWPPP). The U.S .. Army Corps of Engineers (ACOE) will consider the MND in issuing a Nationwide Permit (NWP) 14 in accordance with Section 404 of the federal Clean Water Act. Lastly, the CDFG will consider the MND in issuing a Section 1602 Streambed Alteration Agreement. ENVIRONMENTAL FACTORS POTENTIALLY AFFECTED: The summary of environmental factors checked below would be potentially affected by thi~ project, involving at least one impact that is a "Potentially Significant Impact," or "Potentially Significant Impact Unless Mitigation Incorporated" as .indicated by the checklist on the following pages. D Aesthetics D Agricultural Resources D Air Quality ~ Biological Resources ~ Cultural Resources September 2007 El Camino Real Widening Project ~ Geology/Soils 0Noise 0 Hazards/Hazardous Materials D Population and Housing · ~ Hydrology/Water Quality D Land Use and Planning D Mineral Resources ~ Mandatory Findings of Significance 0 Public Services D Recreation ~ Transportation/Circulation 0 Utilities & Service Systems· 4926-01 16 EIA Fonn -Part II DETERMINATION. (To be completed by the Lead Agency) D I find that the proposed project COULD NOT have a significant effect on the environment, and a NEGATIVE DECLARATION will be prepared. I find that although the proposed project could have a significant effect on the environment, there will not be a significant effect in: this case because the mitigation measures described on an attached sheet have been added to the project. A MITIGATED NEGATIVE DECLARATION will be prepared. 0 I find that the proposed project MAY have a significant effect on the environment, and an ENVIRONMENTAL IMPACT REPORT is required. □ I find that the proposed project MAY have "potentially significant impact(s)" on the environment, but at least one potentially significant impact 1) has been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2) has been addressed by mitigation measures based on the earlier analysis as described on attached sheets. A Negative Declaration is required, but it must analyze only the effects that remain to be addressed. D I find that although the proposed project could have a significant effect on the environment, there WILL NOT be a significant effect in this case because all potentially significant effects (a) have been analyzed adequately in an earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION pursuant to applicable standards and (b) have been avoided or mitigated pursuant to that earlier ENVIRONMENT AL IMPACT REPORT or NEGATIVE DECLARATION, including revisions or mitigation measures that are imposed upon the proposed project. Therefore, nothing further is required. Planner Signature /t:>/~7 Date Planning Director's Signature lo/Jo,/07 Date September 2007 4926-01 El Camino Real Widening Project 17 - - L.... L ,_ L..... EIA Fonn -Part II ENVIRONMENTAL IMPACTS STATE CEQA GUIDELINES, Chapter 3, Article 5, Section 15063 requires that the City conduct an Envirorunental Impact Assessment to determine if a project may have a significant effect on the environment. The Environmental Impact Assessment appears in the following pages in the form of a checklist. This checklist identifies any physical, biological and human factors that might be impacted by the proposed project and provides the City with information to use as the basis for deciding whether to prepare an Environmental Impact Report (EIR), Negative Declaration, or to rely on a previously approved EIR or Negative Declaration. • A brief explanation is required for all answers except "No Impact" answers that are adequately supported by an information source cited in the parentheses following each question. A "No Impact" answer is adequately supported if the referenced information sources show that the impact simply does not apply to projects like the one involved. A "No Impact" answer should be explained when there is no source document to refer to, or it is based on project-specific factors as well as general standards. • "Less Than Significant hnpact" applies where there is supporting evidence that the potential impact is not significantly adverse, and the impact does not exceed adopted general standards and policies. • "Potentially Significant Unless Mitigation Incorporated'.'. applies where the incorporation of mitigation measures has reduced an effect from "Potentially Significant Impact" to a "Less Than Significant Impact." The developer (in this case, the City of Carlsbad, since the project is a public works project) must agree to the mitigation, and the City must · describe the mitigation measures, and briefly explain how they reduce the effect to a less than significant level. • "Potentially Significant Impact" is appropriate if there is substantial evidence that an effect is significantly adverse. • Based on an "EIA-Part II", if a proposed project could have a potentially significant adverse effect on the erivironment, but all potentially significant adverse effects (a) have been analyzed adequately in an earlier EIR or Mitigated Negative Declaration pursuant to applicable standards and (b) have been avoided or mitigated pursuant to that earlier EIR or Mitigated Negative Declaration, including revisions or mitigation measures that are imposed upon the proposed project, and none of the circumstances requiring a supplement to or supplemental EIR are present and all the mitigation measures required by the prior environmental document have been incorporated into this project, then no additional environmental document is required. September 2007 4926-01 El Camino Real Widening Project 18 i I • . _., .. \, ..... ,~ • EIA Forni -Part II When "Potentially Significant Impact" is checked the project is not necessarily required to prepare an EIR if the significant adverse effect has been analyzed adequately in an earlier EIR pursuant to applicable standards and the effect will be mitigated, or a "Statement of Overriding Considerations" has been made pursuant to that earlier EIR. • A Negative Declaration may be prepared if the City perceives no substantial evidence that the project or any of its aspects may cause a significant adverse effect on the environment. • If there are one or more potentially significant adverse effects, the City may avoid preparing an EIR if there are mitigation measures to clearly reduce adverse impacts to less than significant, and those mitigation measures are agreed to by the developer (i.e., City) prior to public review. In this case, the appropriate "Potentially Significant Iinpact Unless Mitigation Incorporated" may be checked and a Mitigated Negative Declaration may be prepared. • An EIR must be prepared if "Potentially Significant Impact" is checked, and including but not limited to the following circumstances: (1) the potentially significant adverse effect has not been discussed or mitigated in an earlier EIR pursuant to applicable standards, and the City does not agree to mitigation measures that reduce the adverse impact to less than significant; (2) a "Statement of Overriding Considerations" for the significant adverse impact has not been made pursuant to an earlier EIR; (3) proposed mitigation measures do not reduce the adverse impact to less than significant; or (4) through the EIA-Part II analysis it is not possible to determine the level of significance for a potentially adverse effect, or detennine the effectiveness of a mitigation measure in reducing a potentially significant effect to below a level of significance. A discussion of potential impacts and the proposed mitigation measures appears at the end of the form under DISCUSSION OF ENVIRONMENTAL EVALUATION. Particular attention should be given to discussing mitigation for impacts, which would otherwise be determined significant . September 2007 4926-01 El Camino Real Widening Project 19 - - EIA Fonn -Part II .. ·• ·. P()teiitially · .. .... : Significant Issues .(a11d Supporting Information Sourc~s), Po'tentially · ilvless.. ·Less Than . ·_ Sigqificari(. ~itigafion, Signi'fi~aot· N.o -.. · Imoact · Iricorporated ·. Jni'riact .. Impact I . AESTHETICS -Would the project: a) Have a substantial adverse effect on a scenic vista? D D D [81 b) Substantially damage scenic resources, including but D D IZI D not limited to, trees, rock outcroppings, and historic buildings within a State scenic highway? c) Substantially degrade the existing visual character or LJ LJ [81 D quality of the site and its surroundings? d) Create a new source of substantial light and glare, D □ [81 D which would adversely affect day or nighttime views in the area? II. AGRICULTURAL RESOURCES -(In determining whether impacts to agricultural resources are significant environmental effects, lead agencies may refer to the California Agricultural Land Evaluation and Site Assessment Model-1997 prepared by the California Department of Conservation as an optional model to use in assessing impacts on agriculture and farmland.) Would the project: a) Convert Prime Farmland, Unique Farmland, or D D D [81 Farmland of Statewide Importance (Farmland), as shown on the maps prepared pursuant to the Farmland Mapping and Monitoring Program of the -California Resources Agency, to non-agricultural use? b) Conflict with existing zoning for agricultural use, or D LJ □ [81 a Williamson Act contract? c) Involve other changes in the existing environment, LJ LJ LJ [81 which, due to their location or nature, could result in conversion of Farmland to non-agricultural use? III. Am QUALITY -(Where available, the significance criteria established by the applicable air quality management or air pollution control district may be relied upon to make the following determinations.) Would the project: a) Conflict with or obstruct implementation of the D □ LJ [81 applicable air quality plan? b) Violate any air quality standard or contribute D D [81 D substantially to an existing or projected air quality violation? c) Result in a cumulatively considerable net increase of any criteria pollutant for which the project region is D D [81 D in non-attainment under an applicable federal or state ambient air quality standard (including releasing emissions which exceed quantitative thresholds for ozone precursors)? d) Expose sensitive receptors to substantial pollutant D D [81 □ concentrations? e) Create objectionable odors affecting a substantial D □ [81 LJ number of people? September 2007 El Camino Real Widening Project 4926-01 20 EIA Form -Part II Potentially Pote~tjaily, Sig~ificant Issues (and Supporting information Sources). Unless . Less Than: Significant .. ~ltigi!,tion Significant No - Impact Incorporated Impact Impact IV. BIOLOGICAL RESOURCES -Would the prcject: a) Have a substantial adverse effect, either directly or □ ~ □ □ through habitat modifications, on any species identified as a candidate, sensitive, or special status species Ill local or regional plans, policies, or regulations, or by California Department of Fish and Game or U.S. Fish and Wildlife Service? b) Have a substantial adverse effect on any riparian, □ ~ □ □ aquatic or wetland habitat or other sensitive natural community identified in local or regional plans, policies, or regulations or by California Department offish and Game or U.S. Fish and Wildlife Service? c) Have a substantial adverse effect on federally □ ~ LJ u protected wetlands as defined by Section 404 of the Clean Water Act (including but not limited to marsh, vernal pool, coastal, etc.) through direct removal, filling, hydrological interruption, or other means? d) Interfere substantially with the movement of any □ □ !XI u native resident or migratory fish or wildlife species or with established native resident or migratory wildlife corridors, or impede the use of native wildlife nursery sites? -e) Conflict with any local policies or ordinances □ □ □ ~ protecting biological resources, such as a tree preservation policy or ordinance? f) Conflict with the provisions of an adopted Habitat □ □ □ ~ Conservation Plan, Natural Community Conservation Plan, or other approved local, regional, or state habitat conservation plan? v. CULTURAL RESOURCES -Would the project: a) Cause a substantial adverse change ID the □ □ □ [gl significance of a historical resource as defined in §15064.5? b) Cause a substantial adverse change in the signifi-□ [gl □ □ cance of an archeological resource pursuant to §15064.5? c) Directly or indirectly destroy a unique paleontologi-□ □ ~ □ cal resource or site or unique geologic feature? d) Disturb any human remains, including those interred □ □ □ ~ outside of formal cemeteries? VI. GEOLOGY AND SOILS -Would the project: a) Expose people or structures to potential substantial adverse effects, including the risk of loss, injury or death involving: - September 2007 4926-01 El Camino Real Widening Project 21 EIA Fonn-Part II PotentiaJiy Significant Less Than -Issues (and Supporting Information Sources). Potentially .. Unless Significant _ Mitigation • Significant .No Impact Incorporated Impact Impact 1. Rupture of a known earthquake fault, as LJ □ l2l □ delineated on the most recent Alquist-Priolo Earthquake Fault Zoning Map issued by the State Geologist for the area or based on other substantial evidence of a known fault? Refer to Division of Mines and Geology Special Publication 42. IJ. Strong seismic ground shaking? LJ □ l2l □ 111. Seismic-related ground failure, including LJ □ l2l D ··, liquefaction? lV. Landslides? D JgJ_ □ D b) Result in substantial soil erosion or the loss of D l2l □ □ topsoil? c) Be located on a geologic unit or soil that is unstable, LJ □ l2l D or that would become unstable as a result of the project, and potentially result in on-or off-site landslide, lateral spreading, subsidence, liquefaction, or collapse? -d) Be located on expansive soils, as defined in Table 18 D □ l2l □ -1-B of the Uniform Building Code (1997), creating substantial risks to life or property? e) Have soils incapable of adequately supporting the □ □ □ l2l use of septic tanks or alternative wastewater disposal systems where sewers are not available for the disposal of wastewater? VII. HAZARDS AND HAZARDOUS MATERIALS -Would the project: a) Create a significant hazard to the public or the □ □ ~ □ environment through the routine transport, use, or disposal ofhazardous materials? b) Create a significant hazard to the public or □ □ l2l □ environment through reasonably foreseeable upset and accident conditions involving the release of hazardous materials into the environment? c) Emit hazardous emissions or handle hazardous or D D □ l2l acutely hazardous materials, substances, or waste within one-quarter mile of an existing or proposed school? September 2007 4926-01 El Camino Real Widening Project 22 EIA Form -Part II Potendallr .. Sigqificimt LessThail Issues (and Supporting information Sources). Potentially Unless Significant Mitig·ati~n. Significant. No - lmoact Incorporated impact lnioact d) Be located on a site which is included on a list of □ □ □ [8J hazardous materials sites compiled pursuant to Government Code Section 65962.5 and, as a result, would it create a significant hazard to the public or environment? e) For a project within an airport land use plan, or LJ □ □ r8I where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project result in a safety hazard for people residing or working in the project area? f) For a project within the vicinity of a private airstrip, □ □ □ r8I would the project result in a safety hazard for people residing or working in the project area? g) Impair implementation of or physically interfore with □ r8I □ □ an adopted emergency response plan or emergency evacuation plan? h) Expose people or structures to a significant risk of □ □ [8J □ loss, injury or death involving wildland fires, including where wildlands are adjacent to urbanized areas or where residences are intermixed with wildlands? -VIII. HYDROLOGY AND WATER QUALITY -Would the project: a) Violate any water quality standards or waste □ rgi □ □ discharge requirements? b) Substantially deplete groundwater supplies or □ □ r8I □ interfere substantially with ground water recharge such that there would be a net deficit in aquifer volume or a lowering of the local ground water table level (i.e., the production rate of pre-existing nearby wells would drop to a level which would not support existing land uses or planned uses for which permits have been granted)? c) Substantially alter the existing drainage pattern of the □ □ [8J □ site or area, including through the alteration of the course of a stream or river, in a manner, which would result in substantial erosion or siltation on-or off- site? d) Substantially alter the existing drainage pattern of the □ □ r8I □ site or area, including through the alteration of the course of a stream or river, or substantially increase the flow rate or amount (volume) of surface mnoffin a manner, which would result in flooding on-or off- site? - September 2007 4926-01 El Camino Real Widening Project 23 EIA Form-Part II -Potentially Significant Issues (and Supporting Infotniatio:ri Sources). Potentially Unless LessThan Significant Mitigation Significant No Impact Incorporated Impact Impact e) Create or contnbute runoff water, which would u □ 0 □ exceed the capacity of existing or planned stormwater drainage systems or provide substantial additional sources of polluted runoff? f) Otherwise substantially degrade water quality? □ □ 0 □ g) Place housing within a l 00-year flood hazard area as u □ □ 0 mapped on a Federal Flood Hazard Boundary or Flood Insurance Rate Map or other flood delineation map? h) Place within 100-year flood hazard area structures, □ LJ □ 0 which would impede or redirect flood flows? i) Expose people or structures to a significant risk of LJ □ □ 0 loss, injury or death involving flooding, including flooding as a result of the failure ofa levee or'dam? j) .Inundation by seiche, tsunami, or mudflow? □ □ 0 □ IX. LAND USE AND PLANNING -Would the project: a) Physically divide an established community? □ □ □ 0 b) Conflict with any applicable land use plan, policy, or LJ □ 0 □ regulation of an agency with jurisdiction over the project (including but not limited to the general plan, specific plan, local coastal program, or zoning ordinance) adopted for the purpose of avoiding or mitigating an environmental effect? c) Conflict with any applicable habitat conservation □ □ 0 □ plan or natural community conservation plan? x. MINERAL RESOURCES -Would the project: a) Result in the loss of availability of a known mineral u □ □ [gJ resource that would be of future value to the region and the residents of the State? b) Result m the loss of availability of a locally □ □ □ 0 important mineral resource recovery site delineated on a local general plan, specific plan, or other land use plan? XI. NOISE -Would the project result in: a) Exposure of persons to or generatiori of noise levels □ □ 0 □ in excess of standards established in the local general plan or noise ordinance or applicable standards of other agencies? September 2007 4926-01 El Camino Real Widening Project 24 EIA Form -Part II Potenthlliy · Significant .. Issues(and Sup~1>rtinglnformation Sotircesj., · Potentially . Unless Less Than Significant Mitigation · Significant No Impact Incoroorated .. Imoact Imoact \.,. ....... b) Exposure of persons to or generation of excessive □ □ ~ □ groundbourne vibration or groundboume noise levels? c) A substantial permanent increase in ambient noise □ □ ~ □ levels in the project vicinity above levels existing without the project? d) A substantial temporary or periodic increase in □ □ ~ □ ambient noise levels in the project vicinity above levels existing without the project? e) For a project located within an airport land use plan □ □ □ ~ or, where such a plan has not been adopted, within 2 miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? f) For a project within the vicinity of a private airstrip, □ □ □ ~ would the project expose people residing or working in the project area to excessive noise levels? XII. POPULATION AND HOUSING -Would the project: a) Induce substantial growth in an area either directly □ □ ~ □ -(for example, by proposing new homes and businesses) or indirectly (for example, through extension of roads or other infrastructure)? b) Displace substantial numbers of existing housing, □ □ □ ~ necessitating the construction of replacement housing elsewhere? c) Displace substantial numbers of people, necessitating □ □ □ ~ the construction of replacement housing elsewhere? XIII. PUBLIC SERVICES -•' a) Would the project result in substantial adverse physical impacts associated with the provision of new or physically altered government facilities, a need for new or physically altered government facilities, the construction of which could cause significa:11t environmental impacts, in order to maintain acceptable service ratios, response times, or other perforr11ance objectives for any of the public services: i) Fire protection? □ ~ □ D ii) Police protection? □ ~ □ □ iii) Schools? □ □ D igi iv) Parks? □ □ □ igi ;__ , v) Other public facilities? □ □ □ ~ September 2007 4926-01 El Camino Real Widening Project 25 L_,, - --- Issues (anci Supporting InfQr~i'atiori Sources). XIV. RECREATION a) Would the project increase the use of existing neighborhood and regional parks or other recreational facilities such that substantial physical deterioration of the facility would occur or be accelerated? b) Does the project include recreational facilities or require the construction or expansion of recreational facilities, which might have an adverse physical effect on the environment? XV. TRANSPORTATION/TRAFFIC-Would the project: a) Cause an increase in traffic, which is substantial in relation to the existing traffic load and capacity of the street system (i.e., result in a substantial increase in either the number of vehicle trips, the volume to capacity ratio on roads, or congestion at intersections)? b) Exceed, either individually or cumulatively, a level of service standard established by the county congestion management agency for designated roads or highways? c) Result in a change in air traffic patterns, including either an increase in traffic levels or a change m location that results in substantial safety risks? d) Substantially increase hazards due to a design feature (e.g., sharp curves or dangerous intersections) or incompatible uses (e.g., farm equipment)? e) Result in inadequate emergency access? f) Result in insufficient parking capacity? g) Conflict with adopted policies, plans, or programs supporting alternative transportation (e.g., bus turn- outs, bicycle racks)? . Potentially Significant .Jmpact D D □ D □ D □ LJ □ XVI. UTILITIES AND SERVICES SYSTEMS -Would the project: a) Exceed wastewater treatment requirements of the 0 applicable Regional Water Quality Control Board? b) Require or result in the construction of new water or wastewater treatment facilities or expansion of existing facilities, the construction of which would cause significant environmental effects? September 20Q7 El Camino Real Widening Project D Potentiaily Significant Unless Mitigation Incorporated D D □ □ □ □ □ □ D D EIA Form -Part II · Less Thari Significant Impact D D □ □ □ □ D □ D D No Impact D □ 4926-01 26 !..... L. L I L •. .. : Issues (and Supporting Information Sources)'. •' .. .. . . ... ·' c) Require or result in the construction of new storm water drainage facilities or expansion of existing facilities, the construction of which could cause significant environmental effects? d) Have sufficient water supplies available to serve the project from existing entitlements and resources, or are new or expanded entitlements needed? e) Result in a detennination by the wastewater treatment provider, which serves or may serve the project that it has adequate capacity to serve the project's projected demand in addition to the provider's existing commitments? f) Be served by a landfill with sufficient permitted capacity to accommodate the project's solid waste disposal needs? g) Comply with federal, state, and local statutes and regulations related to solid waste? XVIJ. MANDATORY FINDINGS OF SIGNIFICANCE a) Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self-sustaining. levels, ·threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? b) Does the project have impacts that are individually limited, but cumulatively considerable? ("Curnula- tively considerable" means that the incremental effects of a project are considerable when viewed in connection with the effects of past projects, the effects of other current projects, and the effects of probable future projects?) c) Does the project have environmental effects, which will cause the substantial adverse effects on human beings, either directly or indirectly? September 2007 El Camino Real Widening Project EIA Form -Part 11 . . ~ . '•, ' • . J>ote_ntialiy Sigilific~nt . .. . ' Potentiiiiy · ·Unless . Less Tlia~. · signifi'c~rlt Mitigation . Significant .No, .Jmpacf .. lncoroorated Jmoact . Imuact· □ [81 LJ □ - D □ ~ □ □ D □ [gJ □ D fZl LJ □ □ D [81 □ fZl D □ - □ ~ D □ LJ LJ 181 □ 4926-01 27 EIA Fonn -Part II XVIII. EARLIER ANALYSES Earlier analyses may be used where, pursuant to the tiering, program EIR, or other CEQA process, one or more effects have been adequately analyzed in an earlier EIR or negative declaration (Section 15063(c)(3)(D)). In this case a discussion should identify the following on attached sheets: a) Earlier analyses used. Identify earlier analyses and state where they are available for review. b) Impacts adequately addressed. Identify which effects from the above checklist were within the scope of and adequately analyzed in an earlier document pursuant to applicable legal standards, and state whether such effects were addressed by mitigation measures based on the earlier analysis. c) Mitigation measures. For effects that are "Less Than Significant with Mitigation Incorporated," describe the mitigation measures, which were incorporated or refined from the earlier document and the extent to which they address site- specific conditions for the project. September 2007 4926-01 El Camino Real Widening Project 28 I. a) · DISCUSSION OF ENVIRONMENTAL EVALUATION AESTHETICS-Would the project: Have a substantial adverse effect on a scenic vista? EIA Form -Part II No Impact. In I 988, the City prepared Scenic Corridor Guidelines to identify roadways and transportation routes within the City to be designated as scenic corridors, and to suggest methods to preserve and enhance the character of those corridors (City of Carlsbad 1994). According to the City's Circulation Element ( 1994), Carlsbad has adopted four categories of scenic corridors. Transportation routes with potential corridor status are identified below; however, currently, El Camino Real is the only designated roadway within the City for which a set of development standards have been adopted. Community Theme Corridors. These connect Carlsbad with adjacent municipalities and present the City of Carlsbad to persons entering andl passing thought the community. Community Theme Corridors include El Camino Real, Carlsbad Boulevard, Palomar Airport Road, La Costa A venue, and Melrose Drive. Community Scenic Corridors. These roadways interconnect major subareas of the present and - planned Carlsbad community. They include College Boulevard, Cannon Road, Carlsbad Village - Drive, Faraday Avenue, I-5, La Costa Avenue, Olivenhain Road/Rancho Santa Fe Road, and Poinsettia Lane/Carrillo Way. Natural Open Space and Recreation Con·idors. These offer spectacular views of waterscapes, landforms, wildlife, and the Pacific Ocean, and include Adams Street/Park Drive, Batiquitos Drive, and Jefferson Street (the portion adjacent to the Buena Vista Lagoon). Railroad Corridor. This corridor presents the City to people passing through by rail, on the Atchison, Topeka, & Santa Fe (AT&SF) Railroad. While El Camino Real has been designated as a Community Theme Corridor by the City, there are no officially designated scenic vistas identified in the City's General Plan (1994), and no scenic vistas are afforded while driving along the project segment of El Camino Real. Therefore, no impacts to a scenic vista would result. b) Substantially damage scenic resources, including but not limited to, trees, rock outcroppings, and historic buildint~s within a State scenic highway? Less Than Significant Impact. As described above in response a), there are no officially - designated state highways located within the project vicinity, but the City has designated El September 2007 4926-01 El Camino Real Widening Project 29 EIA Form -Part II Camino Real under its Scenic Corridor Overlay Zone. El Camino Real is also listed under the Community Theme Corridor category. The proposed project is not located within a section of El Camino Real that is adjacent to the adjoining jurisdictional areas to the north or south. The Open Space and Conservation Element's Special Resource Protection Implementing Policies and Action Programs C4 states that the City shall "Designate for preservation as open space those areas that provide unique visual amenities and define the urban form as contained in the Open Space and Conservation Resource Management Plan. These areas shall include agriculture, hillsides, ridges, valleys, canyons, beaches, lagoons, lakes and other unique resources that provide visual and physical relief to the cityscape by creating natural contrasts to the built-up manmade scene" (City of Carlsbad 1994). A small portion of land located to the west of El Camino Real is designated as Open Space in the City's General Plan. No designated Special Resource Protection areas are located in the vicinity of the project site. Unique resources --as defined in policy C4, such as hillsides and agriculture, are located near the proposed project site. The project site is also subject to the El Camino Real Corridor Development Standards (1984). The intent of these standards is to maintain and enhance the appearance of the El Camino Real roadway area, and reflect the existence of certain identified characteristics which the City considers worthy of preservation (City of Carlsbad 1984). The project site is located in Area 2 of the Standards. The project involves improvements and widening of this segment of El Camino Real, and many of the standards discussed in the regulations pertain to such details as signage, setback from roadway, and building height, which do not apply to the proposed project. The project would incorporate other design features such as sidewalks and would not modify the existing identified design theme of suburban residential. Overall, the project would not conflict with the El Camino Real Corridor Development Standards, and impacts would be less than significant. As described in the project description, a retaining wall would be required along the west side of El Camino Real in the approximate midpoint of the APE, as shown in the visual simulations provided in Figures 7 and 8. The height of the retaining walls would vary between 6 to 15 feet in height, and would be constructed with a naturalized boulderscape architectural treatment and landscaping screening. A native hydroseed mix would be applied along the western side of the proposed retaining wall, in addition to native shrubs to be planted on both the western and eastern sides of the proposed wall. Vines and native groundcover would also be provided on the eastern side of the proposed wall, the section of the wall visible to passing travelers. The retaining walls would introduce a manmade feature to an otherwise natural hillside, but because travelers are typically driving at relatively high speeds (55 mph), views would not last more than 5 seconds. Also, due to the proposed boulderscape treatment, the retaining wall would be constructed to look similar to existing conditions, and over time, the proposed landscaping would September 2007 4926-01 El Camino Real Widening Project 30 r r [ . \ Existing Photo 1: View looking south at existing El Camino Real roadway and adjacent hillside, approximately 1,200 feet south of the intersection of El Camino ReaJ and Chestnut Avenue. Visual Simulation 1: View looking south at proposed retaining waJI and roadway improvements. El Gamino Real Widening Project -MND I AGURE I Visual Simulation 1 7 I I Existing Photo 2: View looking northwest at existing El Camino Real roadway and adjacent hillside, approximately 750 feet north of the intersection of El Camino Real and Tamarack Avenue. Visual Simulation 2: View looking northwest at proposed retaining waJI and roadway improvements. El Camino Real Widening Project -MNO Visual Simulation 2 . ..,.. L L.. - L. i ~ \ L L EIA Form -Part II mature and further soften the visual appearance of the retaining wall. No other sceruc resources such as trees, rock outcroppings, or historic buildings would be affected. If the existing overhead power lines along the west side are undergrounded, thereby removing the poles and wires from existing views, a beneficial impact would result. A planted median and proposed parkways on both sides of the roadway (including sidewalks and 4 1/2 feet of native planted area) would also result in beneficial visual effects to the corridor. For these reasons, visual impacts would be less than significant. c) Substantially degrade the existing visual character or quality of the site and its surroundings? Less than Significant Impact. The proposed project entails the widening of an existing roadway. The additional lanes and project components along this stretch of El Camino Real would not alter adjacent land uses. As such, the project would not substantially degrade the existing visual character or quality of the project site or its surroundings, and impacts would be less than significant. d) Create a new source of substantial light and glare, which would adversely affect day or nighttime views in the area? Less Than Significant Impact. Lighting is currently provided along this stretch of El Camino Real. The project would replace the existing lighting to the ultimate width of El Camino Real. The lighting would be installed per applicable City standards for wattage and spacing which permits each light post to be staggered at 300-foot intervals along both sides of El Camino Real and produce up to 22,000 lumens per light post. Therefore the amount of light and glare would not substantially differ from existing conditions, and impacts would be less than significant. II. AGRICULTURAL RESOURCES-Would the project: a) Convert Prime Farmland, Unique Farmland, or Farmland of Statewide Importance (Farmland), as shown on the maps prepared pursuant to the Farmland Mapping and Monitoring Program of the California Resources Agency, to non-agricultural use? No Impact. As stated in the Open Space and Conservation Element of the City's General Plan, it is the City's intention to support and utilize all measures available to secure agricultural land uses for as long as possible prior to development, and to promote the long-te~ economic viability of agricultural uses. There are only a limited number of areas within the City that are considered to possess important farmlands as defined by the Califorrua Department of Conservation. The City consists mainly of Urban and Built-Up Land along the western, September 2007 4926-01 El Camino Real Widening Project 33 -,- L I \,.. L EIA Form -Part II southern, and northwestern portions of the City, with large areas of Other Land interspersed throughout the eastern and central portions (City of Carlsbad 1994). According to the State of California Department of Conservation (DOC) San Diego County Important Farm.land 1998 Map, the proposed project site and the areas immediately to the north, east, south and west are designated as Urban and Built Up Land, with areas to the southeast of the El Camino R~al/famarack Road interchange designated as Other Land. (DOC 1998). No Prime, Unique or Farmland of Statewide Importance would be converted as ·a result of implementing the proposed project, and no impacts would result. b) Conflict with existing zoning for agricultural use, or a Wil1iamson Act contract? No Impact. According to the City of Carlsbad's Zoning Map dated July 25, 2006, the project site is zoned as El Camino Real Corridor Overlay. It should also be noted that the designated zoning for the surrounding land uses includes Planned Community (P-C) for the southern half and One-Family Residential (R-1) in the northern half, with a small portion of land to the northwest zoned as Residential Density -Multiple (RD-M). No agricultural· uses have been zoned for land surrounding the project site; therefore the proposed project would not conflict with existing zoning for agricultural uses or any Williamson Act contracts in the City, and no impacts would result. c) Involve other changes in the existing environment, which, due to their location or nature, could result in conversion of Farmland to non-agricultural use? No Impact. As described in responses a) and b) above, the proposed widening improvements to El Camino Real would not result in the conversion of farmland at the proposed project site or surrounding areas. No other changes to the existing environment would result in conversion of farmland to non-agricultural use, and no impact would result from implementing the proposed project. III. AIR QUALITY-Would the project: a) Conflict with or obstruct implementation of the applicable air quality plan? No Impact. The project site is located in the San Diego Air Basin which is a federal and state non-attainment area for ozone (03), and a state non-attainment area for particulate matter less than or equal to 10 microns in diam_eter (PM10). The periodic violations of national Ambient Air Quality Standards (AAQS) :in the San Diego Air Basin (SDAB), particularly for ozone in inland foothill areas, requires that a plan be developed outlining the pollution controls that will be - - undertaken to improve air quality. In San Diego County, this attainment planning process is - September 2007 4926-01 El Camino Real Widening Project 34 -- .,.. - . ' ' L EIA Fonn -Part II embodied in the Regional Air Quality Strategies (RAQS) developed jointly by the Air Pollution Control District (APCD) and the San Diego Association of Governments (SAND AG). A plan to meet the federal standard for ozone was developed in 1994 during the process of updating the 1991 state-mandated plan. This local plan was combined with plans from all other California non-attainment areas having serious ozone problems and used to create the California State Implementation Plan (SIP). The SIP was adopted by the Air Resources Board (ARB) after public hearings on November 9th through 10th in 1994, and was forwarded to the Environmental Protection Agency (EPA) for approval. After considerable analysis and debate, particularly regarding airsheds with the worst smog problems, EPA approved the SIP in mid-1996. The proposed project relates to the SIP and/or RAQS through the land use and growth assumptions that are incorporated into the air quality planning document. These growth assumptions are based on each city's and the County's general plan. If a proposed project is consistent with its applicable General Plan, then the project presumably has been anticipated with the ·regional air quality planning process. Such consistency would ensure that the project would not have an adverse regional air quality impact. Section 15125(B) of the State of California Environment Quality Act (CEQA) Guidelines contains specific reference to the need to evaluate any inconsistencies between the proposed project and the applicable air quality management plan. Transportation Control Measures {TCMs) are part of the RAQS. The RAQS and TCM plan set forth the steps needed to accomplish attainment of state and federal ambient air quality standards. The California Air Resources Board provides criteria for determining whether a project conforms with the RAQS which incJude the following: • Is a regional air quality plan being implemented in the project area? • Is the project consistent with the growth assumptions in the regional air quality plan? The project site is located in the San Diego Air Basin, and as such, is located in an area where a RAQS is being implemented. The project is consistent with the growth assumptions of the City's General Plan and the RAQS. Therefore, the project is consistent with the regional air quality plan and will in no way conflict or obstruct implementation of the regional plan, and no impact would result. September 2007 4926-01 El Camino Real Widening Project 35 EIA Fann -Part II b) Violate any air quality standard or contribute substantially to an existing or projected air quality violation? Less Than Significant Impact. The closest air quality monitoring station to the project site is in Camp Pendleton. Data available for this monitoring ,site through April, 2002 indicate that the most recent air quality violations recorded were for the state one· hour standard for ozone ( one day in both 2000 and 2001) and one day in 2001 for the federal 8-hour average for ozone and one day for the 24-hour state standard for suspended particulates in 1996. No violations of any other air quality standards have been recorded recently. The project would involve minimal short-tenn emissions associated with grading and construction. The principal source of emissions would be fugitive dust from earth moving activities, storage piles, and vehicle travel on unpaved and paved surlaces. Such emissions would be minimized through standard construction measures such as the use of properly tuned equipment and watering the site for dust "7 control. Therefore, impacts from construction related emissions would be less than significant. Operations of the proposed project would not generate substantial traffic, increase the number of ve~cles operating in the cold start mode, or worsen congestion, since it would widen the existing roadway per General Plan standards. Therefore, pollutant emission would likely be the same or '-less than without the proposed project. Long-term impacts would be less than significant overall. I ' 7 I ' ' I '-- c) Result in a cumulatively considerable net increase of any criteria pollutant for which the project region is non-attainment under an applicable federal or state ambient air quality standard? Less Than Significant Impact. The Air Basin is currently in a non-attainment zone for ozone and suspended fine particulates. The proposed project would represent a contribution to a cumulatively considerable potential net increase in emissions throughout the air basin. As described above, however, construction emissions associated with the proposed project would be short-term, and long-term operational air quality emissions would be essentially the same as the baseline emissions. Therefore, according to the CEQA Guidelines Section 15130, the proposed project's contribution to the cumulative impact is considered de minimus, and impacts would be less than significant. d) Expose sensitive receptors to substantial pollutant concentrations? Less Than Significant Impact. Residences are located along both the eastern and western sides of the proposed project site. No other sensitive receptors (e.g. schools or hospitals) are located in the vicinity of the proposed project. As noted above, the proposed project would not result in substantial pollutant emissions or concentrations. Therefore, impacts to sensitive receptors would be less than significant. September 2007 4926-01 El Camino Real Widening Project 36 - --i -- EIA Form -Part II e) Create objectionable odors affecting a substantial number of people? Less Than Significant Impact. The construction of the proposed project could generate fumes from the operation of construction equipment and from asphalt paving and grading, which may be considered objectionable by some people. Such exposures would be short-term and/or transient since they would occur during the construction phase only, and would not reach a level of significance. IV. BIOLOGICAL RESOURCES -Would the project: a) Have a substantial adverse effect, either directly or through habitat modifications, on any species identified as a candidate, sensitive, or special status species in local or regional plans, policies, or regulations, or by California Department of Fish and Game or U.S. Fish and Wildlife Service? Potentially Significant Impact Unless Mitigation Incorporated. A Biological Resources Technical Report (Dudek' 2007) was prepared for the project. Regarding sensitive habitats, direct permanent impacts to vegetation communities include all areas within the proposed project APE, as shown in Figures 9 and 9a through 9d. As shown in the figures, a 28.9-acre study area was surveyed, which included the 18.5-acre APE. Implementation of the proposed project would potentially result in the direct permanent loss of the vegetation community and non-natural land cover acreages shown in Table I below, including the acreage of each within the Coastal Zone. TABLE 1 Project Impacts to Vegetation Communities and Land Covers Native Uplands Jurisdictional Waters/Wetlands Non-native Land Covers Concrete-lined channel Non-native rassland Develo ed Disturbed lands Eucal ptus woodland Ornamental ;~;t~'f ~i~J~;W~tt~~tl'~t~;,.~: - 1 4,013 square feet 2 715 square feet 32,703 square feet 4T otals may not sum precisely due to rounding September 2007 El Camino Real Widening Project COASTAL ZONE. • 0.26 0.091 0.022 0.37 0.03 0.10 0.02 0.11 8.24 4.94 0.32 2.28 0.33 TOTAL 1.14 0.17 0.02 0.37 0.03 0.10 0.02 0.11 13.18 2.60 0.33 4926-01 37 [ BASE SOURCE: Berryman & Henigar, December 2005 APE: December 2006 - : _:/-_ ~o~ J[tl!~ _- ----· -. ---. ----- -~-•-::.:~ ·' E l;. c·A MIN O R EA L DEV ::-\ ----·· . ___ ,: .-._ '°.. "11:'. -:·-:":.. -·-"'!.::...:;-;...~--;· .':-:.;.':"- ......: .... -·· --.... -- --~;.~_-·:.: >· ::::.r-=-==-n,c: -:;.-=-. -:-. :, _-_ . :·· --:..--_.:. dCSS· ~ ·:- ~ r : ::. ,"'..: .·-· :; : . ---. ·-~. -'•· -;: .. ·..: . ---.. -:~.=~-.,,•.~ - --. -·.-. -- ,<, I ,:. ...... r '.._ r_ : -: . . . . .... ~ ~ . I .. L. ~-------------------------------------______ _i__.:_ ____ __;;____:__;_ __ '----'-=--=--=--- TOPO SOURCE: Benyman & Henigar, December 2005 ✓;...__/ Study Area /'V APE Limits ~•Coastal Zone Boundary 40 Feet 80 VEGETATION TYPES/LANDCOVERS: c:3 AGL: Annual Grassland C3 CSS: Coastal Sage Scrub C3 dCSS: disturbed Coastal Sage Scrub C3 DEV: Developed C3 DH : Disturbed Habitat C3 EUC: Eucalyptus Woodland C3 NGL: Native Grassland C3 dNGL: cfisturbed Native Grassland C3 ORr-.1: Ornamental C3 SWS: Southern W illow Scrub C:3 sws_c: Southern Willow Scrub (CDFG only) C3 dSW S_C: disturbed So uthern Willow Scrub (CDFG only) -... •. . ----.---- . -::-. --··.-;. -.. . -·-- _ ... : . --.-·:-- .. , ' . ·---- .. :----. .:. __ :...- . -.-------. -- -· --- _i; I :---- Jurisdictional Waters of the U .SJState Ephemeral Waters Ephemera'! Waters (c:on-crete-lined} lntermittent Waters lntennittent Waters (concrete-lined) Note: Nmiber l)dicates width of channel segment between madcs. El ammo ea I enmg roJect -. g A C . R I W'd . p . MN □ I f lGU~ I Biological Resourc es Map. with APE Limits r [ [ [ [ r . ·, J -. . - ~-- ... :.. . ': ; __ .. TOPO SOURCE: Berryman & Henigar, December 2005 /\./ Study Area /\./ APE Limits N Coastal Zone Boundary • Data Station 40 Feet 80 . . . . - _::,--··_-_ --~- : --... - . ·"- css· . . - ; -.-- ---: ;·; · ::--... : : -· ... -... -.. -.:--_ ...... _ ... -·---- .. . .... VEGETATION TYPES/LANDCOVERS: C3 AGL: Annual Grassland C3 CSS: Coastal Sage Scrub (:::3 dCSS: disturbed Coastal Sage Scrub C3 DEV: Developed C3 DH: Disturbed Habitat C:3 EUC: Eucalyptus WoodJand :- ,. , .. --._·:. . _:· . ..:· _--- DEV . .DS9 . -.. ... --. . . ' \, .• .. :· -- ---:--- -..:.:! ... ' \ ' • .. 1'\·\ ~.10 · .. ··\ \ ~-. . ·. __ .• .: \ \,· -. __ ;.. -·. .. :-:-:_ -.. . ... ---_-_ . . . - .. ::::--- -\ . : :: :-.: .. . . --·' .... -... ' -· t',-. --~~----..._:_ __ -. ~-. \ ' . DH . . . . ..· :.~: :-·~~:'-~~''---""--. . . ........ .. -;: ~<--~·_::·-: .:--:... -. ·---~---····-. · .. >-t--._ . .,-: • ••. : • : • •• : : : • -~~: I • •~------~ •• - • •: ~-\:~~-• ••• h -ho ..... -.. C3 NGL: Native Grassland C3 dNGL: disturbed Native Grassland C3 ORN: Ornamental C3 SWS: Southern W illow Scrub C3 sws_c: Southern Willow Scrub (CDFG only) W dSWS_C: disturbed Southern Willow Scrub (CDFG only) .. ,:__ .::.- Jurisdictional Waters of the U .SJState Ephemeral V /aters Ephemeral Waters (concrete-lined) lntennittent Waters -•-· Intermittent \Vaters (concrete-lined) Note: Number ndicates wi<lh of channel segment between marks. -1 ·-... 8 Camino Real Widening Project -MND I FIGURE I Biological Resources Map with APE Limits 98 [ L .• ~-·~ ' : ... ...... -·- -.·· ... -~--; :·• .. ~;.:_.~--.. ---· ------":: _, -· ~--.... --:: . -~· -- CSS ·· ... --·. -Jo.- -... ,_. ' -· -·--. · -/ •. , .t l\· • . TOPO SOURCE: Berryman & Henigar, December 2005 /'-,,... Study Area /'v APE Limits N Coastal Zone Boundary • Oala Station 40 Feet 80 i ;,. - E L CAMI NO REAL 'DEV -.;~. ·x;=---:---_:_ ----~-~- EUC···· .. ·---. : . ·:. -· - rl , . . I - I" ,. . ·.I . ~--: .. ~--;-.;_• . _,, .. \ .... ·--. . ---u--~ - ·~--; ·--~-'· ' ·, - ·•.:.• -•:.r ~. -t '. ---!,. _:-. ·' ... • •~ • o, '-:. I ·;·- .-: \t,\\\i._ ... .-·.' .... -· : ·.' .. :,.\.: •. I ., I l /~--:-~~--·. . . _··. ·. · .. . ;:·· --·--~~-..;:.. -:· --. . ./ . 1·· .. . ~ ... . -. -. '. , --'==--~~a..::.=~~...:..--=---'---'-...:..-:..:.. ___________ _;_;;;._~----'-'-~---=~-----~------------'-----'--'·-·~·---~-' VEGETATION TYPES/LANDCOVERS: C3 AGL: Annual Grassland C3 CSS: Coastal Sage Scrub C3 dCSS: disturbed Coastal Sage Scrub C'.3 DEV: Developed C3 OH: Disturbed Habitat C3 EUC: Eucalyptus Woodland C3 NGL: Native Grassland C3 dNGL: disturbed Native Grassland C3 ORN: Ornamental C3 SW S : Southern Willow Scrub C3 sws_e: Southern Willow Scrub (CDFG only) C3 dSWS_C: disturbed Southern Willow Scrub (CDFG only) Jurisdictional Waters of the U.SJState Ephemeral Waters Ephemeral Waters (concrete-lined) Intermittent waters _ .. _, Intermittent 'Naters {coflCfete-~ned) Note: Number indicates v.idth of channel segment l:>efweEn malks. El Camino Real Widening Project -MND I FIGURE I Biological Resources Map with APE Limits 9c .. i i I. TOPO SOURCE: Benyman & Henigar, December 2005 /"v/ Study Area /'v APE Limits e Data Station 40 Feet 80 VEGETATION TYPES/LANDCOVERS: c::3 AGL: Annual Grassland c::3 CSS: Coastal Sage Scrub c::3 dCSS: disturbed Coastal Sage Scrub c::3 DEV: De~loped c::3 OH: Disturbed Habitat c::3 EUC: Eucalyptus Woodland DEV ; C:3 NGL: Native Grassland i \ C:3 dNGL: disturbed Native Grassland c::3, ORN: Ornamental C:3 SWS: Southern Willow Scrub C:3 SWS_C: Southern Willow Scrub (CDFG only) .. . _, EUC ~---. --. I L._ -·-c ·-~' ! -~..,· . '; , .. ~.,......,--:. .r : .-:.,.:. : -·-... - . , . Jurisdictional Waters of the U.SJState -··-· Ephemeral Waters -··-" Ephemeral Waters (concrete-lined) -••-"' Intermittent Waters -··-• lntermittoot Waters (concrete.fined) c::3 dSWS_C: disturbed Southern W illow Scrub (CDFG only) Note: N1n1ber indlcalas width of channel segment between marks. El ammo . ea I enmg ro1ect • 1 C . R I W'd . p . MND I FIGURE I Biological Resources Map with APE Limits · SD · -- EIA Form -Part II Direct pennanent impacts to vegetation communities and land covers listed as HMP habitats in the City HMP would be considered significant. Direct impacts to 1.31 acre of coastal sage scrub (inc1uding disturbed), 0.02 acre of disturbed native grassland, 0.11 acre of non-native grassland, 0.40 acre of southern willow scrub (including disturbed), 0.33 acre eucalyptus woodlands, and 2.60 acres disturbed land, all vegetation communities and land covers listed as HMP habitats in the City HMP, are considered significant. Refer to mitigation measures listed below that would reduce impacts to a level below significance .. Regarding sensitive wildlife species, the project has the potential to impact 0. 73 acre of potential Cooper's hawk nesting habitat (southern willow scrub and eucalyptus); 1.44 acres of Dulzura pocket mouse and northwestern San Diego pocket mouse habitat ( coastal sage scrub and grasslands) .. Potential impacts to nesting Cooper's hawk, Dulzura California pocket mouse and northwestern San Diego pocket mouse, if present, would be considered significant. Refer to mitigation measures listed below that would reduce impacts to a level below significance .. Surveys for monarch butterfly roosting sites were negative, and therefore no impacts would occur to this species. Potential indirect impacts to sensitive plant and wildlife species include construction-related edge effects such as dust which could disrupt plant vitality in the short-tenn or construction- related soil erosion and water runoff. Edge effects generally would only occur along the interface between the project impact area and adjacent sensitive habitat, including coastal sage scrub, native grassland, non-native grassland, southern willow scrub, and jurisdictional stream channels. However, standard construction BMPs and construction-related minimization measures to control dust, erosion, and runoff will be implemented and will ameliorate these effects (refer to Section VIII, Hydrology and Water Quality, response a). Therefore, significant indirect impacts to sensitive plant and wildlife species would be avoided through these measures. Regarding sensitive plant species, the Biological Resources Technical Report concludes that no sensitive plant species occur in the APE, and no direct impacts to sensitive plant species would result. Mitigation Measures for Sensitive Vegetation Communities BI0-1:Prior to grading, significant direct impacts to sensitive vegetation communities shall be mitigated in the amounts shown in the discussion below. Mitigation shall be implemented to the satisfaction of the City Planning Department. The mitigation ratios are also displayed in Table 2. .. September 2007 The loss of 0.02 acre (715 square feet) of disturbed native grassland within the Coastal Zone (CZ) shall be mitigated at a ratio of 3: 1, including 1: I habitat creation. Because only 0.02 acre of native grassland creation is required, this 4926-01 El Camino Real Widening Project 43 • • • Coastal sage scrub includin disturbed EIA Form -Part II shall be incorporated (as container plantings) into the coastal sage scrub habitat creation discussed below. The loss of 0.35 acre of CZ coastal sage scrub shall be mitigated at a 2: 1 ratio including habitat creation at a 1: 1 ratio. A total of 0.37 acre of coastal sage scrub habitat shall be created within the CZ, including a sufficient quantity of container plants as native grasses equivalent to the creation of 0.02 acre of native grassland. The remaining I : 1 mitigation for impacts to CZ coastal sage scrub, together with 1: I mitigation for non-CZ coastal sage scrub impacts, shall be achieved through preservation of 1.31 acres of coastal sage scrub habitat by use of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank .. Loss of 0.11 acre of non-native grassland shall be mitigated by preservation of 0.06 acre of non-native grassland ( or superior habitat) by use of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. Loss of 0.33 acre of eucalyptus woodland and 2.60 acres of disturbed lands shall be mitigated by 0.03 acre and 0.26 acre habitat preservation, respectively, at the Lake Calavera Mitigation Bank, and may be out-of-kind. TABLE2 Recommended Mitigation for Impacts to Sensitive Vegetation and Jurisdictional Waters (Acres) 0.35 2:11 0.70 0.96 1:1 0.96 0.35 1.31 1.66 Native rassland-disturbed 0.02 3:11 0.06 0.022 0.04 0.06 Non-native rassland 0.11 0.5:1 0.06 0.06 0.06 Riparian scrub 0.40 3:1 1 1.20 0.40 0.8 1.20 includin disturbed E hemeral channel 0.01 1:1 1 0.01 0.01 0.01 Intermittent channel 0.11 1:1 1 0.11 0.11 0.11 Eucal tus woodland 0.33 0.1:1 0.03 0.03 0.03 Disturbed lands 0.32 0.1:1 0.03 2.28 0.1:1 0.23 0.26 0.26 1 Includes 1: 1 creation. 2 Included within coastal sage scrub mitigation, for a total of 0.37 acre coastal sage scrub creation. Mitigation measures for impacts to southern willow scrub are discussed below under response b ). Mitigation Measures for Sensitive Wildlife Species BI0-2:Prior to grading, significant direct impacts to sensitive wildlife species shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures would avoid impacts to Cooper's hawk, other raptors and other migratory bird species nests protected under the Migratory Bird Treaty Act: September 2007 4926-01 El Camino Real Widening Project 44 - - - - - • • EIA Form -Part JI The City's construction contractor shall conduct vegetation clearing outside of the January through September bird breeding season; or A qualified biologist shall conduct a focused survey for bird nests not more than 72 hours prior to commencement of vegetation clearing activities. If active nests are found, the City's construction contractor shall cease construction within an appropriate buffer zone of 50 to 300 feet, as determined by the project biologist, around the nest site until juveniles have fledged and the nesting cycle is complete. Impacts to Cooper's hawk, Dulzura California pocket mouse, and northwestern -San Diego pocket mouse shall be mitigated through creation and/or preservation of riparian scrub and eucalyptus woodland (Cooper's hawk), and coastal sage scrub and grassland (pocket mice) habitats discussed under BIO-1 above. [Note: the loss of approximately 0. 7 acre of potential Cooper's hawk nesting habitat (eucalyptus and riparian scrub) shall be mitigated through creation or preservation of 1.20 acres of riparian habitat and 0.03 acre of eucalyptus woodland.] The location of the riparian scrub would be determined as part of the CDFG 1602 permit process. b) Have a substantial adverse effect on any riparian, aquatic or wetland habitat or other sensitive natural community identified in local or regional plans, policies, or regulations or by California Department of Fish and Game or U.S. Fish and Wildlife Service? Potentially Significant Unless Mitigation Incorporated. Direct permanent impacts to 0.19 acre of waters, including wetlands, under the jurisdiction of ACOE, CDFG, and RWQCB, and an additional 0.33 acre of riparian vegetation under the jurisdiction of CDFG only (for a total CDFG-jurisdictional area of 0.52 acre) are considered significant (Dudek 2007). Table 3 below shows the breakdown of waters/wetlands impacts and the acreage of each. Potential indirect impacts to jurisdictional stream channels and sensitive vegetation communities (i.e., southern willow scrub, coastal sage scrub, native grassland, non-native ~assland) include construction- related edge effects such as dust which could disrupt plant vitality in the short-term or construction-related soil erosion and water runoff. Edge effects generally would only occur along the interface between the APE (i.e., where construction and/or grading or other physical impacts would occur) and adjacent sensitive habitat, including jurisdictional stream channels, southern willow scrub, coastal sage scrub, native grassland and non-native grassland. However, standard construction BMPs and construction-related minimization measures to control dust, erosion, and runoff will be implemented and will ameliorate these effects as stated under Section VIII, Hydrology and Water Quality response a). Therefore, significant indirect impacts to jurisdictional areas and other sensitive vegetation communities would be reduced to less than significant levels through these measures. September 2007 4926-01 El Camino Real Widening Project 45 EJA Fann~ Part JI TABLE3 Project Impacts to Jurisdictional Areas ~~WA:T!;R§'{:WEI!lANQ§.x1XP~;'.;,'{{::y >1; : -~·: · .. · ,:, ·.· •· . ;~, ; .. ··. :' Ac.R~~!;t'.~ :\,;\,J:::ife:~i1BicJ.URIS.QLGfuJoft~'L:~::.;;~;;~;/~~.'.j:~. Southern willow scrub 0.30 CDFG Southern willow scrub 0.07 CDFG, ACOE, RWQCB Southern willow scrub-disturbed 0.03 CDFG Unvegetated stream channel (ephemeral} CDFG, ACOE, RWQCB UnveQetated stream channel (intermittent} 0.10 CDFG, ACOE, RWQCB Concrete-lined channel (ephemeral} 0.01 CDFG, ACOE, RWQCB Concrete-lined channel (intermittent) 0.01 CDFG, ACOE, RWQCB t%f~~tti~itit~il~1~1~~t1£itt~U~ii1if~\(?\J.~\r ; .. :·'(,.(if .. =·::<··.,:~) .. /; y •• ,~ i··.; iO~ ·5i}}J/4~}8 1 Totals may not sum precisely due to rounding. Mitigation Measures for Jurisdictional Waters BI0-3 Prior to grading, significant direct impacts to jurisdictional waters and riparian habitats shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures would reduce impacts to a level below significance: • Mitigation for impacts to jurisdictional waters and riparian habitats shall include 1: 1 creation in accordance with the "no net loss" wetlands policy in the Carlsbad HMP. Impacts to 0.40 acre of southern willow scrub shall be mitigated at a ratio of 3: 1, consisting of creation of 0.40 acre (1: 1) of southern willow scrub and use of 0.80 acre (2:1) of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. • Impacts to 0.12 acre of ephemeral and intermittent stream channels shall be mitigated through creation of 0.12 acre of stream channel ( or superior) habitat. • A combined total of 0.52 acre of wetland habitat and jurisdictional stream channels shall be created in partial mitigation for wetland impacts. • A Clean Water Act (CWA) Section 404 Nationwide Permit shall be required from the ACOE for project impacts to 0.19 acre of A COE-jurisdictional waters. • A CWA Section 401 permit from RWQCB shall be required for impacts to 0.19 acre of waters under their jurisdiction. • A CDFG Section 1602 Streambed Alteration Agreement shall be required from CDFG for impacts to 0.52 acre of jurisdictional waters and riparian vegetation. c) Have a substantial adverse effect on federally protected wetlands as defined by Section 404 of the Clean Water Act (including but not limited to marsh, vernal pool, coastal, etc.) through direct removal, filling, hydrological interruption, or other means? Potentially Significant Unless Mitigation Incorporated. Refer to response b) above. September 2007 4926-01 El Camino Real Widening Project 46 - - d) EIA Form -Part II Interfere substantially with the movement of any native resident or migratory fish or wildlife species or with established native resident or migratory wildlife corridors, or impede the use of native wildlife nursery sites? Less Than Significant Impact. The City of Carlsbad specifically identifies habitat linkages as part of the Habitat Management Plan (HMP), with Linkages consisting of conserved habitat that provides a connection between the HMP core areas and other natural habitat areas. The vicinity of the proposed project is not identified as a Linkage in the HMP and is not located within a habitat corridor. The project would involve widening of an existing roadway. As such, impacts would be less than significant. e) Conflict with any local policies or ordinances protecting biological resources, such as a tree preservation policy or ordinance? No Impact. The project would not conflict with the Carlsbad HMP, or any other local policies or ordinances protecting biological resources. Also refer to response t) below. No impacts would result. f) Conflict with the provisions of an adopted Habitat Conservation Plan, Natural Community Conservation Plan, or other approved local, regional, or state habitat conservation plan? No Impact. The proposed project site is located within the City of Carlsbad HMP and is part of the El Camino Real Widening -South Chestnut to South Alga Street project, which is covered by the proposed City Lands mitigation bank. (Note: subsequent to publication of the HMP, the "South Alga" street name was changed to A viara Parkway to the west of El Camino Real, and Alga Road east of El Camino Real.) The proposed project would comply with the HMP guidelines and requirements, and therefore, the project is consistent with the Carlsbad HMP. No impacts would result. V. CULTURAL RESOURCES-Would the project: a) Cause a substantial adverse change in the significance of a historical resource as defined in §15064.5? · No Impact. A Cultural Resources Technical Report was conducted for the proposed project in 2006 (ASM 2006). A review of historic maps of the project vicinity in addition to a database search of the National Register of Historic Places, California Register of Historic Resources, California State Landmarks, California Points of Historic Interest and other historic property lists were conducted and did not reveal any historic structures within the project vicinity (ASM 2006). Therefore, no impacts to historical resources would result. September 2007 4926-01 El Camino Real Widening Project 47 b) EIA Form-Part II Cause a substantial adverse change in the significance of an archeological resource pursuant to §15064.5? Potentially Significant Impact Unless Mitigation_ Incorporated. According to the Cultural Resources Technical Report, two prehistoric habitation sites have previously been recorded within a one-mile radius of the project site. No additional archeological resources were identified during the site reconnaissance survey. Because a number of large habitation sites are located within a one-mile radius of the project, the known presence of large archaeological sites in the vicinity, and due to the fact that during surveys, heavy leaf litter was present which limited visibility, potentially significant impacts to archaeological resources could result. Accordingly, implementation of the following mitigation measures during project grading and construction activities would reduce potential impacts to archeological resources to less than. significant levels. CULT-1: Archeological monitoring shall occur during all earthmoving activities, to the satisfaction of the City of Carlsbad Planning Department. The mitigation monitoring program shall consist of the following measures: Prior to Preconstruction (Precon) Meeting 1. Planning Department Plan Check a. The requirements for Archaeological Monitoring and Native American Monitoring shall be included on the appropriate construction documents. Archaeological and Native American Monitoring shall be performed by separate qualified individuals. 2. Submit Letter of Qualification to the Planning Department 3. a. Prior to the first Precon Meeting, the City shall provide a letter. of verification stating that qualified monitors have been retained to implement the monitoring program. Records Search Prior to Precon Meeting a. At least thirty days prior to the Precon Meeting the qualified monitors shall verify to the City that a records search has been completed and updated as necessary and be prepared to introduce any pertinent information concerning expectations and probabilities ofdiscovery during grading activities. Verification includes, but is not limited to, a copy of a confirmation letter from South Coast Information Center or, if the search was in-house, a letter of verification from the monitors stating that the search was completed. September 2007 4926-01 El Camino Real Widening Project 48 - - - EJA Form -Part II Precon Meeting 1. Archaeologist & Native American Monitors Shall Attend Precon Meetings a. Prior to beginning any work that requires monitoring, the City shall arrange a Precon Meeting that shall include the Monitors, Construction Manager and/or Grading Contractor. The qualified Monitors shall attend any grading related Precon Meetings to make comments and/or suggestions concerning the Archaeological and Native American Monitoring program with the Construction Manager and/ or Grading Contractor. 2. Identify Areas to be Monitored a. At the Precon Meeting, the Monitors shall submit to the City Planner a copy of the site/grading plan (reduced to 1 lxl 7) that identifies areas to be monitored as well as areas that may require delineation of grading limits . . During Construction 1. Archaeologist &Nati':7e American Monitors Shall be Present During Grading/Excavation The qualified Monitors shall be present full-time during grading/excavation of native soils and shall document activity via the Consultant Monitor Record. This record shall be sent to the City Planner (CP), as appropriate, each month. a. . Monitoring b. C. Monitoring of holes and/or trenches is required for all components that impact native soils one foot· deeper than existing as detailed on the plans or in the contract documents identified by drawing number or plan file number. It is the Construction Manager's responsibility to keep the monitors up-to-date with current plans. Discoveries In the event of a discovery, and when requested by a Monitor, or the Principal Investigator (PI) if the Monitor is not qualified as a PI, the Construction Manager . (CM), as appropriate, shall be contacted and shall divert, direct or temporarily halt ground disturbing activities in the area of discovery to allow for preliminary evaluation of potentially significant archaeological resources. The PI shall also immediately notify the CP of such findings at the time of discovery. Determination of Significance The signific.ance of the discovered resources shall be determined by the PI. For significant archaeological resources, a Research Design and Data Recovery Program shall be prepared, approved by the agency and carried out to mitigate impacts before ground-disturbing activities in the area of discovery will be allowed to resume. September 2007 4926-01 El Camino Real Widening Project 49 2. 3. 4. EIA Form -Part II d. Minor Discovery Process The following is a summary of the criteria and procedures related to the evaluation of small cultural resource deposits during excavation. Coordination and Notification a. Monitors shall notify PI, CM and CP, as appropriate. Criteria used to Determine if it is a Small Cultural Resource Deposit a. The deposit is limited in size both in length and depth; and, b. The information value is limited and is not associated with any other resources; and, c. There are no unique features/artifacts associated with the deposit. d. A preliminary description and photographs, if available, shall be transmitted to the CP. e. The information will be forwarded to the Planning Department for consultation and verification that it is a small historic deposit. Procedures for documentation, curation and reporting The following constitutes adequate mitigation of a small historic deposit to reduce impacts due to excavation activities to below a level of significance. a. I 00 percent of the artifacts within the alignment and width shall be documented in-situ, to include photographic records, plan view of the trench and profiles of sidewalls, recovered, photographed after cleaning,.and analyzed and curated. b. The remainder of the deposit within ·the limits of excavation (trench walls) shall be left intact. c. The Final Results Report shall include a requirement for monitoring of any future work in the vicinity. 5. Notification of Completion The Monitors shall submit monitoring reports to the CP at the end date of monitoring. Post Construction I. Handling and Curation of Artifacts and Letter of Acceptance a. The Archaeologist Monitor shall be responsible for ensuring that all cultural remains collected are cleaned, catalogued, and permanently curated with an appropriate institution; that a letter of acceptance from the curation institution has been submitted to the Planning Department; that all artifacts are analyzed to identify function and chronology as they relate to the history of the area; that faunal material is identified as to species; and that specialty studies are completed, as applicable. September 2007 4926-01 El Camino Real Widening Project 50 - - - - b. EIA Form -Part II material ·is identified as to species; and that specialty studies are completed, as applicable. Curation of artifacts associated with the survey, testing and/or data recovery for this project shall be completed in consultation with the CP and the Native American representative, as applicable. 2. Final Results Reports (Archaeological Monitoring and/or Research Design and Data Recovery Program) 3. a. Within three months following the completion of monitoring, two copies of the Final Results Report (even if negative) and/or evaluation report, if applicable, which describes the results, analysis, and conclusions of the Archaeological Monitoring Program (with appropriate graphics) shall be submitted to the CP for b. approval. For significant archaeological resources encountered during monitoring, the Research Design and Data Recovery Program shall be included as part of the Final Results Report. Recording Sites with State of California Department of Park and Recreation The Archaeologist shall be responsible for recording (on the appropriate State of California Department of Park and Recreation forms-DPR 523 A/B) any significant or potentially significant resources encountered during the Archaeological Monitoring Program in accordance with the City's Historical Resources Guidelines, and submittal of such forms to the South Coastal Information Center with the Final Results Report. c) Directly or indirectly destroy a unique paleontological resource or site or unique geologic feature? Less Than Significant Impact. No previous paleontological resources have been recorded within one mile of the project site. During the site survey, one piece of marine shell and one fragment of a large mammal bone were identified in the project vicinity (ASM 2006). However, a close inspection of extensive excavations in the area where these resources were found did not reveal any further potential remains, and impacts to paleontological resources would be less than significant. d) Disturb any human remains, including those interred outside of formal cemeteries? No Iinpact. No human remains were identified in the Cultural Resources Technical Report prepared for the proposed project, and the report did not indicate the potential for remains to be encountered during construction activities (ASM 2006). As a result, no impacts are anticipated. September 2007 4926-01 El Camino Real Widening Project 51 VI. EIA Fonn -Part II GEOLOGY AND SOILS-Would the project: a) Expose people or structures to potiential substantial adverse effects, including the risk of loss, injury or death involving: i) Rupture of a known earth1ciuake fault, as delineated on the most recent Alquist-Priolo Earthquakti Fault Zoning Map issued by the State Geologist for the area or based on other substantial evidence of a known fault? Ref er to Division of Mines and Geology Special Publication 42. Less Than Significant Impact. A Geotechnical Engineering Investigation Report was prepared in 2006 for the proposed project (Testing Engineers 2006). According to the report, the proposed project is not located within any Earthquake Fault Zone delineated by the State of California for the hazard of fault surface rupture (Testing Engineers 2006). ii) Strong seismic ground shaking? Less Than Significant Impact. Southern California, including the proposed project site is located in a seismically active area. The closest known active fault to the project site is the Rose Canyon fault zone, which is located approximately 6 miles from the site (Testing Engineers 2006). Other active faults in the area include Elsinore-Julian, Newport-Inglewood, - Coronado Bank and Elsinore-Temecula fault zones, located approximately 23 miles, 6.5 -· miles, 22 miles, and 23 miles from the project site respectively. The most significant seismic hazard at the site is considered to be shaking caused by an earthquake occurring on a nearby or distant active fault (Testing Engineers 2006). The project does not propose to construct any structures, and the proposed widening of the existing roadway would not result in a significant impact such as risk of loss, injury or death due to seismic ground shaking. For these reasons, impacts related to seismic ground shaking would be less than significant. iii) Seismic-related ground failure, including liquefaction? Less Than Significant Impact. Liquefaction is generally known to occur in saturated cohesionless soils at depths shallower than approximately 50 feet. Dynamic settlement due to earthquake shaking can occur in both dry and saturated sands. The project site is mainly underlain by relatively dense Santiago Formation overlain by shallow, fine grained alluvial deposits, without a groundwater table. Ag such, the project site is not considered to be subject to liquefaction. The potential for liquefaction and associated ground deformation occurring beneath the site is considered low (Testing Engineers 2006), and impacts would be less than significant. September 2007 4926-01 El Camino Real Widening Project 52 - - EIA Fonn -Part JI iv) Landslides? Potentially Significant Impacts Unless Mitigation Incorporated. Portions of the adjacent hillsides to the immediate west are proposed to be graded and contoured to a 1.5:1 slope, and held in place with retaining walls, as described in the project description and under Section I, Aesthetics. The grading and construction of retaining walls would be conducted in conformance with the City's standards, but due to their height, scale, and potential for erosion, impacts to people or structures due to landslides 'is considered potentially significant. Impacts would be mitigated with implementation of the following mitigation measure: GE0-1: Prior to grading, the project geotechnical engineer or engineering geologist shall prepare a Final Geotechnical Engineering Investigation Report reflecting the approved project configuration.· This geotechnical study shall, as deemed necessary by the City Engineer and consulting geotechnical engineer, further assess slope stability and slope stability remediation within the proposed widening footprint. The findings and recommendations of the geotechnical assessment shall be incorporated into the final engineering design for the project. b) Result in substantial soil erosion or the loss of topsoil? Potentially Significant Impact Unless Mitigation Incorporated. The project would include the improvement of the existing roadway's pavement and would also include replacement/repair of existing storm drains to the east of the roadway, including the use of rip rap to reduce erosive runoff velocities (refer to Figure 4 for the location of storm drains). In this way, beneficial impacts would result. As a result of grading and project construction, potential erosion and siltation impacts could occur. As described in the Project Description section, grading along the western and eastern slopes of El Camino Real is proposed. Standard BMPs would be employed during grading and construction, such as installation of sediment barriers and gravel/sand bags to prevent offsite sedimentation; dust abatement to minimize fugitive dust; and removal of soil tracked onto paved surfaces. Potentially significant erosion impacts would be mitigated by implementation of the following mitigation measures: GE0-2: All proposed cut and fill slopes identified as susceptible to future erosion and/or soil slippage shall be planted with an erosion retardant ground cover adhering to the following criteria: • The ground cover is effective in preventing surface erosion; • The ground cover is drought resistant; • The ground cover has a relatively low surface mass/weight; September 2007 4926-01 El Camino Real Widening Project 53 • • • Has a fairly deep and extensive root system; Requires minimum maintenance by the owner; and . Has a low irrigation demand . EIA Form -Part II GEQ.:.3: The City Engineer shall be responsible for approving the appropriate erosion control/slope failure control-planting program prior to grading. c) Be located on a geologic unit or soil that is unstable, or that would become unstable as a result of the project, and potentially result in on-or off-site landslide, lateral spreading, subsidence, liquefaction, or collapse? Less Than Significant Impact. As mentioned above in response a) iii), the potential for ground deformation occurring beneath the project site is considered low (Testing Engineers 2006). In addition, the site is not located in an area of known ground subsidence due to the withdrawal of subsurface fluids. Therefore the potential for subsidence or collapse occurring at the · site is considered remote (Testing Engineers 2006), and impacts would be less than significant. d) Be located on expansive soils, as defined in Table 18-1-B of the Uniform Building Code (1997), creating substantial risks to life or property? - Less Than Significant Impact. Soils within the project site consist of silty sand, clayey sand - and/or sandy clay (Testing Engineers 2006). According to the Uniform Building· Code Table 18- I-B, these soil types are classified as having a medium to high potential as an expansive soil. Existing soils at the project site would be removed to a depth of at least I foot below existing ground surface and at least 2 feet beyond the road embankment footprint and replaced with fill soils. Therefore, because expansive soils would be replaced, potential impacts would be less than significant. e) Have soils incapable of adequately supporting the use of septic tanks or alternative wastewater disposal systems where sewers are not available for the disposal of wastewater? No Impact. The project does not propose to provide septic tanks or alternative wastewater disposal systems. Therefore, no impact would result. HAZARDS AND HAZARDOUS MATERIALS-Would the project: VII. a) Create a significant hazard to the ]Public or the environment through the routine transport, use, or disposal of hazardous materials? Less than Significant Impact. Construction activities used for the proposed widening of El Camino Real would not include the use of explosives or acutely hazardous materials. No - hazardous materials would be used with the exception of fuels commonly employed in September 2007 4926-01 El Camino Real Widening Project 54 ··---- I , .... EIA Form -Part II construction vehicles. As such, the project would have no significant impact with regard to creating a potential hazardous condition to the public or the environment through routine transport, use or disposal of hazardous materials. Impacts would be less than significant. b) Create a significant hazard to the public or environment through reasonably foreseeable upset and accident conditions involving the release of hazardous materials into the environment? Less Than Significant Impact. Relatively small amounts of hazardous substances, such as fossil fuels, lubricants, and solvents would be used onsite for construction and maintenance of the project; however, these materials shall be transported and handled in accordance with all federal, state, and local laws regulating the management and use of hazardous materials. Consequently, use of these materials for their intended purpose would not pose a significant risk to the public or environment, and impacts would be less than significant. c) Emit hazardous emissions or handle hazardous or acutely hazardous materials, substances, or waste within one-quarter mile of an existing or proposed school? No Impact. The proposed project would not be located within one-quarter mile of an existing or proposed school (City of Carlsbad 2002). As such, no impact to existing or proposed schools -would result. d) Be located on a site which is included on a list of hazardous materials sites compiled pursuant to Government Code Section 65962.S and, as a result, would it create a significant hazard to the public or environment? No Impact. According to the County of San Diego Department of Environmental Health website (http://www.co.san-diego.ea.us/deh, accessed in August 2006), two database listings are located along the APE, but no waste, inventory, environmental assessment, or tank information was identified for these sites. A total of eight other listings are located within a one mile radius of the APE. These listings consist of medical/dental facilities and one dry cleaner site. These sites were reported as chemicals storage areas with no reports of hazardous spills or contamination issues. Therefore, no listed sites would create a significant hazard to the public or the environment, and no impact would occur. e) For a project within an airport land use plan, or where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project result in a safety hazard for people residing or working in the project area? September 2007 4926-01 El Camino Real Widening Project 55 EIA Form -Part /J No Impact. The proposed project is not located within the McClellan-Palomar Airport Influence Area of the Airport Land Use Compatibility Plan for the McClellan-Palomar Airport (SANDAG 2004). In addition, the proposed project is not located within a two mile radius of any other airport. The McClellan-Palomar Airport is located approximately 2.2 miles south of the proposed project site. No safety hazard or impacts would result. t) For a project within the vicinity of a private airstrip, would the project result in a safety hazard for people residing or working in the project area? No Impact. The proposed project is not located within the vicinity of a private airstrip, and no impact would result. g) Impair implementation of or physically interfere with an adopted emergency response plan or emergency evacuation plan? Potentially Significant Impact Unless Mitigation Incorporated. The widening of El Camino Real would alleviate existing and future traffic conditions along this roadway segment. However, during construction activities, the potential exists for increased traffic to occur within the APE which could result in delayed response times to emergency vehicles. Mitigation has been provided below to reduce this short-term impact to less than significant levels: HAZ-1: Prior to grading, a traffic control plan shall be prepared to the satisfaction of the City of Carlsbad Engineering Department. 1lb.e traffic control plan shall show all signage, striping, delineation detours, flagging operations, and any other devices, which shall be used during construction to guide motorists safely through the construction zone and allow for a minimum of one lane of travel. The plan shall also identify temporary construction employee parking areas. The traffic control plan shall also include provisions for coordinating with local emergency service providers regarding construction times and locations of lane closures as well as specifications for pedestrian and bicycle safety. Emergency vehicles would be permitted access through the construction zone. h) Expose people or structures to a significant risk of loss, injury or death involving wildland fires, including where wildlands are adjacent to urbanized areas or where residences are intermixed with wildlands? Less than Significant Impact. The proposed project is located in areas adjacent to vegetated open space that could be susceptible to wildland fires. These areas are located on both sides of El Camino Real within and near the project APE. During the construction phase, the use and - - storage of construction equipment fuel and petroleum products would increase the potential risk - September 2007 4926-01 El Camino Real Widening Project 56 - • L. EIA Form -Part II of fire hazard in the area. The project incorporates design features that would comply with County of San Diego Fire Department fuel modification requirements. Therefore, impacts are considered less than significant. VIII. HYDROLOGY AND WATER QUALITY-Would the project: a) Violate any water quality standards or waste discharge requirements? Potentially Significant Impact Unless Mitigation Incorporated. A Water Quality Technical Report (WQTR) was prepared for the proposed project (Bureau Veritas 2007), as required under the City's local Standard Urban Storm Water Mitigation Plan (SUSMP). The purpose of the WQTR is to document the process that was used to select and design the site, source, and treatment control stormwater BMPs that would be incorporated in the project to mitigate the impacts of urban runoff during and after construction. The WQTR identifies the project as "high priority" in the City's SUSMP because it involves a site 5 acres or larger (Bureau Veritas 2007). Also, since the project meets one or more _of the SUSMP applicability criteria, it is required to incorporate permanent stormwater BMPs into the project design. These BMPs include site design, source control, and treatment control BMPs. The project site is located in the Carlsbad Hydrologic Unit of the California Water Quality Control Board's Region 9 -San Diego, within the Agua Hedionda Lagoon and Agua Hedionda Creek Hydrologic Areas. The Carlsbad Watershed Urban Runoff Management Program prepared by the California Water Quality Control Board's Region 9 -San Diego, identified the following major water quality problems in the Carlsbad Hydrologic Unit: fecal coliform or bacterial indicators and sedimentation and siltation. The San Diego Regional Water Quality Control Board 303(d) list of impaired waterbodies included Agua Hedionda Creek for total dissolved solids, and Agua Hedionda Lagoon for bacteria indicators and sedimentation/siltation. The construction phase of the project is anticipated to generate sediment and construction material waste. Sedimentation can typically be caused through erosion of unprotected graded slopes and poor stockpile management. Construction material waste can pollute downstream water bodies, resources and aqueous environments if not treated, handled and disposed of properly. Grading would increase the erosion potential of onsite soils which could lead to offsite sediment transport. Sediment, nutrients, heavy metals, organic compounds, potential oxygen demanding substances, and oil and grease are the potential pollutants generally of concern for roadway projects (Bureau Veritas 2007). This potential impact would be short-term (during the construction phase) and is considered significant. Mitigation in the form of site-specific BMPs, as recommended in the WQTR, would be implemented as discussed below. These mitigation measures would reduce water quality impacts to below a level of significance: September 2007 4926-01 El Camino Real Widening Project 57 EIA Form -Part II HYDR0-1: A stormwater pollution prevention plan (SWPPP) shall be prepared by the City prior to grading. The SWPPP shall identify potential sources of pollution, practices to be - used to reduce pollutants, and shall help ensure compliance with the stormwater permit. The construction contractor shall be required to implement the approved SWPPP and any amendments thereafter, to the satisfaction of the City Engineer. The SWPPP will have a Sampling and Monitoring Program that addresses both direct discharges from the project into a Section 303( d) water body and discharges that have been discovered through visual monitoring to be potentially contaminated by pollutants not visually detectable in the runoff. HYDR0-2: The construction contractor shall be required to implement BMPs during construction in accordance with the plans, specifications and SWPPP prepared for the project, the General Construction Storm Water Permit (NPDES Order 99-08-DWQ), and to the satisfaction of the City Engineer. These BMPs shall address temporary soil stabilization, temporary sediment control, wind erosion control, tracking control, and non-stormwater management. Several BMPs have been incorporated into the project design to reduce potential future impacts related to water quality and water discharge (Bureau Veritas 2007). BMPs would be implemented to address water quality impacts during the planning and design, and operational stages of this project. These project BMPs are included in mitigation measures below, and - would reduce potential long-term water quality impacts to below a level of significance: HYDR0-3: The project is considered a priority project and is therefore required to incorporate treatment BMPs into the site. Based on the impaired waterways that exists downstream of the APE, this project shall incorporate native planted swales as a treatment control BMP designed to remove sedimentation/siltation to a medium or high level. This BMP shall be approved by the City Engineer prior to grading. Native planted swales shall be located along either side of the roadway in the parkway area or in the median as determined by the City during the final design phase of the project. The length and configuration of the native planted swales shall be consistent with those identified in detail in the Water Quality Technical Report prepared ·for the project (Bureau Veritas 2007). HYDR0-4: The City shall implement all maintenance operations of permanent BMPs as outlined in Section 2.5 [Maintenance of Municipal Separate Storm Sewer System (MS4) of their Jurisdictional Urban Runoff Management Plan (JURMP)]. The City's Contractor is responsible for maintenance of construction BMPs. Operation and maintenance requirements for the proposed permanent BMPs are provided in Table 4 below. September 2007 4926-01 El Camino Real Widening Project 58 - -·-~ ,_ - Native Planted Swales Inspect for erosion, Presence of erosion, damage to vegetation, missing vegetation, and sediment and and accumulation of trash/debris sedimentation and/or accumulation debris/trash that could interfere with proper functioning of swale. Shrubbery Trimming High growth of shrubbery and presence of weeds, and/or woody vegetation. Inspection for standing Standing water is water present and does not drain after a maximum of 72 hours. Table 4 Visual observation of erosion, damaged vegetation, and presence of sediment and trash/debris. Visual observation of shrubbery height exceeding a 6-in. depth and presence of weeds and/or woody ve etation. Visual observation of standing water. Once per year (preferably at the beginning of the rainy season - October 1st). Trim once per year for aesthetic and safety purposes and/or suppression of shrubbery and woody vegetation. Once per year (preferably at the beginning of the rainy season - October 151). EIA Fonn-Part II Reinforce eroded areas with rock rip rap. Reseed damaged vegetation areas. Remove and properly dispose of accumulated sediment when it exceeds 3 inches depth. Remove and properly dispose of debris/trash. Trim shrubbery to no less than 4-inch depth, but no taller than 6-inch depth. Weed control strategies. Regrade areas downstream of location where standing water accumulates to ensure water flows smoothly. b) Substantially deplete groundwater supplies or interfere substantially with ground water recharge such that there would be a net deficit in aquifer volume or a lowering of the local ground water table level (i.e., the production rate of pre-existing nearby wells would drop to a level which would not support existing land uses or planned uses for which permits have been granted)? Less than Significant Impact. As described in response VI.a.iii), the project site is mainly underlain by relatively dense Santiago Formation overlain by shallow, fine grained alluvial deposits, without a groundwater table. The widening of El Camino Real from four to six lanes would result in an increase to impervious surfaces along this roadway. No depletion in groundwater supplies would result, and the scale of the project is such that it would not substantially interfere with ground water recharge. Therefore, impacts to groundwater supplies would be less than significant. c) Substantially alter the existing drainage pattern of the site or area, including through the alteration of the course of a stream or river, in a manner, which would result in substantial erosion or siltation on-or off-site? September 2007 4926-01 El Camino Real Widening Project 59 EIA Fann-Part II Less Than Significant Impact. Although the project would impact adjacent waters of the U.S., as analyzed in Section IV.a), the proposed project will not significantly alter d:rairiage patterns on - the site (Bureau Veritas 2006). Stormwater within the existing storm drains currently flows at erosive velocities into a ditch east of the roadway. This has resulted in erosion of the existing embankment along the east side of the roadway, pavement cracking and weathering, and bumps/sags. The project proposes to replace and/or improve the existing storm drains within the project APE and provide erosion protection in the ditch and/or construct check dams within the ditch. These proposed project features would remedy the existing erosion condition. Impacts would be less than significant. d) Substantially alter the existing drainage pattern of the site or area, including through the alteration of the course of a stream or river, or substantially increase the flow rate or amount (volume) of surface runoff in a manner, which would result in flooding on-or off--site? Less Than Significant Impact. The proposed project will not significantly alter drainage patterns on the site (Bureau Veritas 2006). The proposed project would replace and/or improve the existing storm drains within the project limits as the majority of the existing system is at capacity. The proposed project would result in a minor increase to surface runoff due to the proposed widening of El Camino Real, and this minor increase in surface runoff would not substantially alter the existing drainage pattern of the site or area. Therefore, impacts would be less than significant. e) Create or contribute runoff water, which would exceed the capacity of existing or planned stormwater drainag,e systems or provide substantial additional sources of polluted runoff? Less Than Significant Impact. The widening of El Camino Real from four to six lanes would result in a minimal increase in runoff, including polluted runoff. As stated in the Preliminary Hydrology/Hydraulics Study for El Camino Real Widening (Bureau Veritas 2006) the majority of the existing storm drain system within the project limit is at capacity and therefore the project is proposing to replace and/or improve the existing storm drains within the project limits to accommodate project runoff. Therefore, impacts would be less than significant. t) Otherwise substantially degrade water quality? Less Than Significant Impact. See responses to Hydrology and Water Quality a) through e) above. September 2007 4926-01 El Camino Real Widening Project 60 - - ----------------------------- EIA Form -Part II g) Place housing within a 100-year flood hazard area as mapped on a Federal Flood Hazard Boundary or Flood Insurance Rate Map or other flood delineation map? No Impact. The proposed project does not include the construction of any housing units. In addition, the project is not located within a 100-year flood hazard area (SANG IS 1997). No impact is assessed. h) Place within 100-year flood hazard area structures, which would impede or redirect flood flows? No Impact. The propose project does not propose the construction o_f any structures that would impede or redirect flood flows. In addition, as mentioned above the proposed project is not located within a 100-year flood hazard area. No impact is assessed. i) Expose people or structures to a significant risk of loss, injury or death involving flooding, including flooding as a result of the failure of a levee or dam? No Impact. The proposed project is not located within any inundation area and therefore would not expose people or structures to a significant risk or loss of injury or death involving flooding. No impact assessed. j) Inundation by seiche, tsunami, or mudflow? Less Than Significant Impact. The project site is located approximately I mile northeast of Agua Hedionda Lagoon, 2.5 miles east of the Pacific Ocean, and 1.6 miles south of Buena Vista Lagoon. The proposed project is located approximately 77 to 286 feet above mean see level. Due to the elevation and distance of the Pacific Ocean tsunamis are not considered a hazard at the project site. Due to the shallowness of the lagoons, and the position of the site being upslope from these water bodies, potential impacts from a seiche or mudflow would not result. Therefore, impacts would be less than significant. IX. LAND USE AND PLANNING-Would the project: a) Physically divide an established community? No Impact. The proposed project is located in the northern part of the City and would consist of widening an existing roadway from four to six lanes to accommodate existing and future traffic. The improvement of the existing road facility is consistent with the City's General Plan. Since El Camino Real is an existing roadway, the proposed widening of the roadway would not physically divide an established community, and no impact would result. September 2007 4926-01 El Camino Real Widening Project 61 b) EIA Fann -Part II Conflict with any applicable landl use plan, policy, or regulation of an agency with jurisdiction over the project (including but not limited to the general plan, specific plan, local coastal program, or zoning ordinance) adopted for the purpose of avoiding or mitigating an environmental effect? Less Than Significant Impact. The project proposes to widen El Camino Real to its ultimate width of six travel lanes, which is consistent wiith its General Plan designation for prime arterial roadways. As such, no conflict with the General Plan would result, and since the project would provide ultimate Circulation Element configuration improvements for this segment of El Camino Real, a land use policy benefit would result. As shown in Figures 9a through 9d, the project site is located within the Coastal Zone as part of the City's Local Coastal Program (LCP). The project would be consistent with the City General Plan and would not conflict with the LCP. For a discussion on sensitive biological resources within the Coastal Zone, refer to Section IV, Biological Resources, responses a) and b ). The project is also subject to the City's Hillside Development Regulations, per Chapter 21.95 of the City Municipal Code (1998). The key purpose and intent of the regulations is to assure hillside conditions are properly identified and incorporated into the planning process, and to preserve and/or enhance the aesthetic qualities of natural hillsides and manufactured slopes of the land, minimizing the amount of project grading, especially in highly visible public places. The project is subject to a Hillside Development Permit due to its proposed grading and construction of a retaining wall along the western slope of the project segment. As described above under Aesthetics, the project is subjc:ct to El Camino Real Corridor Development Standards and would not conflict with those standards given its incorporation of key features such as a boulderscape retaining wall, landscaping, and other improvements such as sidewalks. These project features would also be consistent with the Hillside Development Regulations since they intend to improve the visual quality of the adjacent hillsides and street corridor. Overall, the project would be consistent with applicable plans, and impacts would be less than significant. c) Conflict with any applicable hab:itat conservation plan or natural community conservation plan? Less Than Significant Impact. As stated in Section IV, Biological Resources item f), the proposed project site is located within the City of Carlsbad's HMP and is part of the El Camino Real Widening -South Chestnut to South Alga street project, which is covered by proposed City Lands mitigation bank. The proposed project would comply with its guidelines and September 2007 4926-01 El Camino Real Widening Project 62 - - - - EIA Form-Part II requirements, and would be consistent with the Carlsbad's HMP. Impacts would be less than significant. X. a) MINERAL RESOURCES -Would the project: Result in the loss of availability of a known mineral resource that would be of future value to the region and the residents of the State? No Impact. According to the California Department of Conservation Division of Mines and Geology's (CDMG) Generalized Mineral Land Classification Map of Western San Diego County, California, the proposed project site and its surrounding areas are classified as Mineral Resource Zone (MRZ)-3 (CDMG 1996). MRZ-3 is defined as areas containing mineral deposits the significance of which cannot be evaluated from available data (CDMG 1996). Also, the City's General Plan does not identify mineral resources within its jurisdictional area. Overall, no impacts to mineral resources would occur. b) Result in the loss of availability of a locally important mineral resource recovery site delineated on a local general plan, specific plan, or other land use plan? No Impact. As stated above in response a), the project site is not located in an area designated for possessing locally important minerals. The project site is located in a semi-developed area and consists of widening an existing roadway, with no impacts to any known mineral resource recovery sites. No mineral impacts would result as a result of implementing the proposed project. XI. NOISE -Would the project result in: a) Exposure of persons to or generation of noise levels in excess of standards established in the local general plan or noise ordinance or applicable standards of other agencies? Less Than Significant Impact. An Acoustical Assessment Report was prepared for the project in 2006, and is summarized in this section (Dudek 2006). The City's General Plan has designated the maximum noise exterior level of 60 dBA community noise equivalency level (CNEL) for new residential, schools and churches. In addition, interior noise levels for new residential development should not exceed 45 dBA CNEL. The City has not adopted specific road widening significance thresholds for existing noise sensitive land uses. The existing measured hourly average noise levels ranged from 67 to 72 dBA at the backyards of the adjacent residences along both sides of El Camino Real, within the project APE (Figure 10). September 2007 4926-01 El Camino Real Widening Project 63 '-· 0 I Scale in Feet LEGEND e . Noise Measurement Location G ... Receptor Location D .. APE Boundary El Camino Real Widening Project -MND Noise Measurement & Receiver Locations - - - - EIA Fonn -Part II These noise levels do not account for noise attenuation of any existing barriers such as sound walls or wood fences that exist. Since the existing noise levels exceed the City's threshold, the Acoustical Assessment Report determined that a noise impact would be significant if the traffic noise level increase exceeds three (3) dBA CNEL and either elevates noise levels above the City's noise criteria limits or exceeds three (3) dBA increase above an already noisy existing condition. Noise levels generated by construction equipment would vary greatly depending on factors such as the type and specific model of the equipment, the operation being performed and the condition of the equipment. The maximum noise levels would range from approximately 75 to 95 dBA for the equipment normally used for this type of project. Construction activities are expected to comply with the City's permitted hours of operation --for prime arterials, the City's standard weekday construction hours are 8:30 a.m. to 3:30 p.m. Since this segment of El Camino Real has substantial directional flow, the City may pursue an extension of construction hours until 5:00 p.m. in the afternoon, depending on the direction of EI Camino Real under construction. · The extension of hours would require use of a traffic control plan, as identified in the HAZ-1 mitigation measure (Section VII, Hazards and Hazardous Materials, response g). Because the Tamarack Avenue and Chestnut Avenue intersections have school pedestrians crossing El Camino Real, the contractor would not be allowed to initiate the traffic control plan in either direction before 8:30 a.m. Furthermore, the City may elect to allow construction on Saturdays, in an effort to reduce the overall duration of construction. This option would also result in the need to implement the traffic control plan (per HAZ-1 ). Overall, regardless of which construction scenario the City ultimately pursues, construction activities would comply with the City's permitted hours for construction activities, and would be short-term, and therefore the construction noise impact would be less than significant. The short-term with project CNEL would result in an increase of less than one (1) dBA at the adjacent residences as compared to the short-term noise levels without the project (Dudek 2006). Therefore, short-term noise impacts are considered less than significant, since the noise levels would not exceed the three (3) dBA threshold. Long-term impacts were addressed for the year 2030. Year 2030 noise levels with incorporation of the proposed project would range from approximately 68 to 74 dBA CNEL at the backyards of the adjacent residents along EI Camino Real. The year 2030 with the proposed project CNEL would result in an increase ofless than one (1) dBA at the adjacent residences as compared to the noise levels without the proposed project. Therefore, long-term noise increase impacts would September 2007 4926-01 El Camino Real Widening Project 65 ,.___ (__, EIA Form -Part II also be less than significant, since the project noise increase would not exceed the significance threshold. b) Exposure of persons to or genention of excessive groundbourne vibration or groundboume noise levels? Less Than Significant Impact. During the construction phase of the project, the generation of groundboume vibration or intermittently high noise levels may occur. However, these activities · would occur during the permitted hours of construction activities in compliance with the City's Noise Ordinance and therefore impacts would be less than significant. c) A substantial permanent increase in ambient noise levels in the project vicinity above levels existing without the project? Less Than Significant Impact. As mentioned above in response a) the proposed project would result in an increase of one (I) dBA CNEL over the long term. Since a noise level change of three (3) dBA is generally considered to be a perceptible change in environmental noise, a substantial permanent increase in ambient noise level within the project vicinity would not result. The increase in ambient noise level would be less than significant. d) A substantial temporary or periodic increase in ambient noise levels in the project vicinity above levels existing without the project? Less Than Significant Impact. As mentioned above in response a), the proposed project would result in a temporary noise increase during construction activities. However, construction activities would be permitted to occur in accordance with the hours stated in the City's Noise Ordinance and therefore impact would be less than significant. e) For a project located within an airport land use plan or, where such a plan has not been adopted, within 2 miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? No Impact. The proposed project is not located within 2 miles of a public airport or public use airport. Therefore, no impact would result. t) For a project within the vicinity of a private airstrip, would the project expose people residing or working in the project area to excessive noise levels? September 2007 4926-01 El Camino Real Widening Project 66 - - - EIA Form -Part II No Impact. The proposed project is not located within the vicinity of a private airstrip. Accordingly, no impact would result. XII. POPULATION AND HOUSING-Would the project: a) Induce substantial growth in an area either directly (for example, by proposing new homes and businesses) or indirectly (for example, through extension of roads or other infrastructure)? Less Than Significant Impact. The widening of El Camino Real to the proposed configuration of this segment of roadway would accommodate planned development consistent with the City's General Plan. The widening of.this existing roadway from four to six lanes would not induce substantial unplanned growth in the area, and would not change any allowed density and/or zoning on adjacent properties. Impacts would be less than significant. b) Displace substantial numbers of existing housing, necessitating the construction of replacement housing elsewhere? No Impact. As identified in the project description, the proposed project would result in the acquisition of 6,946 square feet (0.16 acre) of private property on the western side of EI Camino Real, affecting parts of 4 parcels. These parcels are privately owned and currently vacant. There are no structures within the proposed acquisition area and no displacement of existing housing would result. Also, no change to allowed density or zoning would result. Therefore, no impact would result. The City of Carlsbad would work with the private property owner to determine the fair market value of the property to be acquired. Also, the proposed grading across APNs 167- 230-24 and 167-230-25 along the northeast portion of the APE would not result in impacts to existing housing. No housing would be displaced, and the proposed grading would be performed in such a fashion as to replace the in-kind driveway access to the property. c) Displace substantial numbers of people, necessitating the construction of replacement housing elsewhere? No Impact. Refer to response b) above. No people would be displaced as a result of implementing the proposed project. No impact assessed. XIII. PUBLIC SERVICES -Would the project: a) Result in substantial adverse physical impacts associated with the provision of new or physically altered government facilities, a need for new or physically altered government facilities, the construction of which could cause significant September 2007 4926-01 El Camino Real Widening Project 67 EIA Form -Part II environmental impacts, in order to maintain acceptable service ratios, response A times, or other performance objecltives for any of the public services: W i) Fire protection? Potentially Significant Impact Unless Mitigation Incorporated. The nearest fire protection station, Fire Station 3, is located approximately 300 feet northeast of the project site at 3701 Catalina Drive. The widening of El Camino Real would alleviate the existing traffic congestion along the roadway and allow better access for public emergency services and improve their response times. The demand for fire services in the area is not expected to increase as a result of implementing the proposed project. Temporary construction phase impacts may result during project construction, and as identified in HAZ-1 mitigation measure provided in the Hazards and Hazardous Materials section, response g), the Traffic Control Plan would ensure that emergency response services would be provided with information concerning the closures and the applicable contract information to reach the onsite construction manager. This would allow prior notification to ensure that access ~hrough the construction area is possible upon arrival of an emergency vehicle. Therefore, temporary impacts during the construction phase would be reduced to less than significant. No long-term operational phase impacts are assessed. ii) Police Protection? Potentially Significant Impact Unless Mitigation Incorporated. The City of Carlsbad maintains one police station at 2560 Orion Way. The station is located approximately 1.2 miles southeast of the proposed project site. The demand of police protection services is not anticipated to increase with implementation of the proposed project, and no impacts were assessed for the long-term operational phase of the proposed project. As described in response i) above, the Traffic Control Plan provided in Hazards and Hazardous Materials section, response g), would ensure that temporary impacts would be reduced to less than significant. Since emergency response s~rvices would be provided with information concerning any potential road closures and the applicable contract information of the onsite construction manager to ensure prior_ notification of access, temporary impacts would be less than significant. iii) Schools? No Impact. The proposed project would not affect existing or proposed schools within the area, since no housing is proposed, and no increase in students would result. No impact assessed. September 2007 4926-01 El Camino Real Widening Project 68 - - - EIA Form -Part II iv) Parks? No Impact. The proposed project would not result in the increased use of existing parks, since no population would be introduced as a result of the project. No impact assessed. v) Other public facilities? No Impact. No additional public facilities, such as public libraries, would be impacted as a result of the proposed widening of El Camino Real. No impact assessed. XIV. a) RECREATION-Would the project: Increase the use of• existing neighborhood and regional parks or other recreational facilities such that substantial physical deterioration of the facility would occur or be accelerated? No Impact. The proposed widening of El Camino Real and its project components would not result in the use of existing neighborhood and regional parks or other recreational facilities. No impact is assessed. b) Include recreational facilities or require the construction or expansion of recreational facilities, which might have an adverse physical effect on the environment? No Impact. The proposed project does not include recreational facilities or require the construction or expansion of recreational facilities. It should also be noted that the City's General Plan does not propose any recreational facilities within the APE. No impact assessed. xv. a) TRANSPORTATION/TRAFFIC-Would the project: Cause an increase in traffic that is substantial in relation to the existing traffic load and capacity of the street system? No Impact. El Camino Real, between Chestnut Avenue and Tamarack Avenue, currently consists of two northbound and two southbound traffic lanes. The City of Carlsbad's General Plan has designated this road as a prime arterial roadway. Various developments in the project vicinity have resulted in requirements of developers to widen El Camino Real to its full prime arterial standards. The proposed project area is one of the few remaining sections of El Camino Real that has not been widened to its ultimate width of three southbound lanes and three northbound lanes. The proposed project consists of the widening of El Camino Real, from Chestnut A venue to Tamarack A venue, to its ultimate width of three lanes in each direction. The September 2007 4926-01 El Camino Real Widening Project 69 - EIA Form -Part II widening of this roadway would help to alleviate traffic along this segment. The project consists of road widening improvements and therefore does not generate traffic. - As described in the MND project description, based on recommendations provided in the traffic study, the project plans include improvements at the El Camino Real/Tamarack A venue intersection, consisting of an additional northbound and southbound thru lane on El Camino Real, and an additional northbound left-tum lane on El Camino Real at the intersection, as shown in Figure 5. With these improvements in place:, future 2030 operating conditions would result in LOS D at this intersection, and no impacts would result. The traffic study projected a year 2030 LOS D for the El Camino Real / Chestnut intersection (LLG 2006). No other deficiencies or impacts were identified, and therefore no impacts would result. b) Exceed, either individually or cumulatively, a level of service standard established by the county congestion management agency for designated roads or highways? No Impact. SANDAG, acting as the County Congestion Management Agency, has designated three roads (Rancho Santa Fe Road, El Camino Real and Palomar Airport Road) and two highway segments in Carlsbad as part of the regional circulation system. The Existing and Buildout average daily traffic (ADT) an9 Existing LOS on these designated roads and highways in Carlsbad are: ExislingADT* LOS Buildout ADT" Rancho Santa Fe Road 17-315 "A-D" 35-56 El Camino Real 27-4!;) "A-C" 33-62 Palomar Airport Road 10-57 "A-Q" 30-73 SR78 124-142 "P 156-180 1-5 199-2'16 "D" 260-272 *The numbers are in thousands of daily trips. The Congestion Management Program's (CMP) acceptable LOS standard is E, or LOS F if that was the LOS in the 1990 base year (e.g., SR 78 in Carlsbad was LOS Fin 1990). Accordingly, all designated roads and highways are currently operating at or better than the acceptable standard LOS. Note that the CMP buildout ADT projections are based on the full implementation of the region's general and community plans. The proposed project is consistent with the City General Plan (including the Circulation Element) and, therefore its traffic was used in modeling the buildout projections. Achievement of the CMP acceptable LOS E standard assumes implementation of the adopted CMP strategies. Based on the design capacities of the designated September 2007 4926-01 El Camino Real Widening Project 70 - - EIA Form -Part II roads and highways and implementation of the CMP strategies, they will function at acceptable levels of service in the short-term and at buildout. The traffic study forecasted 2030 volumes for El Camino Real between Chestnut A venue and Tamarack Avenue to be 34,700 ADT (LLG 2006). This buildout ADT volume is consistent with what is projected by the County's Congestion Management Agency, and no impacts would result. c) Result in a change in air traffic patterns, including either an increase in traffic levels or a change in location that results in substantial safety risks? No Impact. The proposed project does not include any aviation components, and no part of the proposed roadway improvements would conflict with the Comprehensive Land Use Plan for the McClellan-Palomar Airport. It would not result in a change of air traffic patterns or result in substantial safety risks, and no impacts would result. d) Substantially increase hazards due to a design feature or incompatible uses? No Impact. All project circulation improvements would be designed and constructed to City standards and no feature of the project would result in a design hazard. The proposed project is consistent with the City's General Plan and would not result in any incompatible land uses. Overall, no impacts would result. e) Result in inadequate emergency access? Potentially Significant Impact Unless Mitigation Incorporated. The proposed project has been designed to satisfy the emergency requirements of the Fire and Police Departments. During the construction phase lane closures along El Camino Real (within the project boundary) could occur, which could result in inadequate emergency response times. However, with implementation of a Traffic Control Plan, potential impacts would be reduced to less than significant levels. Refer to HAZ-1 mitigation measure in Section VII, Hazards and Hazardous Materials, response g). f) Result in inadequate parking capacity? No Impact. Parking is currently prohibited along El Camino Real, within the project boundary. The proposed project would not produce the need for increased parking facilities within the APE. Construction staging areas including employee parking areas would be defined in the Traffic Control Plan that is described in the HAZ-1 mitigation measure provided above in the Hazards and Hazardous Materials section, response g). No impacts to parking would result. September 2007 4926-01 El Camino Real Widening Project 71 g) EIA Form -Part II Conflict with adopted policies, plans or programs supporting alternative transportation (e.g., bus turnouts, bicycle racks, etc.)? Less Than Significant Impact. An existing North County Transit District (NCTD) bus stop is located on the west side of El Camino Real just south of Chestnut A venue. This existing bus stop would be relocated within the project APE, although no specific location has yet been determined by the City. No bicycle racks or other alternative transportation is provided along this portion of El Camino Real. A bicycle lane~ is currently located on both sides of El Camino Real, and the widening of this roadway segment involves the reconstruction of the bicycle lanes. During construction of the proposed project, access to one of the two bicycle lanes would be provided at all times. Therefore the redirected bicycle route would 1;,e short term. For these reasons, the project would not conflict with alternative transportation programs and impacts would be less than significant. XVI. UTILITIES AND SERVICES SYSTEMS -Would the project: a) Exceed wastewater treatment requirements of the applicable Regional Water Quality Control Board? No Impact. Project implementation would not impact wastewater treatm<:;nt services of the applicable wastewater service provider, since 1the project involves a roadway widening project with no alteration to vicinity wastewater services. No impact woul~ result. b) Require or result in the construction of new water or wastewater treatment facilities or expansion of existing facilities, the construction of which would cause significant environmental effects? No Impact. The proposed project would not result in the construction of a new water or wastewater treatment facility, and would not entail the expansion of existing facilities, since water and wastewater systems are not proposed to be altered. Therefore, no impacts would result. c) Require or result in the construction of new storm water drainage facilities or expansion of existing facilities, the: construction of which could cause significant environmental effects? Potentially Significant Impact Unless Mitigation Incorporated. According to the Preliminary Hydrology/Hydraulics Study for El Camino Real Widening (Bureau Veritas 2006), the majority of the existing storm drain systems within the project limits are at capacity. As identified in the project description, the project proposes to replace or improve the existing storm drains within September 2007 4926-01 El Camino Real Widening Project 72 - - - EIA Form -Part II the APE and provide erosion protection in the existing ditch. These improvements have the potential to result in significant effects to biological resources as analyzed in that section, since waters and wetlands would be significantly affected. Mitigation provided under response b) in Section IV, Biological Resources, would reduce potential impacts to less than significant. d) Have sufficient water supplies available to serve the project from existing entitlements and resources, or are new or expanded entitlements needed? Less Than Significant Impact. The proposed project would require minimal new water supplies to serve irrigation needs of the project. Also, the project does not meet the requirements of a "regionally significant project" per Senate Bill (SB) 610 as it would not require expanded use of water supplies. Therefore, the project is not subject to enhanced CEQA requirements per SB 610. Impacts would be less than significant. e) Result in a determination by the wastewater treatment provider, which serves or may serve the project that it has adequate capacity to serve the project's projected demand in addition to the provider's existing commitments? No Impact. The City owns and maintains sewage pipelines, pump stations and other facilities used to convey wastewater for treatment. Within the City, the wastewater system is comprised of major trunk lines, smaller collector lines, and lift stations. Wastewater treatment services are provided by the Encina Wastewater Authority (EWA). Project implementation would not impact wastewater treatment, since no demand would result with implementation of the road widening project. No impact would result. f) Be served by a landfill with sufficient permitted capacity to accommodate the project's solid waste disposal needs? Less Than Significant Impact. Solid waste disposal is provided by Waste Management, Inc., which operates under a franchise agreement with the City. The project would generate a limited amount of solid waste during construction. It is anticipated that the solid waste generated by ,"~ project construction would not be substantial or interfere with the permitted capacity of nearby landfills and therefore would have a less than significant impact on local solid waste facilities. No regular solid waste disposal is proposed as part of project operations. Impacts would be less than significant. g) Comply with federal, state, and local statutes and regulations related to solid waste? No Impact. All solid waste would be disposed of in an approved site in compliance with federal, state and County regulations (see response f) above). No impacts would result. September 2007 4926-01 El Camino Real Widening Project 73 \ ........ t EIA Form -Part II XVII. MANDATORY FINDINGS OF SIGNIFICANCE a) Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self-sustaining levels, threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? Potentially Significant Impact Unless Mitigation Incorporated. Based on evaluation and discussions contained in this Initial Study and MND, the proposed project has limited potential to degrade the quality of the environment. The proposed project would not significantly affect the environment with the recommended mitigation measures incorporated into the project, particularly for the topics of biological resources and cultural resources as analyzed herein. b) Does the project have impacts that are individually limited, but cumulatively considerable? ("Cumulatively considerable" means that the incremental effects of a project ·are considerable whe111 viewed in connection with the effects of past projects, the effects of other current projects, and the effects of probable future projects?) Potentially Significant Impact Unless Miti~~ation Incorporated. Mitigation measures are provided to reduce the project's significant impacts to biological resources, cultural resources, geology/soils, hazard and hazardous materials, hydrology and water quality, public services, transportation/traffic, and utilities and service systems. With the incorporation of the project mitigation measures identified in this MND, project-level impacts to the environment would be reduced to less than significant levels, arid impacts would not be cumulatively considerable when viewed in connection with the effects of reasonably foreseeable projects. c) Does the project have environmt~ntal effects, which will cause the substantial adverse effects on human beings, e:iither directly or indirectly? Less Than Significant Impact. No feature of the proposed project would result in substantial adverse effects on human beings, either directly or indirectly. Impacts would be less than significant. September 2007 4926-01 El Camino Real Widening Project 74 - - - EIA Form -Part II XVIII. EARLIER ANALYSIS USED AND SUPPORTING INFORMATION SOURCES '-" The following documents were used in the analysis of this project and are on file in the City of \.. ... ,., Carlsbad Planning Department located at 1635 Faraday Avenue, Carlsbad, California, 92008. Airport Land Use Compatibility Plan for the McClellan-Palomar Airport. San Diego Association of Governments (SAND AG). Amended October 4, 2004. Biological Resources Technical Report for the El Camino Real Road Widening Carlsbad, California. Dudek. September 2007. California, State of. Department of Conservation, Division of Land Resources Protection Farmland Mapping and Monitoring Program. 1998. San Diego County Important Farmland. Sheet I of2. California, State of. Department of Conservation, Division of Mines and Geology. 1996. Tan, S.S., and Kennedy, M.P. Geologic Maps of the Northwestern part of San Diego County, California. DMG Open-File Report 96-02, pls. 1-2 (map sheets, 1:24,000). Carlsbad General Plan. City of Carlsbad. April 20, 1994. Adopted September 6, 1994. County of San Diego Department of Environmental Health, DEH home page, accessed via http://www.co.san-diego.ca.us/deh website. Visited in August 2006. Cultural Resource Report for the El Camino Real Widening Project, Carlsbad, San Diego County, California. ASM Affiliates. September 4, 2007. El Camino Real Corridor Development Standards, February 8, 1984. El Camino Real Widening (Tamarack Avenue to Chestnut Avenue) Acoustical Assessment Report. Dudek. September 2007. Final Master Environmental Impact Report for the City of Carlsbad General Plan Update (MEIR 93-01 ). City of Carlsbad Planning Department. March 1994. Geotechnical Engineering Investigation Report. El Camino Real Road Widening Project. Testing Engineers -US Labs, Inc. 2006. March 28, 2006. September 2007 4926-01 El Camino Real Widening Project 75 l ___ _ ,, ___ , EIA Form -Part II Hillside Development Design Regulations, Chapter 21.95 of the Carlsbad Municipal Code. City of Carlsbad 1998. Preliminary Hydrology/Hydraulics Study for El Camino Real Widening. Bureau Veritas. March 13, 2006. San Diego County Floodplain. SANGIS. June 1997. Traffic Analysis Report. El Camino Real Widening. City of Carlsbad, California. Linscott Law and Greenspan Engineers. April 20, 2006. Update of Mineral Land Classification: Aggregate Materials in the Western San Diego County Production -Consumption Region. DMG Open File Report 96-04. State of California, Department of Conservation, Division of Mines and Geology. 1996. Water Quality Technical Report -El Camino Real Widening Improvement Project. Bureau Veritas, August 3, 2007. Zoning Map. City of Carlsbad GIS. July 25, 2006 September 2007 4926-01 El Camino Real Widening Project 76 - - - •• EIA Form -Part II LIST OF MITIGATING MEASURES Biological Resources Mitigation Measures for Sensitive Vegetation Communities BI0-1:Prior to grading, significant direct impacts to sensitive vegetation communities shall be mitigated in the amounts shown in the discussion below. Mitigation shall be implemented to the satisfaction of the City Planning Department. The mitigation ratios are also displayed in Table 2. • The loss of 0.02 acre (715 square feet) of disturbed native grassland within the Coastal Zone (CZ) shall be mitigated at a ratio of 3:1, including 1:1 habitat creation. Because only 0.02 acre of native grassland creation is required, this shall be incorporated (as container plantings) into the coastal sage scrub habitat creation discussed below. • • • Coastal sage scrub includin disturbed The loss of 0.35 acre of CZ coastal sage scrub shall be mitigated at a 2: I ratio including habitat creation at a 1: 1 ratio. A total of 0.37 acre of coastal sage scrub habitat shall be created within the CZ, including a sufficient quantity of container plants as native grasses equivalent to the creation of 0.02 acre of native grassland. The remaining 1: 1 mitigation for impacts to CZ coastal sage scrub, together with 1: I mitigation for non-CZ coastal sage scrub impacts, shall be achieved through preservation of 1.31 acres of coastal sage scrub habitat by use of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. Loss of 0.11 acre of non-native grassland shall be mitigated by preservation of 0.06 acre of non-native grassland (or superior habitat) by use of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. Loss of 0.33 acre of eucalyptus woodland and 2.60 acres of disturbed lands shall be mitigated by 0.03 acre and 0.26 acre habitat preservation, respectively, at the Lake Calavera Mitigation Bank, and may be out-of-kind. _TABLE2 Recommended Mitigation for Impacts to Sensitive Vegetation and Jurisdictional Waters (Acres) 0.35 2:1 1 0.70 0.96 1:1 0.96 0.35 1.31 1.66 Native rassland-disturbed 0.02 3:11 0.06 0.022 0.04 0.06 Non-native rassland 0.11 0.5:1 0.06 0.06 0.06 Riparian scrub 0.40 3:11 1.20 0.40 0.8 1.20 includin disturbed Seetember 2007 4926-01 El Camino Real Widening Project 77 :...,_. ' -, TAULE2 Recommended Mitigation for Impacts to Sensitive Vegetation and Jurisdictional Waters (Acres) EIA Form -Part II . VEGETATION COMMU.NITY E hemeral channel 0.01 0.01 Intermittent channel 0.11 1:11 0.11 0.11 0.11 Eucal tus woodland 0.33 0.1:1 0.03 0.03 0.03 Disturbed lands 0.32 0.1:1 0.03 2.28 0.1:1 0.23 0.26 0.26 1 Includes 1 :1 creation. 2 Included within coastal sage scrub mitigation. Mitigation measures for impacts to southern willow scrub are discussed below under response b ). Mitigation Measures for Sensitive Wildlife Sp~ BI0-2:Prior to grading, significant direct impacts to sensitive wildlife species shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures would avoid impacts to Cooper's hawk, other raptors and other migratory bird species nests protected under the Migratory Bird Treaty Act: • • The City's construction contractor shall conduct vegetation clearing outside of the January through September bird lbreeding season; or A qualified biologist shall conduct a focused survey for bird nests not more than 72 hours prior to commencement of vegetation clearing activities. If active nests are found, the City's construction contractor shall cease construction within an appropriate buffer zone of 50 to 300 feet, as determined by the project biologist, around the nest site until juveniles have fledged and the nesting cycle is complete. Impacts to Cooper's hawk, Dulzura Californ:ia pocket mouse, and northwestern San Diego pocket mouse shall be mitigated through creation and/or preservation of riparian scrub and eucalyptus woodland (Cooper's hawk), and coastal sage scrub and grassland (pocket mice) habitats discussed under BIO-I above. [Note: the loss of approximately 0.7 acre of potential Cooper's hawk nesting habitat (eucalyptus and riparian scrub) shall be mitigated through creation or preservation of 1.20 acres of riparian habitat and 0.03 acre of eucalyptus woodland.] The location of the riparian scrub would be determined as part of the CDFG 1602 permit process. September 2007 4926-01 El Camino Real Widening Project 78 - - - EIA Fonn -Part II Mitigation Measures for Jurisdictional Waters BI0-3 Prior to grading, significant direct impacts to jurisdictional waters and riparian habitats shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures would reduce impacts to a level below significance: • Mitigation for impacts to jurisdictional waters and riparian habitats shall include 1: 1 creation in accordance with the "no net loss" wetlands policy in the Carlsbad HMP. Impacts to 0.40 acre of southern willow scrub shall be mitigated at a ratio of 3: I, consisting of creation of 0.40 acre (1: I) of southern willow scrub and use of 0.80 acre (2:1) of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. • • • • • Impacts to 0.12 acre of ephemeral and intermittent stream channels shall be mitigated through creation of0.12 acre of stream channel (or superior) habitat. A combined total of 0.52 acre of wetland habitat and jurisdictional stream channels shall be created in partial mitigation for wetland impacts. A Clean Water Act (CWA) Section 404 Nationwide Permit shall be required from the ACOE for project impacts to 0.19 acre of ACOE-jurisdictional waters. A CWA Section 401 permit from RWQCB shall be required for impacts to 0.19 acre of waters under their jurisdiction. A CDFG Section 1602 Streambed Alteration Agreement shall be required from CDFG for impacts to 0.52 acre of jurisdictional waters and riparian vegetation .. Cultural Resources CUL T-1: Archeological monitoring shall occur during all earthmoving activities, to the satisfaction of the City of Carlsbad Planning Department. The mitigation monitoring program shall consist of the following measures: Prior to Preconstruction (Precon) Meeting 1. Planning Department Plan Check a. The requirements for Archaeological Monitoring and Native American Monitoring shall be included on the appropriate construction documents. Archaeological and Native American Monitoring shall be performed by a single qualified individual. 2. Submit Letter of Qualification to the Planning Department a. Prior to the first Precon Meeting, the City shall provide a letter of verification stating that a qualified Archaeologist has been retained to implement the monitoring program. September 2007 4926-01 El Camino Real Widening Project 79 L. 3. EIA Form -Part II Records Search Prior to Precon Meeting · a. At least thirty days prior to the lrrecon Meeting the qualified Archaeologist shall verify to the City that a records search has been completed and updated as necessary and be prepared to introduce any pertinent information concerning expectations and probabilities of discovery during grading activities. Verification includes, but is not limited to, a copy of a confirmation letter from South Coast Information Center or, if the search was in-house, a letter of verification from the Archaeologist stating that the search was completed. Precon Meeting 1. 2. Archaeologist/Native American Monitor Shall Attend Precon Meetings a. Prior to beginning any work that requites monitoring, the City shall arrange a Precon Meeting that shall include the Archaeologist, Construction Manager and/or Grading Contractor. The qualified Archaeologist shall attend any grading related Precon Meetings to make comments and/or suggestions concerning the Archaeological Monitoring program with the Construction Manager and/or Grading Contractor. Identify Areas to be Monitored a. At the Precon Meeting, the Archaeologist shall submit to the City Planner a copy of the site/ grading plan (reduced to 11 x 17) that identifies areas to be monitored as well as areas that may require delineation of grading limits. During Construction 1. Archaeologist/Native American Monitor Shall be Present During Grading/Excavation The qualified Archaeologist shall be present full-time during grading/excavation of native soils and shall document activity via the Consultant Monitor Record. This record shall be sent to the City Planner (CP), as appropriate, each month. a. Monitoring Monitoring of holes and/or trenches is required for all components that impact native soils one foot deeper than existing as detailed on the plans or in the contract documents identified by drawing number or plan file number. It is the Construction Manager's responsibility to keep the monitors up-to-date with current plans. b. Discoveries In the event of a discovery, and when requested by the Archaeologist, or the Principal Investigator (PI) if the Monitor is not qualified as a PI, the Construction Manager (CM), as appropriate, shall be contacted and shall divert, direct or September 2007 4926-01 El Camino Real Widening Project 80 - - ' - ~-T· :-- 2. c. d. EIA Form -Part II temporarily halt ground disturbing activities in the area of discovery to allow for preliminary evaluation of potentially significant archaeological resources. The PI shall also immediately notify the CP of such findings at the time of discovery. Determination of Significance The significance of the discovered resources shall be determined by the PI. For significant archaeological resources, a Research Design and Data Recovery Program shall be prepared, approved by the agency and carried out to mitigate impacts before ground-disturbing activities in the area of discovery will be allowed to resume. Minor Discovery Process The following is a summary of the criteria and procedures related to the evaluation of small cultural resource deposits during excavation. Coordination and Notification a. Archaeological Monitor shall notify PI, CM and CP, as appropriate. 3. Criteria used to Determine if it is a Small Cultural Resource Deposit a. The deposit is limited in size both in length and depth; and, b. C. d. e. The information value is limited and is not associated with any other resources; and, There are no unique features/artifacts associated with the deposit. A preliminary description and photographs, if available, shall be transmitted to the CP. The information will be forwarded to the Planning Department for consultation and verification that it is a small historic deposit. 4. Procedures for documentation, curation and reporting 5. The following constitutes adequate mitigation of a small historic deposit to reduce impacts due to excavation activities to below a level of significance. a. 100 percent of the artifacts within the alignment and width shall be documented in-situ, to include photographic records, plan view of the trench and profiles of sidewalls, recovered, photographed after cleaning, and analyzed and curated. b. The remainder of the deposit within the limits of excavation (trench walls) shall be left intact. C. The Final Results Report shall include a· requirement for monitoring of any future work in the vicinity. Notification of Completion The Archaeologist shall submit a monitoring report to the CP at the end date of monitoring. September 2007 4926-01 El Camino Real Widening Project 81 EIA Form -Part II Post Construction 1. 2. Handling and Curation of Artifacts and Letter of Acceptance a. The Archaeologist shall be. responsible for ensuring that all cultural remains collected are cleaned, catalogue:d, and permanently curated with an appropriate institution; that a letter of acceptance from the curation institution has been submitted to the Planning Department; that all artifacts are analyzed to identify function and chronology as they relate to the history of the area; that faunal material is identified as to species; and that specialty studies are completed, as applicable. b. Curation of artifacts associated with the survey, testing and/or data recovery for this project shall be completed in consultation with the. CP and the Native American representative, as applicable. Final Results Reports (Archaeological Monitoring and/or Research Design and Data Recovery Program) a. Within three months following the completion of monitoring, two copies of the Final Results Report (even if negative) and/or evaluation report, if applicable, which describes the results, analysis, and conclusions of the Archaeological Monitoring Program (with appropriate graphics) shall be submitted to the CP for approval. b. For significant archaeological resources encountered during monitoring, the Research Design and Data Recovery Program shall be included as part of the Final Results Report. 3. Recording Sites with State of California Department of Park and Recreation The Archaeologist shall be responsible for recording ( on the appropriate State of California Department of Park and Recreation fonns-DPR 523 AIB) any significant or potentially significant resources encountered during the Archaeological Monitoring Program in accordance with the City's Historical Resources Guidelines, and submittal of such forms to the South Coastal Information Center with the Final Results Report. Geology and Soils GE0-1: Prior to grading, the project geotechnical engineer or engineering geologist shall prepare a Final Geotechnical Engineering Investigation Report reflecting the approved project configuration. This geotechnical study shall, as deemed necessary by the City Engineer and consulting geotechnical engineer, further assess slope stability and slope - - stability remediation within the proposed widening footprint. The findings and - September 2007 4926-01 El Camino Real Widening Project 82 EIA Form -Part II recommendations of the geotechnical assessment shall be incorporated into the final engineering design for the project. GE0-2: All proposed cut and fill slopes identified as susceptible to future erosion and/or soil slippage shall be planted with an erosion retardant ground cover adhering to the following criteria: • The ground cover is effective in preventing surface erosion; • The ground cover is drought resistant; • The ground cover has a relatively low surface mass/weight; • Has a.fairly deep and extensive root system; • Requires minimum maintenance by the owner; and • Has a low irrigation demand. GE0-3: The City Engineer shall be responsible for approving the appropriate erosion control/slope failure control-planting program prior to grading. Hazards and Hazardous Materials HAZ-1: Prior to grading, a traffic control plan shall be prepared to the satisfaction of the City of Carlsbad Engineering Department. The traffic control plan shall show all signage, striping, delineation detours, flagging operations, and any other devices, which shall be . used during construction to guide motorists safely through the construction zone and allow for a minimum of one lane of travel. The plan shall also identify temporary construction employee parking areas. The traffic control plan shall also include provisions for coordinating with local emergency service providers regarding construction times and locations of lane closures as well as specifications for pedestrian and bicycle safety. Emergency vehicles would be permitted access through the construction zone. Hydrology and Water Quality HYDR0-1: A stormwater pollution prevention plan (SWPPP) shall be prepared by the City prior to grading. The SWPPP shall identify potential sources of pollution, practices to be used to reduce pollutants, and shall help ensure compliance with the stormwater permit. The construction contractor shall be required to implement the approved SWPPP and any amendments thereafter, to the satisfaction of the City Engineer. The SWPPP will have a Sampling and Monitoring Program that addresses both direct discharges from the project into a Section 303( d) water body and discharges that have been discovered through visual monitoring to be potentially contaminated by pollutants not visually detectable in the runoff. September 2007 4926-01 El Camino Real Widening Project 83 L \ -r EIA Fann -Part II HYDR0-2: The construction contractor shall be required to implement BMPs during construction in accordance with the plans, specifications and SWPPP prepared for the - project, the General Construction Storm Water Permit (NPDES Order 99-08-DWQ), and to the satisfaction of the City Engineer. These BMPs shall address temporary soil stabilization, temporary s~diment control, wind erosion control, tracking control, and non-stormwater management. HYDR0-3: The project is considered a priority project and is therefore required to incorporate treatment BMPs into the site. Based on the impaired waterways that exists downstream of the APE, this project shall incorporate native planted swales as a treatment control BMP designed to remove sedimentation/siltation to a medium or high level. This BMP shall be approved by the City Engineer prior to grading. Native planted swales shall be located along either side of the roadway in the parkway area or in the median as determined by the City during the final design phase of the project. The length and configuration of the native planted swales shall be consistent with those identified in detail in the Water Quality Technical Report prepared for the project (Bureau Veritas 2007). HYDR0-4: The City shall implement all maintenance operations of permanent BMPs as outlined in Section 2.5 [Maintenance of Municipal Separate Storm Sewer System (MS4) of their Jurisdictional Urban Runoff Management Plan (JURMP)]. The City's Contractor is responsible for maintenance of construction BMPs. Operation and maintenance requirements for the proposed permanent BMPs are provided in Table 4 below. Table 4 Native Planted Swales Inspect for erosion, Presence of erosion, Visual observation Once per year Reinforce eroded areas with damage to vegetation, missing vegetation, of erosion, (preferably at the rock rip rap. and sediment and and accumulation of damaged beginning of the Reseed damaged vegetation trash/debris sedimentation and/or vegetation, and rainy season -areas. accumulation debris/trash that could presence of .October 15'). Remove and properly dispose interfere with proper sediment and of accumulated sediment functioning of swale. trash/debris. when it exceeds 3 inches depth. Remove and properly dispose of debris/trash. Shrubbery Trimming High growth of Visual observation Trim once per year Trim shrubbery to no less shrubbery and of shrubbery height for aesthetic and than 4-inch depth, but no presence of weeds, exceedin!J a 6-in. safety purposes taller than 6-inch depth. and/or woody depth and and/or suppression Weed control strategies. vegetation. presence of weeds of shrubbery and and/or woody woody vegetation. ve elation. September 2007 4926-01 El Camino Real Widening Project 84 - - - Inspection for standing water September 2007 Standing water is present and does not drain after a maximum of 72 hours. El Camino Real Widening Project Table 4 Visual observation of standing water. Once per year (preferably at the beginning of the rainy season - October 1st • EIAForm-Part JI Regrade areas downstream of location where standing water accumulates to ensure water flows smoothly. 4926-01 85 I~ . r Page 1 of 10 PROJECT NAME: El Camino Real Widening Project APPROVAL DATE: ____________ _ r· ' FILE NUMBERS: CDP 07-22. HOP 07-02. SUP 07-04 & HMPP 07-08 The following environmental mitigation measures were incorporated into the Conditions of Approval for this project in order to mitigate identified environmental impacts to a level of insignificance. A completed and signed checklist for each mitigation measure indicates that this mitigation measure has been complied with and implemented, and fulfills the City's monitoring requirements with respect to Assembly Bill 3180 (Public Resources Code Section 21081.6). Mitigation Measures for Sensitive Vegetation Communities BI0-1: Prior to grading, significant direct impacts to sensitive vegetation communities shall be mitigated in the amounts shown in the discussion below. Mitigation shall be implemented to the satisfaction of the City Planning Department. The mitigation ratios are also displayed in Table 2. • The loss of 0.02 acre (715 square feet) of disturbed native grassland within the Coastal Zone (CZ) shall be mitigated at a ratio of 3:1, including 1: 1 habitat creation. Because only 0.02 acre of native grassland creation is required, this shall be incorporated (as container plantings) into the coastal sage scrub habitat creation discussed below. • The loss of 0.35 acre of CZ coastal sage scrub shall be mitigated at a 2:1 ratio including habitat creation at a 1 :1 ratio. A total of 0.37 acre of coastal sage scrub habitat shall be created within the CZ, including a sufficient quantity of container plants as native grasses equivalent to the creation of 0.02 acre of native grassland. The remaining 1 :1 mitigation for impacts to CZ coastal sage scrub, together with 1:1 mitigation for non-CZ coastal sage scrub impacts, shall be achieved through preservation of 1.31 acres of coastal sage scrub habitat by use of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. • Loss of 0.11 acre of non-native grassland shall be mitigated by preservation of 0.06 acre of non-native grassland (or superior habitat) by use of mitigation credit in the City of Carlsbad's Lake Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. - Project- Prior to Grading Permit City Planner Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. -- • Loss of 0.33 acre of eucalyptus woodland and 2.60 acres of disturbed lands shall be mitigated by 0.03 acre and 0.26 acre habitat preservation, respectively, at the Lake Calavera Mitigation Bank, and may be out-of-kind. TABLE 2 -! .. r r r Recommended Mitigation for Impacts to Sensitive Vegetation and Jurisdictional Waters (Acres) Coastal sage scrub 0.35 2:11 0.70 0.96 1 :1 0.96 0.35 includin disturbed Native rassland-disturbed 0.02 3:1 1 0.06 0.022 Non-native rassland 0.11 0.5:1 0.06 Riparian scrub 0.40 3:11 1.20 0.40 includin disturbed E hemeral channel 0,01 1 :11 0.01 0.01 Intermittent channel 0.11 1 :1 1 0.11 0.11 Eucal tus woodland 0.33 0.1:1 0.03 Disturbed lands 0.32 0.1:1 0.03 2.28 0.1:1 0.23 1 Includes 1 :1 creation. 2 Included within coastal sage scrub mitigation, for a total of 0.37 acre coastal sage scrub creation. Mitigation Measures for Sensitive Wildlife Seecies 810-2: Prior to grading, significant direct impacts to sensitive wildlife species shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures would avoid impacts to Cooper's hawk, other raptors and other migratory bird species nests protected under the Migratory Bird Treaty Act: • The City's construction contractor shall conduct vegetation clearing outside of the Janua throu h Se !ember bird breedin season; or Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown 011, Plans = When mitigatron measure is shown on plans, this column will be initialed and dated. Project- Prior to Grading Permit '1.31 1.66 0.04 0.06 0.06 0.06 0,8 1.20 0.01 0.11 0,03 0.03 0.26 0.26 City Planner Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. r - • A qualified biologist shall conduct a focused survey for bird nests not more than 72 hours prior to commencement of vegetation clearing activities. If active nests are found, the City's construction contractor shall cease construction within an appropriate buffer zone of 50 to 300 feet, as determined by the project biologist, around the nest site until juveniles have fledged and the nesting cycle is complete. Impacts to Cooper's hawk, Dulzura California pocket mouse, and northwestern San Diego pocket mouse shall be mitigated through creation and/or preservation of riparian scrub and eucalyptus woodland (Cooper's hawk), and coastal sage scrub and grassland (pocket mice) habitats discussed under BIO-1 above. [Note: the loss of approximately 0.7 acre of potential Cooper's hawk nesting habitat (eucalyptus and riparian scrub) shall be mitigated through creation or preservation of 1.20 acres of riparian -habitat and 0.03 acre of eucalyptus woodland.] The location of the riparian scrub would be determined as part of the CDFG 1602 permit process. Mitigation Measures for Jurisdictional Waters B10-3 Prior to grading, significant direct impacts to jurisdictional waters and riparian habitats shall be mitigated to the satisfaction of the City Planning Department. The following mitigation measures wouid reduce impacts io a level below significance: • Mitigation for impacts to jurisdictional waters and riparian habitats shall include 1 :1 creation in accordance with the "no net loss" wetlands policy in the Carlsbad HMP. Impacts to 0.40 acre of southern willow scrub shall be mitigated at a ratio of 3:1, consisting of creation of 0.40 acre (1:1) of southern willow scrub and use of 0.80 acre (2:1) of mitigation credit in the City of Carlsbad's Lake Calavera Mitigation Bank. - • Impacts to 0.12 acre of ephemeral and intermittent stream channels shall be mitigated through creation of 0.12 acre of stream channel (or superior} habitat. • A combined total of 0.52 acre of wetland habitat and jurisdictional stream channels shall be created in partial mitigation for wetland impacts. · • A Clean Water Act CWA Section 404 Nationwide Permit shall be Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. · Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. - Project- Priorto Grading Permit r City Planner Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. -- f ( . - l required from the ACOE for project impacts to 0.19 acre of ACOE- jurisdictional waters. • A CWA Section 401 permit from RWQCB shall be required for impacts to 0.19 acre of waters under their jurisdiction. • A CDFG Section 1602 Streambed Alteration Agreement shall be required from CDFG for impacts to 0.52 acre of jurisdictional waters and riparian vegetation .. Cultural Resources CULT-1: Archeological monitoring shall occur during all earthmoving activities, to Project - the satisfaction of the City of Carlsbad Planning Department. The During mitrgation monitoring program shall consist of the following measures: Grading Prior to Preconstruction (Precon) Meeting 1. . Planning Department Plan Check a. The requirements for Archaeological Monitoring and Native American Monitoring shall be included on the appropriate construction documents. Archaeological and Native American Monitoring shall be performed by separate qualified individuals. 2. Submit Letter of Qualification to the Planning Department a. Prior to the first Precon Meeting, the City shall provide a letter of verification stating that qualified moniturs have been retained to implement the monitoring program. 3. Records Search Prior to Precon Meeting a. At least thirty days prior to the precon Meeting the qualified Archaeologist shall verify to the City that a records search has been completed and updated as necessary and be prepared to introduce any pertinent information concerning expectations and probabilities of discovery during grading activities. Verification includes, but is not limited to, a copy of a confirmation letter from South Coast Information Center or, if the search was in-house, a letter of verification from the Archaeologist stating that the search was completed. Explanation of Headings; Type= Project, .ongoing, cumulative .. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans= When mitigation measure is shown on plans, this column will be initialed and dated. Project- Prior to Grading Permit_ ( Archaeological Monitor City Planner Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. r Precon Meeting r· / 1. Archaeologist & Native American-Monitors Shall Attend Precon Meetings a. Prior to beginning any work that requires monitoring, the City shall arrange a Precon Meeting that shall include the Archaeologist, Construction Manager and/or Grading Contractor. The qualified Archaeologist shall attend any grading related Precon Meetings to make comments and/or suggestions concerning the Archaeological and Native American Monitoring program with the Construction Manager and/or Grading Contractor. 2. Identify Areas to be Monitored a. At the Precon Meeting, the Archaeologist shall submit to the City Planner a copy of the site/grading plan (reduced to 11x17) that identifies areas to be monitored as well as areas that may require delineation of grading limits. During Construction Project - During 1. Archaeologist & Native American Monitors Shall be Present During Grading Grading/Excavation. The qualified Archaeologist shall be present full-time during grading/excavation of native soils ::mcl sh::ill rlnr.11mP.nt ~r.tivity via the Consultant Monitor Record. This record shall be sent to the City Planner (CP), as appropriate, each month. a. Monitoring Monitoring of holes and/or trenches is required for all components that impact native soils one foot deeper than existing as detailed on the plans or in the contract documents identified by drawing number or plan file number. It is the Construction Manage(s responsibility to keep the monitors up-to-date with current plans. b. Discoveries In the event of a discovery, and when requested by the Archaeologist, or the Principal Investigator (Pl) if the Monitor is not qualified as a Pl, the Construction Manager (CM), as appropriate, shall be contacted and shall divert, direct or temporarily halt ground disturbing activities in the area of discovery to allow for preliminary evaluation of potentially significant archaeological resources. The Pl shall also immediately notify the CP of such findings at the time of discovery. c. Determination of Significance Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans= When mitigation measure is shown on plans, this column wiU be initialed and dated. - r Archaeological & Native American Monitors Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. · Remarks = Area for describing status of ongoing mitigation measure, or for other information. -- The significance of the discovered resources shall be determined by the Pl. For significant archaeological resources, a Research Design and Data Recovery Program shall be prepared, approved by the agency and. carried out to mitigate impacts before ground-disturbing activities in the area of discovery will be allowed to resume. d. Minor Discovery Process The following is a summary of the criteria and procedures related to the evaluation of small cultural resource deposits during excavation. · 2. Coordination and Notification a. Archaeological Monitor shall notify Pl, CM and CP, as appropriate. 3. Criteria used to Determine if it is a Small Cultural Resource Deposit a. The deposit is limited in size both in length and depth; and, b. The information value is limited and is not associated with any other resources; and, · c. There are no unique features/artifacts associated with the deposit. d. A preliminary description and photographs, if available, shall be transmitted to the CP. e. The information will be forwarded to the Planning Department for consultation and verification that it is a small historic deposit. 4. Procedures for documentation, curation and reporting The following constitutes adequate mitigation of a small historic deposit to reduce impacts due to excavation activities to below a level of significance. a. 100 percent of the artifacts within the alignment and width shall be documented in-situ, to include photographic records, plan view of the trench and profiles of sidewalls, recovered, photographed after cleaning, and analyzed and curated. b. The remainder of the deposit within the limits of excavation (trench walls) shall be left intact. c. The Final Results Report shall include a requirement for monitoring of any future work in the vicinity. 5. Notification of Completion The Archaeologist shall submit a monitoring report to the CP at the end date of monitoring. Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. PQst Construction 1. Handling and Curation of Artifacts and Letter of Acceptance a. The Archaeologist shall be responsible for ensuring that all cultural remains collected are cleaned, catalogued, and permanently curated with an appropriate institution: that a letter of acceptance from the curation institution has been submitted to the Planning Department; that all artifacts are analyzed to identify function and chronology as they relate to the history of the area; that fauna! material is identified as to species; and that specialty studies are completed, as applicable. b. Curation of artifacts associated with the survey, testing and/or data recovery for this project shall be completed in consultation with the CP and the Native American representative, as applicable. 2. Final Results Reports (Archaeological Monitoring and/or Research Design and Data Recovery Program) a. Within three months following the completion of monitoring, two copies of the Final Results Report (even if negative) and/or evaluation report, if applicable, which describes the results, analysis, and conclusions of the Archaeological Monitoring Program (with appropriate graphics) shall be submitted to the CP for approval. b. For significant archaeological resources encountered during monitoring, · the Research Design and Data Recovery Program shall be included as part of the Final Results Report. 3. Recording Sites with State of California Department of Park and Recreation The Archaeologist shall be responsible for recording (on the appropriate State of California Department of Park and Recreation forms-DPR 523 A/B) any significant or potentially significant resources encountered during the Archaeological Monitoring Program in accordance with the City's Historical Resources Guidelines, and submittal of such forms to the South Coastal Information Center with the Final Results Report. Geology and Soils Post Construction Archaeological monitor GE0-1: Prior to grading, the project geotechnical engineer or engineering Project -City Engineer geologist shall prepare a Final Geotechnical Engineering Investigation· Prior to Re ort reflectin the a roved pro·ect confi uration. This eotechnical Grading Explanation of Headings: Type = Project, ongoing, cumulative. Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Remarks = Area for describing status of ongoing mitigation measure, or for other Shown on Plans= When mitigation measure is shown on plans, this column will be initialed and dated. - information. -- study shall, as deemed necessary by the City Engineer and consulting geotechnical engineer, further assess slope stability and slope stability remediation within the proposed widening footprint. The findings and recommendations of the geotechnical assessment shall be incorporated into the final engineering design for the project. GE0-2: All proposed cut and fill slopes identified as susceptible to future erosion and/or soil slippage shall be planted with an erosion retardant ground cover adhering to the following criteria: • The ground cover is effective in preventing surface erosion; • The ground cover is drought resistant; • The ground cover has a relatively low surface mass/weight; • Has a fairly deep and extensive root system; • Requires minimum maintenance by the owner; and • Has a low irrigation demand. GE0-3: The City Engineer shall be responsible for approving the appropriate erosion control/slope failure control-planting program prior to grading. Hazards and Hazardous Materials - Permit Project- During Construction Project -Prior to Grading HAZ-1: Prior to grading, a traffic control plan shall be prepared to the satisfaction of Project_ Prior the City of Carlsbad Engineering Department. The traffic control plan shall to Grading show all signage, striping, delineation detours, flagging operations, and any other devices, which shall be used during construction to guide motorists safely through the construction zone and allow for a minimum of one lane of travel. The plan shall also identify temporary construction employee parking areas. The traffic control plan shall also include provisions for coordinating with local emergency service providers regarding construction times and locations of lane closures as well as specifications for pedestrian and bicycle safety. Emergency vehicles would be permitted access through the construction zone. HYDR0-1: A stormwater pollution prevention plan (SWPPP) shall be prepared by Project -Prior the City prior to grading. The SWPPP shall identify potential sources of to Grading pollution, practices to be used to reduce pollutants, and shall help ensure compliance with the stormwater permit. The construction contractor shall Explanation of Headings: City !=ngineer City Engineer City Engineer City Engineer Type= Project, ongoing, cumulative. Verified Implementation= When mitigation measure has been implemented, this column will be initiated and dated. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. r r be required to implement the approved SWPPP and any amendments thereafter, to the satisfaction of the City Engineer. The SWPPP will have a Sampling and Monitoring Program that addresses both direct discharges from the project into a Section 303(d) water body and discharges that have been discovered through visual monitoring to be potentially contaminated by pollutants not visually detectable in the runoff. HYDR0-2: The construction contractor shall be required to implement BMPs during construction in accordance with the plans, specifications and SWPPP prepared for the project, the General Construction Storm Water Permit (NPDES Order 99-08-DWQ), and to the satisfaction of the City Engineer. These BMPs shall address temporary soil stabilization, temporary sediment control, wind erosion control, tracking control, and non- stormwater management. HYDR0-3: The project is considered a priority project and is therefore required to incorporate treatment BMPs into the site. Based on the impaired waterways that exists downstream of the APE, this project shall incorporate native planted swales as a treatment control BMP designed to remove sedimentation/siltation to a medium or high level. This BMP shall be approved by the City Engineer prior to grading. Native planted swales shall be located along either side of the roadway in the parkway area or in the median as determined by the City during the final design phase of the project. The length and configuration of the native planted swales shall be consistent with those identified in detail in the Water Quality Technical Report prepared for the project (Bureau Veritas 2007). HYDR0-4: The City shall implement all maintenance operations of permanent BMPs as outlined in Section 2.5 [Maintenance of Municipal Separate Storm Sewer System (MS4) of their Jurisdictional Urban Runoff Management Plan (JURMP)]. The City's Contractor is responsible for maintenance of construction BMPs. Operation and maintenance requirements for the proposed permanent BMPs are provided in Table 4 below. Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. - Project- During Construction Project- Prior to Grading Project- During Construction ( . I Construction Contractor City Engineer City Engineer Construction Contractor Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other infonnation. -- r ' Table 4 Permanent BMP Operation and Maintenance Requirements Native Planted Swales Inspect for erosion, damage to Inspect for erosion, damage to Inspect for erosion, damage Inspect for erosion, damage Inspect for erosion, damage to vegetation, vegetation, and sediment and vegetation, and sediment and to vegetation, and sediment to vegetation, and sediment and sediment and trash/debris trash/debris accumulation trash/debris accumulation and trash/debris and trash/debris accumulation accumulation accumulation Shrubbery Trimming High growth of shrubbery and Visual observation of Trim once per year for Trim shrubbery to no less than 4-inch presence of weeds, and/or shrubbery height exceeding aesthetic and safety depth, but no taller than 6-inch depth. woody vegetation. a 6-in. depth and presence purposes and/or Weed control strategies. of weeds and/or woody suppression of shrubbery ve etation. and wood ve etation. Inspection for standing water Standing water is present and Visual observation of Once per year (preferably Regrade areas downstream of location does not drain after a maximum standing water. at the beginning of the rainy where standing water accumulates to of72 hours. season -October 1st • ensure water flows smoothly. Explanation of Headings: Type = Project, ongoing, cumulative. Verified Implementation = When mitigation measure has been implemented, this column will be initiated and dated. Monitoring Dept.= Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. ' EIA Form -Part II CONCURRENCE WITH lVIITIGATION MEASURES THIS IS TO CERTIFY THAT I HAVE REVIEWED THE ABOVE MITIGATING MEASURES AND CONCUR WITH THE ADDITION OF THESE MEASURES TO THE PROJECT. 10-s -c5tcvr- Date Signature September 2007 4926-01 El Camino Real Widening Project 86 - - ecalifornia Regional Water Quality Control Board San Diego Region -nda s. Adams Over 50 Years Serving San Diego, Orange, and Riverside Counties · secretary for Recipient of the 2004 Environmental Award for Outstanding Achievement from USEPA - - Environmental Protection December 17, 2009 Eva Plajzer · Senior Civil Engineer City of Carlsbad 9174 Sky Park Court, Suite 100, San Diego, California 92123-4340 (858) 467-2952 • Fax (858) 571-6972 http://www.waterboards.ca.gov/sandiego Certified Mail No. 1009 1410 0002 2347 5903 In reply, please refer to: WDID CWIQS: 1635 Faraday Avenue- Carlsbad, CA 92008 -Reg. Measure Place Party 9 000001846 353525 727720 459013 333489 Person SUBJECT: Action on Request for Clean Water Act Section 401 Water Quality Certification for the El Camino Real Widening Project, Water Quality Certification No. 08C-07 4 Dear Ms. Plajzer: Schwarzenegger Governor Enclosed is the Clean Water Act Section 401 Water Quality Certification for the El Camino Real ·widening Project. A description of the project and project location can be found in the project information sheet, project location map, and project site maps which are included as Attachments 1 through 6. Any petition for reconsideration of this Certification must be filed with the State Water Resources Control Board within 30 days of certification action (23 CCR§ 3867). If no petition is received, it will be assumed that· the City of Carlsbad has accepted and will comply with all conditions of the Certification. Failure to comply with all conditions of this Certification may result in enforcement actions against the City of Carlsbad. The heading portion of this letter includes a Regional Board code number noted after "In reply, refe_r to:" In order to assist us in the processing of your correspondence please include these codes number in the heading or subject line portion of all correspondence and reports to the Region~I Board pertaining to this matter. California Environmental Protection Agency The energy chailenge facing California is real. Every Californian needs to take immediate action to reduce energy consumption. For a list of simple ways you can. reduce demand and cut your energy costs, see our Web-site at http://www.swrcb.ca.gov. Recycled Paper 0 Mr. Plajzer December 17, 2009 401 Certification 08C-074 If you have any questions regarding this notification, please call Mike Porter directly at (858) 467-2726 or via email at mporter@waterboards.ca.gov. Respectfully, ~LJ,/G DAVID W. GIBSON Executive Officer Enclosure: Clean Water Act Section 401 Water Quality Certification No. 08C-074 for the EL Camino Real Widening Project, with 6 attachments. CC: Refer to Attachment 2 of Certification 08C-07 4 for Distribution List. California Environmental Protection Agency O Recycled Paper - - - e California Regional Water Quality Control Board •da s. Adams San Diego Region ng Secretary for Environmental Over 50 Years Serving San Diego, Orange, and Riverside Counties - - Protection Recipient of the 2004 Environmental Award for Outstanding Achievement from USEPA PROJECT: 9174 Sky Park Court, Suite 100, San Diego, California 92123-4340 (858) 467-2952 • Fax (858) 571-6972 http://www.waterboards.ca.gov/sandiego Action on R~quest for Clean Water Act Section 401 Water Quality Certification and Waste Discharge Requirements for Discharge of Dredged and/or Fill Materials El Camino Real Widening Project Water Quality Certification No. 0BC-07 4 APPLICANT: Ms. Eva Plajzer Senior Civil Engineer City of Carlsbad ACTION: 1635 Faraday Avef1ue Carls.bad, CA 92008 WDID Reg. Measure Place Party Person 9 000001846 353525 727720 459013 333489 □ ·order for Low Impact Certification □ Order for Denial of Certification 0 Order for Technically-conditioned □ Waiver of Waste Discharge · Pro~:frammatic Certification Requirements 0 Enrollment in SWRCB GWDR □ Enrollment in Isolated Waters Order Order No. 2003-017 DWQ No. 2004-004 DWQ PROJECT DESCRIPTION: The proposed project is the addition of two traffic i3nd two bicycle lanes, sidewalks, and landscaping to the existing four-lane El Camino Real, between Tamarack and Chestnut Avenues. STANDARD CONDITIONS: The following three standard conditions apply to all certification actions, except as noted under Condition 3 for denials (Action 3). California Environmental Protection Agency The energy challenge facing California is real. Every Californian needs to take immediate action to reduce energy cor,sumption. For a list of simple ways you can red11ce demand and cut your energy costs, see our Web-site at http://www.swrcb.ca.gov. Recycled Paper · Arnold Schwarzenegger Governor El Camino Real Widening Project Certification No. 08C-07 4 1. This certification action is subject to modification or revocation upon administrative or judicial review, including review and amendment pursuant to section 13330 of the California Water Code and section 3867 of Title 23 of the CalifornJa Code of Regulations (23 CCR). 2. This certification action is not intended and must not be construed to apply to any discharge from any activity involving a hydroelectric facility requiring a Federal Energy Regulatory Commission (FERC) license or an amendment to a FERC license unless the pertinent certification application was filed pursuant to 23 CCR subsection 3855(b) and the application specifically identified that a FERC license or·amendment to a FERC license for a hydroelectric facility was being sought. 3. The validity of any non-denial certification action (Actions 1 and 2) must be conditioned upon total payment of the full fee required under 23 CCR section 3833, unless otherwise stated in writing by the certifying agency. ADDITIONAL CONDITIONS: In addition to the three standard conditions, the City of Carlsbad must satisfy the following: A. GENERAL CONDITIONS: ' ~. The City of Carlsbad must, at all times, .fully comply with the engineering plans, specifications and technical reports submitted to the California Regional Water Quality Control Board, San Diego Region (Regional Board), to support this 401 Water Quality Certification and all subsequent submittals required as part of this certification and as described in Attachment 1. The conditions within this certification must supersede conflicting provisions within such plans submitted prior to the certification action. Any modifications thereto, would require notification to the Regional Board and reevaluation for individual Waste Discharge Requirements and/or certification amendment. 2. If project impacts have not been initiated within 5 years of issuance of this Certification, this Certification shall expire and another application for water . quality certification will have to be submitted. 3. During construction activities, the City of Carlsbad must maintain a copy of this certification at the project site so as to be available at all times to site personnel and agencies. 4. The City• of Carlsbad must permit the Regional Board or its authorized representative at all times, upon presentation of credentials: 2 - - - ,----- - - -- El Camino Real Widening Project Certification No. 0BC-07 4 a. Entry onto project premises, including all areas on which wetland fill or wetland mitigation is located or in which records are kept. b. Access to copy any records required t6 be kept under the terms and conditions of this certification. c. Inspection of any treatment equipment, monitoring equipment, or monitoring method required by this certification. d. Sampling of any discharge or surface water covered by this Order. 5. The City of Carlsbad must notify the Regional Board within 24 hours of any unauthorized discharge, including hazardous or toxic materials, to waters of the U.S. and/or State; measures that were implemented to stop and contain the discharge; measures implemented to clean-up the discharge; the volume and type of materials discharged and recovered; and additional best management practice (BMPs) or other measures that will be implemented to prevent future discharges. 6~. The City of Carlsbad must, at all times, maintain appropriate types and sufficient quantities of materials onsite to contain any spill or inadvertent release of materials that may cause a condition. of pollution or nuisance if the materials reach waters of the U.S. and/or State. 7. In the event of any violation or threatened violation of the conditions of this certification, the violation or threatened violation must be subject to any remedies, penalties, process or sanctions as provided for under State law. For purposes of section 401 (d) of the Clean·water Act, the applicability of any State law authorizing remedies, penalties, process or sanctions for the violation or threatened violation constitutes a limitation necessary to assure compliance with the water quality standards and other pertinent requirements incorporated· into this certification. 8. In response to a suspected violation of any condition of this certification, the Regional Board may r~quire the holder of any permit or license subject to this certification to furnish, under penalty of perjury, any technical or monitoring reports the Regional Board deems appropriate, provided that the burden, including costs, of the reports must bear a reasonable relationship to the need -for the reports and the benefits to be obtained from the reports. 9. In response to any violation of the conditions of this certification, the Regional Board may add to or modify the conditions of this certification as appropriate to ensure compliance. 10. The City of Carlsbad must submit annual progress reports to the Regional Board, prior to August 1 of each year following the issuance of this 3 El Camino Real Widening Project Certification No. 08C-07 4 certification, that reports on the status of compliance with all conditions of this certification until the project is completed. B. PROJECT CONDITIONS: 1. Prior to the start of the project, and annually thereafter, the City of Carlsbad must educate all personnel on the requirements in this certification, pollution prevention measures, spill. response, and Best Management Practices implementation and maintenance. 2. The City of Carlsbad must comply with the requirements of State Water Resources Control Board Water Quality Order No. 2003-0017-DWQ, Statewide General Waste Discharge Requirements for discharges of dredged or fill material that have received State Water Quality Certification. These General Waste Discharge Requirement are accessible at: http://www.waterboards.ca.gov/cwa401 /docs/generalordersigo -'-wdr401 regula ted_projects.pdf. 3. The City of Carlsbad must notify the Regional Board in writing at least 5 days prior to the actual commencement of construction. 4. Water containing mud, silt, or other pollutants from equipment washing or other activities, must not be discharged to waters of the United States and/or the State or placed in locations that may be subjected to storm flows. Pollutants discharged to areas within a stream diversion area must be removed at the end of each work day or sooner if rain is predicted. C. MAINTENANCE BEST MANAGEMENT PRACTICES: 1. Construction Best Management Practices (BMPs) Best Management Practices (BMPs) are described in the Storm Water Pollution Plan for El Camino Real Widening, prepared by Bureau Veritas North America, Inc., dated December 9, 2009. Proposed construction BMPs include: a) Silt fencing (sediment control). b) Straw wattles (erosion control). c) Hydro-mulching (erosion control). d) Straw blankets (erosion control). e) Gravel bags (sediment control). f) Street sweeping. g.) Storm drain inlet protection. h) Preservation of existing ve1getation. i) Slope drains. j) · Hydroseeding. 4 - - - - - - El Camino Real Widening Project Certification No. 0BC-07 4 k) Wind erosion control. . . I) Vehicle and equipment fueling, cleaning, and maintenance. m) Illicit connection, Illegal discharge. n) Water conservation. o) Dewatering. p) Paving and grinding operations. q) Concrete finishing and waste. r) Waste and materials management. 2. Post-construction BMPs are described in the Water Quality Technical Report for El Camino Real Widening Project, prepared by Bureau Veritas North America, Inc. and dated December 9, 2009. Proposed post-construction BMPs include: A. Site Design BMPs: 1) Streets and sidewalks will be designed and built to the minimum widths n~cessary. 2) Impervious surfaces, such as decorative concrete, will not be used within the proposed landscaping designs. 3) Where possible, existing native trees and shrubs will be preserved. 4) Additional native and/or drought-tolerant vegetation will be planted along the proposed landscaped areas. 5) Runoff will be conveyed safely form the top of slopes via drainage · ditches and other similar measures. 6) All slopes within the proposed project will be vegetated with native and/or drought tolerant vegetation consistent with the Carlsbad Landscape Manual. 7) Energy dissipators will be installed at the outlets of existing and proposed storm drains that enter unlined channels in order to minimize erosion. Energy dissipators will be installed in to minimize . impacts to the receiving waters. · B. Source C ontrol BMPs: 1) Rain shutoff devices, consistent with the Carlsbad Landscape Manual, will be employed to prevent irrigation during precipitation. 2) Irrigation systems will be designed to each landscape areas' specific water requirements consistent with the Carlsbad Landscape Manual. 3) Concrete stamping, porcelain tile, inset permanent marking, or equivalent will be provided at all storm water conveyance system inlets and catch basins within the project area with prohibitive language (e.g., "No Dumping -I Live Downstream). 5 El Camino Real Widening Project Certification No. 08C-07 4 4) 5) Inlet and Catch Basin Inspection -City of Carlsbad will ensure that all catchment structures are clean and functioning properly and will also check for illegal discharges into catchment structures. Landscape Maintenance -City of Carlsbad will ensure that all landscaped areas are inspected for damage to vegetation, trash/debris accumulation, and standing water. Landscaped areas will be trimmed and all weE~ds will be removed as necessary. C. Treatment Control BMPs: 1) Twenty-one (21) Filterra Stormwater Bioretention Filtration Systems storm drain inlet filters. D. In addition to the BMPs described in the Water Quality Technical Report for El Camino Real Widening Project, prepared by Bureau Veritas North America, Inc. and dated December 9, 2009, the post-construction BMPs must be sized to comply with the following numeric sizing criteria: a. Volume Volume-based BMPs must be designed to mitigate (infiltrate, filter, or treat) either: . i. The volume of runoff produced from a 24-hour 85th percentile storm ev«:mt, as determined from the local historical rainfall rec;ord (0.6 inch approximate average for the San Diego County area); or · ii. The volume of runoff produced by the 85th percentile 24-hour rainfall event, determined as the maximized capture storm water volume for th•~ area, from the formula recommended in Urban Runoff Quality Management. WEF Manual of Practice No. 23/ASCE Manual of Practice No. 87. (1998); or iii. The volumE~ of annual runoff based on unit basin storage volume, to achieve 90% or more volume treatment by the method recommended in California Stormwater Best Management Practices Handbook -Industrial/Commercial, (1993); or· iv. The volume~ of runoff, as determined from the local historical rainfall record, that achieves approximately the same reduction in pollutant loads and flows as achieved by· mitigation c,f the 85th percentile 24-hour runoff event; or b. Flow . Flow-based BMPs .must be deisigned to mitigate (infiltrate, filter, or treat) either: · i. The maximum flow rate of runoff produced from a rainfall intensity of 0.2 inch of rainfall per hour; or 6 - -· - - - - El Camino Real Widening Project Certification No. 0BC-07 4 D. MITIGATION ii. The maximllm flow rate of runoff produced by the 85th percentile hourly rainfall intensity, as determined from the local historical rainfall record, multiplied by a factor of two; or iii. The maximum flow rate of runoff, as determined from the local historical rainfall record, that achieves approximately the same reduction in follutant loads and flows as achieved · by mitigation of the 85 percentile hourly rainfall intensity multiplied by a factor of two. 1. Permanent impacts must not exceed 0.03-acre (339-linear feet) of unvegetated Waters of the U.S. and State. 2. Proposed mitigation is described within the Additional Project Information for the El Camino Real Widening Project. City of Carlsbad, California, SAA #1600-2008-0365-R5 letter, dated December 18, 2008, prepared by Dudek & Associates, and an email from Dudek & Associates dated December 1, 2009. Proposed mitigation will be conducted through the purchase of mitigation credits from the North County Habitat Bank that result in: a) Creation/Restoration of 0.03-acre of riparia (Southern willow scrub) mixed with freshwater marsh (i.e., 0.03-acre USAGE wetland creation/restoration credits). b) Creation/Restoration of 0.04-acre riparia (i.e., 0.04-acre of wetland CDFG creation/restoration credits). c) Enhancement of 0.03-aGre riparia (i.e., 0.03-acre CDFG riparian enhancement credits). 3. Any maintenance activities that do not contribute to the success of the mitigation site and enhancement of beneficial uses and ecological functions and services are prohibited. Maintenance activities are limited to the removal of trash and debris, removal of exotic plant species, replacement of dead native plant species and remedial measures deemed necessary for the success of the restoration program. ·- 4. Evidence of the purchase of mitigation credits must be submitted within 30 days of issuance of the Water Quality Certification 08C-07 4. 7 El Camino Real Widening Project Certification No. 0BC-07 4 E. P RE-PROJECT AND POST-PROJECT PHOTO DOCUMENTATION PROCEDURE: The City of Carlsbad must conduct photo documentation of project areas before and after construction activities. Photo-documentation must be modeled after the State Water Resources Control Board Standard Operating Procedure 4.2.1.4: Stream Photo Documentation Procedure, included as Attachment 6. In addition, photo doc:umentation must include Global Positioning System (GPS) c1oordinatE:3s for each of the photo points referenced. The City of Car:lsbad must submit this information in a photo documentation report to the Regional Board no later than 30 days after . project completion at each site. The report must include a compact disc that_ contains digital files of all thE~ photos 0peg file type or similar). F. GEOGRAPHIC INFORMATION SYSTEM RIEPORTING: The City of Carlsbad must submit GE~ographic Information System (GIS) shape files of the impact and mitigation areas within 30 days of project impacts. All impact and mitigation areas shapefiles must be polygons. Two GPS readings (points) must be taken on each line of the polygon and the polygon must have a minimum of 10 points. GIS metadata must also be ' submitted. G. REPORTING: 1. All information requested in this Certification is pursuant to California Water Code (CWC) section 13267. Civil liability may be administratively·imposed by the Regional Board for failure to furnish requested information pursuant to ewe section 13268. . 2. All reports and information submitted to the Regional Board must be submitted in both hardcopy and electronic format. The preferred electronic format for each report submission is one file in PDF format that is also Optical Character Recognition (OCH) capable. 3. All applications, reports, or information submitted to the Regional Board must be signed and certified as follows: a. For a corporation, by a responsible corporate officer of at least the level of vice president b. For a partnership or s.ole proprietorship, by a general partner or proprietor, respectively. 8 - - - - - - El Camino Real Widening Project Certification No. 08C-07 4 c. For a municipality, or a state, federal, .or other public agency, by either a principal executive officer or ranking elected official. 4. A duly authorized representative of a person designated in Items 3.a. through 3.c. above may sign documents if: a. The authorization is made in writing by a person described in Items 3.a. through 3.c. above. b. The authorization specifies either an individual or position having responsibility for the overall operation of the regulated activity. c. The written authorization is submitted to the Regional Board Executive Officer. 5. All applications, reports, or _information submitted to the Regional Board must be,signed and certified as follows: "I certify under penalty of Jaw that I have personally examined and am familiar with the information submitted in this document and all attachments and that, based on my inquiry of those individuals immediately responsible for obtaining the information, I believe that the information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. " 6. The City of Carlsbad must submit reports required under this certification, or other information required by the Regional Board, to: David W. Gibson Executive Officer . California Regional Water Quality Control Board San Diego Region Attn: 401 Certification No. 08C-07 4 9174 Sky Park Court, Suite 100 San Diego, California 92123 7. Required Reports: The following list su_mmarizes the reports, including spill notifications and emergency situations, required per the conditions of this Certification to be submitted to the Regional Board. 9 El Camino Real Widening Project Certification No. OBC-07 4 Report T~pic Certification Condition Due Date(s) Unauthorized Discharges A.5. Report within 24 Within 24 hours. hours. Annual Progress A.10. SulJmit annual Annually before Reporting progress reports. August 1st• · Impacts to Waters B.3. Noti1fy before 5 Days prior to impactinn Waters of U.S. impacts. and StatE3. Mitigation D.4. Provide proof of Within 30 days of purchasei of mitigation issuance of c:redits. Certification. Photo Documentation E. Provide photo Within 30 days of documentation of project project completion at areas. · each site. GIS shapefiles F. Submit GIS shapefiles 30 Days after project of impacts and mitigation impacts. areas. PUBLIC NOTIFICATION OF PROJECT APPLICATION: On October 10, 2008 receipt of the proj13ct application was posted on the . Regional Board web site to serve as appropriate notification to the public. REGIONAL WATER QUALITY CONTROL BOARD CONTACT PERSON: Mike Porter California Regional Water Quality Control Board, San Diego Region 9174 Sky Park Court, Suite 100 San Diego, CA 92123 858-467-2726; mporter@waterboards.ca.gov ·10 - - - - El Camino Real Widening Project Certification No. 0BC-07 4 WATER QUALITY CERTIFICATION: I hereby certify that the proposed discharge from the El Camino Real Widening Project (Certification No. 0BC-07 4) will comply with the applicable provisions of sections 301 ("Effluent Limitations"), 302 ("Water Quality Related Effluent Limitations"), 303 ('Water Quality Standards and Implementation Plans"), 306 ("National Standards of Performance"), and 307 ("Toxic and Pretreatment Effluent Standards") of the Clean Water Act. This discharge is also regulated . under State Water Board Order No. 2003-0017-DWQ, "Statewide General Waste Discharge Requirements for Dredged or Fill Discharges that have Received State Water Quality Certification (General WDRs)," which requires compliance with all conditions of this Water Quality Certification. Please note that enrollment under Order No. 2003-017 DWQ is conditional and, should new information come to our attention that indicates a water quality problem, the Regional Board may issue individual waste discharge requirements at that time. Except insofar as may be modified by any preceding conditions, all certification actions are contingent on (a) the discharge being limited and all proposed mitigation being completed in strict compliance with the applicants' project description and/or on the attached Project Information Sheet, and (b) on compliance with all applicable requirements of the Regional Water Quality Control Boa·rd's Water Quality Control Plan (Basin Plan). ~ lj}• r(_. _, Oviow.GIBSON Executive Officer Regiona·I Water Quality Control Board Attachments: 1. Project Information 2. Distribution List 3. Location Map · 4. Site Maps 5. Mitigation Map 6. Stream Photodocumentation Procedure 11 El Camino Real Widening Proje,ct Certification No. 08C-07 4 Applicant: Applicant Representatives: Project Name: Project Location: Type of Project: Project Description: Project Purpose: ATTACHMENT 1 PROJECT INFORMATION Ms. Eva Plajzer Senior Civil Engineer Engineiering Division City of Carlsbad 1635 Faraday"Avenue Carlsbad, CA ~12008 Telephone: 76,0-602-2728 Facsimile: 7€,0-602-8562 Email: Eplaj@ci.carlsbad.ca.us Mr. Kamarul Muri Biologist Dudek & Assodates 605 Third StreE~t Encinitas, CA H2024 Telephone: 76-0-479-4292 Facsimile: 760-632-0164 Email: krnuri@dudek.com El Camino Read Widening Project, Certific:ation 08C-07 4 · The project is located on El Camino Real, between Tamarack and Chestnut Avenues, City of Carlsbad, north-coastal San Diego County. · Road improvement. The pmposed project is the addition of two traffic and two bicycle lanes, sidewalks, and landscaping to the existing four- lane El Camino Real, between Tamarack and Chestnut• Avenues.· Increase traffic capacity and safety. -12 - - - - - El Camino Real Widening Project Certification No. 08C-07 4 Federal Agency/permit: U.S. Army Corps of Engineers §404, Individual Permit, Ms. Crystal Doyle Other Required California Department of Fish and Game, §1602 Streambed Regulatory Approvals: Alteration Agreement, Ms. Tamara Spear. California Environmental Quality Act (CEQA) Compliance: Receiving Waters: Final Initial Study and Mitigated Negative Declaration, El Camino Real Widening Project, Tamarack Avenue to Chestnut Avenue, December 2008, City of Carlsbad, Case No. CDP-07 -22. Two unnamed intermittent strea·ms tributary to Agua Hedionda Creek, Carlsbad hydrologic unit, Agua Hedionda hydrologic area, Los Monos hydrologic subarea (904.10). Affected Waters of the Temporary: United States and State: Wetland None None None None Dredge Volume: Related Projects Implemented/to be Implemented by the Applicant(s): Compensatory . Mitigation: Streambed, unvegetated Lake Ocean Permanent: None Wetland Streambed, unvegetated Lake Ocean None 0.03-acre, 339-linear feet None None Three City of Carlsbad flood control/drainage projects in project area. Proposed mitigation is described within the Additional Project Information for the El Camino Real Widening Project, City of Carlsbad, California, SAA #1600-2008-0365-R5 letter, dated 13 El Camino Real Widening Project Certification No. 08C-07 4 Best Management Practices: December 18, 2008, prepared by Dudek & Associates, and an email from Dudek & Associates dated December 1, 2009. Proposed mitigation is the purchase of mitigation credits from the North County Mitigation Bank consisting of: a) Creation/Restoration of 0.03-acre of riparia (Southern willow scrub) mixed with freshwater marsh (i.e., 0.03- acre USACE wetland creation/restoration credits). b) Creation/Restoration of 0.04-acre riparia (i.e., 0.04-acre of wetland CDFG creation/restoration credits). c) Enhanceiment of 0.03-acre riparia (i.e., 0.03-acre CDFG riparian enhancement credits). Construction BE:?st Managem~nt Practices (BMPs) are described in the Storm Water Pollution Plan for El Camino Real Widening. prepared by Bureau Veritas North America, Inc., dated December 9, 2009. Proposed construction _BMPs include: a) Silt fencing (sediment control). b) Straw wattles (erosion control). c) Hydro-mulching (erosion control). d) Straw bl.::mkets (erosion control) . . e) Gravel bags (sediment control). f) Street sweeping. g) Storm drain inlet protection. h) Preservation of existing vegetation. i) Slope drains. j) Hydroseeding. k) Wind erosion control. I) Vehicle and equipment fueling, cleaning, and maintenance. m) Illicit connection, Illegal discharge. n) Water conservation. o) Dewatering. p) Paving aind grinding operations. q) Concrete finishing and waste. r) Waste and materials management. Post-construction BMPs are described in the Water Quality Technical Report for El Camino Real Widening Project, prepared by Bureau Veritas North America, Inc. and dated December 9, ·2009. Proposed post-construction BMPs ihclude: 1[4 - - - - - - El Camino Real Widening Project Certification No. 0BC-07 4 Site Design BMPs: a) Streets and sidewalks will be designed and built to_ the minimum widths necessary. b) Impervious surfaces, such as decorative concrete, will not" be used within the proposed landscaping designs. c) Where possible, existing native trees and shrubs will be preserved. d) Additional native and/or drought-tolerant vegetation will be pla_nted along the proposed landscaped areas. e) Runoff will be conveyed safely form the top of slopes via drainage ditches and other similar measures. f) All slopes within the proposed project will be vegetated with native and/or drought tolerant vegetation consistent with the Carlsbad Landscape Manual. g) Energy dissipaters will be installed at the outlets of existing and proposed storm drains that enter unlined channels in order to minimize erosion. Energy · dissipaters will be installed in such as to minimize impacts to the receiving waters. Source Cpntrol BMPs: a) Rain shutoff devices, consistent with the Carlsbad Landscape Manual, will be employed to prevent irrigation during precipitation. b) Irrigation systems will be designed to each landscape areas' specific water requirements consistent with the Carlsbad Landscape Manual. c) Concrete stamping, porcelain _tile, inset permanent marking, or equivalent will be provided at all storm water conveyance system inlets and catch basins within the project area with prohibitive language (e.g., "No ·Dumping -I Live Downstream). d) Inlet and Catch Basin Inspection -City of Carlsbad.will ensure that all catchment structures are clean and functioning properly and will also check for illegal · discharges into catchment structures. e) Landscape Maintenance -City of Carlsbad will ensure that all landscaped areas are inspected for damage to vegetation, trash/debris accumulation, and standing water. Landscaped areas will be trimmed and all weeds will be removed as necessary. 15 El Camino Real Widening Project Certification No. 08C-07 4 Public Notice: Fees: CIWQS: Treatment Control BMPs: Twenty-one (2'1) Filterra Stormwater Bioretention Filtration Systems storm drain inlet filters. October 10, 2008 -Regional Board website Total Due: $2,259.50 Total Paid: $2,259.50 (Chee~ No. 181037) Regulatory Measure: 353525 Place: 727720 Party: 459013 . ·t6 - - - - El Camino Real Widening Project ATTACHMENT 2 DISTRIBUTION LIST Ms. Crystal Doyle U.S. Army Corps of Engineers San Diego Field Office 6010 Hidden Valley Road Suite 105 Carlsbad, CA 92011 Ms. Tamara Spear California Department of Fish and Game South Coast Region Habitat Conservation Planning -North 4949 Viewridge Avenue San Diego, CA 92123 Mr. Eric Raffini Wetlands Regulatory Office U.S. Environmental Protection Agency, Region 9 75 Hawthorne Street San Francisco, CA 94105 R9-WTR8-Mailbox@epa.gov State Water Resources Control Board Division of Water Quality · 401 Water Quality Certification and Wetlands Unit P.O. Box 100 Sacramento, CA 95812-0100 Stateboard401@waterboards.ca.gov U.S. Department of the Interior Fish and Wildlife Service 6010 Hidden Valley Road Carlsbad, CA 92011 Mr. Kamarul Muri Biologist Dudek & Associates 605 Third Street Encinitas, CA 92024 17 Certification No. 08C-07 4 ATTACHMENT3 Location Map Certification No. 08C-07 4 - - - - - Camp Pendleton A •-==•-==i Miles Wo· 4 s Fallbrook San Diego if f'i; j{ {f Ii )j.. '71. USA Mexico El Camino Real Widening Project -m og1ca esources epor . 1 B. I . IR R t IFIGUREI -· Regional Map _J ATTACHMENT 4 Site Maps Certification No. 0BC-07 4 - - El Camino Real Widening Project -Biological Resources REiport I Fl~RE I Vicinity Map £1 ! I -• Study Area ..... ~- BASE SO~RCE: Berryman & Henigar, December 2005 APE: December 2006 ~ El Camino Real Widening Project • Biological Resources Report FIGURE Biological Resources Index Map 3 ~>.:··..:~=---=~-·- ·---· f·f-. --• I ' i ... ..-··· .... --/ ----::,-:::.:::.: ·----··--·-.. --•-· --·~::-:--:.:.::::.... "--·· .. ·~ --.. ·----. •>:\::c:·~·c.~==."CC-'c~~-:"~-';~;~~".;(_'?,iJtZ-tl~A1f_.~-=--.--.;~t:~f::\.~.=.:.·_~;.:~.:_:=;5~"'°~=_'~,=:: -:.~: ··,:,c~ .. -·•--·-... ·•-. ·.···· .· ... ·~ ;--:~~-~-:_;_~:~·.::.:~.:-.--::-.. -~-:.:_~=----•.::-.-:· ·-----------·--=----=-=-~~-~"':::~-:~:::~::::·-:-: ___ "._. ________ : __ --·.:·:..:. -. .._ .·. · .. ·:-~.:~~~:";:) -· '.'.,' .•,.· ..• •· .• :_.·•-·· -~-·:· __ · .. ~ .• :·:.~~._:·• ~·:•.:·:··.• .. ·.:··c:·.··.•=--·•·"."_-..• ·:__·.~·::-_·=·:~.-.-,•.·;:•::--:·_•:··.·•.-.. ,:• .... ·.':--.~._ •. · ... -_···.-_-.. '..O~-·:.'._-•. _·~·-:c.-_.'-;-~· .. ····.:·_•----. . •-· ··•· ··•· . • ---_ --. --. ,_-_·--. ---.•. ---~-···--··-.. . -----. -•: .. : . .:: ,_ .--:_~-:.• ._ .. :::-: --.::·; . ---~~ -··-·----· .-----, __ ·--····-··---.... -: •. :::::::-· ------..:._·-:_··.:·~~-:::-_·.-_ .. •.·~-.-_-==--···_;-··•.:"'.:.-· .. ··.·.-.··.··.·~:.;..=-.. · .. =-.· .. :. .. ·:..".: .... ·.: ... · .. _·~·::::;_~_~:. .... : .. ··.·.·.·· .. -.·~~ .. --.. -.·,· ... ·.c-_:.~~~- ·.:···-··:·:.:._..:.·_=-.=-.·=:·~;-_:;:::~-.~--~~.:_-~_;-.. :/·_~? .. -... -_~~.·:_:-_·_·--.~.·.~--~·--·~-· .. _~--·~--:=_·1:~.~-~-'-i.:-.,·.··· .. --.:=. •• ---...,.----~ -.. ------.. ·-···-·.· .. --.·.·· · ·.~ ... ·-, ~ ---•-....... --------------.... -::--_-.· . .-i":.·_~--~===:-=:::-=:~~=-.:;,;::~--~~..:_~:· .. :·:·-··· ·~-. ___ ..:._------.. :-_:·:~·--.··-·-~;:: .. _ .. ·:::· .. \ .. :::~,,~ .. --. --· .:---~---_ .. -·· .· -----·--·-----·--. ____ .'\. ·! ---· ,. ·'··--,~, ,-······· --~-··• -· ···-···•····••·---· / j~~-•··-----~--·~-------____ -···-•-··---EL ·;.,CAM IN .Q .RE AL /' --~-·yf-·-····· ·-···· ··-·; -·----... ··.. ~-· ···-· --·--~~-:....-.. ----:.---·-~,.-·--·-. ' .~.--·. \. .•... l ; ,/~ :----·-~t_, ___ ·~~-:--=--=~------·-··-· ... ----.·-·•-+--·-· ·-·· ·•·•···--·.C.· .,/7 --·---·· ; c·;; :' ;i:; ~ : :•; '. / : :, i ~--:::::-: i ~ ).i,;.t, ... ,)'1.,.Jf;_iL):_.---7 . . ; m . .\ '> -:;.:·-:.~---··--' :, / ~ .. / ! ·' ....... _ :,,: !.·· _ _,--' _.,-------......-· ·"' ·:::·---- ': . l; ~ ; . -l; i . -·. . ·-----...... . -··.-· ---. . . ... • ·.;• -··';""··--=-· ;::;:;:. .; . . • .. ~ .. . ····-··-· -t, •.• DEV ···--·-·--· ---------#--•-·-·········--·· . -, ·~~.:-·----., ..... ,. ___ _ j._ ---·- -----· ··----·-·. ----·-:· --·--·,.. -----···--'·--· .... --.---~ -----·· ________ .:,_..., __ . -·~---..• :.. __ -·· . ------...... ' - : I•• i -: ', i, l. ' . .._ -· ___ _..._.-~ -! . :::--~~::.~-~::..~ / -~--- ,:I . . •: j lf / ! <:, ... ------•-... -..: ..... .._._ ___ _ ·----. : . · . ! ; .' I• .' f : / .~ ·-~ ·~ ~ .. ---·.-.·.':·•· -'-. ... ~--•. -·· .. -----~=~ .·._.: -~~-:::~.7:·~-;: ... /--·----·~-----. ---... ~::_-::.. ... ___ . _, ------. .-......... ... --··· .. :' : : ·.·1 ·•. --- TOPO SOURCE: Berryman & Henigar, December 2005 VEGETATION TYPES/LANDCOVERS: Jurisdictional Waters of the U .S./State /"'""',.,..,.,." C3 AGL: Annual Grassland C3 NGL: Native Grassland Ephemeral Waters Study Area C3 CSS: Coastal Sage Scrub w dNGL: disturbed Native Grassland Ephemeral Waters (concrete-lined) ~ Coastal Zone Boundary C3 dCSS: disturbed Coastal Sage Scrub C3 ORN: Ornamental Intermittent Waters @ Data Station C3 DEV: Developed w SWS: Southern Willow Scrub Intermittent Waters (concrete-lined) C3 DH: Disturbed Habitat w SWS_C: Southern Willow Scrub (CDFG only) Note: Number indicates width of channel 0 C3 EUC: Eucalyptus Woodland C3 dSWS_C: disturbed Southern Willow Scrub (CDFG only) segment between marks. Feet 0 40 80 El Camino Real W1denmg Pro1ect · m og1ca esources epor 3 A . . . s· I . I R R t j FIGURE j , Biological Resources Map -·_:--- ',. I '' l .-• -~.,. ~----,--- ·---.-.. -_\_. ___ _ TOPO SOURCE: Berryman & Henigar, December 2005 /',./ Study Area A#' Coastal Zone Boundary ® Data Station 40 Feet 80 --·--.. ·--... - -·--"'·· i- . · ::-~----· --------··--------_______ ...::.~- -----------------------------,· ------ 'i ... ~---... _ :/ .... --·--. . :i __ //..,,,.. 1) /. ·~--......,.,. ,I VEGETATION TYPES/LANDCOVERS: W AGL: Annual Grassland C:::3 CSS: Coastal Sage Scrub C:::3 dCSS: disturbed Coastal Sage Scrub C:::3 DEV: Developed C:::3 DH: Disturbed Habitat C:::3 EUC: Eucalyptus Woodland •• • ••• .... •• -~-: h • ---.... ··--·-· . ---~\---- -·.-,;:-· ·-·--•• . .'·-;----- ,, ........ __,_.,-· ---------- c:3 NGL: Native Grassland DEV. c:3 dNGL: disturbed Native Grassland C:3 ORN: Ornamental C:::3 SWS: Southern Willow Scrub .\ .. _ C3 SWS_C: Southern Willow Scrub (CDFG only) · ..... _ . -·-!~·-' :-... __ . -----... _ .i_ ... , ____ _ ·---!-~~ .. -..... I---. •. Jurisdictional Waters of the U.S./State Ephemeral Waters Ephemeral Waters (concrete-lined) Intermittent Waters W dSWS_C: disturbed Southern Willow Scrub (CDFG only) Intermittent Waters ( concrete-lined) Note: Number indicates width of channel segment between marks. El Camino Real Widening Project -Biological Resources Report I Fl~~E I Biological Resources Map i I I ! I 1----,-------------.----~--i -'c----------------'------ ____ , __________ ·.. . ..... --·"._DEV --·. [/[!-• ----·-•;_--------------~ ~::=-~~~~:-=-~~~~~:~=--~---~-~ ~------___ ;,L-~ -c ··-~--.-·· I --~ ..;,,-··- ·----··-· ---------~---~,---__ .. _~~--\ . .,. . . -~-... TOPO_ SOURCE: Berryman & Henigar, December 2005 ·study Area Coastal Zone Boundary Data Station 40 Feet 80 . . . . VEGETATION TYPES/LANDCOVERS: ~ AGL: Annual Grassland ~ CSS: Coastal Sage Scrub ~ dCSS: disturbed Coastal Sage Scrub ~ DEV: Developed ~ DH: Disturbed Habitat (:3 EUC: Eucalyptus Woodland ~ ~ ~ ~ ~ ~ -'-----·-~ ---·· NGL: Native Grassland dNGL: disturbed Native Grassland ORN: Ornamental SWS: Southern Willow Scrub sws_c: Southern Willow Scrub (CDFG only) dSWS_C: disturbed Southern Willow Scrub (CDFG only) -···--··---•-._....! -----. Jurisdictional Waters of the U.S./$tate Ephemeral Waters Epherneral Waters (concrete-lined) intermittent Waters tntermittent Waters (concrete-lined) Note: Number indicates width of channel segment between marks. . -~--~. L. I W·ct . P . s· I . l R R . t I FIGURE I El Camino Rea . 1 enmg ro1ect -IO og1ca esources epor 3C Biological Resources Map · i j· I· . I.· ··---· . ': sws_c· __ -·· L-·--.. I -· . _, ------. .r...... ., !1~7:J :~-! L.. , . . --\ , .. -~ _ ORN --:·• ·,· i _.---✓ -✓-_.,,..•·· ___ . ...,.. .. .. ........ -------_..,.-- TOPO SOURCE: Berryman & Henigar, December 2005 /',,/ Study Area @ Data Station 40 Feet 80 _"_::\--· ·oH· ........ __ , ,.,. ....... __ _ ·--:t'·- -~------.. ..-·•----. VEGETATION TYPES/LANDCOVERS: C3 AGL: Annual Grassland C3 CSS: Coastal Sage Scrub C3 dCSS: disturbed Coastal Sage Scrub· C3 DEV: Developed . C3 DH: Disturbed Habitat C3 EUC: Eucalyptus Woodland --. C:3 NGL: Native Grassland C:3 dNGL: disturbed Native Grassland C:3 ORN: Ornamental C:3 SWS: Southern Willow Scrub C:3 SWS_C: Southern Willow Scrub (CDFG only) '--.~---------~--.· Jurisdictional Waters of the U.S./State Ephemeral Waters Ephemeral Waters (concrete-lined) mm, .... Intermittent Waters ·---~-·-· ..,.~-- i i I C:3 dSWS_C: disturbed Southern Willow Scrub (CDFG only) Intermittent Waters (concrete-lined) Note: Number indicates width of channel segment between marks. El Camino Real Widening Project• Biological Resources Report I F~~E I Biological Resources Map (") ;:i_ -► ·< m I I I ·------------·-·----------·------·--·-··---------------·-.. -·.~ ------~-------------···----...... ,·-·-~--·-·-·-. ·------·--·---·-----------------------____ . --·------·····-···· ·-························-····· J BASE SOURCE: Berryman & Henigar, December 2005 ---===::J Feet 0 150 300 /'../ El Camino Real APE Limits .~-;,''""-,,/' Coastal Zone Boundary ~ Data Station Jurisdictional Delineation Jurisdictional Waters of the U.S./State LJ Southern Willow Scrub -··-··· Ephemeral Waters Southern Willow Scrub (CDFG only) -··-··· Intermittent Waters l=:?~21.<I disturbed Southern Willow Scrub (CDFG only) El Camino Real Widening Project -Joint Permit Application I FIGURE I Jurisdictional Delineation Map 3 I • LEGEND AREA OF POTENTIAL EFFECT· Preferred Alternative (Boundary Line) PROPOSED AC PAVEMENT PROPOSED PCC SIDEWALK PROPOSED RIP RAP ,----- L .. ·--· ~ \ ·-. l."-l(FE:-)8llSiS OF TOP0GRAPHlC MAPPING -! .!} lOPOCl'f,",;1c !.'J,O?mC F.;OII on-or fA~tS9.\s ~ ipm)J;:Ci NNIL CA;?tSE-'l) S..,l')','!tt \ i · P~~:T H'JJJ3EF.· 2'iOSO;: ···1 r.1.u OJ IJl-f:)JOCH.4:.l.l'f: liS/'JCJ,. \ ! p;l~:llhTE i~ r:::;r "' Yi!O~~ ~o.·,c n CA.1.11!-:o nEk. . <: \ ... , __ I CO'l•J.::D 'MTH: 2) Clft 0, C,,~LS!WJ Cl$ 10FOGiA•s.1t l.'.A•Pill~ O•TEO 12/20/(!~ FO=i ~ii:-i.OUtOJiC .,;u.5 ,-., ----,, / EL CAMINO REAL ROAD WIDENING AREA of POTENTIAL EFFECT ----~ ~~- ___ J I 0 ,._...--- EXJ-ST1 Area ol PolentieJ Bled (APEJ Lael tea n-oo--03 Bureau Veritas North America, Inc. 11s110w.,1a~Colll!S~~u:o SMPl090-(;AllUi-1GZ4_ 11'1";;115aJ-'5\-6100fu (1$6}◄51.,t,U. .,_.w1,,~11V~.c:oni, El Camino Real Widening Project -MND I FIG~RE I APE Site Plan _..,. .,...· __ .. -· •' ~-'· ',, .-· ~EM~RocAL{iit:R16~· 'M' S Q~L:J~~~•~.o:g .. ~.:·~-~-..-_<-···-·> / ./ , ·, '· ' / '··. / / / / / X .-)r.-/ '- '"· / ··x,, / / / / / / / / / / ./ ~ NORTH 0 / / ,,,,. 10 .. "" ... , ... -· _ ... -· ...... ~·/.,..._ ,/···~;~;:·.~ /.-,,>,•:: . ..,../ / ... ~AT1¥E:J-rtt:?~q&E·er;vMIX /' .,,./ .,,.,,.. ,,./· .... / /~::-Gr.i?ADED~·SLO.Pl:S., /<::--r?r:~:>/// // .,. N6TE,: 1. SEE SHEET 6C FOR NATIVE . HYDROSEED MIX, & PLANT MATERIAL LEGEND. 2-. SEE SHEET 6D FOR STREETSCAPE SECTIONS. SECTIQN A -EL CAMINO REAL, TYPICAL ·20 40 · 60 SCALE: 1 "= 20' EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING (200' SECTION) PAGE1 El Camino Real Widening Project• MNO I FIGURE I Landscape Concept Plan 6A ooooNE.4 v1scos:.r 'PllRPuREA,_ -· . S GAL --·· -~--. -·~------------------~---:~--··· ---· -.. -·----·-··--------~-. ··-... -. -·, --,,..~ -·-·-- 1-tEMEROCALLjfS 1--f'r'BRIDA 'Y' ----5 GAL <.3011 d.C.) I I //il I;; I J ) ) (; ) i STAMPED COLd~ CONCREre PAVING \ RHAF>HfOLEF'lS IND fCA -'PINK LADY1 5 GAL <3011 O.C.) ~OT~ 601 ("TYPICAL) ·~··--·····'"· -"·---~-. , ... -··-.. ,,__ "-• .. , ~ .. □a. rRI-IAPHIOLEF/5 IND/C,4 1PfNK LADY', S GAL FIL TERRA UNfT HETEROMI:Li:5 ARSUTIFOL IA, :>GAL FIL TE~ UNIT 1. SEE SHEET 6C FOR NATIVE HYDROSEED MIX, & PLANT MATERIAL LEGEND. •-.----•--•---• ::~,.\, •:,--••, .... ,_,,_.,,....., _ _...,.v•--,_ .. .,.._-._--= • --•• -• -------,•--·--"-;;:::.. - ----·,...._ __ ,........._-___ -_ -_ ----~... . .. ..,,,,, 2. SEE SHEET 6D FOR STREETSCAPE: SECTIONS. e, NORTH ........... ----·--·-·-... ---~-............ : .. ___ --: ..... ..,.__ ----........ -~.,., ...... ~--~., . " .... ' -- ....... ··---· ·--. -----. -. -~---··-·-·---' -... --------··-··-----------·•···-- SECTION B -EL CAMINO REAL AT RETAINING WALL 0 10 20 .. •~-~ .... __.. -·-•-• •P••~••••-••--~-• ''-•••-• ; 73 C 40 SCALE; 1"== 20' 60 , EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.o.w. PLANTING (200' SECTION) PAGE2 Et Gamino Rea/ Widening Project. MND r IGUJ · landscape Concept Plan 68 PLANT MATERIAL LEGEND 6-rMSOL TRI CON 60TANICAL NAME COMMON NAME MIN. SIZE HE!Gf-4 5FRD_ REMARKS . , .... • •• • • • •• • • • • • • -. ' • • : • • ··; p • • -.• • • • -. : •' . ' •'• ., . . . ; : . . . ·: ' ·-,. ~ :· ... · .. , ;: ..... : . ~ : __ ~ : .. _. .. : . . . . :. . ·., . . • -• . • • ... •• .... • •••• '. '1 • • •• • • • •• • •• • ••• ·: ': •• -• . ' ·~ : . ·•· . ~ ... •... . . .. . •.,;. .. ,'. \. : : ' • .. -. . . . . ·-. ~ .. ' . -.. .. ··.··· .·· ·, -•, ..... . ..··· .·· ·-.. TRl5T ANIA CONFE~T A 6Rl56ANE eox eir~re:s~T TRUNK, FULL l-li=AD, GOOD COLORI &U6MIT F+-40TO, hfZ>1 O.C. TYPICAL .. : :._..·: ::-.. • .. _:--:-.;••.,· ·--~· .. ·... . ::· .. '. . . ···•'. .. :· .· .. •.· .:· .. " '•· .. . -... ·: ...... ·-.·.:. ... : . _·· .. · .... .-·: .. ·• ... . . . -~ I-IEM ~Y6 'Y' , 1-iEME~CALLIS I-IYSRIDA YELLOW DAY LILY 56AL l/2'>11 -12 11 1011 -12 11 ;::;:::::::::::::=~ ·i-----1 I-IEM l-lYB 'M' ~EM5ROCALL15 HY6RIDA MAROON DAY LILY 5 GAL IIZ)11 .:.12 11 1~11-12" '----"-----0.....i'--' 0-------➔ +-IET ARB HETE~OMELE& A~UTIFOLIA TOYON 5 GAL Is 11-1e 11 12 11-1511 .1------1 RHA IND 1P.L1 ~-----"-_..... R~AFHIOLEFIS INDICA FINK LADY1 1FINK LAPY' HAWT+-IORN 12 11 1511 ()-----DOD VIS 1F 1 DODONEA Vf5C05A 1-tOFSEED SU5H S GAL l'2>11-12 11 IIZ'11-1211 •CONTRACTOR TO &U6MIT PHOTOS OF ALL. TR5E6 TO LANDSCAFE ARCI-IITECT FOR AFFROVAL. THE LANDSCAPE ARC1-HTECT SJ-JAL.L NOTIFY THE CITY LANDSCAPE ARCHITECT IN WRITING OF PLANT MATE~fAL ACCEPTANCE PRIOR TO DELIVERY AND PLANTING. t---~-NATIVE i--JYDROSEED MIX: BOTANICAL NAME: A~TEMISIA CALfFORNICA ENCELIA CALIFORNICA ERIOPr4YLL..UM CONFERTIFLORUM ERIOGONUM FASCICULATUM ESCHSCl-!OLZIA CALIFORJ'.IICA LOTUS SCOFARfUS NA55ELL.A FULCHRA FLANT AGO lN5ULAR15 SALVIA MELLIFERA VIGIEJRA LACINfATA COMMON NAME: CALIFORNIA 5.Ac-JE6FaU5J..1 6U5H 5UNFLOWEFa GOLDEN YARROW CALIFORNIA 6UCKWl-lEAT CALIFO~IA FOFFY DEE~EP PURPLE NEEDLE GRA66 NO COMMON NAME · SLACK SAGE SAN DIEGO SUNFLOWER EL CAMINO REAL ROAD WIDENING LANDSCAPE CONCEPT PLAN TYPICAL R.O.W. PLANTING (200' SECTION) PAGE3 El Camino Real Wideiiing Project -MND I FIGURE I ; Landscape Concept Plan 6 C . Certification No. 08C-07 4 ATTACHMENT 5 MITIGATION MAPS - r .g ( RIVERSIDE i_ __ COUNTY -··-. ORANGE! SAN DIEGO .'.._ COUNTY • COUNTY • • ..._. •-.. .,,J "'"' , .. __ ,.,,.. '··----; 4 O'Neill LakeJ, Pacific Ocean W♦E s 0 8 Miles ff lllX Lab,Wof,/ford ,,.,..,.- S11thuland (~'' i. Olay Re.rervoir f UNITED_~°!!-:!~-•-•-• -• ·-·-·-·MEXICO -·--·-·-· Regional Location Map NORTH COUNTY HABITAT BANK Figure 1 - ·- r I - - - 2,000 1,000 0 Job No: WMK-01 Date: 10/19/0S-JP HlllX Project Location Map NORTH COUNTY HABITAT BANK Figure 2 -Certification No. 0SC-07 4 ATTACHMENT 6 STREAM PHOTO DOCUMENTATION PROCEDURE - - - - Attachment 6 Standard Operating Procedure (SOP) 4.2.1.4 Stream Photo Documentation Procedure Certification No. oac-074· (CARCO 2001, Written by TAC Visual Assessments work group) Introduction: Photographs provide a qualitative, and potentially semi-quantitative, record of conditions in a watershed or on a water body. Photographs can be used to document general conditions on a reach of a stream during a stream walk, pollution events or other impacts, assess resource conditions over time, or can be used to document temporal progress for restoration efforts or other projects designed to benefit water quality. Photographic technology is available to anyone and it does not require a large degree of training or expensive equipment. Photos can be used in reports, presentations, or uploaded onto a computer website or GIS program. This approach is useful in providing a visual portrait of water resources to those who may never have the opportunity"to actually visit a monitoring site. Equipment: Use the same camera to the extent possible for each photo throughout the duration of the project. Either 35 mm color or digital color cameras are recommended, accompanied by a telephoto lens. If you must change cameras during the program, replace the original camera with a similar one comparable in terms of media (digital vs. 35 mm) and other focal length characteristics. A complete equipment list is suggested as follows: Required: • Camera and backup camera • Folder with copies of previous photos (do not carry original photos in the field) • Topographic and/or road map • Aerial photos if available • Compass • Timepiece • Extra film or digital disk capacity (whichever is applicable) • Extra batteries for camera (if applicable) • Photo-log data sheets or, alternatively, a bound notebook dedicated to the project • Yellow phot<? sign form and black marker, or, alternatively, a small black board and chalk Optional: • GPS unit • Stadia rod (for scale on landscape shots) • Ruler (for scale. on close up views of streams and vegetation) • Steel fence posts for dedicating fixed photo points in the absence of available fixed landmarks 1 Attachment 6 · Certification No. 08C-07 4 • Poisonous plants (e.g.: poison oak) • Dangerous insects and animals (e.g.: bees, rattlesnakes, range animals such as cattle, etc.) • Harmful or hazardous trash (e.g.: broken glass, hypodermic needles, human feces) We recommend that the volunteer coordinator or leader discuss the potential hazards with all volunteers prior to any fieldwork. General Instructions: From the inception of any photo documentation project until it is completed, always take each photo from the same position (photo point), and at the same bearing and vertical angle at that photo point. Photo point positions should be thoroughly documented, including photographs taken of the photo point. Refer to copies of previous photos when arriving at the photo point. Try to maintain a level (horizontal) camera view unless the terrain is sloped. (If the photo can not lbe horizontal due to the slope, then record the angle for that photo.) When photo points are first being selected, consider the type of project (meadow or stream restoration, vegetation management for fire control, ambient or event monitoring as part of a stream walk, etc.) and refer to the guidance listed on Suggestions tor Photo Points by Type of Project. When taking photographs, try to include landscape features that are unlikely to change over several years (buildings, other structures, and landscape features such as peaks, rock outcrops, large trees, etc.) so that repeat photos will be easy to position. Lighting is, of course, a key ingredient so give cqnsideration to the angle of light, cloud cover, background, shadows, and contrasts. Close view photographs taken from the north (i.e., facing south) will minimize shadows. Medium and long view photos are best shot with the sun at the photographer's back. Some artistic expression is encouraged as some photos may be used on websites and in slide shows (early morning and late evening shots may be useful for this purpose). Seasonal changes can be used to advantage as foliage, stream flow, cloud cover, and site access fluctuate. It is often important to include a ruler, stadia rod, person, farm animal, or automobile in photos to convey the scale of the image. Of particular concern is the angle from which the photo is taken. Oftentimes an overhead or elevated shot from a bridge, cliff, peak, tree, etc. will be instrumental in conveying the full dimensions of the .project. Of most importance overall, however, is being aware of the goal(s) of the project and capturing images that clearly demonstrate progress towards achieving those goal(s). Again, reference to Suggestions for Photo Points by Type of Project may be helpful. If possible·, try to include a black board or yellow photo sign in the view, marked at a minimum with the location, subject, time and date of the photograph. A blank photo sign form is included in this document. 3 -t l . i I - - - Attachment 6 Certification No. 0SC-O7 4 2. Select an existing structure or landmark (mailbox, telephone pole, benchmark, large rock, etc.), identify its latitude and longitude, and choose (and record for future use) the permanent position of the photographer relative to that landmark. Alternatively, choose the procedure described in Monitoring California's Annual Rangeland Vegetation (UC/DANR Leaflet 21486, Dec. 1990). This procedure involves placing a permanently marked steel fence post to establish the position of the photographer. 3. For restoration, fuel reduction, and BMP projects, photograph the photo-points and carry copies of those photographs on subsequent field visits. Determining the Compass Bearing: 1. Select and record the permanent magnetic bearing of the photo center view. You can also record the true compass bearing (corrected for declination) but do not substitute this for the magnetic bearing. Include a prominent landmark in a set position within the view. If possible, have an assistant stand at a fixed distance from both the photographer and the center of the view, holding a stadia ·rod if available, within the view of the camera; preferably position the stadia rod-on one established, consistent side of the view for each photo (right or left side). 2. Alternatively, use the procedure described in Monitoring California's Annual Rangeland Vegetation (UC/DANR Leaflet 21486, Dec. 1990). This procedure involves placing a permanently marked steel fence post to establish the position of the focal point (photo center). 3. When performing ambient or event photo monitoring, and when a compass is not available, then refer to a map and record the approximate bearing as north, south, east or west. Sugg~stions for Photo Points ·by Type of Project: Ambient or Event Monitoring, Including Photography Associated with Narrative Visual Assessments: 1. When first beginning an ambient monitoring program take representative long and/or medium view photos of stream reaches and segments of shoreline being monitored. Show the positions of these photos on a map, preferably on the stream/shore walk form. Subjects to be photographed include a representative view of the stream or shore condition at the beginning and ending positions of the segment being monitored, storm drain outfalls, confluence of tributaries, structures (e.g., bridges, dams, pipelines, etc.). 2. If possible, take a close view photograph of the substrate (stream bed), algae, or submerged aquatic vegetation. 3. -Time series: Photographs of these subjects at the same photo points should be repeated annually during the same season or month if possible. 5 Attachment 6 Certification No. 0BC-07 4 Vegetation Management for Fire Prevenition ("fuel reduction"): 1. Aerial view (satellite or airplane photography) if available. 2. In the absence of an aerial view, a landscape, long view showing all or representative sections of the project (bluff, bridge, etc.) 3. Long view (wide angle if possible} showing1 the project area or areas. Preferably these long views should be from an elevated vantage point. 4. Medium view photos showing examples of vegetation changes, and plantings if included in the project. It is recommended that a person (preferably holding a stadia rod) be included in the view for scale 5. To the extent possible include medium and long view photos that include adjacent stream channels. Stream Sediment Load or Erosion Monitoring: 1. Long views from bridge or other elevated position. 2. Medium views of bars and banks, with a pE3rson (preferably holding a stadia rod) in view for scale. 3. Close views of streambed with ruler or oth1;r common object in the view for scale. 4. Tir,:te series: Photograph during the dry se,:ilson (low flow} once per year or after a significant flood event when streambed is visible. Th13 flood events may be episodic in the south and seasonal in the north. 5. Optional: Use a tape set perpendicular across the stream channel at fixed points and include this tape in your photos described iin 1 and 2 above. For specific procedures refer to Harrelson, Cheryl C., C.L. Rawlins, and John P. Potyondy, Stream Channel Reference Sites: An Illustrated Guide to Field Techniques, United States Department of Agriculture, Forest Service, Rocky Mountain Forest and Range Experiment Station, General Technical Report RM-245. . 7 - - - - - - Attachment 6 Certification No. 0BC-07 4 PHOTO SIGN FORM: Print this form on yellow paper. Complete the following information for each photograph. Include in the photographic view so that it will be legible in the finished photo. Location: Subject Description: Date: Time: _, 9 July 10, 2007 Mr. Shawn Shamlou Dudek & Associates 605 Third Street ·ASM affiliates archaeology history arch1'.ectura1 i'l1story ethnography Encinitas, California 92024 Re: Cultural Resource Report for the El Camino Real Widening Project, Carlsbad, San Diego County, California. Dear Mr. Shamlou, This letter report summarizes a cultural resource study conducted by ASM Affiliates, Inc. (ASM) for the widening of El Camino Real from Tamarack A venue to Chestnut A venue in Carlsbad, San Diego County, California. The study included a records search conducted at the South Coastal Information Center and San Diego Museum of Man, and a pedestrian survey of the project. No cultural resources were identified within the project area as a result of this study. Project Description The City of Carlsbad (City) proposes to improve the section of El Camino Real from Tamarack A venue north to Chestnut A venue. El Camino Real is a major north/south roadway serving as a vital parallel circulation element to Interstate 5 (1-5) for the Cities of Encinitas, Carlsbad and Oceanside. As various developments including subdivisions have occurred in the project vicinity, developers have been required to widen El Camino Real to full prime arterial standards. This section of roadway, from Tamarack A venue to Chestnut A venue, is one of the few remaining sections of the El Camino Real that has not been widened to its full width of six travel lanes with three northbound and three southbound lanes. The proposed roadway improvements would result in a total width of 126 feet including: • 8-foot-wide bike lanes on both sides of the roadway • three southbound lanes of 12-foot width each • three northbound lanes of 12-foot width each • an 18-foot wide landscaped median island • 5 ½-foot-wide sidewalks on both sides of the roadway • 4 ½ wide native planted area (including a bioswale) on both sides of the roadway In the middle section of the roadway, the roadway would transition between the previously discussed typical section to a modified width of 116 feet including: • a 6 ½ -foot bike lane on the west side ofthci roadway • a 5-foot bike lane on the east side • three southbound lanes, 12 feet wide each • a 14-foot-wide landscaped median island • three northbound lanes, 11 ½ -feet wide eac:h - - - - - - Mr. Shawn Shamlou July 10, 2007 Page 2 of13 • 5 ½ -foot wide sidewalks on both sides of the roadway • 4 ½ -foot wide native planted_ area (including a bioswale) on both sides of the roadway The project proposes to keep the existing vertical profile of the road, and construction is anticipated to extend approximately nine months. Additional characteristics of the proposed project are described below. Intersection Improvements. A traffic study was prepared for the subject project in April 2006 (LLG 2006). The purpose of the report was to analyze the operations at the two intersections along this segment of El Camino Real, for the existing conditions and Year 2030 conditions. The report then identified intersection improvements required to achieve acceptable level of service (i.e., LOS D). These intersection improvements were consequently incorporated into the project design. The 2030 traffic forecast analysis shows that in 2030, the El Camino Real/Tamarack A venue intersection would result in an LOS F during AM and PM peak hours (LLG 2006). As such, the project plans include an additional northbound and southbound thru lane on El Camino Real, and an additional northbound left- tum lane on El Camino Real at its intersection with Tamarack A venue. This improvement would improve the LOS at this intersection to LOS D or better in the AM peak hour and LOS C in the PM peak hour. Accommodating the additional northbound and southbound lanes, just north of the intersection, would consist primarily of re-striping the existing roadway, as sufficient width exists within the current roadway geometty. Associated signal modifications to accommodate the new lane configuration would also be provided. At the El Camino Real/Chestnut A venue intersection, the project would result in the removal of the existing free right turn islands located at the northwest and southwest comers of the intersection and replace these with standard curb returns, pedestrian ramps, and associated signal modifications to accommodate the road widening improvements. These intersection improvements must satisfy Americans with Disabilities Act (ADA) requirements, and therefore, ramps that meet ADA gradient criteria would be constructed near the northwest and southwest comers to connect the improvements to existing sidewalks. Storm Drains. Currently, the roadway in the APE exhibits erosion on the embankment on the east side, pavement cracking and weathering, and bumps/sags. Storm water from the storm drains currently outlets at erosive velocities into a ditch east of the roadway. Storm drains within the APE would be replaced and/or improved.. The project includes the placement of erosion protection in the ditch and/or construction of check dams within the ditch to remedy the issue. The pavement for the roadway would be overlaid with asphalt concrete and/or replaced with a full structural section as necessary. Brow ditches are proposed along the west side of El Camino Real to prevent hillside stormwater from flowing over the sidewalk and onto El Camino Real. The proposed locations are at Stations 513+50 and 536+00. The sizes of the brow ditches would vary from approximately 12-inch minimum depth to 24- inch maximum depth. Liglrting. Overhead lighting is proposed as part of the project. Lighting would be installed per applicable City standards for wattage and spacing. Each light pole would produce up to 22,000 lumens and would be staggered at 300-foot intervals along both sides of the project section of El Camino Real. Bus Stops. One existing North County Transit District (NCTD) bus stop located on the west side of El Camino Real just south of Chestnut A venue would be relocated as part of the project, although the specific location is in the process of being determined in concert with North County Transit District. It is assumed that the chosen location would not be located outside of the project Area of Potential Effects Mr. Shawn Shamlou July IO, 2007 Page 3 of13 (APE). A second bus stop exists along the east side of El Camino Real north of Tamarack Avenue. No improvements or alterations to this bus stop are proposed. Utilities. Depending on the availability of funding,. the existing overhead power lines along the west side of El Camino Real may be undergrounded as part of the project. Should funding be available at the time of construction, possibly as a joint cost sharing effort with SDG&E, the City would underground these electrical utilities. The existing power poles along the west side, north of APN 207-090-20, Station 526+00, are currently proposed to be relocated 5 to 10 feet to the west. The relocation of these poles is necessary to accommodate the proposed street widening. No undergrounding of utilities is proposed along the east side of this segment of El Camino Re:al. Grading. Minor grading would occur along the west side of El Camino Real to accommodate construction of proposed retaining walls, which are described below. Additional grading behind and at the top of the retaining walls would occur to construc;t brow ditches and drainage facilities. The proposed grading at the top of the walls would be contoured to a 1.5: 1 or 2: 1 inclination to blend into the natural look of the existing terrain. The proposed grading would range from 5 to 8 feet in height above the top of wall. · Both minor grading and major grading would occur on the east side of the project. Minor re-grading is required at two locations (at approximately Station 512+50 and Station 517+00) to stabilize the existing fill slope adjacent to the east edge of the roadway, which also represents the west edge of the existing drainage channel. These two locations are situated approximately in the middle third of the APE and represent distressed areas where slope failure (Station 512+50) and sloughing (Station 517+00) have occurred. The existing slope height at these areas varies from 5 feet or less to approximately 15 feet with the height generally increasing toward the north. Both of these areas would be over-excavated and - reconstructed with reinforced earth or equal methods in accordance with the geotechnical report for the project to stabilize the slope and re-establish the initial slope inclination. Major grading is proposed along the northern segment of the east side of El Camino Real, predominantly across Assessor Parcel Numbers 167-230-24 and 167-230-25. Slope heights would range from 30 to 50 feet with the height increasing toward the south. The proposed grading will be contoured to a 1.5:1 or variable slope inclination and be graded in such a fashion as to replace the in-kind driveway access to the property. Retai11i11g Walls. Retaining walls are proposed on the west side of El Camino Real in the approximate midpoint of the APE. A portion of the proposed retaining walls would be located outside of the project ROW, therefore, property acquisition of 6,946 square feet (0.16 acre) would be required on Czajkowski property (within parcel numbers 207-180-08, -09, -10, and-12), which is located approximately 2000 feet south of the El Camino Real/Chestnut A venue intersection. The height of the retaining walls would vary from 6 feet to a maximum of 15 feet high. The specific wall types would be Caltrans cast-in-place concrete or masonry block cantilever with fascia for walls less than 10 feet in height. These have a concrete spread footing and a vertical retaining face. For walls over 10 feet in height, a tieback wall type would be implemented. This type of retaining wall is an anchored wall system that relies on steel bars grouted into the retained slope and a reinforced facing. The anchors are prestressed to provide an active clamping force. The facing is typically constructed with reinforced shotcrete or cast-in-place concrete, and are constructed with a "top-down" approach that does not require substantial excavation behind the wall face. The retaining walls are proposed to be built with a boulderscape architectural treatment and landscaping A screening. Drainage systems would be included behind the walls to allow proper drainage of the adjacent • hillside. - - Mr. Shawn Shamlou July 10, 2007 Page 4 of 13 Landscape Concept Plan. A Landscape Concept Plan has been prepared as part of the project to provide a transition between the ornamental landscape and natural landscape on either sides of the project reach of El Camino Real. The Landscape Concept Plan takes into account the City's El Camino Real Corridor Development Standards by incorporating a median landscape treatment that continues adjacent median designs. The specific objectives of the design include low water use, minimization of fire hazards, minimization of visual impacts of the proposed retaining walls, and stabilization of disturbed slopes. Staging Areas. Staging areas for temporarily storing construction equipment would be identified during final design of the project, and would be located within previously paved areas within the APE. Existing Conditions Residential development has occurred along both sides of this segment of El Camino Real. Above ground utilities have been constructed along the length of both sides of the project and a concrete-lined drainage ditch has been constructed on the west side of the project. There is a small grove of mature eucalyptus trees located at the northwest comer of the prqject area (Figures 3 and 4). South of the eucalyptus grove, there are a number of private residences with a gravel-covered driveway connecting EI Camino Real to asphalt-paved driveways extending to the residences. The portion of the project located south of the residences has steep slopes overlain by a relatively level, heavily vegetated area. A rather large drainage is located along the southern half of the east side of the project. A disced area is maintained along the eastern edge of the drainage. A paved sidewalk runs along the east side of the project, most of which is open space with a mix of native and non-native grasses and low shrubs. The northern portion of the east side of the project is a vertical cutbank. Soil deposits in the project include Marina loamy coarse sand in the far northwestern portion of the project, Gaviota fine sandy loam in the northeastern portion of the project, and Salinas clay loam throughout the remainder of the project. Records Search Results Records searches for the project were prepared by the South Coastal Information Center (SCIC) on March 9, 2006 and the San Diego Museum of Man on March 4, 2006. The records searches included a review of archaeological site locations, bibliographic information, historic maps, and other databases of historic resources. While the records searches identified numerous archaeological resources located within one mile of the project, none of these is identified within the project area itself. The results of the records searches are summarized below (Table 1 ). Sites on file at the SCIC are assigned with trinomial designations, noted with a CA-SDI-prefix; those that have been assigned a primary number are noted with a P-37-prefix. Sites on file with the Museum of Man are noted with a SDM-W prefix. The full results of the records search are considered confidential as they identify the location of archaeological sites outside of the current project area. The cover letters for the searches are provided in Appendix A. The remainder of the results will be maintained on file with ASM. Table I. Previously Recorded Sites Within One Mile of the El Camino Real Widening Project Site Number SDM-W-124 SDM-W-132 SDM-W-134 SDM-W-136 SDM-W-137 Site Type Habitation with burials Habitation with burials Shell midden Habitation Habitation Recorder/¥ ear Recorded Notes Rogers/n.d. Rogers/n.d. Van Horn and Murray/1982 Rogers/n.d. Rogers/n.d. Mr. Shawn Shamlou July 10, 2007 Page 5 ofl3 Site Number Site Type SDM-W-143 Habitation CA-SDI-13178 Isolates SDI-209 Shell midden with artifacts SDI-631 Lithic scatter SDI-4990 SDI-5077 SDM-W-143/146 SDI-5213 SDI-5214 SDI-5353 SDI-5651 SDI-5652 SDl-6135 SDI-6139 SDI-6140 SDM-W-132 SDI-8303 SDl-8913 SDI-8914 SDI-9652 SDI-9654 SDI-9655 SDI-10024 SDI-10025 SDI-10609 SDI-10610 SDI-10612 SDI-10746 SDI-13089 SDI-13124 SDI-13701 SDI-14259 SDI-14335 SDI-16130 SDI-16131 SDI-16132 SDI-16133 Habitation Habitation Habitation Shell midden with lithics Habitation Shell midden House Habitation Lithic and shell scatter Shell midden with artifacts Habitation Habitation Lithic scatter shell Lithic scatter Habitation Habitation Habitation Habitation Habitation Habitation Shell scatter Shell and artifact scatter Shell midden Sweathouse Habitation Shell midden Habitation Shell scatter Shell scatter Shell scatter Shell and lithic scatter Recorder/Year Recorded Rogers/n.d. Gallegos/1991 Van Hom and Murray/1982 Wallace/1958 Ike and Kardash/1977 Hatley/1977 Norwood/1977, Wade/1985 Norwood/1977 Van Hom and Murray/1982 Hector/1983 Edwards/1977 Van Hom and Murray/1982 Notes 3 manos Ground stone and flaked artifacts Mitigated Hosp Grove site Subjected to data recovery and monitored by Robbins Wade Shell and lithics ak.a. the Cliff Site, noted as eligible to the National Re ister Little information on site record. Preservation was recommended when the site was recorded. Ground stone, fire-affected rock, marine shell, and fauna! remains Romani Hawthome/1982 and Flaked and ground stone artifacts and marine shell Van Hom and Murray/1982 Rogers/n.d., Gallegos/1999 Romani and Hawthome/1981 Lithic artifacts Noted as SDI-13129 on top of Rogers site form Lithic scatter Romani Hawthome/1981 and Basalt flake Van Hom and Murray/1982 Van Hom and Murray/1982 Van Hom and Murray/1982 Rogers/n.d. Hedges/1978 Wade/1985 Wade/1985 Wade/1985 Cardenas et al./1986 Strudwick/1993 Rogers/n.d. Strudwick and Gaillegos/1994 ASM/1996 Schroth and Harris/1996 Smith/2001 Smith/2001 Smith/2001 Smith/2001 Midden with artifacts Well-developed midden with artifacts Temporary shell processing cam Temporary shell processing cam Destroyed by grading Shell midden and artifacts associated, excavated by Roers Shell midden with artifacts and fire-affected rock Small shell midden Excavated - - - - - Mr. Shawn Shamlou July 10, 2007 Page 6 ofl3 Site Number Site Type RecorderN ear Recorded Notes SDI-16137 Shell scatter Smith/2001 Of the sites recorded within a one-mile radius, two are located near the project: SDI-5213/SDM-W-1330, SDM-W-143/146 is a large prehistoric habitation with recorded burials located north and west of the project area. The site was recorded by Rogers and later updated by Norwood (1977) and Cardenas and Wade (1985). Cardenas and Wade tested the site for the Rising Glen development in 1985. The updated site form notes that 21 lx2m2 test units were excavated and that, while the site is legally mitigated, it still held research potential. The site was monitored during grading for the Rising Glen development in 1986. SDI-5214/SDM-W-1331 is a prehistoric habitation that includes a large shell midden, lithic and ground stone and ceramic artifacts and one possible milling station. The site record mentions that plowing impacted the land and a large private residence is now present on the property. Fifty-one cultural resource surveys have been conducted within a one-mile radius of the project (Table 2). Of these, five bisected the project area. The previous cultural resource surveys conducted within the study area include the following: Table 2. Previous Cultural Resource Studies Within One Mile of the Project NADBNumber Surveyor Date Surveyed Results 1125147 Berryman 2000 Positive 1122623 Bissell 1990 Positive 1122045 Brandman 1983 Positive 1125343 Brown 2001 Negative 1126094 Bull 1976 Negative 1124229 Bull 1977 Positive 1120659 Bull 1978 Positive 1120645 Bull 1979 Positive 1129361 Byrd and O'Neill 2002 Positive 1125018 Cardenas 1985 Positive 1124325 Carrico 1977 Positive 1120424 Carrico and Phillips 1981 Positive 1122007 Chamberlain 1974 Positive 1121394 Eighmey and Wade 1990 Positive 1122016 Elfend 1984 Positive 1122088 EIP 1974 Positive 1121016 Gallegos and Pigniolo 1987 Negative 1120675 Gallegos and Carrico 1984 Positive 1121037 Gallegos and CruTico 1984 Positive 1129136 Gallegos and Strudwick 1991 Indeterminate 1123163 Gross et al. 1990 Positive 1120980 Gross and Bull 1973 Positive 1129586 Geurrero and Gallegos 2003 Positive 1121122 Hector 1981 Positive 1121129 Hector 1985 Positive 1128738 Hector 1985 Positive 1120681 Hector 1986 Positive 1120716 Kaldenberg 1976 Positive Mr. Shawn Shamlou July IO, 2007 Page 7 ofl3 NADBNumber Surveyor Date Surveyed Results 1120889 Koerper, Langenwalter, Schroth 1986 Positive 1124209 Koerper 1986 Positive 1128089 Kyle 1999 Negative 1121745 Mccorkle Apple 1987 Negative 1128729 Mitchell 1989 Positive 1122053 Nasland Engineering 1983 Positive 1123472 Pigniolo and Wahoff 1998 Positive 1121698 Polan 1983 Positive 1124895 RECON 1976 Negative 1124940 RECON 1977 Positive 1123272 Schroth 1996 Positive 1123273 Schroth and Gallegos 1996 Positive 1124111 Seeman 1982 Positive 1121431 Smith 1989 Negative 112358S Smith 1998 Positive 1122691 Strudwick 1993 Positive 1128314 Tuma 2003 Positive 1121579 Wade and Hector 1986 Positive 1122598 Wade 1992 Positive 1121661 Wade 1987 Negative 1121595 Whitehouse and Wade 1990 Positive 1121643 Wlodarski and Romani 1981 Positive 1128750 Ultrasystems 1983 Positive 1120239 Unknown 1986 Positive A review of historic maps of the project area did not reveal any structures within the project area. El Camino Real is a major, paved thoroughfare dating from the Mission Era and extending in a continuous route from the International Border to San Francisco; however no known historic sites are recorded within the project area. A search of the GeoFinder database, which includes information from the National Register of Historic Places, California Register of Historic Resources, California State Landmarks, California Points of Historic Interest and other historic property lists was included with the records search results; no such properties were identified. Study Results ASM Archaeologists Drew Pallette and Catherine, A. Wright surveyed the area of potential effects on March 27, 2006 and April 5, 2006. For the most part, the project is paved or otherwise developed with utilities and a concrete-lined drainage ditch. Both sides of the project have segments with steep-sided, heavily vegetated slopes and these areas were subjected to purposive survey. The remainder of the project was surveyed at 10-meter intervals. A small grove of mature eucalyptus trees is located in the northwestern portion of the project. This area has been subjected to extensive manual excavation, most likely from children constructing ramps and jumps for off-road bicycling (Figure 5); the remainder of the grove is covered with a heavy leaf litter. The area that had been excavated was subjected to dose inspection, as it was the best indicator of possible subsurface archaeological deposits. One piece of marine shell and one fragment of the end of a large mammal bone were identified in this area. However, no further manifestations of cultural resources were identified even after an intensive study of excavated areas and the resulting backdirt. The west-central and southwest portions of the project are comprised of cut slope extending essentially to the edge of pavement or to the edge of the sidewalk. Portions of this area have swaths of open land on top of the slopes and, when accessible, these were surveyed. For the most part, however, these areas were heavily vegetated and ground visibility was moderate at best. - - - Mr. Shawn Shamlou July 10, 2007 Page 8 ofl3 The eastern side of the project area consists of a rather deep drainage located approximately 30 feet east of the eastern edge of pavement. A disced area is maintained on the eastern side of the drainage and there is a small section of cut slope at the northern end of the project. Most of the east side of the project area is western-sloping open space with a mix of native and non-native grasses and low shrubs. The more level areas of this portion of the project were subjected to intensive survey; the steep slopes and drainage bottom were purposively surveyed. No cultural resources were identified during ASM's survey of the property. Conclusions and Management Recommendations The results of records searches conducted for the project were positive in that a number of cultural resources were identified within one mile of the project area. One piece of marine shell and one fragment of large mammal bone were identified during the survey but a close inspection of extensive excavations in the area where these were found did not reveal any further potentially cultural remains. However, a number of large habitation sites are located within a one-mile radius of the project. Due to the heavy leaf litter and the presence of large archaeological sites in the vicinity, archaeological monitoring in the eucalyptus grove located in the northwest portion of the project is recommended. This includes the area located on the west side of El Camino Real from the intersection of El Camino Real and Chestnut A venue and extending south to the frrst residential development located south of this intersection. If you should have any further questions regarding this report, please do not hesitate to contact me. Attachments: Figure 1. Project Vicinity Map Figure 2. Project Location Map Figure 3. Eucalyptus grove south of intersection of Chestnut Avenue and El Camino Real, view to south Figure 4. Eucalyptus grove south of intersection of Chestnut A venue and El Camino Real, view to north Figure 5. Eucalyptus grove south of intersection of Chestnut A venue and El Camino Real, view to south from inside of grove. Figure 6. Looking south down El Camino Real Figure 7. View from east of El Camino Real looking northwest Confidential Appendix A. Records Search Results - - Mr. Shawn Shamlou July 10, 2007 Page9 of13 ORANGE COUNTY () 0 () , , 'I ~!!5 8 16 •J17:i e I r r $ h 0 5 10 -r-----m ; 1 ~ s -... -,,:_,.." .. , ... . , ' I I ... --~ , , POINT LOMA Figure 1. Project vicinity map RIVERSIDE COUNlY SAN DIEGO COUNTY WARNER SPRINGS DIEGO Mr. Shawn Sbamlou July 10, 2007 Page 10 of 13 Figure 2. Project location map 0 Scale 1 :24000 0_5 0 Miles 0.5 Kilometers 1.0 2034 Corte del Noga!, Carlsbad, CA 92011 • 760-804-5757 • 760-804-5755-fax 1.0 260 S. Los Robles Ave .. Suite 311. Pasadena, CA 911 o 1 • 626-793-7395 • 626-793-2008-fax 120 Vine St., Reno, NV 89503 • 775-324-6789 • 775-324-9666-fax www.asmaffiliates.com - - - - - Mr. Shawn Shamlou July 10. 2007 Page 11 of13 Figure 3. Figure 4. \\ \ Eucalyptus grove south of intersection of Chestnut A venue and El Camino Real, view to south Eucalyptus grove south of intersection of Chestnut Avenue and El Camino Real, view to north Mr. Shawn Sharnlou July IO, 2007 Page 12 of 13 Figure 5. Figure 6. Eucalyptus grove south of intersection of Chestnut A venue and El Camino Real, view to south from inside grove. Note extensive excavations in center, right of frame. Looking south down El Camino Real to end of sidewalk and start of concrete-lined ditch. Steep, heavily vegetated slopes typify this area - - - - - Mr. Shawn Shamlou July 10, 2007 Page 13 of 13 Figure 7. View from east side of El Camino Real looking northwest. Note the number of above ground utilities located on the eastern side of project area. State of California -The Resources Agency • DEPARTMENT OF FISH AND GAME,...~cEJVED South Coast Region ru:,• 4949 Viewridge Avenue San Diego, CA 92123 A.:pR 2. 6 1\)1\) (858) 467-4201 l"I \MG April23,2010 City of Carlsbad Attn: Eva Plajzer 1635 Faraday Avenue Carlsbad, CA 92008 Dear Ms. Eva Plajzer, eNG\ME~EMl 0E~Afl1• ARNOLD SCHWARZENEGGER. Governor Enclosed is Streambed Alteration Agreement #1600-2008-0365-R5 that authorizes work on the El Camino Real Widening: Tamarack Avenue to Chestnut Avenue project impacting two unnamed drainages, tributaries to Agua Hedionda Lagoon, in San Diego County. This action is authorized under Section 1602 of the Fish and Game Code and has been approved by the California Department of Fish and Game. Pursuant to the requirements of the California Environmental Quality Act (CEQA), the Department filed a Notice of Determination (NOD) on the project on April 23, 201 O. Under CEQA regulations, the project has a 30-day statute of limitations on court challenges of the Department's approval. The Department believes that the project fully meets the requirements of the Fish and Game - Code and CEQA. However, if court challenges on the NOD are received during the 30-day period, then an additional review or even modification of the project may be required. If no comments are received during the 30-day period, then any subsequent comments need not be responded to. This information is provided to you so that if you choose to undertake the project prior to the close of the 30-day period, you do so with the knowledge that additional actions may be required based on the results of any court challenges that are filed during that period. Please contact Darren Bradford, Environmental Scientist at (858) 467-4223 or DBradford@dfg.ca.gov, if you have any questions regarding the Streambed Alteration Agreement. Revised 11/05 - -CALIFORNIA DEPARTMENT OF FISH AND GAME South Coast Region 4949 Viewridge Avenue San Diego, CA 92123 Notification #1600-2008-0365-RS AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGREEMENT, entered into between the California Department of Fish and Game, hereinafter called the Department, and the City of Carlsbad (Point of Contact Eva Plajzer), 1635 Faraday Avenue, Carlsbad CA 92008 (760) 479-4292, hereinafter called the Applicant, is as follows. WHEREAS, pursuant to Section 1602 of the California Fish and Game Code, the Applicant, on the 22nd day of April, 2009, notified the Department that they intend to divert or obstruct the natural flow of, or change the bed, channel, or bank of, or use material from two unnamed drainages tributary to Agua Hedionda Lagoon to the Pacific Ocean (USGS Map: San Luis Rey; Township 12 South, Range 4 West). WHEREAS, the Department, based on information received by the Applicant, has determined that such operations may substantially adversely affect those existing fish and wildlife resources within the unnamed stream beds tributary to, the project site, and the vicinity of the project site, specifically identified as follows: Amphibians: western spadefoot (Spea hammondi) Reptiles: orange-throated whiptail (Cnemidophorus hyperythrus beldingi); Coastal western whiptail (Cnemidophorus tigris stejnegeri); Coastal rosy boa (Charina trivirgata); Northern red-diamond rattlesnake (Grata/us ruber ruber); San Diego ringneck snake (Diadonphis punctatus); Western pond turtle (Actinemys marmorata pa/Iida); Birds: Cooper's hawk (Accipeter cooperi); coastal California gnatcatcher (Polioptila californica califomica); California horned lark (Eremophi/a alpestris); white-tailed kite (Elanus leucurus); yellow-breasted chat (lcteria virens); yellow- rumped warbler (Dendroica petechia brewsteri; Least Bell's Vireo (Vireo be/Iii pusillus); Mammals: Dulzura California pocket mouse (Chaetopidus califomicus femoralis); California pocket mouse (Chaetodipus fa/lax fa/lax); Mexican long-tongued bat (Choeronycteris mexicana); San Diego desert woodrat (Neotoma lepida intermedia); and all other aquatic and wildlife resources in the area, including the riparian vegetation which provides habitat for such species in the area. These resources are further detailed and more particularly described in the reports entitled "Final Initial Study and Mitigated Negative Declaration: El Camino Real Widening Project, Tamarack Avenue to Chestnut Avenue," SCH No. 2007101141, dated December 2008, prepared by DUDEK, for the City of Carlsbad; Habitat Management Plan for Natural Communities in the City of Carlsbad (HMP); and the uBiological Resources Technical Report for the El Camino Real Road Widening, Carlsbad, California" dated September, 2007, prepared by DUDEK. THEREFORE, the Department hereby proposes measures to protect fish and wildlife resources -during the Applicant's work. The Applicant hereby agrees to accept and implement the Streambed Alteration Agreement for El Camino Real Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 2 of 8 following measures/conditions as part of the proposed work. The following provisions constitute the limit of activities agreed to and resolved by this Agreement. The signing of this Agreement does not imply that the Applicant is precluded from doing other activities subject to Fish and Game Code Section 1600 et seq. at the site. However, activities not specifically agreed to and resolved by this Agreement shall be subject to separate notification pursuant to Fish and Game Code Sections 1600 et seq. If the Applicant's work changes from that stated in the notification specified above, this Agreement is no longer valid and a new notification shall be submitted to the Department. Failure to comply with the provisions of this A!1reement and with other pertinent code sections, including but not limited to Fish and Game Code Sections 5650, 5652, 5901, 5931, 5937, and 5948, may result in prosecution. Nothing in this Agreement authorizes the Applicant to trespass on any land or property, nor does it relieve the Applicant of responsibility for compliance with applicable federal, state, or local laws or ordinances. A consummated Agreement does not constitute the Department's endorsement of the proposed operation, or as:sure the Department's concurrence with permits required from other agencies. Term and Effective Date This Agreement becomes effective the date of Department's signature and the construction/impacts portion terminates on February 1, 2015. This Agreement shall remain in effect until the Department provides written confirmation that the mitigation requirements have been met. Any amendment shall be by written mutual consent of the Applicant and the Department, and shall be in compliance with the Department's regulations, policies, and procedures in effect as of the date of such amendment. Extension Pursuant to Section 1600 et seq., the Applicant may request one extension of the Agreement; the Applicant shall request the extension of this Agreement prior to its termination. The one extension may be granted for up to five years from the date of termination of the Agreement and is subject to Departmental approval. The extension request and fees shall be submitted to the Department's South Coast Region at the above address, A TIN: Streambed Alteration Program -SAA #1600-2008-0365-RS. If the Applicant fails to request the extension prior to the Agreement's termination, then the Applicant shall submit a new notification with fees and required information to the Department Any construction/impacts that occur under an expired Agreement are a violation of Fish and Game Code 1600 et seq. Project Location The El Camino Real Widening Project (Project) area is located in the northeastern part of the City of Carlsbad, California. The project extends approximately 4,600 feet or 0.87 miles from Tamarack Avenue in the southeast to Chestnut Avenue in the north. The Project lies within the Habitat Management Plan for Natural Communities in the City of Carlsbad (HMP) plan area. : i j.: - - - - - - Streambed Alteration Agreement for El Camino Real Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 3 of 8 Project Description The Applicant proposes to alter the stream/lake to widen the section of El Camino Real from Tamarack Avenue north to Chestnut Avenue to its fufl width of six travel lanes. The Project will widen the roadway to a total width of 126 feet including 8-foot wide bike lanes on both sides of the street, three southbound lanes of 12-foot width each, an 18-foot wide landscaped median Island, and three northbound lanes of 12-foot width each at the southern and northern ends of the Project. In the middle section of the roadway, the roadway would transition between the previously discussed typical section to a modified width of 116 feet including a 6 ½ foot bike lane on the west side of the roadway, three southbound lanes of 12 feet width each, a 14-foot- wide landscaped median island, three northbound lanes of 11 ½ feet width each, and a five-foot bike lane on the east side of the roadway. Parkways consisting of 5 ½ feet of sidewalk and 4 ½ feet of native vegetation (including bio-swale) would be provided on each side of the roadway resulting in a right-of-way width of 116 feet in this reach of the roadway. The Project proposes to keep the existing vertical profile of the road. The Project also includes improvements to the intersection of El Camino Real and Chestnut Avenue; replacement or improvement of storm drains; placement of erosion protection and/or construction of check dams; construction of 12-to 24-inch-deep brow ditches along the west side of Et Camino Real; installation of lighting at 300-foot intervals along both sides of El Camino Real; construction of retaining walls; and relocation of an existing bus stop. Existing overhead power lines along the west side of El Camino Real may be undergrounded. Impacts 1. The Applicant shall not permanently impact more than 0.07 acre of unnamed tributaries to Agua Hedionda. Compensato!'Y Mitigation 2. Mitigation will be conducted through the purchase of mitigation credits from the North County Habitat Bank (NCHB) as follows: a. The Applicant shall mitigate for permanent impacts to 0.03 acre of ephemeral and intermittent unvegetated stream channels through: a) creation/restoration of 0.03-acre of southern willow scrub mixed with freshwater marsh (i.e., 0.03-acre USACE wetland creation/restoration credits) and; b) 0.03-acre riparian enhancement (i.e., 0.03-acre CDFG riparian enhancement credits); b. The Applicant shall mitigate for permanent impacts to 0.04 acre of southern willow scrub (including disturbed) through creation/restoration of 0.04-acre southern willow scrub (i.e .. 0.04-acre of wetland CDFG creation/restoration credits). 3. The Applicant shall mitigate at a minimum 5:1 ratio for impacts beyond those authorized in this Agreement. In the event that additional mitigation is required1 the type of mitigation shall be determined by the Department and may include creation, restoration, or enhancement. Streambed Alteration Agreement for El Camino Real Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 4 of 8 Additional Conditions: General 4. The agreed work includes activities associated with the Project Location and Project Description that is provided above. Specific work areas and mitigation measures are described on/in the plans and documents submitted by the Applicant, including the Notification Package for the El Camino Real Road Widening Project, Storm Water Pollution Prevention Plan for El Camino Real Widening and the Water Quality Technical Report for El Camino Real Widening Project, prepared by Bureau Berit,3s North America, Inc., dated December 9, 2009, and shall be implemented as proposed unless directed differently by this Agreement Development and supporting infrastructure e;hall be confined to the project footprint. 5. The Applicant shall provide a copy of this Agreement to all contractors, subcontractors. and the Applicant's project supervisors. Copies ,of the Agreement shall be readily available at work sites at all times during periods of active work and must be presented to any Department personnel, or personnel from another agency, upon demand. 6. A pre-construction meeting/briefing shall be held involving all the contractors and subcontractors, concerning the conditions in this Agreement. 7. The Applicant shall notify the Department, in writing, at least five (5) days prior to initiation of construction (project) activities and at least five (5) days prior to completion of construction (project) activities. Notification shall be sent to the South Coast Region office at the above - address, Attn: Streambed, SAA#1600-2008-0365-R5. - 8. In the event that the project scope, nature, or environmental impact is altered by subsequent permit conditions by a local, state or federal regulatory authority, the Applicant shall either submit an Amendment request or re-Notify the Department of any project modification which conflicts with current conditions or project description. Resource Protection 9. The Applicant shall not remove vegetation within the stream from February 15 to September 15 to avoid nesting birds. However, the Applicant may remove vegetation during this time period if a Department approved biologist conducts a survey for nesting birds within three days prior to VE~getation removal, and ensures no nesting birds shall be impacted by the vegetation removal activity. If an active nest is found, a minimum of a 100-foot activity exclusion zone (buffer) will be established and maintained during the period the nest is active. Applicant may consult with the Department to discuss a reduced buffer size if species sensitivity and localized conditions (e.g., width and type of screening vegetation between the nest and the proposed activity, terrain, existing level of human activity within the buffer and in the surrounding area) warrant a reduced buffer. If the nest is of a bird species is in the orders of Falconiformes or Strigiformes, the exclusion zone will be 500 feet. To avoid a violation of California Fish and Game Code Section 3503.5, the Applicant shall have a Department approved biologist inspect vegetation prior to removal or modification for active nesting of species in the orders of Falconiformes and Strigiformes during all periods these species are documented nesting in southern California. The Applicant - - - - Streambed Alteration Agreement for El Camino Real Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 5 of 8 shall submit the mapped survey results to the Department for review and approval prior to vegetation removal or modification to ensure full avoidance measures are in place. 10. Any construction corridor shall be established in such a manner that it avoids disturbance to woody vegetation to the greatest extent possible. Flagging or stakes shall be used to establish the construction corridor. Vegetation shall not be removed or intentionally damaged beyond the construction corridor. Vegetation within this construction corridor which proves to be an obstruction to normal operations but does not need to be removed shall be trimmed to near ground level. 11. No equipment shall be operated within the drip line of oaks. Protective fencing shall be placed around the drip lines of oaks to prevent compaction of the root zone. 12. The Applicant shall use temporary construction fencing to identify the agreed limits of disturbance within the stream and adjacent habitat, and shall have a Department approved biologist oversee fence installation. 13. If a stream's low flow channel, bed or banks have been altered, other than those areas identified as permanent impact, these shall be returned as nearly as possible to their original configuration and width, without creating future erosion problems. 14. This SAA does not authorize the take of any candidate species or species listed as threatened or endangered under the California Endangered Species Act ("CESA") (Fish & Game Code, §2050 et seq.) unless as otherwise specified under the City 9f Carlsbad's Multiple Habitat Conservation Plan. If the proposed work could affect any candidate species, or threatened and endangered species, the Applicant shall contact the Department and shall not commence the work without the Department's prior approval. 15. Applicant shall implement its Stormwater Management Plan Best Management Practices {BMPs) during construction. Equipment and Access 16. Staging/storage areas for equipment and materials shall be located outside of CDFG jurisdictional habitat and within the impact areas described in the Project Description, including the development, roads, and other infrastructure. 17. Any equipment or vehicles driven and/or operated within or adjacent to a stream shall be checked and maintained daily to prevent leaks. 18. The clean-up of all spills shall begin immediately upon observation of the spill, and immediately thereafter the Department shall be notified of the spill and any clean-up procedures recommended by the Department shall be followed by the person or persons completing the cleanup. [cf Streambed Alteration Agreement for El Camino Reial Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 6 of 8 Fill and Spoils 19. Spoil sites shall not be located within a stream, where spoil could be washed back into a stream, or where it could cover aquatic or riparian vegetation. 20. Fill materials may come from on-site sources or be imported. All fill material shall be free from contaminates such as trash, debris, or any other material deleterious to aquatic life or water quality. All fill shall be heavily compacted. 21. No fill may be placed in areas of a stream bed that are not included in the footprint of the project. If any streambed becomes impactecl outside the footprint of the project the Applicant must notify the Department and return the impacted streambed to its naturally occurring condition. Mitigation and conditions may nee1d to be revised if any impacts occur to streambed not included in the original footprint of the project. Structures 22. Storm drain lines/culverts shall be adequately sized to carry peak storm flows for the drainage to the outfall structure(s). The storm drain lines/culverts and the outfall structure(s) shall be properly aligned within the stream and otherwise engineered, installed and maintained, to assure resistance to washout, and to erosion of the stream bed, stream banks and/or fill. Water velocity shall be dissipated at the outfall, to reduce erosion. 23. Areas with disturbed soils upslope from Department jurisdictional habitat shall be stabilized to reduce erosion potential. Planting, seedin9, and mulching of the disturbed soils is conditionally acceptable. Where suitable vef1etation cannot reasonably be expected to become established, non-erodible materials shall be used for such stabilization. Any installation of non-erodible materials not described in the original project description shall be coordinated with the Department. Pollution, Litter, and Cleanup 24. No debris, soil, silt, sand, bark, slash, sawdust, rubbish, construction waste. cement or concrete or washings thereof, asphalt, paint, oil or other petroleum products or any other substances which could be hazardous to aquatic life, or other organic or earthen material from any construction, or other associated project related activity shall be allowed to contaminate the soil and/or enter into or be placed where it may be washed by rainfall or runoff into, streams or lakes, Any of these materials, placed within or where they may enter a stream or fake shall be removed immediately upon obs13rvation of their presence. When operations are completed, any excess materials or debris shall be removed from the work area, No rubbish shall be deposited within 150 feet of the high water mark of any stream. 25. All litter and pollution laws shall be followf~d. Fully covered trash receptacles with secure lids (wildlife proof) shall be installed and usecl in all work areas that may contain food, food scraps, food wrappers, beverage containers. and other miscellaneous trash. 26. No equipment maintenance shall be donEi within or near any stream where petroleum products or other pollutants from the equipment may enter these areas under any flow. 27. Stationary equipment such as motors, pumps, generators, and welders, located within or adjacent to the stream shall be positioned ovi:ir drip pans. - - - /7C I' - - - Streambed Alteration Agreement for El Camino Real Widening; Tamarack Avenue to Chestnut Avenue SM 1600-2008-0365-R5 Page 7 of 8 Administrative 28. The Department reserves the right to suspend or cancel this Agreement under one or more of, but not limited to, the following circumstances: a. the Department determines that the information provided by the Applicant in support of the Notification/Agreement is incomplete or inaccurate; b. the Department obtains new information that was not known to it in preparing the terms and conditions of the Agreement; c. the project or project activities as described in the notification/Agreement change; and/or d. the conditions affecting fish and wildlife resources change or the Department determines that project activities will result in a substantial adverse effect on the environment 29. Before any suspension or cancellation of the Agreement, the Department will notify the Applicant in writing of the circumstances which the Department believes warrant suspension or cancellation. The Applicant will have seven (7) working days from the date of receipt of the Department's notification to respond in writing to the circumstances described in the notification. Upon receipt of the Department's notification, the Applicant shall cease all project activities specified in the notification and shall not reinitiate them until the Department informs the Applicant in writing that methods and/or measures have been identified, agreed upon, and shall be implemented to adequately address the reasons for the Department's notification. 30. All provisions of this agreement remain in force throughout the term of this Agreement. Any provisions of this Agreement may be amended at any time by mutual agreement of the parties. Any amendments to this Agreement shall be made in a separate writing, signed by the parties, and attached to this Agreement. Any approved amendments shall become part of this Agreement. 31. The Applicant agrees that it shall be responsible for any violations of this Agreement, whether committed by the Applicant or any person acting on behalf of the Applicant, including its agents, officers, and employees, representatives, or contractors and subcontractors, to complete the Project Activity authorized by this Agreement. This Agreement does not constitute the Department's endorsement of the authorized Project Activity. 32. It is understood the Department has entered into this Agreement for purposes of establishing protective features for fish and wildlife. The decision to proceed with the project is the sole responsibility of the Applicant, and is not required by this Agreement. It is further agreed that all liability and/or incurred cost related to or arising from the Applicant's project and the implementation of the fish and wildlife protective conditions of this Agreement remain the sole responsibility of the Applicant. The Applicant agrees to hold harmless the State of California and the Department against any related claim made by any party or parties for personal injury or any other damages. ' 33. The Department reserves the right to enter the project site at any time to ensure compliance with terms/conditions of this Agreement. 34. The Department reserves the right to cancel this Agreement, after giving notice to the Applicant, if the Department determines that the Applicant has breached any of the terms or conditions of the Agreement. Streambed Arteration Agreement for El Camino RE;al Widening; Tamarack Avenue to Chestnut Avenue SAA 1600-2008-0365-RS Page 8 of 8 CONCURRENCE City of Carlsbad nature Claude A. 11 Bud11 Lewis Ma or date California Department of Fish and Game. , .~· (date) Stephen M. Juarez Environmental Program Manager South Coast Re ion This agreement was prepared by Darren Bradford, Environmental Scientist - - - - APPENDIX C POTHOLE REPORT EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 AIRX UTILITY SURVEYORS, INC. POTHOLE TABULATION EL CAMINO REAL STREET WIDENING CARLSBAD, CALIFORNIA FOR BUREAU VERITAS AND CITY OF CARLSBAD REPORT DATED SEPTEMBER 26, 2008 Pothole Utility Size & Utility Name of First Dist. from Name of Second Dist. from Notes Number Type Material Depth Reference Point 1st Ref. Pt. Reference Point 2nd Ref. Pt. 1 Water 14" CMLS 79.5"T/P Lt. Pole 4256ECR 121.0' Lt. Pole 4252ECR 80.1' (5) 2 Telecom. 9-4" PVC 26.0"T/P Lt. Pole 4256ECR 120.1' Lt. Pole 4252ECR 79.1' (5, 9) 3 Telecom. Unk. 8"T/Cap Lt. Pole 4256ECR 121.1' Lt. Pole 4252ECR 81.1' (5, 6, 10) 48" B/cap 4 Fuel 10" Steel 52.0"T/P Lt. Pole 4252ECR 79.95' Lt. Pole 4248ECR 179.0' (5) 5 Tel. Cone. Duct 60.0" T/Duct Lt. Pole 4240ECR 163.1' Lt. Pole 4236ECR 38.5' (2, 5, 10) 72.0" B/Duct Tel. 1" DB Cable 57.0" T/Cab. (2, 5) 6 Telecom. 4" PVC 33.0 T/Pkg. Lt. Pole 4240ECR 162.0' Lt. Pole 4236ECR 30.6' (5, 9) 52.0 B/Pkg. 7 Water 14" CMLS 43.0"T/P Lt. Pole 4240ECR 162.4' Lt. Pole 4236ECR 33.7' (5) 8 CATV Unk. 12"T/Enc. Lt. Pole 4240ECR 163.0' Lt. Pole 4236ECR 35.95' (5, 6, 10) 35" B/Enc. 36.0"T/P 9 Fuel 10" Steel 49.0"T/P Lt. Pole 4240ECR 170.3' Lt. Pole 4236ECR 72.95' (5) 10 SD 24" RCP 24.0"T/P (4) lOA Telecom. Unk. 30"T/Enc. Lt. Pole 4228ECR 73.7' Lt. Pole 77990 128.4' (1, 5, 11) 38" B/Enc. 11 Water 14"CMLS 62.5"T/P Lt. Pole 4228ECR 71.4' Lt. Pole 77990 126.85' (5) 12 Tel. 9-4" PVC 70.0"T/P Lt. Pole 4228ECR 70.5' Lt. Pole 77990 125.25' (5, 9) 13 Telecom. Unk. 2"T/Enc. Lt. Pole 4228ECR 72.8' Lt. Pole 77990 127.75' (1, 5, 11) 63" B/Enc. 14 SD 24" RCP 20.0"T/P Lt. Pole 4228ECR 79.1' Lt. Pole 77990 139.4' (2, 4) Fuel 10" Steel 83.0"T/P Lt. Pole 4228ECR 80.05' Lt. Pole 77990 138.4' (2, 5) 15 Sewer PVC 99.0"T/P Lt. Pole 4220ECR 141.75' Lt. Pole 4216ECR 145.3' (5) 16 Gas 4" Steel 48.0"T/P Lt. Pole 4220ECR 142.75' Lt. Pole 4216ECR 136.8' (5) 17 Fuel 10" Steel 54.0"T/P Lt. Pole 4220ECR 143.6' Lt. Pole 4216ECR 130.05' (5) - • - AIRX UTILITY SURVEYORS, INC. POTHOLE TABULATION EL CAMINO REAL STREET WIDENING CARLSBAD, CALIFORNIA FOR BUREAU VERITAS AND CITY OF CARLSBAD REPORT DATED SEPTEMBER 26, 2008 Pothole Utility Size& Utility Name of First Distance from Name of Second Dist. from Notes Number Type Material Depth Reference Point 1st Ref. Point Reference Point 2nd Ref. Pt. 18 Gas 4" Steel 48.0"T/P SDGE Pole P124329 119.7' Lt. Pole 4216ECR 95.6' (2, 5) SD 24" RCP 56.5"T/P SDGE Pole P124329 119.7' Lt. Pole 4126ECR 95.6' (2, 4)19 Tel. Cone. Duct 73.0" T/Duct Lt. Pole 4220ECR 191.4' Lt. Pole 4216ECR 27.0' (2, 5, 10) 1" DB cable 72.0" T/cab. (2, 5) 20 Telecom. Unk. ll"T/Enc. Lt. Pole 4220ECR 196.0' Lt. Pole 4216ECR 22.25' (1, 5, 10) 46" B/Enc. 21 Telecom. 9-4" PVC 35.0" T/Pkg. Lt. Pole 4220ECR 207.25' Lt. Pole 4216ECR 10.1' (5, 9) 53.0" B/Pkg. 22 Water 14" CMLs 68.0"T/P Lt. Pole 4220ECR 199.9' Lt. Pole 4216ECR 17.95' (5) 23 Telecom. 9-4" PVC 33.0"T/P Lt. Pole 4210ECR 145.7' Lt. Pole 4208ECR 56.5' (5, 9) 24 Water 14"CMLS 49.5"T/P Lt. Pole 4210ECR 146.0' Lt. Pole 4208ECR 58.3' (5) 25 Telecom. Unk. 2"T/Cap Lt. Pole 4210ECR 146.7' Lt. Pole 4208ECR 59.6' (1, 5, 6, 10) 39" B/Cap 26 Tel. Cone. Duct 72.0" T/Duct Lt. Pole 4210ECR 146.9' Lt. Pole 4208ECR 61.95' (5, 10) 84.0" B/Duct 27 Fuel 10" Steel 51.0"T/P SDGE Pole Pl24327 77.3' Lt. Pole 4208ECR 92.25' (5) 28 Sewer 10" PVC 111.0"T/P SDGE Pole Pl24327 101.0' Lt. Pole 4208ECR 114.6' (5) 29 Gas 4" Steel 47.0"T/P SDGE Pole P124327 95.9' Lt. Pole 4208ECR 109.4' (5) 30 Telcom. 9-4" PVC 34.5" T/Pkg. Lt. Pole 4206ECR 68.1' Lt. Pole 4204ECR 129.75' (5, 9) 31 Telecom. 4" PVC 32.0" T/Pkg. Lt. Pole 4204ECR 44.3' Lt. Pole 4202ECR 152.5' (5, 9) 32 Tel. Cone. Duct 72.0" T/Duct Lt. Pole 4204ECR 49.75' Lt. Pole 4202ECR 154.5' (5, 11) 86.0" B/Duct 33 Telecom. Unk. 6"T/Cap Lt. Pole 4204ECR 47.6' Lt. Pole 4202ECR 153.95' (5, 6, 10) 36" B/Cap 34 Water 14" CMLS 50.0"T/P Lt. Pole 4204ECR 46.3' Lt. Pole 4202ECR 153.3' (5) 35 Fuel 10" Steel 52.0"T/P Lt. Pole 4202ECR 152.4' SDGE Pole P128365 102.1' (5) AIRX UTILITY SURVEYORS, INC. POTHOLE TABULATION EL CAMINO REAL STREET WIDENING CARLSBAD, CALIFORNIA FOR BUREAU VERITAS AND CITY OF CARLSBAD REPORT DATED SEPTEMBER 26, 2008 Pothole Utility Size & Utility Name of First Distance from Name of Second Dist. from Notes Number Type · Material Depth Reference Point 1st Ref. Point Reference Point 2nd Ref. Pt. 36 Sewer 6" PVC 109.0"T/P Lt. Pole 4202ECR 160.4' SDGE Pole P128365 107.1' (4) 37 Gas 4" Steel 61.0"T/P Lt. Pole 4202ECR 93.4' SDGE Pole P128365 102.1' (5) 38 Tel. Cone. Duct 71.0 T/Duct Lt. Pole 4202ECR 70.3' SDGE Pole P128365 87.1' (2, 5, 11) 86.0" B/Duct Tel. l" DB Cable 79.0" T/Cab. (2, 5) 39 Water 14"CMLS 50.5''T/P SDGE Pole P124325 105.95' S. Air Vac E. Side ECR 91.6' (5) 40 Tel. Cone. Duct 48.0" T/Duct SDGE Pole P124325 62.05' S. Air Vac E. Side ECR 119.7' (5) 41 Gas 4" Steel 48.0"T/P SDGE Pole P124325 61.5' S. Air Vac E. Side ECR 122.4' (5) 42 Sewer 8" PVC 81.0"T/P SDGE Pole P124325 58.05' S. Air Vac E. Side ECR 141.25' (5) 43 Fuel 10" Steel 46.0"T/P SDGE Pole P124325 55.6' S. Air Vac E. Side ECR 141.95' (5) 44 Telecom. 2"PVC 30.0"T/P SDGE Pole P124325 112.02' S. Air Vac E. Side ECR 91.9' (5) 36.0" B/P 45 Telecom. 4"PVC 27.0" T/Pkg. SDGE Pole P124325 103.25' S. Air Vac E. Side ECR 91.9' (5) 40.0" B/Pkg. 46 Tel. DB Cable 36.0" T/Cab. Lt. Pole 4202ECR 132.9' SDGE Pole 128365 92.9' (5) 47 Water 16" CMLS 76.0"T/P SDGE Pole P122368 167.7' Lt. Pole 2350ECR 96.1' (4) 48 Telecom. 3-4" PVC 34.0"T/P SDGE Pole P122368 170.0' Lt. Pole 2350ECR 99.75' (2, 4, 7) Cone. Duct 42.0" T/Duct SDGE Pole P122368 170.5' Lt. Pole 2350ECR 100.3' (2, 4) 49 Water? No utility found 50 Gas 4" Steel 83.0"T/P SDGE Pole P122368 151.0' Lt. Pole 2350ECR 73.4' (4) 51 Sewer? No utility found 52 Elec. 3" PVC 37.0"T/P SDGE Pole P122368 147.95' Lt. Pole 2350ECR 88.95' (2, 4, 7) CATV 2-2" PVC 19.0"T/P SDGE Pole P122368 149.5' Lt. Pole 2350ECR 90.9' (2, 4) 53 Water 16" CMLS 67.0"T/P SDGE Pole P122368 130.0' Lt. Pole 2350ECR 95.0' (4) 54 Water? No utility found 55 Tel. 3"PVC 39.0"T/P SDGE Pole P122368 141.9' Lt. Pole 2350ECR 91.5' • - Pothole Utility Size & Number Type Material 56 CATV 57 Gas 4" Steel Tel. 2-Conc. Ducts 58 Gas 4" Steel 59 Sewer? No utility found NOTES: (1) Utility in concrete encasement (2) Two utHities in one pothole (3) Three utilities in one pothole (4) Utility runs east-west (5) Utility runs north-south - AIRX UTILITY SURVEYORS, INC. POTHOLE TABULATION EL CAMINO REAL STREET WIDENING CARLSBAD, CALIFORNIA FOR BUREAU VERITAS AND CITY OF CARLSBAD REPORT DATED SEPTEMBER 26, 2008 Utility Depth 27.0"T/P 63.0"T/P 40.0" T/Ducts 64.0" B/Ducts 66.0"T/P Name of First Reference Point SDGE Pole P122368 SDGE Pole P122368 SDGE Pole P122368 SDGE Pole P122368 Distance from Name of Second 1st Ref. Point Reference Point 135.4' Lt. Pole 2350ECR 70.95' Lt. Pole 2350ECR 70. 95' Lt. Pole 2350ECR 71.7' Lt. Pole 2350ECR (6) Concrete slurry cap, utility may be in or under cap. (7) Conduits side by side (8) Conduits stacked vertically (9) Utility package three conduits wide by conduits high (10) Found east edge of encasement (11) Found west edge of encasement • Dist. from Notes 2nd Ref. pt, 103.4' (4) 60.9' (2, 4) 60.9' (2) 53.0' (4) APPENDIX D UNDERGROUND DESIGN EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 - • \ \ NO SWRCB PERMIT REQUIRED "TIE PRO.£C'T REQUIRES EXCAVATION. CONSTRUCTlOH W1l1. UTll..12£ AND IMPlSIENT AU. BEST MANAGEMENT PRAC11CES (BMP'S) IS REQUIRED TO EHSORE COMPUAHCE WITH SBC POUC"I' LETTER ISSUES FEBRUARY 21, 2003 BY EJMROMEHTAL MAHAGOIENT CONCERNING STORM WATER PEIY111HG AND STIR& WATER POWJT10N ~ Pl.ANS (S'WPPP'S) NI> IN ~ WITll THE a..EAN WATER N::f $1965) AND EPA REGULATIONS PUBUSHED IN 1990 IS t.lOOIFE> BY THE PW.SE II RUlE IN 1999. CORE DRILL REQUIRED MH 198 LOOK S/E (PER RECORDS) \ \ ' . \ ' ' CENTERLINE TRENCH TI ES SHOWN ARE APPROXIMATE ONLY, EXACT TIE WILL BE DETERMINED AT TIME OF CONSTRUCTION BY S.D.G.&E .. \ • ' \ ' • TRENCH MUST CONFORM TO ALL LOCAL MUNICIPAL STANDARDS PERMITS REQUIRED CITY OF CARLSBAD H-ALL= TELCO ONLY \ ' . \ ' ' \ ' \, -,_ JT /EXCAVATION DATA TOTAL 1255 TR FT TI-ilS INFORMATION FOR PERMIT PURPOSES \JLY. DO NOT USE FOR BIDDING PURPOSES TELCO/EXCAVATION DATA TOTAL 269 TR FT THIS INFORMATION FOR PERMIT PURPOSES ONLY. 00 NOT USE FOR BIDDING PURPOSES MH 198 TO G) 00 PL 2-4 • DUCTS 4C *PM = 244' H-ALL=26' (D TO@ 00 PL 2-4" DUCTS 4C *PM = 212' H-ALL=50' @ TO@ 80 00 PL 5-4 n DUCTS *PM = 15' H-ALL=12' @TO@ ,o 00 PL 3-4" DUCTS 4C PM = 70' H-ALL=24' SERVICE TRENCH/EXCAVATION DATA TOTAL 10 TR FT THIS INFORMATION FOR PERMIT PURPOSES ONLY. DO NOT USE FOR BIDDING PURPOSES PL 1-4" DUCT 4C PM = 121' @TO@ 00 PL 2-4• DUCTS 4C PM = 134' H-ALL=24' @TO@ 00 00 PL 4-4• DUCTS 4C *PM = 34' H-ALL=31' I ' i I I J 1 I I CONTRACTOR NOTE 1. ALL SUBSTRUCTURES SHOWN ARE APPROXIMATE LOCATION ONLY, PER AVAILABLE RECORDS. CONTRACTOR TO VERIFY LOCATION OF ALL SUBSTRUCTURES PRIOR TO EXCAVATION. ~--I--_::-_::-_::-.::-.::-.::-----+----,' CAP & SEAL ~~o,h{·~~~~~~ PL 2-4" DUCTS PM = 191' @TO@ 0 00 PL 3-4" DUCTS 4C *PM = 49' @ TO H.H. 0 PL 1-4" DUCT 4C *PM = 161' H.H. TO ® 0 PL 1-2" DUCT 5 TR.FT. ONLY (SERVICE TRENCH) @TO@ 0 PL 1-4" DUCT 4C •PM = 317' H-ALL=102' ICD 1•=50• "" TWO llAY'S 8ERlRE YOU otG CALI.. U. S. A. TOl.l FREE 1-800-422-4133 l LAYOlJT: DESIGN ENGR. PJ-ill HERNANDEZ 858-268-5936 RECORD MAPS : 214 T.B.M : 1106 H-5 DATE COMP GEO\CO DB (28) ' LI ----------- REV'D 1-23-14 12-01-10 EXCH OCEANSIDE/HARDING EMGR. J.WJCKERS"fH,l 858-886-2867 DIGR AA!:, "= ur '""""' CONDUIT RO\EST NO 9450323 OWG 1 OF P504 i\ \ i·~. \ ' %\\ ll(IITINQ p 9, fl.. ,EIDTM_✓ 1 •·~oun , \\ ~ ~ ' .. iti 1\ \ I ~ ~ HILLSIDE l g\t =eo' ,. OPEN flELD 1• ,. • OPEN nELO Mr j; ., c;J ,~ ~l 0 ;;,, IHTI--I ~1/ OPEN FIELD PL PL ·18' 6'--l--------s [X. FENCE CL OF STREET CL a, TRiHCN lYPICAL STBEET SE_CTIQN NO SCALE / FTGS MAY VARY Fil,( le 1--·-----··--··· 'imil! WA~~re~ C£1!U ,. iD '----------········· COHDlJIT ~ SAN DIEGO ~ MARKET t!i111 ................... J-------.. -· ""'ill'\f '------------······· llalC. ............................... . 10400 Pectrlc Cenl•r Ccurl Sin Dl11c, CA U212l CITY: ______ CABLSBAO _____ _ l'IIOIC~, •• _,_,_ CA8LE ,MO HI---,1M lfl ,Mt,)---•• ,JMPJ -- .,w•1 ---·Jtil PI 'I ~I ~. ,<;) '\ 'O .l l ~~ ~.-~ "', ~4-"'~. ., ~-i'1 ~( ~\ ~\ ~~\\ ~-~. ~ ~~~A~~~~ B> ~ e> K . -Q /';. 'I ·~ ~t:1."•""Ji="IU rz"ilfr 'rr.:'"n" 1-C.fM-... -.,.u -a lillli!KUJ• = ='"' ,.. .... t ,~ •• ,,._ ,.... • 1 • r ,,.,u,c1 lNIMllfNli ll!Cl.t1lillll.fiCP'IW . 11,1 00 j:) ~,\ . (;" l • I: , ISi @ ~ @ ~ *t+ 2• s "11.a-r ~~ ~" ,-r\=1 r.r.r..:i n .• , "' t ,., ,. • ,. ,. ut11• • ,,,, i· ~ ~ ~~I'"' ~i" ~I, t~r ~ •i -:-,.92,u JP,~ ,:~ ,}£,,, .. ,~, .. _ • ., ACRIAL rDOTAC[ I ----. TOTAL J'OOT.t.CE _____ a .... -••••••••••••• -. .. •-•-[___~ .. :::······· ••••• :::::::_I HAI(! ~ BlJI. •CQYIJ.lt l'!a'IW/.. __ _ oca·· .... w--., .. 1,,---~ ---1 TAEIICN roomr """' °'c'~.t.:::.:~, ;,,JOO\ c .... , .. ..,, o,,., •= =-!:. TAtNCH HOJSt CClHCl___ ................. • -·····-·····--•· •-·· LOC• ~••••••••··-·-················•-• FILE HAil! IMA,,.HUMlERt ~---.m.~-----·····••u• SYSTEM: CA&S&!Q.. ••••••• SCALE ,)ff ■-··-· ...... -· - ,41l lfl---l,IM .~1! ~, ---.1n -• -• .. ,..._,.,.,., --Al:RIAL MMC C(UjT ___ ........ ··-····· ••••• •• --•••••-•••••• .. • ·-···· Alf>L IF IER 6LOCK BRE~!OOWH TOTI!. HW$E tOUNT ___ .. _ ....................... . Pacltlc Ocean -... I SITE VICINITY MAP U06-H5 TD El Camino eal Rd Wide / 208 NOTES 0 MMffMf A -..i OF ~• Sl::PMAJ'IOH MO PMAWlJNG WU URJl1ES N,:J e" 111£11 CflOISSIH&. D Cl.0UJED NlfE>S llEXT"fY PONr Of" INTBICEPf/RE--ROUT'E OF EXlSl'NG UlaJIQDJII) FACIUJ1ES. .Ml EXISlN. ~ OONDUII' TO BE IJEMIFEI NI) M.lCNED '11111H IEW CONDUT STUB FOR FU1URE INlEJlaPIS OH ~ JOB W.O. --- 0 Ml. ~ NtERCEPr UlCATOIS 10 BE W0RICEll OM DOla.£ ffilE. 0 FIW.. S1REEr REPM! OF Ml. INTEl'ICEP'IS IIESPOMSIBIJTY OF CHI.£ CIIDJ. 0 CMlllON: Elmll!IC STNll BY LNlWI R£D.RD FOR AU. WORK MO\Nl ENERCIZEl fACUIES. 0 AU. alOSSED Off UXAJION BOXES ON TltS J08 WM:: BEEN OYTTED. 0 Ml. SIJMCE C0NlUlrS FOR 00lliUICAJIOH COMfWIIES 10 BE INSTJilDl OH 1llS .DI ,S IIEDJRI> PER J0liT" llEDI AGREDENT. 0 M.l. HEJi' UG SEJMCE CHI..E IS 01,j lltE 00IM1ISION SEMCE 'l0RICStiEll JH> WI.L BE INSDllJ..ED //J A M\IIE OOE. 0 EXIS11NC OH EliCTRIC SEMa:S 'llffllN OOIMRSDI 80lNWIV 10 BE R£MCMl) OH 1llS 'ICAI< OADER. 0 REMCM: AU. OH aa:rRIC lllSTRIBUTION IIIIE 1ll1ltH COMRSl0N BCIIJNDIIIRr \NISS <m£RIIISE NOTm. 0 T-~ CCM1RlJC'll0N PER RmCJH,11.. ~ 'IIIDI IE2UIE> Bl' lillN:F:MJIY. 0 AU. QUEST10IIS RElATED TO SEMCE TREHCH SHCl.lD BE 0ll£CTED 10 lltE ~ lWSON P1NHR. HAM[ ____ _,f'Nlll€ ___ _ NO SCALE Call 811: Two Workin g Days Before You Dig/ ..A ~ /I I / ~ _/\ ~/ f I I I/ 'g:_ -.r~Jz ~ y [ SHEET 1) ""'>---~""--I :_ ~ ~-;)\ / ' ,-----. _....-,,-./ \ ==r-----Cl I ------// / ....... \ ,-----.. SHEET 6 ------· ~ I . CAM{No RE --,....--,..________________ ~---· \ I / . I / 7 / : 7 ·-Al -,.,..____ ~~.......,.........-.. -,-r(f_.-f \ \ ---1 /'yt----l~ I .JirZ. I I /-\ I 1\\ \ \ \ \\\\\\ lliV-~ ~/ ~ 1 ( "'------I /~~'-. \ /\ • \ \ \.liJJ.J.J.._1 ~-- ~! / ~-_l...J..>- 'I r. i "' .... .. C, -< t,, !5: rJ I :I rT ~ ;J ~ .. > rt ! n ..., ~ ~ l"Til ... ,....., ... > C~z ~!g cnM Clo Cl ~~~ ~~~ !jl~• Jll,ifl':I < ,.... -M z n "'!iilil ~c, n I lj ! ii:i w 0 ~ ' 1 El Camino Real Rd ide / 208 •I: • I I I llFffBD" (.IF 111XJ1 \316 TYPICAL STREET SECTION t. EL CAMINO REAL STA 533+2-534+54 l t------Y"-'-MES~"'----+- 5' tm-snmr · <I>-----~ 3316 tir- 421 TYPICAL STREET SECTION IC) SCA!.£ EL CAMIN□ REAL STA 535-540+00 1--N'---r-S' t tir- TYPICAL STREET SECTION NJ SCM.£ EL CAMlND REAL STA 532+21-532+54 ~ m:11 ""' .... ' a..;t,ri,:: .-v • ~ ---, _ ,_ -...,._. --=-_, --• owl ~-~._l'ilM __ li:. ________ _ y-r~--s• --------,-4-21-- I I: • I I I 331 tr,r 11EDt TYPICAL STREET SECTION ICISCM.£ EL CAHIN□ REAL STA 529+66-531+83 l YMES YMEI ~~ S'I I .. l .t-n.cT -/ trT- 3316 TYPICAL STREET SECTION NJ sau: EL CAMINO REAL STA 513+14-528 YMEI VMES ETAIN ING w'ALL 1----------+--------< r·• 5' I llFTlEICII TYPICAL STREET SECTION IC)sail.£ EL CAMIN□ REAL STA 528+36-529+13 I VMEI VMEI --------- 5' I TYPICAL STREET SECTION HD SCM.£ CHES TNUT a: a, a, ~ '"' ~ ID .... }il C, J n l,D 0 ~ "' ~ .. -< 0 tn 0 (.,.J 0 I I I -~---------..-- ::::!-- .... w ::> z w > <( ,, ~ I r .- , .... j ~ r I I >: j" I> El Camino Real Rd Wide / 20B 1-2• PRIMARY ~· o QCONDUIT w'ITH C5 o l::Jl/C 12 PECN-o PEJ :f? -1;;· 3421 PAD •• r.,; 14 y~~§i5 ~& 25 KVA NTS I ' 3:l6 T,C ~HF 8251 4-5' ~ITH 1-RUN / 1000 KCMILful CIR 783~ I I I I I I I I I . -----+------- P127061 \ 0 SCALE 30 Iii ~ i GO 0 .. :,~ ~ ,., f;;M o> §!xlz ~n~ ~ :I Clos :!Ea :::~~ lil~ .. . ~ ... § <or zz~ eto-t ,.,;,, .. t:2~ > ,.,n ;;: "' ;g n ; !i! .. .... ' ~ C ,. ~ ~ w 0 ,. "' " ~ ' _,_- I I I I I El Camino Real Rd Wid ~ I ~ I I I ---...... - I I I I I I I I I I I I ,,--. If) 1-w w I (I'.) w w (I'.) .. P=I .. w z ...... _J I u I--- <[ L SCALE p 0 30 a: ,.,, a: b. ~ - ij I~ lit ~ .. 5 M ., .. .. rri, ,., ...... ,.,> c~z ~~t:t ~n;;; "'o"' i~~ ~~?. .,c: .. ,.,o >:ll'I coi-; xzr:; "'i;;; ~ £" J ij ~ i n ... ~ ... ij C :a 8 0 0 :z: p u, 0 u) 0 • ~ 0 ' .... i I I I I I I I El Camino eal Rd Wide / 20 I - • :-:-:st:-• -. -. -•aaa.t-,, ------ I I I J ~~i J .I I ---------- ·--•--•--1 -.m -_,. -- '° r-w w I (/) SCALE O 30 -lil- a, s~ ~ ~ ,,.,.. r .. "'> Oz c .... ~~~ c ""' "'g8 !~~ rl~c.-t t::t:R• ~~p -;, Si,.. !t ~c~ ,o,0 ~ t::,-,.,o ,0 ;g s! D .. [,\ .... 0 ~ .... ~ i c:, ,. <C a 0 0 ~ tn 0 (..v 0 .. " -.I < I I[) t-w w I Cl) w w Cl) w z -_j I u !-<[ L GROUND OBSCURED BY DENSE BRlJSM I- I t.:I -Ck'. w > D ~ <C w w Cl) w z -_j I u t-<[ L Nl4 .34•w -- ~-e-•--. I 240 I El Camino Real Rd Wide / 20B • - •--e--•-- 140 / -· -· -· c---• ___ , ---· c-li-ai-11 -c --• -=r~-1.:s -.· ~ -e--. ·--·- I 0 0 0 I I \ 160 170 \ 0 \ o\ ~ \ -· -· - r--I - ci .. --flD. --nm. -J--8,a. --' C: .--___..-- ~ .-.--__ .. --· -· --· ----· -· ---· -· -· \ \ \ \ \ \ SCALE 0 30 I- L,_ w _J ~ D _J w p:'I w w Cl) w z -_J I u t- <f. L • -< CD 0 0 0, 0 fg rT"fl .., r"' c~l :z:,a.,. c: Fl;a Cl nB ..,c ~&'i~ rl ~"' i~• > ... ~ <;8 gzn C-i '°"' rjFl I §! I ~ (.u 0 "' "' < ' i -- -· ---0• -· El Camino Real Rd Wide / 20 I > • l I I > • I I . \ \,~ \\ ~ I • > \ > l > ' • • ' I ~ EL CAMINO REAL o ~oS 0 ~ ----. . r, r---, SCALE 0 30 !il ~ ~ ! ~ .. .... -<. f"T""Jl ,::, 0,. "' ~ ti ,-"' "'> f J ~~z 0, n c:nti1 ~ Gln8 ..,a l;~~ r,ifc,, "'c .. ,.o J>;:lf'1 ,ccr ~ zzR ~ ca c-4 "'"' ., .. -~ ,.,n .. ;o I n ~ !i! !"l ... ~ li !i! !ii c;g a 0 0 z r,, p 0 w 0 ...... ~ 0 < .,, ' ...... .. l APPENDIX E TRAFFIC CONTROL PLANS as Guidelines ONLY EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 ROAD WIDENING lt.4PROVEt.4ENTS WORK HOURS 8:30 A.M. TO 3:30 P.M. WORK DAlES ____ TO ___ _ *ALL DAY SETUP* TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 --~ """ ---' ~ --~--~ <( -j-~~~~-~-::==--::~-~---~-~=-~=~--:-~--~---~-=-;5::~-:-~§-~-~--~-~-~-~--~-~-:._..i-~-~-~-~--~-~..ff.:';-~~-~-~-~-~::_~-~~:-~~=-~::.::; • .:~~·,c=:1:=r.J:•"-.~ .. ~··.~ •·•· ·· ... ~ ===::=:s.::=~--:'"5~~::=:"::~==-:"lft~ !I --0...., NOTES (SHEETS 41 TO 52) 1. WORK HOURS TO BE RESTRICTED TO 8:30 A.M. TO 3:30 P.M. UNLESS APPROVED OiHERWISE. 2. PEDESTRWI CONTROLS WILL BE PROVIDED AS SHOWN. 3. PEDESTRlANS SHALL BE PROTECTED FROM ENTERING iHE EXCAVATION BY PHYSICAL BAARIERS DESIGNED, INSTALLED, AND I.WNTAINEO TO THE SATISFACTION OF lliE CITY ENGINEER. 4. TEMPORAR'l' "NO PARKING/TOW AWAY' SIGNS STATING THE DATE AND TIME OF PROHIBffiON Will BE POSTED 72 HOURS PRIOR TO COMMENCING WORK. CALL CAALSB,lJ) POLICE DISPATCH AT {760)931-2197 TO VALIDATE POSTING. 5. ACCESS Will BE MAINTAINED TO AU. DRIVEWAYS UNLESS OlHER ARRANGMENTS ARE MADE. 6. lRENCHES MUST BE BACKFlUED OR PLATED DURING NON-WOR1<1NG HOURS UNLESS K-RAIL BARRIERS ARE PRO\l!OED. K-RAIL IS APPROVED ONLY WHEN SPECIFlCALLY SHOWN ON THE APPROVED TRAFFIC CONTROL Pl.AN. PLATES SHAU. HAVE CLEATS AND COLD MIX AT THE EDGES Mi APPROVED BY THE CITY INSPECTOR. 7. EXISTING STRIPING, CROSSWALKS, LEGENDS AND/OR PAVEMENT MARKERS SHALL BE R£P1.ACED BY THE CONTRACTOR WITHIN 24 HOURS, IF REMOVED OR OAMAGED. 8. WORK TWIT DISTURBS NORMAL TRAFflC SIGNAL TIMING OPERATIONS SHI\LL BE COORDINATED WITH THE CITY OF CARLSIW>. CONTACT STREETS DMSION AT {760)434-2937 72 HOURS PRIOR TO COMMENCING WORK. 9. TRAFFIC SIGIW.S SHAU. REMAIN FULLY ACTI.IATED AT ALL TIMES, UNU:SS OTHERWISE APPROVED BY lliE CITY ENGINEER OR HIS REPRESENTATIVE. IF TRAFFlC SIGNAL LOOP OEJECTORS ARE RENDERED INOPERATM: BY THE PROPOSED WORK, VIDEO DETECTION SHALL BE USED TO PROVIDE ACTUATION. 10. A.AGGERS SHALL BE EQUIPPED WITH A WHITE HARO HAT, AN ORANGE VEST, AND A "STOP/SLOW" PADDLE ON A 5 FOOT STAFF. 11. ALL TRAfF1C CONTROL DEVICES MUST BE MAINTAINED 24 HOURS A DA.Y, 7 DAYS PER WEEK, BY THE CONTRACTOR. 12. ALL TRAFF1C CONlROL SHALL BE IN ACCOROANCE WITH 'THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (FHWA'S !.!UTCD 20W RE"1SION1, AS AMENDED FOR USE IN CALIFORNIA). 13. lRAFf1C CONTROL PLAN SUBMITTALS ARE REQUIRED FOR EACH PHASE OF THE WORK IN THE DETAIL, FORMAT, AND QUALITY IWJSTRATED ON TiilS SHEET. 14. AU. TRAFFIC CONTROL OE.VICES SHALL BE REMOVED FROM VIEW OR COVERED WHEN NOT IN USE. 15. lHE CflY ENGINEER OR HIS REPRESENTATIVE HAS THE AUTHORITY TO INITIATE FlEI.D CHmGE$ TO INSURE PUBUC SAFEJY. 16. AU. WORK AFF£CTING BUS STOPS SHAU. BE COORDINATED WITH NORTH COUNTY TRANSIT DISTR1CT. CONTRACTOR SHALL CA1.L NCTD AT (760)967-2828 AT LEAST 72 HOURS IN NNNIC£. OF STARTING WORK. 17. CHANG!:ABLE MESSAGE SIGNS SHllil. BE USED IN ADVAHCE OF TRAfF1C CON1ROL ON MAJOR AND PRIME ARTERIALS, EL CAMINO REAL SIGNS (IBIS SHEET ONLY) ROAiiN~ORK G20-2 l®I R9-3a w C30{CA) W20-1 00 DECLARATION OF RESPONSIBLE CHARGE I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR IBIS PROJECT, 1WI.T I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF lHE PROJECT AS DEANED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND lHAT THE CHECK OF PROJECT DRAWINGS AND SPECIFlCATlONS BY THE CITY OF CARLSBAD IS CONANED TO A REVIEW ONLY AND DOES NOT REIJE.VE ME, AS ENGINEER Of' WORK, OF WY RESPONSIBILITIES FOR PROJECT DESIGN. JOHN P. KEATING R.C.E. 43595 DATE ■ LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) u.G 3-076291. 1 I TC1-5291STG1 .DWG I 12/15/09 I SPECIAL NOTE: STAGING ON niESE Pl.ANS SHALL BE FOR KEY COMPONENTS or: WORK. COKTRACTOR SHAl.l. BE RESPONSIBLE FOR STAGING ANO TRAFFlC CONTROL FOR WORK COMPONENTS NOT CO\/ERED BY TliESE PI.NIS. CONSTRUCTION NOTES (THIS SHEET ONLY) OJ DEUNEATORS SHALL BE PLACED AT 50' INTERVALS. Ii) DEUNEATORS SHALL BE PLACED AT 10' IMTERVALS. <> ~v.ofEss,0;,,,.< ff :t ~-Kf',4'% % ., ., =-S 43595 ~ ~ ~ Vee. 31, 2010 * .J't~~ CfV\\. ~~~ e OF C~\.\~<:i I I 40 0 40 60 80 100 ,1\ OAK INITIAL ENGll£ER Of WOR!( REVISION DESCRIPTION : DAlE INlllAI. :oTI£R APPROVAL H'I.IIN __ ~m ~ ENGINEER OF WORK P.E, ___ EXP, ___ DATE "AS BUILT" P.E. ___ EXP ____ DATE REVIE'M::D BY: INSPECTOR DATE ~I CITY OF CARLSBAD IISHEETSI : ENGINEERING DEPAR1MENT : 87 EL CAMINO REAL ROAD WIDENING TAMARACK A\IE TO CHESTNUT A\IE TRAFFIC CONTROL STAGE 1 I APPROVED YIIWAM E. PLUMMER : DEPUTY CITY ENGINEER PE 28176 EX?. 03-51-10 DAlE I IO~BY:-:11 PRCJ..ECT NO. l!DR::6NO. DATE INITIAL OlY Af'!'ROVAL CHKD BY:--3957 R\l'Ml BY: UNLESS OTHERWISE APPROVED. THESE SIGNS SHALL BE SHOWN THE TRAFFlC CONTROL Pl.AN. o..igned Ely: SMK Oniwn By: D','S I Cli<d<edlly;JPK L-------------------------------------------------------------------------------- i ~ I I ROAD WIDENING IMPROVE~ENTS WORK HOURS 8:30 A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ *ALL DAY SETUP* R/W --m - CONSTRUCTION NOTES (THIS SHEET ONL:0 II] OEUNEATORS SHALL BE Pt..ACrn AT 50' INTERVALS. @:j DEUNEATORS SHALL BE PLACED AT 10' ltm:RVALS. - ~ ;: -·-· ··-~nr-====-~-r~~-~~= ·· -~~~ -~-=~~~~--=~--~---::~. =~=--=--=-'i. ----- J 8~-=--===~=========~===~~~~= =~~-~~====~~~~ :i:: ·-5 :'.: -+-14' MIN. ~~ :::E SIGNS {THIS SHEET ONLY) END ROAD WORK G2D-2 500' SPECIAL NOTE: STAGING ON lHESE PLANS SHALL BE FOR KEY COMPONENTS OF WORK. CONmACTOR SHAU. BE RESPONSIBLE FOR STAGING AND TRAFFIC CONTROL FOR WORK COIIIPONENTS NOT COVERED BY lliESE PLANS. DECLARATION OF RESPONSIBLE CHARGE I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT", THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT >S DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, NiO THAT THE DESIGN IS CONSISTENT WITH CURRENT STNiDAROS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS ANO SPEClflCATIONS BY THE CITY OF CARlS8AD IS CONANEO TO A REVIEW ONLY AND OOES NOT R£UE\IE ME, AS ENGINEER OF WORK, OF M't' RESPONSIBIUTIES FOR PROJECT DESIGN. NOTE: EL CAMINO REAL --- 500' R26(CA) w tnw -=-:.;,C~H~E~S~T~N=U=T~~A~V=E~N==u==E~,}>~} ,, ii \l=====~w=.2-=l =='==,;el= :__ ~ W13-1(25) ;:::=== ➔ A ..,_ ---.. ~---=-~--~--~-==--=== --::=-~::::==::=== =====~~=-~ ii II TRAFFIC CONTROL DESIGN SPEED El CAMINO REAL = 55 MPH 4542 Ruffner Street, Suite 100 FOR TRAfF1C CONTROL NOlES AND LEGEND, SEE SHEET 41. ■ LINSCOTT, !AW & GREENSPAN, ENGINEERS San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX} 11.G 3--076291.1 I TC2-6291STG1.DWG I 12/15/09 DATE G2°::-! _____ W R1 ~~~□ -& w!i: Rz-1,e ~~ ...lo: --=---•= w -:r~ R26(CA) 0-' ~ ~~ i* ~ ~~s, II\ INITlAI. REVISION OESCRIP110N CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 ---- RAISED MEDIAN ---- R/\'I G20-2 i wz ENGINEER OF WORK ! ! t IW 0~ MATCH LINE D P.E. ___ EXP. ___ DAlE SEE UPPER LEFT "AS BUILT" P.E. ___ EXP. ___ DAlE R~OBY: INSPECTOR DAlE ~l CITY OF CARLSBAD IISHEElSl : ENGINEERING DEPARTMENT : 87 EL CAMINO REAL ROAD WIDENING TAMARACK AVf. TO CHESTNUT AVE ; TRAFFIC CONTROL srAGE 1 APPRO'-lfD V..WAM E. PLUMMER DEPUTY CITY ENGINEER PE 28176 EX?. 03-31-10 DATE OWNBY: -11 llDR~~;o. OAlE INtllAL DATE tllllJJ. PROJECT NO. QTY APPROVAi. CHKO BY: __ .J957 RVYIO BY: ~ il ~ g l_ JOHN P. KE'ATING R.C.E. 43595 o..;g,,o<1 By. SMK I Drown Dr. DYS I Checked By: JPK ENGINEER ~ MlRK ,OMR APPROVAL DATE '40 o '40 60 80 100 ___________________ __; _ __:__.,.;.:_.::..._:::.....:.:.:_.=====::::::::;::::=====::::======::::...:::=:::::::::::::::::::=::::=::::::=::=:::::::====::===::=~===::::===========~·% TRAFFIC CONTROL DESIGN SPEED NOTE: FOR lRAFFlC CONTROL N01£S ANO LEGEND, SEE SHEET '4-1, EL CAMINO REAL = 55 MPH 40 0 40 60 80 100 CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 EL CAMINO REAL R2-1(55) CAMINO REAL G20-_2_ ENGINEER OF WORK SPECIAL NOTE: SIGNS (THIS SHEET ONLY) STAGING ON "THESE PlANS SHALL BE FOR KEY COMPONENTS OF : P.E. ___ EXP----DATE WORK. CONTRACTOR SHAU. BE RESPONSIBLE FOR STAGING ,A.Ni) , END :I DECLARATION OF RESPONSIBLE CHARGE I HEREBY DECLARE lliAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEflNED IN SECTION 6703 OF THE BUSINESS AND PROFESSlONS CODE. AND THAT lHE DESIGN IS CONSISTENT WITH CURRENT Sf/lNDAROS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFlCATIONS BY THE CITY OF CARLSBAD IS CONFlNED TO A REVIEW ONLY AND OO£S NOT RELIEVE ME, AS ENGINEER OF WORK, OF uY RESPONSIBIUTIES FOR PROJECT DESIGN. JOHN P. KEATING R.C.E. 43595 I LINSCOTT, LAW & GREENSPAN. ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Co 92111 (858)300-8800 (858)300-8810 (FX) LLC 3-076291.1 I Tc:3--6291 STC2.0WG I 12/15/09 Designod By: SMK I °""'' By, 0\/S I Choclu,d By, JPK TRAFFlC CONTROL FOR WORK COMPONENIS NOT CO\IEREO BY THESE Pl.ANS. CONSTRUCTION NOTES (THIS SHEET ONLY) ITJ DEUNE"ATORS SHAU. BE PLACED AT 50' INTERVALS. 13] DEUNE"ATORS SHALL BE PLACED AT 10" INTERVALS. /1\ DAlt INITIAL EllGIHEER Of" "1lRK REVISION DESCRIPTION ROAD WORK G2o-z "AS BUILT" ~R9-3o P.E, ___ EXP. ___ DA1E REVIEWED BY: INSPECTOR DATE ~II CITY OF CARISBAD IISHEE1SI ENGINEERING DEPARTMENT 87 EL CAMINO REAL ROAD 'MOENING TAMARACK AVE TO CHESTNUT AVE TRAFFIC CONTROL STAGE 2 APPROVED lMWAM E. PLUMMER ---D£PU1Y CITY ENGINEER PE 28176 ElCP. 03-31-10 OAlE OWN BY: __ :I I PRo.ECT NO. lioR:~;o, : DAlt INlllAI. OA'TE INITIAL :o1liER APPROVAL CITY APPROVAL CHKD BY:--J957 RVV.O BY: ROAD WIDENING OdPROVEMENTS WORK HOURS 8:JO A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ *ALL DAY SETUP* SIGNS (ll-11S SHEET ONLY) END ROAD WORK G2o-2 R!GHTI.ANE MUST R3-7(RT) lURN RIGHT ~R4-1 ~ ~R9-3a CONSTRUCTION NOTES (THIS SHEU ONL'!J [j] DEUNEATORS SHALL BE Pl.ACED AT 50' INTERVALS. m DEUNEATORS SHALL BE PlACED AT 25' INTERVALS. I}] DEUNEATORS SHAl..l BE PlACEO AT 10' INTERVALS. EL CAMINO REAL TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH 4542 Ruffner Street, Suite 1 00 G20-2 -- ------w I--i O R1 ". ~ 25 - ~w!c R2-1~ ~~ ..J Q'! .. ------~----ii] _,. I~ R~(.)-J 1 1-LJ nr-~· ,, .-1 mv I r I CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 I (f)z ENGINEER OF WORK Ww ! ! t ~~ MATCH LINED P.E. __ EXP,---DATE SEE UPPER LEFT "AS BUILT" P.E. __ EXP.---DATE REVIEWED BY: INSPECTOR DATE ~I CITY OF CARLSBAD IISHEEiSI ENGINEERING DEPARTMENT 87 EL CAMINO REAL ROAD WIDENING TAMARACK AVE TO CHESlNUT AVE TRAFFIC CONTROL STAGE 2 APPROVED WIWAM E. PLUMMER ! ~ II LINSCOTT, LAW & GREENSPl'N, ENGINEERS San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) DEPUTY aTY ENGINEER PE 28178 EXP. 03-31-10 DAlE A\ PROJECT NO. NOTE: i FOR nw:AC CONTROL NOTES i SPECIAL NOTE: ANO LEGEND, SEE SHEET 41. ~ 11G 3-076291.1 I TC4-6291 STG2.IJWG I 12/15/09 llllllAI. • DA1E INlllAI. DA1E INITI"L .J957 DAlE CHKD BY:--5 [)n;gned Etr, SM1< I Drawn Etr, DVS I Checked By. Jl'K IOVttlBY:-:11 1r~;:;o. REVISION DESCRIPTION ENGIHEl:R OF WORK "OlliER Al'l'ROVAI. CITY IIPl'ROV"L RVWD BY: ~~G~~p~ ~~%~~81.EKEY~O~~~~ f TRAff1C CONTROL FOR WORK COMPONENTS NOT COVERED BY 1 L ____________________ TH!!::ES~E~P~LAN=:s:... ______________ _!40~--~o __ _:-40~_!60~_:ao:_...:1~00~..:::::::=:=:=~:::'.:::=:~~~:::~::::::::::::::::::::....=:::::::::::::::~----------~-------------------------.. ROAD WIDENING IMPROVEMENTS WORK HOIJRS 8:30 A.M. TO 3:30 PJ.t. WORK DI\TES ____ TO ___ _ *ALL DAY SETUP* 100' 125' TANGENT 660' TRANSITION ,soo· I I t:£L::'~W====t=.::.=========-=.:==-;'==:.::.::.:=======-========~======-:=_=======~=======-:=_--=·-fih' ------,. IVJ OPENING __ EL CAMINO REAL __ I : C30(BIKE) .,J~ ---- "! _;iillt_) --- 1' Q u -~ rnc:io(CA) -ITJ -=--14' MIN. -~(CA) ill_ ---~ ---------·~rq ________ -----~----. 54o""- 544 ---~----RA!SED-MEOIAN---_5_➔4_a _________ 5...,.4_9 ____________ ~E _____________ s...,.s_, __ ----·-----~~~ __ _ --~W9-2_(TU) ~ -------------- r,R_/_" ~B;:::u~s==--=-=-=-=-=-=-=-=-==-=-=-=-=-=-=-====-=-=-=-=-======R=2=--,~(--=-5-"::)).1::=====-========-=====-=--=--=--=-=-=-=--=-=--=--=--=--=--=-=--=-=--=--=-=-=-=-=--==-=-=-=-=-=-=--============-d -:: 1500' V ~------ R26(S)(CA) R81(CA) R2 1iss~-- I I : W20 5lR!>.~--- -1-w'i: :-..,..._ ~~ ---: --'r5 -- A 500' V EL CAMINO REAL 560 C20(BIKE)(CA) C30(BIKE)(CA) I I ---.,,_'W2S,-1 I --1 I -I- I -ll!W20-1_ 563 :c ll: ________ 5~ ________ 5456 ____________ 5_~'11SBH.!E91AN----55,_8 __ lil,~W2_0-_5(~R'f2---55.,_9 __ _ U~•---------------------------------------~------------------------------------;~.~-~~~7~ ~l::ll-----= --~ :::'!:"' ---~ -~ --------!5~1 ___________________________ 561-2---~-- -- R/W --- TRAFFIC CONTROL DESIGN SPEED -- NOTE: FOR TRAFFIC CONTROL NOTES AND LEGEND, SEE SHEET 41. DECLARATION OF RESPONSIBLE CHARGE I HEREBY' DECLARE THAT I >JJ. THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER TIIE DESIGN OF THE PROJECT IS DEANED IN SECTION 6703 OF TIIE BUSINESS AND PROFESSIONS CODE, ANO THAT THE DESIGN IS CONSISTENT WITTi CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD IS CONflNED TO A REVIEW ONLY ANO DOES NOT RELIEVE ME. l>S ENGINEER OF WORK, OF l,ff RESPONSIBIUTIES FOR PROJECT DESIGN. JOHN P. KEATING R.C.E. 43595 DATE I LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) R/W SPECIAL NOTE: STAGING ON THESE Pl""'1S SHALL BE FOR KEY COMPONENT'S OF: WORK. CONlR'CTOR SHAU. 8£ RESPONSIBLE FOR STAGING ANO 1RAFflC CONTROL FOR WORK COMPONENTS NOT COVERED BY THESE PLANS. CONSTRUCTION NOTES ffijlS SHEET ONLY) OJ OEUNE'ATORS SHALL BE Pt.ACED AT 50' INTERVALS. (3) DEUNE'ATORS SHALL BE Pt.ACED AT 25' INTERVALS. [I) DEUNEATORS SHALL BE Pt.ACED AT 1 O' INTERVALS. Ill DATE IHITIAI. DATE ltlllM. EL CAMINO REAL = 55 MPH 40 U.C J-076291.I I TC5-5291STC2.0WC I 11/15/09 I I ENGIH£ER OF WORK REvlSION DESCRIPTION :oTHER APPROVAi. '40 60 80 100 Designed By: Sill( O.V.n By: OVS ChecledBy:JPK CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 DAIT I A500' RZ6(S)(CA) R81(C.~) I r ------~~--- W20-1 ENGINEER OF WORK P.E.--El(p ____ DATE "AS BUILT" P,E., ___ EXP,---DATE REIIIEWED BY: INSPECTOR DATE ~I CITY OF CARLSBAD llstlEE1SI ENGINEERING DEPARTMENT 87 EL CAMINO REAL ROAD WIDENING TAI.IARACI< AVE TO CHESTNUT AVE TRAFFIC CONTROL ST>.GE 2 APPROVED Y,qUAM E. PLUMMER DEPUTY CITY ENCINEER PE 28176 e»>. 03-Jl-10 DATE PRQ.ECT NO. INlTIAI. CHKD BY:-- CITY APPROVIIL IDVM BY: ~:ll RVV.OBY: 3957 II DR=~6NO. MEDIAN IMPROVEMENTS WORK HOURS 8:30 A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ *ALL DAY SETUP* SIGNS {THIS SHEIT ONLY) ~ 0 z CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 B/1...:f._ ____ ---- ---~) _..,.,, --~l-~_:-==:-=--=--=-=--=---=-=E-=L--=--=-=C=-A·:_M;-=l=N=--=;-=-~=-R:-=EA--=-=L-=---:-==:-===-:-=--=-'=G--=2-o=--2=--=--=-=--=--=-=--=-~....:'..~t:.cR~26~c_s~)(_C/.:::.:\_)~---_ ----=------------------------ --r:I R26(S)(CA) ----r-== := ._ ~--R7-9a(UOD) r--~_~-~~~--.. -----------=--:---•----~---·-~a---~----~~-~---.. -.. -.. ~. __ -__ ----------~===~=EJ_=~= ~--::~~~;; '----- ----+----~ -- W20-1 ►, W20-5(LT)►, W4-2(LT)~ : I I I I I I I I R/i'li--------r-----------i---------------;---- 1 A 500' I 500' l 500' I !~•-----~v=--------•...,! •-----~~~-------, ... !,,__• -------'\=.=.--------<~!----------- EL CAMINO REAL BUS ENGINEER OF WORK SPECIAL NOTE: STAGING ON THESE Pt.ANS SHAU. BE FOR KEY COMPONENTS OF P.E. __ EXP. ___ DAlE WORK. CONTRACTOR SHALL BE RESPONSIBlE FOR STAGING AND TRAmC COmROL FOR WORK COMPONENTS NOT CO\IERED BY THESE PI.IIHS. "AS BUILT" DECLARATION OF RESPONSIBLE CHARGE CONSTRUCTION NOTES Q!:!1S SHEET ONLYl P,E. ___ EXP. ___ DATE ROAD WORK G 20 -2 f l END ~ :l W4-2(LT) ~ W20-5(LT) ~ I HEREBY DECLARE lliAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER lHE DESIGN OF lHE PROJECT /IS DEANED IN SECTION 6703 OF THE BUSINESs ANO PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT Wfll1 CURRENT STANDAROS. OJ DEUNEATORS SHALL BE PLACED AT 50' INTERVALS. 13) DEUNEATORS SHAU. BE PlACED AT 25' INTERVALS. REVIEWED BY: C30(CA)~ ~W20-1 TRAFFIC CONTROL DESIGN SPEED NOTE: FOR 1RAFFIC CONTROL N01ES AND LEGEND, SEE SHEIT 41. EL CAMINO REAL = 55 MPH 40 0 40 60 80 100 I UNDERSTAND TWIT THE CHECK OF PROJECT DRAWINGS AND SPECIACATIONS BY TliE CITY OF CARLSBAD IS CONFlNED TO A REI/IEW ONLY AND DOES NOT RELIEVE ME. ,s ENGINEER OF WORK, Of' MY RESPONSlBlUTIES FOR PROJECT DESIGN. JOHN P. KFATING R.C.E. 43595 DATE ■ LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-88-00 (858)300-8810 (FX) lLG 3-075291.1 I TC6-5291Slll3.DWG I 12/15/09 Designed By: SMK I Drawn By: CVS I Checked By: JPK [Ij DruNEATORS SHALL BE Pl.ACED AT 10' INTERVM.S. INSPECTOR DA'IE ~l CITY OF CARISBAD IISHEElSI ENGINEERING OEPARlMENT 87 EL CAMINO REAL ROAD WIDENING TAMARACK AVE TO CHESlNUT AVE. TRAFRC CONTROL STAGE 3 APPROl,fD 'MWAM E. PWMMER DEPUlY arY ENGIIIEER PE 28176 EXP. OJ-Jl-10 DATE /1\ OWN BY: --11 PROJECT NO. l]oR:~;o. DATE INITIAi. -· DATE NnAL DAlE NlW. EllctNEER OF WORK REVISION DESCRIPTION 01lifR APl'ROVAL QlY APPROVAL CHKD BY:--3957 RVl'IOBY: MEDIAN IMPROVEMENTS WORK HOURS WORK DAlES 8:30 A.M. TO 3:30 P.M. ____ TO ___ _ *ALL DAY SETUP* DETAIL 12, 1250 LF. SEE SHEETS 37 AND 38 FOR STRIPING INSTALLATION DETAIL 39, 1250 LF. SEE SHEETS 37 AND 38 FOR STRIPING INSTAI..I.ATION 250' TANGENT W9-2(Ll) L./0-1 ~'TO BCR W20-1 C30(CA) <!P WH{ITT){CA) TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH NOTE: FOR TRAFFIC CONTROL NOTES ANO LEGEND, SEE SHEET 41. 0 60 80 CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 GR 480 LF. TEMPORARY DETAIL 38, 220 LF. GR 825 LF. GR 480 LF. 100 DETAIL 39, 825 LF. SEE SHEETS 37 AND 38 FOR STRIPING INSTALLATION 675' TRANSmON EL CAMINO REAL R7-9a(MOD) DETAIL 39, 1250 LF. SEE SHEETS 37 ANO 38 FOR STRIP1NG INSTAl.lATION DETAIL 12. 1250 LF. SE£ SHEETS 37 AND 38 FOR STRIPJNG INSTALLATION SPECIAL NOTE: STAGING ON THESE Pl.ANS SHALL BE FOR KEY COt.lPONENTS OF WORK. CONlRACTOR SHALL BE RESPONSIBLE FOR STAGING AND TRAFF1C COlfTROI. F'OR WORK COMPONENTS NOT COVERED BY THESE PWIS. DECLARATION OF RESPONSIBLE CHARGE I HEREBY DEClAAE THAT I NA TI-lE ENGINEER OF WORI< FOR TI-11S PROJECT, TH.l.T I HAVE EXERCISED RESPONSIBLE CHARGE OVER niE DESIGN OF THE PROJECT AS DEANED IN SECTION 6703 OF THE BUSINESS ANO PROFESSIONS CODE, ANO lHAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT TI-lE CHECK OF PROJECT DRAWINGS ANO SPECIFlCATIONS BY THE CrTY OF CARLSBAD IS CONFlNEO TO A RE\'!EW ONLY ANO OOES NOT RELIEVE ME, AS ENGINEER OF WORK, OF t.lV RESPONSl811..IT1ES FOR PROJECT DESIGN. @ill 1250 LF. CONSTRUCTION NOTES (ni1s SHEET ONLY) OJ DWNEATORS SHilJ..L BE PlACEO AT 25' INTERVALS. (II DEUNEATORS ~ BE PLACED AT 1 o• INTERVM.S. IT] INSTAU. VIDEO DETECTION SYSTEM (ITERIS VANTAGE EDGE OR ~~RCJic°.i~) JO ~~~N~~~DrNGD~~O~~ON PROCESSORS ANO \110EO MONITOR IN THE COKTROLLER CABINET, VIDEO DETECTION CAMERAS AND ALL WIRING ANO ANCILU\RY EQUIPMENT. VIDEO DETECTION CAMERAS SHAU. BE MOUNTED ON SIGNAi.. W.Sr ARMS (USING t.lANUFACIURER-APPROVEO RISER). VIDEO DETECTION SOFlWARE SHALL BE LATEST VERSION. SEE SHEET '40 FOR INSTALI.ATION DETAII.S.; 8) ~~O~~~~~ EXISTING SIGNS FOR DURATION OF 11-ilS P.E. __ EXP.___ DATE "AS BUILT" P.E. ___ EXP.___ DATE REVIEY,ED BY: INSPECTOR DA TE fsimll CITY OF CARIBBAD 11~EETS1 l---+---!----------------1------t---jr--+---, ~ -ENGINEERING DEPAR1MENT _ 87 1---+--l---------------l-'---t---1f--+---i EL CAMINO REAL ROAD Yl1DENING JOHN P. KEATING R.C.E. -43595 DATE TAMARACK AVf. TO CHESTNUT AVE I LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) I.LG 3-076291.1 I lC7-6291STG3.llWG I 12/15/09 o..;g,,.dBy:SMK I Dro,m By. DVS I Checked By: JPK TRAFFIC CONTROL STAGE 3 t====t===t::=========================~====+===~====~===~ DEPUTY CTY ENGINEER f'E 28176 ElOP. o:5-31-10 OAlE DIWI BY: --1 PRO.ECT No: I DRAV!lNG NO. '""o-'-~_n:_APPROY~INl_n_:--'-o;"'"~::...APrn....L.CIN111.;;cov.c..::=--1 = ~~~ == . J957 . 460-6 OA1E IHfllAL ENClNEEROfwatl< REVISION DESCRIPTION I APPROVED Yi!WAM E. PLUI.IMER 0 MEDIAN IMPROVEMENTS WORK HOURS 8:30 A.I.I. TO 3:30 P.M. WORK DATES ____ TO ___ _ DETAIL 39, 1300 LF. SE£ SHEETS 37 ANO 38 FOR STRIPING INST.AUATION DETAIL 12, 1300 LF. CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 525' :fflANsmoN * ALL DAY SETUP* SEE SHEETS 37 AND 38 FOR STRIPING INST.AUATION EL CAMINO REAL .-...11.5'·····························- DETAIL 39, 1050 LF. S~ SHEETS 37 AND 38 FOJ' STRIPING tNSTAL.lATION QfEA1kH~1~r Al:i~-38 1 FOR STRIPING INSTAUATION ···········---·-······· ..... ----to-_ R7-9a(MOD) DETAIL 39, 1300 LF. SEE SHEETS 37 ANO 38 FOR STRIPING INSTAUATION DETAIL 12, 1300 LF. SEE SHEElS 37 AND 38 FOR STRIPING INSTAL.lAllON -----------------------R26(S)(CA) R81(CA) CHESTNUT AVENUE I R7-9q_~OD) R W -J: IT] ._12'MIN Wo, z .... C30(CA) :_j l;j w ::c J:"' Uw -~~ --:::E -CONSTRUCTION NOTES (rnlS SHEET ONLY) IT] DEUNEATORS SHALL BE Pl.ACED AT 25' INTERVALS. ill OEUNEATORS SHAU. BE Pl.ACED AT 10' INTERVALS. DETAIL 39, 865 LF. SEE SHEETS 37 ANO 38 FOR STRIPING INST.AUATION ------~--- 1 345' TO /r---~-----l-t ~LIM!::!fT~U~NE-• R7-9o(MOD) R7_:9a(MOD) R/W ill INSTAU. \IIDEO DETECTION SYSTEM (ITERIS VNITAGE EDGE OR APPROVED EQUAL) 10 PROVIDE VEHICLE/BICYCLE DETECTION FOR DETAIL 12, 1060 Lf. SEE SHEETS 37 AND 38 FOR STRIPING INSTALI.ATION DETAIL 38, 155 LF. SEE SHEETS 37 ANO 38 FOR STRIP1NG INSTAUATION <( ~ DETAIL 39A. 200 Lf. Z (/) W SEE SHEETS 37 ANO 38 __J W R26(CA) f-- ':) !zw All. APPROACHES AS SHOWN ON PIAN, INCWDING VIDEO DETECTION PROCESSORS ANO VIDEO MONITOR IN THE CONTROLl.ER CABINET, VIDEO DETECTION CAMERAS ANO AU. WIRING AND ANCIL.l.AR'I' EQUIPMENT. VIDEO DETECTION CAMERAS SHALL BE MOUNTED ON SlGNAI.. MAST ARMS (USING MAHUFACTURER-APPROll'ED RISER). \/!0£0 DETEC1lON SOfTWAAE SHALL BE LATEST VERSION. SEE SHEET 39 FOR INSTAL.lATION DETAILS. . I W\ > ll l l FOR STRIP1NG INSTALI.ATION <( > ~.;;-;c==H=E~S~T=N==u=·=r===A~V~E=N==u=E~Jm~ ~=-=====4~::~~;-=21=c~s=)== =====::::::::.::-=--=-·--=J-=----'~-~-~--_g§_~___::::~~~ R2-1(30) z !2 __ a: G20-2 . f--:) ~z ! ; t l G~ ENGINEER OF WORK MATCH LINE F P.E. -~ EXP.___ DATE END ROAD WORK G2o-:i SPECIAL NOTE: STAGING ON THESE PlANS SHALL BE FOR KEY COMPONENT'S OF WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR STAGING AND =\~~OL FOR WORK COMPONENTS NOT COVERED BY DECLARATION OF RESPONSIBLE CHARGE I HEREBY OEClARE THAT I AM THE ENClNEER Of WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF TilE PROJECT AS OEFlNED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS COO£, ANO THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND TI-IAT THE CHECK OF PROJECT DRAWINGS AND NOTE: SPEClflCATIONS BY THE cnv Of" CARI..SBAD IS CONFINED TO A REVIEW ONLY AND DOES NOT RELIEVE ME, AS ENGINEER OF FOR TRAfRC CONTROL NOTES WORK, OF t.lY RESPONSIBILITIES FOR PROJECT DESIGN. ANO LEGEND, SEE SHEET 41. -- JOHN P. KEATING R.C.E. 43595 DATE 0 40 so ao 100 -- I LINSCOTT, I.AW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Co 92111 (858)300-8800 (858)300-8810 (FX) UG 3-076291.1 I TC8-6291STC3.DWG I 12/15/09 D•~ 8)1: SM!( I D<-awnBy: D'vS I Cnecl:ed By: .PK ---~ -'g:. -·~~0~ ----~~i~ I, SEE UPPER LEFT "AS BUILT" P.E. ---EXP. ---DATE If~ :r ~~s, REVIEWED BY: INSPECTOR DATE t---t--t------------+--+--+----1----------l~I CITJQN~NG ~~~~AD I~ EL CA'-llNO REAL ROAD "'1DENING TAMARACK AVE TO CHESlNUT AVE. TRAFFIC CONTROL STAGE 3 t--+--+-------------+---t---4--~---l APPROVED v.!WAM E. PLUMMER t----+--+,1\-..----------------+.-. --+--4 __ .j..____j OEPVTY aTY ENGINEER PE 28176 EJG>. 03-31-10 DA"!£ . DATE INITlAL Dv,t,I BY: .--11 PROJECT NO. IIIDRA'MNG NO.] 1-:-0-lli£R'-'-APPRO .......... .;.c~::..;:AL'+-.:::D;~;=-AP....1PRO..::.IN1::;::::::::...i = ~~; --. .]957 . 460-6 I REVISION DESCRIPTION CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 MEDIAN IMPROVEMENTS WORK HOURS 8:30 A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ I ~~ :JI;; w J: :CU) (.)t..1 ~~ ~ BLVJ --~ ,;_ --- * ALL DAY SETUP* 275' TANGENT 120' OPENING ' 660' TRANSmON ,500' I V : R26(S)(CA) R26{S)(C-.!,) I I I :::.::=-=======:::.::-~-l==~·R=6=1(=C=~~-=-=-=-=-==--=-~~~======::========-==:::::i,J!2R8~1~i~~L'==· R~ ---t--------------==-~;---g__--;:;;---------===:.___-_:__..==================:::::::::::::::::)'.'::::gi::::::~-:::::::::~~~:::~~~~ ~ ===-=======::'.:Y~-·'=t.c..' -)'13 3 __ EJ CAMl~O REAL ---- '· I I u ~ ~ -+-I I-1~• MIN. "[3J - ,;_ C30(CA)H -1 .!. 0_ -l 12-;-MIN. _.---'6J 10' MIN2-0 ~. ,+ ===l~~~~--""'5t=--r=3=---·-·-_ 544 R2 1(5§f- -~ _==:3 W9 2®,)c. ________ S.,_1f> __ ~RAl'SE!H.lffilw~"-I __ 5...,_4_7 545 --- = ----l2L . .54+-a _________ s_4_s ___ _ _ I I l _ -----~---551 ---- 552 r·-553 ----~~ ..,__ ....Jae 554 :r~ ·+ -0~ I-"' --=-~:,/ ----- --------------------'-:::_-.:::·..:::..:::..:::..:::..:::_-RJi-~--1-1 S-.-l\l-'500=.•~~---------------___,.•\r50.:c0::..' ________________ --1'-----------------'1A,;!.50~0~•----------------~---a~• I ""'40' v : v ~m~3SCA) l EL 'cAMINO REAL l _BL.IL_.:.____ ~_?-1(55) -~W20-5(LT) ____ ...c,1.-~~0 1 --n R/W • u .--1 I -+ -1 ._I I --I -1-._, I ._ --------"-'i.!---RAIS..9'-MEBIAN-----55,_B _____ il_~W,_2_0_-5~( .... LD~55,__9 _________ .5_6~0 _____________ 5_61 _______________ ~---~~C>::1 __ 5+63 __ _ TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH --- NOTE: FOR lRAFFIC CONTROL NOlES AND LEGEND, SEE SHEET 41. 40 0 -40 60 80 100 DECLARATION OF RESPONSIBLE CHARGE I HERESY DECLARE lWff I /W. THE ENGINEER OF WORK FOR THIS PROJECT, TI-IAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF lHE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS mo PROFESSIONS CODE, AND THAT lHE DESlGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFlCATIONS BY THE CITY OF CARLSBAD IS CONflNED TO A REVIE.W ONLY AND DOES NOT RillEVE ME, AS ENGINEER OF WORK, OF' MY RESPONSl81UTIES FOR PROJECT DESIGN. JOHN P. KEATING R.C.E. 43595 ■ LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) LLG J-076291.1 I 1C9-1!291STG.:1.0WG I 12/15/09 Des.ined 8y: SMJ( I Drown By; OYS l Checbd 8y: Jl'K ~ --~ f@= --~ ~ -i!s END. ROAD WQRK G20-2 R/W SPECIAL NOTE: STAGING ON THESE Pl.ANS SHALL BE FOR KEY COMPONENTS OF: WORK. COHlRACTOR SHAU. BE RESPONSIBLE FOR STAGING AND . TRAFFlC CONTROL FOR WORK COMPONENTS NOT COVERED BY THESE PLANS. CONSTRUCTION NOTES (THIS SHEET ONLY) IT) DEUNEATORS SHA1.L BE PLACED AT 50' INTERVALS. !I} DEI.JNEATORS SHALL BE PlACED AT 25' INTERVALS. @J DEI.JNEATORS SHAl..L BE PlACEO AT 10' IMTERVALS. ENGINEER OF WORK P.E. __ EXP. ---DATE "AS BUILT" P.E. ___ EXP. ___ DATE REv1E\\£0 BY: INSPECTOR DATE f---+----1f-------------+---+---+--+-~ ~ CITJQN~NG ~~~~AD I~ EL CAMINO REAL ROAD WIDENING TAUARAa< AVE TO OiESTNUT AVE TRAFFIC CONTROL STAGE 3 l--+--+--------------+---+---+--1----1 APPROVED V.,WAM E. PLUMMER l----+----+/1\..,...-------------+l• __ ~-+---+----I OEPUlY CllY ENGINEER PE 28176 ElCP. 03-31-10 DAlE , DATE INITIAl DIIIN BY: --11 PROJECT NO. ljDRAVilNG NO. 1:-,0..:.:THER=-Al'PROV...L:.::.:.::::Al+.:::D;:.:.:~:....APPRO...i...:::IN!::..::~::::=:AL:....i = :~:--. J!/57 II 460-6 DATE INITIAL DICINEER Of WORK REVISION DESCRIPTION ROAD WIDENING IMPROVEMENTS WORK HOURS WORK OATES 8:30 A.M. TO 3:30 P.M. ____ TO ___ _ *ALL DAY SETUP* DETNL 39A. 45 Lf. SEE SHEETS 37 AND 38 FOR STRIPING INSTALLATION TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH NOTE: ,2· -,2· ---- FOR TRAFf1C CONTROL NOTES AND LEGEND, SEE SHEET -4-1. 0 60 12· 10' 12' 12' 12' 8' 80 100 496 575• IRANSffioN EL CAMINO REAL 510 SPECIAL NOTE: STAGING ON IBESE PlANS SHALL BE FOR KEY COMPONENTS OF WORK. CONlRACTOR SHAU. BE RESPONSIBLE FOR STAGING AND 1RAFFIC CONTROL FOR WORK COMPONENTS NOT COVERED BY THESE Pl.ANS. DECLARATION OF RESPONSIBLE CHARGE I HERES'!' DECI.AAE THAT I m THE ENGINEER Of WORK FOR THIS PROJECT, TH.I.T I HAVE EXERCISED RESPONS1BLE CHARGE OVER THE DESIGN or THE PROJECT AS DEf'INED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND ~T TI-fE CHECK OF PROJECT DRAWINGS AND SPEClflCATIONS BY TI-IE CITY OF CARLSBAO IS CONANED TO A RE.VIEW ONLY AND DOES NOT REUE.VE ME, AS ENGINEER OF WORK. OF MY RESPONstBIUTIES FOR PROJECT 0£StGN. JOHN P. KEATING R.C.E. 43595 DATE ■ LINSCOTT, ll\W & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 1 00 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) ll.G 3-076291.1 I TCI0-6291STG4.0WC I 12/15/09 o..;gned 1!y: SMK I °"'"" By; ()\/$ I Ctlocked By; JP1< CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 SIGNS (THIS SHEET ONLY) END ROAD WORK G20-2 ◊OM1-3 f7l R26{S}(CA) RIGHT LANE MUST R3-7(RT} 1URN RICI-If ENGINEER OF WORK P.E. ___ EXP. __ _ DATE "AS BUILT" P.E. ___ EXP. __ _ DATE RE'IIEWED 8Y: INSPECTOR DATE ~1 CITY OF CAffiBBAD 11~E£TS1 f---+----t--------------t'---t----t--+----1 ~ _ ENGINEERING DEPARlMENT _ 87 l----+-~---------------1-----+----+--+----I EL CAMINO REAL ROAD WIDENING TAMARACK AVE. TO CHESTNUT AVE TRAFFIC CONTROL STAGE -4- APPRO\IEO WIWAM E. PLUMMER f---+----tr-r--------------t---r----t--+-----1 DEPVTI' QTY ENGINEER PE 2!1176 EXP. 03-31-10 DAlE DY,ff BY: --I f'Ro.ECT NO. I ORAl'IING NO. ~ :i === _ 3957 . 460-6 OA1E INlllAL ENGINEEROf"W!lRK REVISION DESCRIPTION : DATE INITIAi. DATE INITIAL OTHER APPROVAL arr APPROVAL CD ~2 :::J!3 I iii Ow ~l}/ :::rE (.) ROAD WIDENING IMPROVEMENTS WORK HOURS 8:30 A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ *ALL DAY SETUP* CONSTRUCTION NOTES (THIS SHEIT ONLY) l}J DEUNEATORS SHALL BE PLACED AT 25' INTERVALS. [II DEUNEATORS SHJIJ.L BE PLACED AT 10' INTERVALS. @:) CONTRACTOR SHAU. WJNTAJN PEOESTRW-1 ACCESS ACROSS CHESTNUT AVENUE ANO a CAMINO RfAL AT ALL TIMES DURING THIS STAGE OF CONSTRUCTION. DETAIL 12, 1300 LF. ~g ~~a3T~.fu~N EL CAMINO REAL z~,;----------------------~f~ ~i: t,~1 tR=,/=\'/==:::=~~=~~===:================-=-==~•Rg_.7~-~g!!~'(l~AO.!:!,D~)!._/_-_-_·-_--__-_--__-_-____ -j(_ ___ ~.'t'--,R;2t;:--:_1_;1-~5~5-)l_-__ -_-_-_--__-_-~~~~~:: _ _eJ.,~~\~C-A) __ ---;. ________ ----•--.-------... ----..,_,,.s· ---=;,1;1.s-;-517 518 519 -S20 _,,.s· _,,.s· -'i --X: R/W 521 RAlSED UEDL<\N - 522 523 11.5' 11.5' -----~--,--.----------~ --===--- 8':,!~ I "l - CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 LL -= ~=:~~!!::~~==;~~;-~~~~:=~~~53~-~·~4_:-:--=~~-==-==~~-~-:~~-=-==---l~:5~3!5:~~-:::~:::~~==~~5~3~6~:;;;~::::::::i~~5;::':3~7~~===~===~~~~5~~~~~===~==:~===~-~:~:;: =~53~9~==~J~,;t:;--El~ ---538 12' 12· IJ.Jt,1 --Z"' -•·5~-~ :::i!iJ I~ Ow -~Ill SIGNS (THIS SHEET ONLY) ROA6N~ORK G20-2 l®I R9-3a SPECIAL NOTE: STAGING ON THESE PLANS SHALL BE FOR KEY COMPONENTS OF WORK. CONTAACTOR SHAU. BE RESPONSIBLE FOR STAGING AND =p~ FOR WORK COMPONENTS NOT COVERED BY DECLARATION OF RESPONSIBLE CHARGE I HEREBY DEClARE THAT I >M THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERClSED RESPONSIBLE CHARGE OVER lllE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF lllE BUSINESS ANO PROFESSIONS CODE, AND lHAT THE DESIGN IS CONSISTENT WITH CURRENT STANDAADS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS ANO SPEctflCATIONS BY THE CITY OF CARtSIWl IS CONFINED TO A RE.\-'IEW ONLY AND DOES NOT RWEVE ME, AS ENGINEER Of WORK. OF MY RESPONSIBIUTIES FOR PROJECT DESIGN. R7-9a(t.10D) DETAIL 38, 95 LF. SEE SHEElS 37 AND 38 FOR STRIPING INSTALl.AllON CHESTNUT AVENUE W2-1 1'113-1(2,5) ~,~-..:::-= NOTE: FOR TIW'FlC CONTROL NOTES AND LEGEND, SEE SHEET 41. -' j' TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH - I LINSCOTT. LAW & GREENSPAN. ENGINEERS 4542 Ruffner Street, Suite 100 Son Diego, Ca 92111 (858)300-8800 (858)J00-8810 ( FX) l.LG 3-075291.1 I TC11-6291STG-4,0WG I 12/15/09 Dea,gn<d By, SM1< I lln>wn By: DVS I Ched<ed By. JPK -- --, ---- DAlE INITIAi. ENGIHE.EROFMllK -- 2-~151~" ;;, w~ R2-1(30) z Q -_a: --.=-=•e_Jffi ~6~ --~ ~ti ----;r :,• \/~ ~~ Ii 5 Sl Ii ,I "I /1\ REVISION DESCRIPTION G20-2 i ~ I f. MATCH I I R7-9a(MOD) (R26(CA) /: 1-l ~ w I-::> (f)z Ww I> O<C --~ -- R/W ENGINEER OF WORK LINE D P.E•--· EXP----D-'TE SEE UPPER LEFT "AS BUILT" P.E. ___ EXP----OATE RE\IIE\lr£D BY: INSPECTOR DATE . : ENGINEERING OEPARlMENT : 87 [1E]I CITY OF CARLSBAD IISHEElSI EL CAMINO REAL ROAD WIDENING TAMARACK AVE TO CHESTNUT AVE TRAFFIC CONTROL STAGE 4 APPROVED YIIWAM E. PLUMMER OEPIJTY CHY ENGINEER PE 28178 DP. OJ-:St-10 OAlE OWNBY: __ II r:~:0 ·1 OAlE NITIAL 0.0.lE NlJAI. PRo.ECT NO. :OTiiOl il!'PRQVAL CHY APl'ROVAI. CHKD ey, __ 3957 RVMl BY: ROAD WIDENING IMPROVEMENTS WORK HOURS 8:30 A.M. TO 3:30 P.1,1. WORK DATES ____ TO ___ _ *ALL DAY SETUP* 200' BUFFER 660' TRANSmON I 18lt\'.___ EL CAMINO REAL I R26'S)(CA) l==============:..:.:.===r===--=-=======:..:..::.=======-=:.=======::::..::.======~;=======::::..::.==:=rJ:v=t3=.,:..:.:.=======-=::========--=========-==-========--========-=:.=======:..:..::.====::i1 c::: ____ :,--,. R81~CAL ___ _ LL. W ~ ,~ __ "i""4• '-!IN. Z"' ::J l!i------------:i:: 542 :C"' Ul!j !:i:"' ~ --"' "'I l'VI I' II C3Q(rnK0(CA) -----\1 Ll _filC30(CA) ----54;L_---, .l W9-2(RT) 546 547 -RAISED MffilAN--S;B _____________ 5+-49 ____ _ 550 551 545 ----- y , 552 CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 , ,500' I I .. _ ------~ -------lw 1/._Vj_ ~ ' 26 S)(CA) I .. .,~}-- I -I I I- --I -...Jffi ·-----• ------_lfwA=2(~54 :C ~ C20(81KE (ci.'f O -' -~~ ~ --t=====~~~~~~~~~;~~~~;~;~~..:..========================================----------------------------=-~~-----------_:__ ___ -=!!l-:;li<cc---,------------,:;,---------1 - t==l--~--n R/W '---' BUS R2-1(55) -C20-~'" ~ V C, --w !r --~~--= ...Jffi ---Cl, 555 5 g; ---------+----------------- !;i: l!l -- ~V) - 556 -n R/W R26{S)(CA) RB1(CA) R?-1(55) __ I' I I : W20-5(R!) ____ _ .. I ---I - I --+- I --5?~--AAISEO-MEB!AN----~B_ __ -~ W20-5(Rl) _____ 55,__9_ TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH ------ NOTE: FOR TRAFFIC CONTROL NOTES AND LffiEND. SEE SHErr 41. 0 60 1500' EL CAMINO REAL 560 561 562 . -----------1--- 80 100 DECLARATION OF RESPONSIBLE CHARGE I HEREBY DEClAAE THAT I AM 1HE ENGINEER OF WORK FOR 1HIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEANED IN SECTION 6703 OF THE BUSINESS ANO PROFESSIONS CODE, AND lliAT THE DESIGN IS CONSISTENT Willi CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIACATIONS BY THE Cf1Y OF CARI.S8AD IS CONFlNED TO A REVIEW ONLY AND DOES NOT RELIEVE ME. AS ENGINEER OF WORK, OF MY RESPONSIBlllTlES FOR PROJECT DESIGN. JOHN P. KtATING R.C.E. 43595 DATE I LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 {FX) LLG 3--076291.1 I TCI 2-6291STG-I.DWG I 12/15/09 Designed Sy, SMK I Drawn By: OVS I Chocked By, JPK I I l~~O 1 I -I I I- I •w20-1 -----563 --R/W SPECIAL NOTE: STAGING ON THESE PLANS SHAU. BE FOR KEY COMPONENTS OF, WORK. CONlRACTOR SHALL BE RESPONSIBLE FOR STAGING AND TRAFFIC CONTROL FOR WORK COMPONENTS NOT COVER£D BY mESE PLANS. CONSTRUCTION NOTES (!!:!IS SHEET ONL:!} ITJ DOJNEATORS SHALL BE PLACED AT 50" INTERVALS. @J DEUNEATORS SHALL BE PLACED AT 25' INTERI/ALS. @) DEUNEATORS 5HA1.L BE Pl.ACED AT 10' INTERVALS. '. I· ' tr\ DATE INITIAL DATE INlllAL ENCIIIITR Ck l'l')lll( REVISION DESCRIPTION plliER ,'J>PROVAL CJO(CA) W20-1 END ROAD WORK G2o-2 ~ ~W20-5(RT) ENGINEER OF WORK P.E. __ EXP----DATE "AS BUILT" P.E. __ EJ<P ____ DAlE REVIE\li£0 BY: INSPECTOR DAlE ~II CITY OF CARLSBAD II SHEElS I ENGINEERING DEPARTMENT 87 EL CAMINO REAL ROAD WIDENING TAMARACK Al/£ TO CHESTNUT AVE TRAFFIC CONTROL STAGE 4 APPR0',£0 \IIIWAM E. PWMMER OEP\ITY QTY ENGINEER PE 28176 EXP. 03-31-10 ~ OWN BY: --:11 PROJECT NO. 11DR::::o, DATE IN!l!AL my Al'f'ROVAL OiKD BY: __ 3957 RVY«> BY: ROAD WIDENING IMPROVEMENTS WORK HOURS 8:30 A.M. TO 3:30 P.t.l. WORK DATES ____ TO ___ _ *ALL DAY SETUP* CONSTRUCTION NOTES (THIS SHEET ONLY) OJ DEIJNEATORS SHALL BE PLACED AT 25' INTERVM..S. [II DE!JNEATORS SHALL BE PlACED AT 10' INTERVALS. [lj CONTP.ACTOR S1-W..L MAINTAIN PEDESTRIAN ACCESS ACROSS CHESTNUT AVENUE ANO a CAMINO REAL AT All. TIMES DURING THIS STAGE OF CONSTRUCTION. EL CAMINO REAL :.::-R~/1~H~~~=~==============:::.::.:=-======d,:~R7~§g~(~l.,O~D~)!__/ ____ -_-________ _J.µg_::Jl§_ _________ --'~R2~6(~S)~(C:A~f~~::_-_-_-_~-=----____ ---------= ~~ 1~© ~R~(~ ------------=~=#1s~=======aai5~1-J;;.7=======-.:ris~rnb=======£51\1sb=====~•:;;;;;;~s2~o~=======g;s2~1========~52~2========~2 :'::7 .,...,..../liTr ---.--~==-==""====""--~~;';-==== _TI_ RAISED MED!AN ----=F -- u --i R7-9a(MOD) SIGNS (THIS SHEET ONLY) ROA6N~ORK G20-2 l~I R9-3o SPECIAL NOTE: STAGING ON THESE PLANS SH.AU. BE FOR KEY COMPONENTS OF WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR STAGING AND TRAFFIC CONTROL FOR WORK COMPONENTS NOT COVERED BY THESE PLANS. DECLARATION OF RESPONSIBLE CHARGE I HEREBY DEClAAE THAT I Ml THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN Of THE PROJECT IS DEFINED IN SECTION 6703 OF THE BUSINESS ANO PROFESSIONS COOE, ANO THAT THE DESIGN IS CONSISTENT WITH CURRENT STANOAROS. I UNDERSTAND THAT THE CHECK Of PROJECT DRAWINGS AND SPECIFICATIONS BY THE Cl'TY OF CARLSBAD IS CONANED TO A RE.VIEW ONLY AHO DOES NOT RELIEVE ME. IS ENGINEER OF WORK, OF MY RESPONSIBIUTIES FOR PROJECT DESIGN. 7 -- CHESTNUT AVENUE -- -f uu R7-9o(MOD) R2S(r:A) --- R7-9a(I.IDD) W2-1 CHESTNUT AVENUE ~ W13-1{25) :::..--::_-_-~ r; K NOTE: FOR TRAFFlC CONTROL NOTES AND LEGEND, S£E SHEET -4-1. TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH -- ■ LINSCOTT, LAW & GREENSPAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) ... z,~g§l~o w 5: R2-1{30) z ~ . -----····-~ :Jl5 --:c~ R2~ U..J ~ lf~ ~~ ---;: ~ \~I ~ ~ rfs1 ,1\ i ; : 'DATE CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 t ! I' I i r-::> zw Wz IW 0~ r-::> (f) MATCH LINE D SEE UPPER LEFT -LI.. ------ R/W ENGINEER OF WORK P.E. __ EXP. ___ DATE "AS BUILT" P.E. ___ EXP. ___ DAlE REVIEWED BY: INSPECTOR DATE ~I CITY OF CARISBAD II SHEETS I : ENGINEERING DEPARlMENT : 87 EL CAMINO REAL ROAD WIDENING TAMARACK AVE TO CH£SlNUT AVE TRAFFIC CONTROL STAGE 5 I APPROIIED VilWAM E. PLUMMER :DEPUTY CITY ENGIHEER P£ 21!176 EXP. 03-31-10 DAlE I INITIAL DAiE INITlA!. PROJECT NO. It 3 8 ! ? I ~ ~ I ______________________ JOH_N_P.-KEA_n_NG ___ R_.c_._E._435_9_5 ____ 0.&:;_n-:;.:_ ___ _,:40:.., ___ o:;_ ___ 40:......:60:.....;8:0:_.:.:'oo:....:==::::::::::=::::::=:::::~~=~=~~~~~=:...:::===:::::==================~===================:::==::.Jii llG 3-076291. l I "IC1J-629!STG5.DWG I 12/15/09 Design<d By: SMK I ll<owo 9,: ovs I Checl<ed By; JPI< l~0i~==ll 11DRA;::Q1 OAiE IN!llAL ENGINEER Of llffiK REVISION DESCRIPTION ,<JTm! APPROVAL CllY N'l'ROVAl 3957 ROAD WIDENING IMPROVEMENTS WORK HOURS 8;30 A.M. TO 3:30 P.M. WORK DATES ____ TO ___ _ *ALL DAY SETUP* 225' TANGENT I I I I ,Btil ------------t---· I IJ... ]cJ~CA) jC30(CA) ~:3 -14' MIN. m_ ::Jlfi -:r:ili 542 ~ 543 -- (.) ILi ~~ -~ --- r-----, '"" R/W SUS-- - 1500' y ~-- (!) .-w!i: -z£! _o:: .....lo: - R2-1(55) IV'l ....., ;: -----~~ 545 R26{S){CA) R81(CA) R2-1(55) I I I ----- I W20-5(R!) 1--1 -,_ +- I - \':&'l ~ ~ 5~6 660' TRANSITION ' ,500' ' w:, 3 EL CAMINO REAL ~~~._) __ u [fr ----547 -AAlSEB-ME!AAN-----· 548 54~9 _______ -·-----'5._,__50:___ 551 ----- ,500• I y I EL CAMINO REAL I ___ ..,.:1~_0 1 __ --1ilYL " I --I I -I- I - C20(BIKE)(CA) CJO(BIKE)(CA) CDP 07-22/HDP 07-02/SUP 07-04/HMP 07-08 ,500' I y P'26(~)(CA) I __ .!,t!!_~ ---==:::-.:::-_-_-..,.1 w+--,.:;. 2{AA-.. o/.-i p ~~20(~1(£j~ I -I I I- ---C) wt z~ I ._ ....I~ _5~5_3 ______ ,w,i.=2(Rits54 :r: g C20(81KE)(CAY°. (.) ...., -~~ -~ --- C30(CA) W:20-1 END ROAD WORK GZ0-2 "' 555 :r: 8: 556 557 ----------e----RA!SE!H,IE9!AN-558 Iii W20-5(RT) _____ 55+--9 _________ 5~60 __ i!W20-1 _______ 5r __________ s_6~2.:.._ __ _..::., 563 C.):::, ~!:i --~"' ----r< R/W TRAFFIC CONTROL DESIGN SPEED EL CAMINO REAL = 55 MPH NOTE: FOR TRAFFIC COKTROI.. NOTES AND LEGENO, S£E SHEET 41. 40 0 DECLARATION OF RESPONSIBLE CHARGE I HEREB'I' DECLARE THAT I AM THE ENGINEER Or WORK FOR nus PROJECT, THAT I rll\VE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFlNEO IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE. AND THAT ll-tE DESIGN IS CONSISlaiT Wl1li CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS ANO SPECIFICATIONS BY THE CflY OF CARLSBAD IS CONFINED TO A REVIEW ONLY AND OOES NOT RELIEVE ME. AS ENGINEER OF WORK. Of MY RESPONSIBILJ11ES FOR PROJECT DESIGN. JOHN P. KEATING R.C.E. 43595 DATE I LINSCOTT, LAW & GREEN~PAN, ENGINEERS 4542 Ruffner Street, Suite 100 San Diego, Ca 92111 (858)300-8800 (858)300-8810 (FX) UG 3--076291.1 I TC14-6291STG5.DWG I 12/15/09 OalqnodBy; $MK I Oto,m By; INS I Checked&,; JPK ~---~ ~---~ ~ --~ R/W ENGINEER OF WORK SPECIAL NOTE: STAGING ON THESE PlANS SHALL BE FOR KEY COMPONENTS Of WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR STAGING "1<0 . P.E. ___ EXP. ___ DA'IE TRAfFIC CONTROL FOR WORK COMPONENTS NOT COVERED BY "AS BUILT' THESE PLANS. CONSTRUCTION NOTES il!:JIS SHEET ONL:Q (II OEUNE'ATORS SHM.L BE Pt.ACED AT 50' INTERVALS. P.E. ___ EXP. ___ DATE [!} DEI.JNE'ATORS SHM.L BE Pt.ACED AT 25' INTERVALS. Re:.,EWED BY: @JDEUNE'ATORS SHALL BE PU.CED AT 10' INTERVALS. INSPECTOR DATE ~-JI CITY OF CARLSBAD IISHECTSI ENGINEERING DEPARlMENT 87 EL CAMINO REAL ROAD WIDENING TAl,fARACK AVE TO CHES'!NUT AVE TRAFFIC CONTROL STAGE 5 APPRO'vm v.1WAM E. PUJMMER DEPUTY CITY ENGINEER PE 28178 EXP. OJ--31-10 ~ It\ DV!tlBY: --:11 PROJECT NO. II DR~7:.6NO. DAlE llffiAl le DA1E INffiAl DA1E !HIM ENGIIEER OF 'IKflK REVISION DESCRIPTION ;olHER APl'!lOVAl CITY .>.Pf'ROYAL CHKO BY:--3957 RV\WBY: - - APPENDIX F MISCELLANEOUS STANDARDS EL CAMINO REAL WIDENING FROM TAMARACK AVENUE TO CHESTNUT AVENUE Contract Nos. 3957, 3643, 6302, 6303 ~EV. DATE .. 1:1JlI;;, 1. -2" WEAKENED PLANE JOINT '- 14.5" ., 8" CURB AREA = 1.21 SQ. FT. CITY OF CARLSBAD MEDIAN CURB LEGEND ON PLANS 8" CURB ' 12/11 CITY ENGINEER DAlE SUPPLEMENTAL s STANDARD NO. G -18 - DRIVEWAY WIDTH (24' MINIMUM)* SIDEWALK (WIDTH VARIES) VERTICAL FACE CURB (HEIGHT VARIES) SEE NOTE 1 .. --SIDEWALK RAMP S (A) 6.0 FT. FOR 5.0 FT. SIDEWALK ~ (B) 8.0 FT. FOR 6.0 FT. SIDEWALK (OR GREATER) 1.5' 1/2" RADIUS 1 1/2" (NO LIP) TYPICAL PLAN VARI S 7 1/2" P.C.C. 20' CENTERLINE X-SECTION 6FT. AND 8FT., SEE NOTE 4 VARIES 4" AGG BASE (MINIMUM) 1. THE RAMP SHALL HAVE A 12" WIDE BORDER WITH 1/4" DEEP SCORE LINES AND 1/8" RADIUS. THE SPACING SHALL BE APPROXIMATELY 3/4" O.C. 2. • = ELEVATION SHOWN ON PLANS (TOP OF CURB, AND GUTTER ELEVATION) 3. ALL CONCRETE SHALL BE 560-C-3250 4. TRANSITION FROM FULL HEIGHT CURB TO NO CURB. * OR AS REQUIRED BY THE CITY ENGINEER _R_Ev_. ;.,.A1i1oo,1PP .. R"""O .. VEiiliii,D,..D_A_TE...._ __ c_I_T_Y ____ O_F_C_A_R_L_S_B_A_D _____ .£1L ~ 6-04 ALLEY TYPE CITY ENGINEER DATE DRIVEWAY ~~r~~iNi~ Gs-20 SIDEWALK w I-u <::::; :::: co 0:: :::, a.a. CURB & GUTTER 3" ~ ---V) :::<:: Ill NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED & APPROVED N N 2. DISTRICT WILL SET METER AND BALL VALVE ® ., . ~ 0::: ~ .... 2' MIN. t r ©JX±)oR@ CONNECT TO OUTLET ASSY. 3. ALL COPPER JIONTS SHALL BE SIL VER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING, VALVE, BELL OR OTHER TAPS. DETAIL NON-CONTIGUOUS SIDEWALK & CURB 5. POSITON ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 6. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12'' AND CORP STOP FULLY EXPOSED ITEM DESCRIPTION 1 COPPER TYPE 'K' SOFT 2 OUTLET ON PVC PRESSURE PIPE 3 OUTLET ON AC PIPE 4 OUTLET ON CML&C STEEL PIPE 5 OUTLET ON DUCTILE IRON PIPE 6 1" ANGLE METER STOP 7 METER BOX AND COVER TRAFFIC AREA 8 METER BOX AND COVER NON-TRAFFIC AREA 9 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT SPEC DWG W-8 W-9 W-9 W-25 -----I" WATER SERVICE CONNECTION FOR 5/8", 3/4:11 & I" METERS STANDARD DWG. NO. W-3 - - - SIDEWALK METER BY DlSTRICT. w c....:, I- ::; ;:; co_ :::, 0:: a.. a.. ~OR@) "T. :·. ITEM 2 4 5 6 7 8 9 10 )-'. 0 (/) f--(/) f--<( 0 w f--z ~ z f--0 ::, O 0 2' MIN ,, z 5E N N FLANGED BALL VALVE BY DISTRICT. @ :=:=:~=:=:=:=::::.:=:=:=:=:=-,__ NOTES: 1. DISTRICT WILL SET METER AND BALL VAL VE 2. ALL COPPER JIONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 3. TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OF TAP. 4. POSITION ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 5. FOR NON-CONTIGUOUS SIDEWALK SEE DETAIL DRAWING W3. DESCRIPTION 2" COPPER SERVICE PIPE OUTLET ON PVC PRESSURE PIPE OUTLET ON ACP PIPE OUTLET ON CML&C STEEL PIPE OUTLET ON DUCTILE IRON PIPE 2" ANGLE METER STOP METER BOX AND COVER TRAFFIC AREA METER BOX AND COVER NON-TRAFFIC AREA 2" C X C go· ELL SIL VER SOLDERED . 30 LB. ZINC ANODE WITH ANODE LEAD WIRE SPEC DWG W-8 W-8 W-9 W-9 W-25 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT --4------1-----1 211 WATER SERVICE CONNECTION FOR I 1/2 11 & 211 METERS STANDARD DWG. NO. W-4 /'"------~ . ~ I \ ( \, \ l ~ I Ni@iFE: -.-, .. -., 1'i8ft .. :·, .!M. : ~ .·, ... 2'-,@~ 3' &~.N:£ l 6' -